Loading...
HomeMy WebLinkAbout18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment AH-AK)TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 015 DATE: 1111712020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 18-001 (ak) Council Approval N/A BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 (ak) AMENDMENT NO: 037 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 1 1 / 1 8 / 2 0 2 0 By Craig Greene Contractor Title Lydig Construction VP of Operations Original Contract FS51 (without tax) $ 9,587,314.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order FS51 $ 1,027,112.40 \ Date II / Z07-47 This Change Order FS51 (without tax) $ 34,505.01 By Mayor REV. CONTRACT AMOUNT FS51 $ 10,648,931.41 Deputy City Administrator Original Contract Time FS51: 420 days (May 19, 2020) SOJ Program Director A4ditional Contract Time for this Change Order FS51: 107 days Updated Contract Time FS51: 527 days (September 01, 2020) ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File 6 ALA -1-6 (11/2014) Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE —PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 15 90830402 Contract # 18-001.1 (ak ) Lydig Construction Date 11!17/20 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 077 CE #141 - #325: Electrical - Exterior Lighting Battery Back Up Fixtures. City of Tukwila Building Inspector provided a correction notice to install light fixtures with battery backup at egress doors. McKinstry removed original WL4A fixtures, replaced them with temp WL4A for inspection. Ordered new WL4A without integral photocell per fixture selection provided by RFI 252.2. RFI 252.3 selected alternate fixtures for WL4A and WL5 (with integral photocells). AD $19,908.62 COP 110 CE #170 - #306: McKinstry and GK Knutson Cost to Integrate DAS. Additional costs incurred by trades other than Day Wireless for adding the DAS to the project scope after ceilings and electrical RI were complete. Ceiling tile replacement in the kitchen/dayroom; Added FDM-1 dual monitor modules for monitoring, programming, and testing; Added 20 amp overhead circuit to comm room. OC $6,239.58 COP 123 CE #083 - Simonet Woodwork Default (Volume -Driven Markups). Simonet Woodwork was originally contracted to supply the casework for Tukwila Fire Station 51. Prior to delivery of the casework package, there was a fire at the Simonet facility which compromised the entire casework package that was being prepared to ship. Simonet was not able to recover from this loss, therefore Lydig contracted the next lowest/responsive bidder that had capacity to take on the project (Display Manufacturing) to supply the casework in Simonet's place. This COP is being submitted to recoup the delta between the original contract with Simonet and current contract value with Display Manufacturing, plus volume -driven markups. OC $1,758.62 COP 124 CE #177 - #353: Architectural - Weatherstripping at Aluminum Double Doors 104A and 106A. Supply and installation of new locks at doors 104A and 106A. Roll hinges at both openings. OC $606.32 COP 128 CE #178 - #352: Architectural/Electrical - Door Hardware Operation at 101A and 101B. McKinstry: Removal of presence sensor Request -to -Exit (REX) at door 101B, adding door release push button at door 101B, and relocating emergency release push button at door 101A. Lydig self -perform: Supply of new push button, patch Gypsum Wall Board (GWB) at REX and push button at door 101B, and paint wall and ceiling areas. OC $1,801.81 COP 129 CE #169 - #332: Architectural - Screen Clearance at Operable Storefront Openings. Per direction provided in RFI 332, six roller shade housings were relocated to provide sufficient room for the insect screens to be installed without impeding shade operation. DC $505.05 COP 131 CE #189 - #134: Priority - Plumbing - Compressed Air and Hose Bib Changes. RFI 134 made multiple changes including: Compressed air connection locations and types in all 4 corners of the app bay, hose bib relocation to match compressed air connections, and addition of compressed air line in Self -Contained Breathing Apparatus 137 (PRV, filter, and coupler submitted in separate change order). DC $2,835.31 COP 132 CE #190 - #126.2: Priority - Plumbing - Circuit Balancing Valve Clarifications. RFI 126.2 added 6 circuit balancing valves to the domestic water system. DC $8,065.19 Project Name Project # COP 133 Fire Station 51 LYDIG CO # 15 OC $449.21 90830402 Contract # 18-001.1 ( ak ) CE #191 - #354: Electrical - Controlled Outlets in Station Office 107. Replace one controlled quad receptacle with a non -controlled quad receptacle in the SW corner of Station Office 107. COP 134 CE #192 - #283: Civil - ADA Slopes At Bench Wall Intersection. Per conversations on site with LPD, CoT and Lydig, it was discovered that the current grades between the bench seat wall and the sidewalk will not meet ADA requirements. RFI 283 confirmed this and provided revised grading plans. Upon receipt of new grading plans, SCI re -graded this area. DC $805.51 COP 136 CE #194 - Removal of Unsuitable Soils at Pervious Walkways. SCI removed 48 yards of unsuitable soils for preparation and grading of the pervious walkways at the NE corner of the building. UFC $1,596.65 COP 138 CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1. Costs related to additional out -of -sequence painting of electrical conduit and fire pole attachment assembly for the countdown clock/fire pole addition. Also included are costs related to painting conduit and attachment assemblies for cord reels in the app bay. These painting costs were not captured in PCO 082 (alerting countdown clock) and PCO 059 (cord reels in app bay). OC $1,697.77 COP 140 CE #155 - #339: Architectural - Accent Paint in Dayroom and Bunk Alcoves. RFI 339 directed Lydig to re -paint the bunk alcove walls in an accent color (P9), the North wall in Dayroom 104 in accent color (P6), and the under - counter wall in Station Office 107 in accent color (P6). DC $1,478.13 COP 143 CE #199 - Alerting Allowance Reconciliation. Bid package 11 included an allowance of $60k for the alerting scope of work. McKinstry subcontracted Jaymarc to perform this work at a bid value of $45,984.97. Additional scope was added to the base bid. McKinstry and Jaymarc have submitted costs to supply/install these added fixtures. The total cost of base bid and added scope is less than the $60k allowance, so the balance of $4,745.72 is being returned to the project. DC ($4,745.72) COP 146 CE #195 - Project Neutral - Lydig Half. The Project Neutral fee per contract is to be split 50/50 between City of Tukwila and Lydig. Total Paid fee to Project Neutral for Fire Station 51 was $12,393.27. Half of the total fee paid: $6,196.64. This deductive PCO is to fund Lydig's 1/2 of the project neutral cost. OC ($6,196.64) COP 147 GK Knutson Trade Damage Allowance Reconciliation. GK Knutson's contract had an allowance of 80 hours for Gypsum Wall Board (GWB)-related trade damage and 40 hours for ceiling -related trade damage. Four COPs were submitted by GK Knutson for trade damage (2 for GWB and 2 for ceiling), the labor and material costs from these four allowances are being allocated towards the total value of the 120 combined hours of trade damage allowance. After the labor and material costs are applied towards the allowance, there is a remainder of $3,327.22 to be returned to the project as a credit. DC ($3,327.22) COP 149 CE #201 - Sectional Door Safety Edge Credit. The door manufacturer does not offer an electronic safety edge for the specified sectional door size. Crawford Door installed a standard rubber door edge, which is currently in place at TFS 51. The Owner has elected to omit the safety edge and operate using the photo eyes as the single obstruction detection device. Credit for the electronic safety edge being provided. DC ($328.00) COP 150 CE #202 - Vinyl Wall Graphic Location Change. The location of the vinyl wall graphic was changed from the west wall of the PT room to the south wall of the Entry Vestibule. This relocation changed the installation of this graphic by requiring extensive cutting of the wall graphic around door 102, fire alarm horn & strobe, signage, electrical receptacles, light switch, door push button, wood bench, and wood bench supports. This change order captures the added costs associated with the additional prep and installation required at the new location. DC $1,354.82 Lydig Change Order No. 15 $34,505.01 LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #077 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #077: CE #141 - #325: Elec - Exterior Lighting Battery Back Up Fixtures TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 6200 Southcenter Boulevard Tukwila Washington, 98188 077 /2 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 7/29 /2020 PRIME CONTRACT #016 - Change Order #16 CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $19,908.62 POTENTIAL CHANGE ORDER TITLE: CE #141 - #325: Elec - Exterior Lighting Battery Back Up Fixtures CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #141 - #325: Elec - Exterior Lighting Battery Back Up Fixtures City of Tukwila Building Inspector provided a correction notice to install light fixtures with battery backup at egress doors. Mckinstry removed original WL4A fixtures, replaced them with temp WL4A for inspection. Ordered new WL4A w/o integral photocell per fixture selection provided by RFI 252.2. RFI 252.3 selected alternate fixtures for WL4A and WL5 (with integral photocells). Revision 2: City of Tukwila has elected to retain the WL4A fixtures that do not have an integral photocell for future use. 20% credit has been removed for these fixtures. ATTACHMENTS: COP 029 WL4A Fixtures -Temp Power Solution REV 1 10.12,20,pdf RFI 325.2 - Alternative WL -4A Fixture - WAU Response.pdf _RFI 325 - Exterior Lighting Battery Back Up Fixtures - WAU TFWB Response.pdf RFI -325.3 - Elec Arch - Battery Backup and Integral Photocell Fixture Selection WL4A and WL5 - Response (1).pdf Lydig Construction, Inc. page 1 of 2 Printed On: 11/4/ 2020 03 :02 PM Cost Code Description Type Amount 26-001-99- - Electrical Subcontractor - BP 11 Supply/Install Temp Fixtures Subcontractor $ 18,680.74 Subtotal: $18,680.74 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. $ 840.63 GL Insurance: 0.75% Applies to all line item types. $ 146.41 P&P Bond: 0.75% Applies to all line item types. $ 147.51 B&O Tax: u 0.47% Applies to all line Item types. $ 93.33 Grand Total: $19,908.62 Lydig Construction, Inc. page 1 of 2 Printed On: 11/4/ 2020 03 :02 PM LYDIG Owner Signature Date PCO #077 COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry COP: 29 Date: 11/4/2020 Contractor Ref. No. 30125-43 Description: McKinstry removed original WL4A fixtures, replaced them with temp WL4A for inspection. Ordered New WL4A w/o integral photcell per fixture selection provided by RFI 252.2. RFI 252.3 selected alternate fixtures for WL4A and WL5 (with integral photocells) 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman $ 3,206.26 c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 3,206.26 Supervision: d. direct supervision e. safety 2. MATERIAL COSTS (Including Time Clock itself) a. Total Material Cost b. 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 12,404.93 1,860.74 480.94 1. CRAFT LABOR COSTS $ 3,206.26 2. MATERIAL COSTS $ 12,404.93 3. EQUIPMENT COSTS - 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 2,341.68 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. Bond a. Bond 0.00 % of 1-7 448.82 8. Bond $ 448.82 Permit a. Permit 0.00 % of 1-8 279.05 9. Permit $ 279.05 TOTAL COST 18,680.74 COP 029 WL4A Fixtures -Temp Power Solution REV 1 10.12.20 (002).xlsx Page of Issued 11/4/2020 COP Cost Breakdo 0 O V Fire Hall 51 O N N_ O d Q E Z IQ o '0 0 0 4 R $ 3,206.26 $ 11,358.93 $ 418.75 $......:....::. 260.35 co n N N V} 44 N N V Y N 44 44 V f N N i/} V Y 44 44 V T N N 44 V} 44 44 : vY 0) 44 c ai ry � 4 4 Equipment Cost t! F N N N 0) N N i A V T N N w N N N 1!) N N N LYNN 44 4 4 44 44 N! N N 4.4 N N 8? 0) C D 7E- Cost M44 V/ 4.4 4.91. 4444444444444444 if) 0)444444444444440)0) .... C sq ft Labor N in Q Wo OR 44 N 44 44 44 N N 44 44 N N N N N N N N N N N N N 44 N 44 44 N N 44 N N t. O co 44 Y C O. N C O a. z.A Labor Material (see attached breakdown and invoices) O d Ul i O COP 029 WL4A Fixtures -Temp Power Solution REV 110.12.20.xisx COP Wage Rates a8 Z tL Project Name: Project No: C Contractor: _c N A F .0 N t= IN a1 _ > `1.0 c N O N C C Ca .0 to O = N a) O L C E O0 A Y • as O ai A •- a) :ow >N 3,0c(> a' fa 01112 N (0 N N N N ❑ C W N .. O c V N v a a N 0 0 `O CD :.S E T C OA 00 to d L W w a> F- .o.o m o CO O N EcTi S0-. .0 O > o A m0 O -OO fU C aNa E aC `o m 0 m a� C O N .0 ll. N aY a) N U) i N � CO 0 N N a) 0., ata O • CO W O Z N N 0 C7 Et C 6 03 6 R to C er 0 N O CV C C w: C$ O> O C In 0I'M O r• r,; O C U ui C A'' U 1 ti O _ N .N _ C C 1 U Id C O U C a) N.: a7 'a} U CO 0 O1 0 U 0 0 U C .— C :a O E as C U a) CT U U < .0 c 0 C. EC p 0 Oa U O O•NOQ 2 aCi vX. !' 0 O.NHE EYO C 0.0 U 0a)C,3l!', E 41 a4Cj O C V E C to D. 2 'p OA: 'N co, co, Q E C to 3 = Ca V C E. O N .0 la -0at a) N iri)O 0 0 co '0615 LL LL ..a N L N L to N Q U 0 N To y w= U 0 5 0 U °; 0 LL U- cO t0 N C7 <t to CO N: +'C-' r Q0 N N N N N E E O r CV CO 4 «) O 0.. 0 C :_ a, .-5. O 'O ti ti ued 10/14/2020 sed 6/1/2004 E9tfa. ( r b3 ff3 Efl .Ei} Ed4 Ido fA EA) E4T ff4 E9 IN tft EFD Ei4 ": Ff3 Ef3 4Pi ER ff4 44 fH ER 64 VA ffP ff4 : tf4 Eft iA M EtS v4 • Edi N4 w Electrical JW 01/01/20 $ 57.51 $ 24.58 $ 82.09 i EH le 64 ff4 1 69 O Edo Electrical Foreman O N O CO of CMO 69 O O N Edi $ 88.06 EA Ef3 fA ff4 :ffl CO O CO ER 0 isO OG a : O o O O 0 O O 0 O O Trade & Position IRate Schedule Date' 'Prevailing Wage (incl. Benefits) 11. Hourly Wage Rate (forman) 12. Hourly Benefits ISUBTOTAL O 0 5 LL Ci 14. FICA % of 1 15. MEDICARE of 1 16. SUI of 1 (insert correct % to right) I 17. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) _c N A F .0 N t= IN a1 _ > `1.0 c N O N C C Ca .0 to O = N a) O L C E O0 A Y • as O ai A •- a) :ow >N 3,0c(> a' fa 01112 N (0 N N N N ❑ C W N .. O c V N v a a N 0 0 `O CD :.S E T C OA 00 to d L W w a> F- .o.o m o CO O N EcTi S0-. .0 O > o A m0 O -OO fU C aNa E aC `o m 0 m a� C O N .0 ll. N aY a) N U) i N � CO 0 N N a) 0., ata O • CO W O Z N N 0 C7 Et C 6 03 6 R to C er 0 N O CV C C w: C$ O> O C In 0I'M O r• r,; O C U ui C A'' U 1 ti O _ N .N _ C C 1 U Id C O U C a) N.: a7 'a} U CO 0 O1 0 U 0 0 U C .— C :a O E as C U a) CT U U < .0 c 0 C. EC p 0 Oa U O O•NOQ 2 aCi vX. !' 0 O.NHE EYO C 0.0 U 0a)C,3l!', E 41 a4Cj O C V E C to D. 2 'p OA: 'N co, co, Q E C to 3 = Ca V C E. O N .0 la -0at a) N iri)O 0 0 co '0615 LL LL ..a N L N L to N Q U 0 N To y w= U 0 5 0 U °; 0 LL U- cO t0 N C7 <t to CO N: +'C-' r Q0 N N N N N E E O r CV CO 4 «) O 0.. 0 C :_ a, .-5. O 'O ti ti ued 10/14/2020 sed 6/1/2004 , C 0' V 00 W N c -I M O CO M 0 M tD O 0.631 H to N O 00 00 N .--I MI' 0 tO N CO a-. V tO to co:. :::..pp:. 0 O t' ni N O to N N C' to N ai to C N o V 0 0 0 0 to CO H r-1 a v o: O 000000000000,o E o E E =m Q 1'.1)Q'.m Q 0 0 C O; Q J: W U U U U U U O U W W W W W p:: �:.. awl N O N rt -I M N m N to N to 0 N N t0 M o o t0 N CO p 1 co 0 n O N rM-I M cr fMf N t® N LO O Ui N N l0 m O 0 0 0 0 ✓ U'. C) Z 0 Ul , M N O to ri Ul N e'1 c-1 N O N al IA V co 1.0 I. al to r -I U1 N In trl N 0 0 o 0 0 o; a QUI' () ilJt 0000000000000 0- C`- 1: 0 0 0 0 0 0 0 0 0 0 0 0 0 c t.3 0 ul 0 U1csi m tCi N O N to ci N INi CO 0 0 0 0 0 0 C; U d:: W U U U U U U U U u.I W W W W O i tT tO 0 80.811 53.05 V' al e-1 t --I CO 1� ri 1 W 0 0 0 0 0 Quantity Date 01 M 0 \ <- 4 0 0 C oUl N 0 N 7/22/20201 7/22/20201 sf 0 e\ L N 0 t1 7/22/2020! 0 0 CO O. 0 r4141 8/11/20201 8/11/20201 8/11/2020 0 r-1 0 .-I 0 ri 0 r -I 0 .-I 0 4-1 0 a -I 0 M O r -I O t-+ e -I ry _I M M rI Description LED -1'a4' SURFACE I4x 1 1/2" SQ BOX COMB KO 4" SQ 2.625" DIAM REC COVER GROUND SCREW W/ INSUL #12 LEAD (SUPPORT HANGER FOR 1/4" ROD OR FLNG T -BAR CLIP FOR UPTURNED LIP LAY -IN FIXTURE CEILING CBL HNGR - MEDIUM W/ 22mm HIGH PERF NAIL-STL/CONC #12 CEILING WIRE !WIRE CONN YEL I DEMO FIXTURE 1' x 4' SURFACE I FIXTURE COUNT Re -wire Photocell 1Re-wire Low Voltage Panel N C a > E Y C (Totals 0 a) 0 -o a) C C C co 0 a) a) 0 N 0) 0 +..:. 0 N _I I` O N 00 UI 0 ��-I U lb 001 ri R1 ti WLe e-1 C: CO:: a -A: O 11,370.001 1,370.00 N O _-e .H al O 0 t6 4.0 CC IX1 N CV 0mr~ u N ill to ce M E o E E =m Q 1'.1)Q'.m Q 0 0 Quoted Materials Temp WL4A Lights Inverter New WL4A Lights WL4A Return New WL4A/WL5 Lights !Mise. Materials t0 0 uo O W O CO 8.061 3,206.2613,206.26 N O N O CO r-1 m 122 8 �� ����m�r t�� � � Coast Pmge: 1 of � Quotation ^ (°") Quotation TO: MCKINSTRY CO. - SEATTLE SEA (BT/ST) 5005 3RD AVE S. SEATTLE, WA 98134-2423 ^� / Project: Fire Station #51 Date: 07/29/20 PO #: 18203175 Change #: 57 Freight in Exempt: Yes Total Change: 1,750.00 / ~^ Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt Temporary VVL4A fixtures with battery backup (used to pass final inspection) 4 OVVP'FC404--ED1600L'MVOLT-40K^B Z -0 -EMG -LED Prey Qty Change Qty New Qty 0 4 4 ** New Item ** 300.000/EA 1,200.00 1,200.00 1 FREIGHT ALLOWANCE - NDA SHIPMENT Prey Qty Change Qty 0 1 ** New Item ** New Qty 550.000DEA 550.00 550.00 Quotations are Net without written consent of North Coast Electric Company. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflectSeller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric Company reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax. Some product may require a full, or partial payment upon order entry or release. THIS QUOTE IS CONDITIONED ON BUYER'S ACCEPTANCE OF NORTH COAST ELECTRIC COMPANY'S STANDARD TERMS AND CONDITIONS APPLYING TO ALL SALES SET OUT IN FORM NC055 AVAILABLE From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SE/gTLE, WA 98134-2005 Printed By: Jacob Farris Authorizing Name: Jacob Farris File Number:41308 Battery back up wall pack These items are not ordered! To complete this order, sign below and North Coast A Sonepar Company Page: 2 of 2 Project: Fire Station #51 Quotation (Revision) - Quotation Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt AT HTTPS://WWW.NORTHCOASTELECTRIC.COM/TERMSANDCONDITIONS OR UPON REQUEST. From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Tota: 1,750.00 Authorizing Name: Jacob Farris File Number: 41308 Battery back up wall pack These items are not ordered! To complete this order, sign below and provide a PO # for the order. Signature: 8 North Coast page: 1 of � Quotation(Revision) Quotation TO: MCKINSTRY CO. - SEATTLE SEA (BT/ST) Attn:TRADESERVICEMCCO B2B 5005 3RD AVE S. SEATTLE, VVA88134'2423 r /^ Project: Fire Station #51 Additions Date: 07/31/20 PO #: 20198831 Change #: 3 Freight in Exempt : Yes Total Change: 1,370.00 / ~� Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt '� INVERTER �r Inverter battery backup at entry canopy 1 8P8-230/250420/277 Prey Qty Change Qty New Qty 0 1 1 ** New Item ** 1295.000/EA 1295.00 1295.00 1 FREIGHT ALLOWANCE Prey Qty Change Qty New Qty 0 1 1 ** New Item ** 75.000/EA 75.00 75.00 Quotations are Net without written consent of North Coast Electric Company. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric Company reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax. Some product may require a full, or partial payment upon order entry or release. THIS QUOTE IS CONDITIONED ON BUYER'S ACCEPTANCE OF NORTH COAST ELECTRIC COMPANY'S STANDARD TERMS AND CONDITIONS APPLYING TO ALL SALES SET OUT IN FORM NC055 AVAILABLE AT HTTP8:6/WWVV.NORTHCDASTELECTR|C.COM/TERMSANOCONO|T|ON8 OR UPON REQUEST. From: 110 NORTH COAST ELECTRIC MAIN PHONE 208-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Authorizing Name: Jacob Farris File Number:47862 Lighting Inverter These items are not ordered! To complete this order, sign below and provide a PO # for the order. Signature: 8- North Coast A Sonepar Company Pagm: 2pf2 Project: Fire Station #51 Additions Quota �on (Revision ~ on Quotation Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt From: 110 NORTH COAST ELECTRIC MAIN PHONE 306436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Earns Total: x*x. 370.00 Authorizing Name: Jacob Farris File Number: 47862 Lighting Inverter These items are not orderedTo complete this order, sign below and provide a PO # for the order. Signature: 8 ��Coast����m���� � Pmga: 1 of 2 Quotation ott~ (.~) Quotation TO: M[KJN8TRYCO. - SEATTLE SEA (Bl7ST) Attn:TRADESERVICEMCCO B2B 5005 3RD AVE S. SEATTLE, WA 98134-2423 ~� / Project: Fire Station #51 Additions Date: 08/10/20 PO #: 2018803 Change #: 5 Freight in Exempt : Yes Total Change: 5,230.71 Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt WL4-ALT VVL4 - Alternate battery backup fixtures w/o integral photocell 433243m0EMBACK UP[STD FINISH] Prey Qty Change Qty New Qty 0 4 4 ** New Item ** 1.257.6770EA 5,03071 5,030J1 1 FREIGHT ALLOWANCE Prey Qty Change Qty New Qty 0 1 1 ** New Item ** 200.000/EA 200.00 200.00 Quotations are Net without written consent of North Coast Electric Company. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflects Seller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric Company reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax. Some product may require a full, or partial payment upon order entry or release. THIS QUOTE IS CONDITIONED ON BUYER'S ACCEPTANCE OF NORTH COAST ELECTRIC COMPANY'S STANDARD TERMS AND CONDITIONS APPLYING TO ALL SALES SET OUT IN FORM NC055 AVAILABLE AT HTTPS://WWW.NORTHCOASTELECTRIC.COM/TERMSANDCONDITIONS OR UPON REQUEST. From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Authorizing Name: Jacob Farris File Number:47862 WL4-ALT These items are not ordered! To complete this order, sign below and provide a PO # for the order. Signature: North Coast A Sonepar Company ( Project: Fire Station #51 Additions Page : 2 of 2 Quotation (Revision - Quotation Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Total: 5,230.71 Authorizing Name: Jacob Farris File Number: 47862 WL4-ALT These items are not ordered! To complete this order, sign below and provide a PO # for the order. Signature: Page : 1 of North Coast A - Company Quotation (Revision " �~ Quotation ����l�N��0� ���«�����U�� N8������Uon TO: MCKINSTRY CO. - SEATTLE SEA (BT/ST Attn:TRADESERVICEMCCO B2B 5005 3RD AVE S. SEATTLE, WA 98134-2423 I. Project: Date: Fire Station 10/13/20 20198031 Change #: 8 Freight in Exempt : Yes 51 Additions Total Change: -1,046.00 / -� Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt Credit for returned WL -4A battery backup fixtures w/o integral photocell (less restocking fee) 4B33243/BLIUK4/6/H Prey Qty Change Qty 0 -4 New Qty 0 -1,046.00 Quotations are Net without written consent of North Coast Electric Company. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The priceuferedinthiabidroOenteSeUer being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric Company reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge Some Items may include sales tax. Some product may require a full, or partial payment upon order entry or release. THIS QUOTE IS CONDITIONED ON BUYER'S ACCEPTANCE OF NORTH COAST ELECTRIC COMPANY'S STANDARD TERMS AND CONDITIONS APPLYING TO ALL SALES SET OUT IN FORM NC055 AVAILABLE AT HTTPS://WWW.NORTHCOASTELECTRIC.COM/TERMSANDCONDITIONS OR UPON REQUEST. City of Tukwila has elected to keep these WL4A fixtures in lieu of returning at an 80% restocking fee. This credit will be removed from the pricing. McKinstry to transmit these fixtures to Lydig, and deliver to TFS From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424-8THAVENUES. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Authorizing Name: J File Number: 47862 RMA - Ancipated Credit Total: -1,046.00 � b Farris These items are not ordered! To complete this order, sign below and provide a PO # for the order. . S�natune� / _� 8- North Coast Poge: 1 of Quotation (Revision) Quotation TO: MCKINSTRY CO. - SEATTLE SEA Attn:TRADESERVICEMCCO B2B 5005 3RD AVE S. SEATTLE, WA 98134-2423 I Project: Fire Station #51 Additions Date: 10/12/20 PO #: 20198031 Change #: 7 Freight in Exempt : Yes Total Change: 3,936.11 Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt WL4A-ALT nr Final alternate fixtures with integral photcell 4 CY145-4K8^ 4-UNV'8LT-F-FPP^PCU'E � Prey Qty Change Qty New Qty 0 4 4 ** New Item ** 698.865/EA 2.795.46 2.795.46 WL5-ALT 2 CY144 �K8��� 'UN�LT~�� FPPCU �� Prey Qty Change Qty New Qty Final WL5 alternate fixtures with integral 0 2 2 photceU ** New Item ** 495.327/EA 990.65 990.65 1 FREIGHT ALLOWANCE 150.000/EA 150.00 150.00 Prey Qty Change Qty New Qty D 1 1 ** New Item ** Quotations are Net without written consent of North Coast Electric Company. Quotations are valid for the day of quote unless modified by authorized representative of Seller below. The price offered in this bid reflectSeller being awarded an order for the complete bid package. Purchaser's failure to award a complete order may result in the Seller withdrawing this bid or adjusting the price and other terms. North Coast Electric Company reserves the right to consolidate shipments to best comply with Manufacturer's prepaid terms. Any requirement to "Split Ship" may result in additional freight charges at Purchaser's expense. FOB: FOB SHIP POINT Freight: No Freight allowed unless noted otherwise Deliveries may include Fuel Surcharge From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Authorizing Name: Jacob Farris File Number:47862 Quote Reqest These items are not ordered! To complete this ordesign below and provide a PO # for the order. Signature: ("North Coast A Sonepar Company Page : 2 of 2 ( Project: Fire Station #51 Additions Quotation (Revision - Quotation Change Type Quantity Description Unit or Lot# Unit Price Ext Price Change Amt Some Items may include sales tax. Some product may require a full, or partial payment upon order entry or release. THIS QUOTE IS CONDITIONED ON BUYER'S ACCEPTANCE OF NORTH COAST ELECTRIC COMPANY'S STANDARD TERMS AND CONDITIONS APPLYING TO ALL SALES SET OUT IN FORM NC055 AVAILABLE AT HTTPS://WVVW.NORTHCOASTELECTRIC.COM/TERMSANDCONDITIONS OR UPON REQUEST. From: 110 NORTH COAST ELECTRIC MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris Total: 3,936.11 Authorizing Name: Jacob Farris File Number: 47862 Quote Reqest These items are not ordered! To complete this order, sign below and provide a PO # for the order. Signature: FB ENGINEERS'i MEMORANDUM Date: July 13, 2020 To: Thayer Wild — Weintein A/U From: Rocxy Juan Project: Tukwila Fire Station #51 — Response to RFI_325 Exterior Lighting Battery Back-up Fixtures The following are our responses to RFI -325: 1. Provide emergency battery back-up to exterior light fixture WL -4A located above exit doors in Corridor 119, Corridor 131, Corridor 135 and Dayroom 104B. Provide remote emergency battery back-up to (1) exterior light fixture SL -6A located in canopy at Entry Vestibule 101. 2. Circuit A-9 serving light fixtures WL -4 and WL -4A are not required to be controlled by Lighting Relay Panel LVR since these fixtures have integral photocell sensors. Circuit A-9 serving light fixtures SL -6 and SL -6A will need to be controlled by Lighting Relay Panel LVR as shown in construction documents. Please call if you have any questions. Rocxy Juan Travis Fitzmaurice Wartelle Balangue Engineers Inc. 1200 Westlake Ave N, Ste 509 Seattle WA 98109 www.ff-wb.com p. 206.285.7228 f. 206,413.5007 email: info@tf-wb.com LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #110 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #110: CE #170 - #306: McKinstry and GK Knutson Cost to Integrate DAS TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 110/1 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE I PACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 9/23 /2020 ACCOUNTING METHOD: Amount Based PAID IN FULL- No TOTAL AMOUNT: $6,239.58 POTENTIAL CHANGE ORDER TITLE: CE #170 - #306: McKinstry and GK Knutson Cost to Integrate DAS CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #170 - #306: McKinstry and GK Knutson Cost to Integrate DAS Additional costs incurred by trades other than Day Wireless for adding the DAS to the project scope after ceilings and electrical RI were complete • Ceiling tile replacement in the kitchen/dayroom 3 boxes of 4'x4' lyra vector (4 tiles/box) • Added FDM-1 dual monitor modules for monitoring, programming, and testing • Added 20 amp overhead circuit to comm room Review Comment: Quantity of replacement tiles appears high Revision Comment: Revised qty to 3 boxes (12 tiles) in lieu of 4 boxes (16 tiles). One box of tiles was removed as these were related to misc. trade damage, not the addition of the DAS system. ATTACHMENTS: COP 016 R1 - IPE ASI 022— Replace Damaged Tile.pdf _20 0313 TFS51 ASI -022 DAS System.pdf_ COP 027 DAS System 8.7.20 REV 1.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 10/22/ 2020 08 :16 AM Cost Code Description Type Amount 1 26-001-99-- Electrical Subcontractor- BP 11 Electrical, programming, monitoring modules Subcontractor $ 2,783.90 - GWB, Insulation 8 ACT Sub - BP 092 06 Ceiling Ceiling Tile Replacement Subcontractor $ 3,070.85 Subtotal: $5,854.75 Lydig Construction, Inc. page 1 of 2 Printed On: 10/22/ 2020 08 :16 AM LV DIG PCO #110 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. $ 263.46 GL Insurance: 0.75% Applies to all line item types. $ 45.89 P&P Bond: 0.75% Applies to all line item types. 5 46.23 B&O Tax: = 0.47% Applies to all line item types. $ 29.25 Grand Total: $6,239.58 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry Description: Added work to DAS system 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety COP: 27 Date: 9/23/2020 Contractor Ref. No. 30125-43 Itemize all costs on attached COP Cost Breakdown form. $ DIRECT LABOR SUBTOTAL $ 1,037.35 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) 34.02 155.60 6. SUB -SUBCONTRACTORS a. Redhawk $ 1,270.00 b. $ c. d. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub $ 101.60 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 102.00 0.00 % of 1-7 36.34 8. Bond $ 36.34 8. Bond a. Bond Permit a. Permit 1. CRAFT LABOR COSTS 1,037.35 2. MATERIAL COSTS $ 226.80 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 189.62 6. SUB -SUBCONTRACTORS $ 1,270.00 0.00 % of 1-8 9. Permit $ TOTAL COST 23.78 2,783.90 COP 027 DAS System 8.7.20 REV 1.xlsx Page of Issued 9/23/2020 COP Cost Breakdown Fire Hall 51 E R z 0 661 4f} N 0 M G z u 0 to 0 V> 2 v w c w th $ 1,037.35 $ 226.80 $ 36.34 $ 23.78 $ 291.62 $ 1,270.00 1.4 VT VF to VF VF V} VT VT V1 y!F V VT V} N in, VT Vt VT VT VT VT Vf V1 m m to m m av v} Equipment Cost $ i/T VT in V} VT VT VT VT VT VI VT N N ui VT VT th V} VT i!T +!} VT VT Vf VT VF Vk V'F VT VT VF VT VT Unit $ .C, ITS2 Cost VT VT W VT VT VT th V) VT VT VT t/T t/F VT VF ih VT Vk VT VT VT VT N VT VT VT VT N th VF th VT Unit $ sq ft Labor Hrs per I total hrs Cost $ $ $ 88.06 $ th th V} VT VT U} V1: VF VF VT VT i +h r i VY tn. VI VT r i VT VT VT VT i VT VT V4 ail. a VT VT e. V} VT tD 0 a). to VT 11.78 Z' C N 0 r1 VT fa O. d 0 Labor Material v E CO° a Overhead Redhawk Sub !Total Cost of Work issued 9/23/2020 COP 027 OAS System 8.7.20 REV 1.xi COP Wage Rates Fire Hall 51 Tukwila Project Name: O z U a .Q Q. Contractor: .o U a aa) O▪ .-. o- O a) ^C L N O w a) 0 ."C-. N u .0 0 .... C- ) as E o C U U N N C V • .0 A W .O 0 > 'O C)E d% a) E• > • Ta V • O C • C (C▪ ) C N C a) O N a) C = a `O o O O m c L C O -p = O V 0 . -0 N CO u) O O O O y T C O fes- C 'O t0 O V C y :2 N lO > . N Y ll)c ID N '0 O tai aO C. w ❑ c a a_ ..3 .g. .pa 2 o` U) CO N a) a) O a) a)a • al O) O)C O > a) CU COd• N ON fdCOC °7 r�Con Um a)c `0oo 'v c � C O• C V c E T N c V(< N > N 17) U C a) Q C O c aNCN _O , 'ON OO 0) .s% 0 NOE.a.CC W L 0°):p N aNOC ON 4'$ a) C a) . N • Ca 03 C ° C ~ E Jo 0 0 • a) '� c - p U `o Q > 'c O .o a) C..1 C 3 a w • E a) o a) a) • C 'O N ICO C a) O C ❑ C U to E 7 O 7. O t co C C< E C `o m o ....J ... C m 0 _ LN 'O.a)a3 gO m• -0 v N"O taL.W a) a) to .N -_m _) `)LL N(I) C to . t) Q m= - 7 N O a°6N LL5 • LLO fn=O mi tO V 'O ` o " m M c1' (17 tt) N a) _c EEEEEE v M n a) .w a) a) a) a) a) N (O ti C .-. (L) E E E •O r N• "6 4 to (; U) a) m a) g, O .O N 'O • N U N W 0 z .5 Form Revised 6/1/2004 44A ti't dJ3 US £Pr t+A H? U3 U} s U3 to fA N3 i : U► UD fF} E4T � U3 . M Nt fA Hi CO', U3 UT di UD U> 49 (A vi teA U3 U# U3 Va d; ifr U) fA CA U) . w To ). -1O SP. O N �_ $ 57.51 O In cr N U3 0 e6 U# EA U} U3 U3 $ 82.09 Electrical... Foreman 01/01/20 CO M CO UD $ 24.80 $ 88.06 EA I 69 (A I CA h CO W .a.. R 0 0 0 O 0 0 0 Ci 0 0 O o ti 0 O O UY Trade & Position Rate Schedule Date* Prevailing Wage (incl. Benefits) 11. Hourly Wage Rate (forman) 2. Hourly Benefits ISUBTOTAL P "6 o 5 LL ri O 0 d U LL et 15. MEDICARE % of 1 16. SUI % of 1 (insert correct % to right) 7. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) .o U a aa) O▪ .-. o- O a) ^C L N O w a) 0 ."C-. N u .0 0 .... C- ) as E o C U U N N C V • .0 A W .O 0 > 'O C)E d% a) E• > • Ta V • O C • C (C▪ ) C N C a) O N a) C = a `O o O O m c L C O -p = O V 0 . -0 N CO u) O O O O y T C O fes- C 'O t0 O V C y :2 N lO > . N Y ll)c ID N '0 O tai aO C. w ❑ c a a_ ..3 .g. .pa 2 o` U) CO N a) a) O a) a)a • al O) O)C O > a) CU COd• N ON fdCOC °7 r�Con Um a)c `0oo 'v c � C O• C V c E T N c V(< N > N 17) U C a) Q C O c aNCN _O , 'ON OO 0) .s% 0 NOE.a.CC W L 0°):p N aNOC ON 4'$ a) C a) . N • Ca 03 C ° C ~ E Jo 0 0 • a) '� c - p U `o Q > 'c O .o a) C..1 C 3 a w • E a) o a) a) • C 'O N ICO C a) O C ❑ C U to E 7 O 7. O t co C C< E C `o m o ....J ... C m 0 _ LN 'O.a)a3 gO m• -0 v N"O taL.W a) a) to .N -_m _) `)LL N(I) C to . t) Q m= - 7 N O a°6N LL5 • LLO fn=O mi tO V 'O ` o " m M c1' (17 tt) N a) _c EEEEEE v M n a) .w a) a) a) a) a) N (O ti C .-. (L) E E E •O r N• "6 4 to (; U) a) m a) g, O .O N 'O • N U N W 0 z .5 Form Revised 6/1/2004 St 4 4 Ci cr! N N Ln hi m m N 00 CO 0 0 in 0 ci ci ci ci N ci c; ci r-4 St of Ln to Ln Lfl cr! 00 en N N -4 In CD 1.1) N. N N <-1 <-4 1.11 1Z7 ci nr; 6 c; <-1 Ui 00St 4...)uuuuciuut..)22L.)uu.3 Le? Ln N N hi CD St O in en en Li 00 4 .Z7 N 00 r, rs! 00 rri r, ..-1 1 on en en 6 N N N Cl L41 U1 N N Lf) 0 cr. LO m m 00 4 CO N. 00 cf., <-1 r, e4 <-1 enrnrnLoN Ln <-1 LO <-1 01 N in LID <-1 17. 111 in N 0 4 00 r-1 d- LI3 r, cr, CO C71 0 i „,..; in en 00 Ln 4 en 00 r, 06 N re; Ci ,-4 N r-1 LO LO r, to r.. rn 01 N in ,-1 '7 <-1 <-1 N <-1 41-) <-1 <-1 O 0 01 0 N N 111 0 St N CO 0 01 in in CO 1-, 00 00 00IN LO 1.0 Ui N N uuouutiuuti22uu LU 01 N <-1 111 1.0 01 N N 1-1 147 10- N St 0 1.0 11) CO 0 0 1D ln <-1 rri N N. 00 11D ''I'' N: 6 cc; Lai 0 N <-4 4 rsi N Let oi en co 'Cl- 7, 7, r, m o o -1 -1 01 'it 0 N <-1 CO StSt 1-1 1-1 Ci 0 0 0 c) 0 0 O. 0 0 O. 0 Ln 00 v-INNNNNNNNNNN<-10 0 0 0 CD 0 0 0 0 CD CD CD CD C) 0 N N N N N N N N N N N N N N -, ".., -,.. *.-, ".., ^, `•-, "..., 'a "..... N CD 0 0 01 01 ilD 171 CD CD CD CD N 0 a) i-1 <-1 <-1 1-1 N N ''', <-1 a-4 r -I a -I , , ,, ...Er _,, a, , in 4-4 ro <-1 LO 11) 17) <-1 <-41 in 1.0 LO 1.0 tt) <Z1- (21 r-1 C) 10- 47 Ln N ‘.-4 0 in en i.0 en i..0 4-, "Zr VI h Ci q----) VI N CO c as c 0 LU C) C) < v) --... a. 2 5 0 U 0 < I— = Lu D I— Loi r4 cd.)1— > U UW 0 2 ., -J ,.1 0 c....i 03 ---- Li)in 2 Ln z U CC 0- 0 1.-9 ... .." 2 < 2 , z .. }- , I— x 2 .<3. 1 le OD 1— c,UJ fr) V) CO 44., CY —ilil 0 = (.9 13 QS ---- I- C V) O_ 0 o1- 2 z z = .e --, X = L.) U U U LU H co0 1_ XN 041 X r CC r r - 00 0' <-1 c 4- .1-<-1 't -i -<'-i 4t 6 4t #12 THHN GREEN WIRE CONN YEL WIRE MARKER #12 WIRE POWER TERM Co 0 F - 4j 0 F - Lao cn 0 ▪ c° I -n c m C'Et • (NI c %-1 s_ u_ `cg • v-4 co m 4-4 Co0 I- 4-, Co L• N a) 0.1 CI. Z < O "I CO▪ O --1 N 15.55 1,188.79 88.06 1,037.35 N c CD CD e--1 15.55 1,188.79 88.06 1,037.35 CO h —1 1/1 Co + C:.; CD 0 CI.CD General Expenses Overhead 0 CD CD 0 U)CD 0 1.1)- 0 CES (3.▪ ) ft - a) CD a) .71 70 0 CD 4-, CD 00 77.86 1,635.01 79.17 1,662.48 00 N 01 01 N N. 00 00 00 00 c -i e -I 00 00 N r--. ,i ,i ,1 ,i 0) 01 N N od 00 00 00 N -i c -I 00 00 '- -1 00 0N N0 • (.0 N N 00 0 la (.0 N N N N 70 m a) u as ray) 0_ 4-4 — co co 9— c m — LT: RED HAWK Fire & Security Date: 8/6/2020 CHANGE ORDER DETAIL # 2 Project: Tukwila Fire Station 21 Job No: 19-1120 To: McKinstry Attn: Rob Crawford Phone: 206-800-1204 Fax: robertc@mckinstry. 21312 30th Drive SE, Suite 103, Bothell, WA. 98021 Phone: (425) 486-2600 Fax: (425) 486-2611 Visit us online at: www.redhawkus.com Red Hawkb FS CO#: Electrical RFI #: Electrical CO #: Gen Contr RFI #: Arch ASI #: Notice to Proceed Date: Title: DAS System Monitoring by Fire Alarm Ref. Drawing or Spec.: Description of Work to be Performed: Added (2) FDM-1 dual monitor modules to monitor the building DAS system. Pricing includes programming, pretesting, and commissioning. iviatenais Item #: vroviaea: Qty: Mfg: Model: Description: 1 1 J -boxes 2 2 Notifier FDM-1 Dual Monitor Module 3 4 S b / ti 9 10 11 12 13 14 15 16 17 18 19 2U CR BREAKDOWN: A. Material Summary B. Labor / Misc. Summary C. Subcontract Summary Sub -Total Labor & Materials: D. Sales Tax: $342.00 • $928.00 $1,270.00 Total Change Request Proposal: $1,270.00 ADDITIONAL CR SCOPE: Permits: No Bond: No Sales Tax: No Blueprint Service: No Insurance: No Job Storage: No Tools: No Parking Fees: No B&O Tax: No Other: No Critical to Schedule: Yes Cost Effect: Yes An extension or: additional days is Requested tor this change. Date: 8/6/2020 By: Originator Joe Skvarla Authorization to proceed. This Change Request Proposal is approved. By: Date: NOTE: 1- This Change Request Proposal is valid for thirty (30) days from the date above. 2- Red Hawk FS hereby reserves the right to make claim for extension of time and / or claim for additional costs. 3- This change order must be signed, dated and returned before Red Hawk FS can perform any of the above mentioned chang KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 016 R1 JOB NAME Tukwila Fire Station #51 DATE 10/13/20 General Contractor Lydig Reference Documents Lydig DESCRIPTION This COP is for our costs to remove and replace the ceiling tile for the added DAS System. Prepared by: Miranda Laratta 1. Direct Labor Cost (from attached cost breakdown form) a. crew (apprentices, journeymen, and laborers) b. foreman/superintendent Direct Labor Subtotal $ Labor Markups c. direct supervision (NTE 15% of la) d. safety (NTE 2% of lines la & lb) $ 1,356.00 85.00 1,441.00 0 1,441.00 2. Material Cost (from attached cost breakdown form) 1,180.80 $ Subtotal 1 thru 4 $ 2,621.80 5. Overhead & Profit 393.27 3. Equipment Cost (from attached cost breakdown form) 4. Small Tools (NTE 5% of la & lb) a. NTE 10% portion of 1,2,3, and 4 (overhead) b. NTE 5% portion of 1,2,3, and 4 (profit) 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) 262.18 131.09 $ 8. Insurance (1.85% portion of 1,2,3,4,5,6, and 7) 55.78 9. Bonding (0% portion of 1,2,3,4,5,6,7, and 8) Total Cost $ 3,070.85 KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 016 R1 JOB NAME Tukwila Fire Station #51 DATE 10/13/20 General Contractor Lydig Reference Documents Lydig Pricing Documents IPE Description Qty Uni Labor Rate Material Rate Equipment Rate Total Tile Installer 16 HR $ 82.00 $1,312,00 $ $1,312.00 Hanger 0 HR $ 82.00 $ - $ 393.60 $ - $ - $ - Taper 0 HR $ 82.00 $ - $ - $ - $ - General Labor HR $ 82.00 - $ - $ - Labor & Industries 16 HR 2.75 $ 44.00 $ - $ 44.00 Foreman Superintendent 1 0 Subtotal hr hr Total $1,356.00 85.00 $ 85.00 91.00 $ - $1,180.80 $ 2,536.80 $ 85.00 $1,441.00 $1,180.80 $2,621.80 $ - $ - 4'x4Tile - Lyra 8499PB - Vector White 3 BX $ - $ 393.60 $1,180.80 $ - $1,180.80 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 8 - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Foreman Superintendent 1 0 Subtotal hr hr Total $1,356.00 85.00 $ 85.00 91.00 $ - $1,180.80 $ 2,536.80 $ 85.00 $1,441.00 $1,180.80 $2,621.80 Note: 3 box Lyra Vector and 17 hours for COP 16R1 1 boxes Lyra Vector, 2 boxes Armstrong 1434 and 9 hours for COP 19 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 For COP 16R1 AS 22 DAS System and COP 19 Trade Damage KNUTSON METAL FRAMING & DRYWALL . NW NO, JOB NAME NOTICE TO PROCEED Tukwila Fire Station 51 DATE REFERENCE DOCUMENTS 07 z RFI ASI c12 - CCD COP OTHER DESCR PTION OF WORK .,ItrIFIOR17.4:170N 7V) GliNE12.,177?,/A101)11''Y ItSE1?.1,fED „C*01,1:':Y BYCK. IN.'Nfi'll'Ol\r1)L7P0'01\11\71-?,'L 11-A15 QQI..Vs OF Tma R1iLe v) L rbL:.- Po-L.:soon-it 12-6' PL -P, c_ L-6 I'&j5 cr3r2-11-t- -r" N] 0 (2_,:t l..k NAME: DATE: COMPANY: SIGNED: WORK AUTHORIZED BY: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY AUTHORIZES IVORK DESCRIBED AND COMPENSATION RASED ONQUANTITIES LISTED BEL0117 MATERIAL TYPE OF MATERIAL 7 it_ .2 Ge? & 1``X 60'5 V?" T/LE be )K4 /76 tif4W QUANTITY UNIT VENDOR DATE CODE LABOR NAME REG OT INITIALS -aff.knowferdging h Tilt— a Lydig s adreerne,nt that hir • •o an y that the resources Pffrf-DrKeo. nrIffe 'AXIS -an ext 'a then it re duty to D-n\irr due and thQ. Contras ha. 4lir ,4 TA. ci.r-eativE„, equeEt MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL _irnent, Lydia Const'uction is the resources NEI 'kncwieddement dr, ed were LIct ex ra to tile stibcok404e on DA EW re diti6g1 and NAME was 4-antraGter-13,&.lievesUisw airis e d. -Per—ttre T,TibT5antract nentt, Erid request E ige-t-rd-er ccos&i, or a r BY 111 rattient. cLi)i\iTR 1111111, KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 Ni? NO. JOB NAME NOTICE TO PROCEED Tukwila Fixe Station 51 DATE 07j REFERENCE DOCUMENTS RFI ASI CCD COP OTHER ciL) 6— er7 DESCR PTION OF WORK C,'ENEY ATE/AIODIFYILS'Lq.:RVED,i'01XY R--- - Z_ 5 IA...), c ) D /1 WORK AUTHORIZED BY: NAME: 71,.Af,, DATE: COMPANY: 4 SIGNED: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY 4UTHORTZES WORK DESCRIBED .AND COMPENSATION BASED ON OUANTITI ES LISTED BELOW" MATERIAL. TYPE OF MATERIAL QUANTITY VENDOR _-_ CODE q 5 0 95/0 0 R5 LABOR NAME REG 42-1.1_1§61357_17 N-OPT/X2,- OT INITIALS MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL DATE CODE LABOR NAME REG OT INITIALS NTP NO, KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED Tukwila Fire Station 51 DATE t71/1 7 /.2.-2.0 REFERENCE DOCUMENTS RFI ASI Z. - CCD COP OTHER DESCR 1)TION OF WORK 11 1`IIOIUMEION lt) GEIVE"it,1173/111(11),IPY i'O/E1' BYGJ. KIN1 7:10NI,E11CONNEL 6L16-16- 'JILL i -k F Pr2-03GI f2 191 1-‘4,e:. 1 L oy_z p PT 1-4 47---T EAJTD WK AUTHORIZED BY: NAME: 2t DATE: 7 .7 - COMPANY: SIGNED: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNAL ORYACITTIORIZES Ir'01(K DESCY,I13ED AND COMPENSATION BASED ON ,OUANYTTIE S LISTED PL,LOIV MATERIA TYPE OF MATERIAL UA UN VENDOR MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL DATE CODE 1.1611,Nait NAME REG OT INITIALS DATE CODE ..... — - .. NAME REG OT INITIALS a /AZ/47 '/510N-3 'DTur.„Ak) ___ WALLBOARD - ACOUSTICAL - STEEL - INTERIOR ACCESSORIES GTS IntelarSupply 10819 120TH AVENUE NE - KIRKLAND, WA 98033-5024 Credit Inquiry (425) 822-6837 S 0 L D T 0 G K KNUTSON INC 5060 PACIFIC HWY STE 131 FERNDALE, WA 98248 S P T 0 REMIT TO INVOICE GTS INTERIOR SUPPLY PO BOX 97090 KIRKLAND, WA 98083 Customer No. Date Tax Code Number 1007458 08/26/20 1729 60179014-01 TUKWILA FIRE STATION 51 17915 SOUTHCENTER PARKWAY CARLOS (206)436-9094 TUKWILA, WA 98188 Order Date Customer P.O. Number Customer Ref. Ordered By Entered By Regd. Ship Rep Date Shipped 07/10/20 TUKWILA F CARLOS kjc 08/25/20 DVM 08/26/20 SPECIAL INSTRUCTIONS [2] Product No. Quantity Desc Description U/M Extension Unit price Amount A8499PB ty 3 1 CTN EA Lyra 15/16" Vector48"x48"x7/8" 64'/ctn THANK YOU Deduct 23.62 If Paid By 09/15/20 CTN EA 3 1 393.60 0.00 1180.80 0.00 KEN KEN Delivered by GTS - Kent Subtotal 1180.80 Tax 0.00 Add'I Charges 0.00 TOTAL 1180.80 SERVICE CHARGES AT 1-1/2% PER MONTH ON PAST DUE BALANCES. ALL TRANSACTIONS REFERENCED HEREIN ARE GOVERNED BY THE TERMS AND CONDITIONS LOCATED AT HTTPS://WWW.GMS,COM/TERMS-CONDITIONS WE 1 NSTE A+U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -022 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Thayer Wild Copies to: Lydig, SOJ Attachments: E301, E302, E401, E501, E801 Project No. 17001 Issue Date: 07/02/2020 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 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 -022 documents the addition of a DAS Wireless system including a rooftop antenna, comm room equipment, cabling, and two access points. 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAU.com T 206 443 8606 F 206'143 1218 LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #123 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila ,Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #123: CE #083 - Simonet Woodwork Default TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 123 / 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: 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) 10/9 /2020 None Amount Based No TOTAL AMOUNT: $1,758.62 POTENTIAL CHANGE ORDER TITLE: CE #083 - Simonet Woodwork Default CHANGE REASON: Internal Change POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #083 - Simonet Woodwork Default Simonet Woodwork was originally contracted to supply the casework for Tukwila Fire Station 51. Prior to delivery of the casework package, there was a fire at the Simonet facility which compromised the entire casework package that was being prepared to ship. Simonet was not able to recover from this loss, therefore Lydig contracted the next lowest/responsive bidder that had capacity to take -on the project (Display Manufacturing) to supply the casework in Simonet's place. Per discussion between Craig Greene, Justine Kim, and Julie DeDonato, this change order is being submitted to recoup the delta between the original contract with Simonet and current contract value with Display Manufacturing, plus volume -driven markups. Contract Value Delta Calculation: • Simonet Contract Value: $127, 372.00 • Display Manufacturing Contract Value: $216,025.00 • Delta: $88,653.00 Volume -Driven Markup Calculation: • GL Insurance (0.75%): $664.90 • P&P Bond (0.75%): $669.88 • B&O Tax (0.47%): $423.84 ATTACHMENTS: Lydig Construction, Inc. page 1 of 2 Printed On: 10/15/ 2020 08 :15 AM Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc Sub - BP 03 & 07 Subcontractor $ 88,653.00 Lydig Construction, Inc. page 1 of 2 Printed On: 10/15/ 2020 08 :15 AM LYDIG PCO #123 2 50-004-02-- MACC Contingency MACC Contingency Usage Project Contingency ($88,653.00) 3 50-002-01-- Overhead/Profit/Fee GLI, P&P Bond, B&O Tax Overhead and Profit $1,758.62 Subtotal: $1,758.62 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $'0,00 GL Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: $1,758.62 Owner Signature Date DocuSign Envelope ID: F75576B1-D4DC-4EC6-9AFF-725256EE8238 LYDIG 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone (425) 885-3314 Fax (425) 881-2903 www.lydig.com SUBCONTRACT AGREEMENT 2019 Edition This agreement with an effective date November 6, 2019 (hereafter "Subcontract") is between LYDIG CONSTRUCTION, INC. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 (hereafter "Contractor" ), and SIMONET WOODWORK LTD. 5515-92 Street Edmonton , Alberta T6E 3A4 (hereafter "Subcontractor" ). Contractor has entered into a contract with City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 ORDER NO. S 06-716-99 JOB NO. 30126-10 Contact: Kiel Lunsford Email: klunsford@lydig.com Phone: (425) 885-3314 Fax: (425) 881-2903 Contact: Karl Abrahart Email: karl@simonetwoodwork.com Phone: (780) 438-2474 Fax: (780) 434-9351 (hereafter "Owner") to perform certain labor and furnish certain material for the construction and completion of Tukwila Fire Station #51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Superintendent: Tom Pitman Email: tpitman@lydig.com Phone: (425) 885-3314 Fax: (425) 881-2903 (hereafter "Project") as per the project plans, general, supplementary and special conditions, specifications, and addenda, and the following: 1) Form of Agreement between GC/CM and Contractor: 5/1/2017 2) Form of Agreement between Owner and Contractor: 11/20/2017 3) Project Specifications dated: 12/20/2018 4) Project Drawings dated: 12/20/2018 5) Contract addenda: 1-8 as prepared by Weinstein A+U 2200 Western Ave #301 Seattle, Washington 98121 (hereafter "Architect"), all of which documents are hereinafter referred to as the "Main Contract." (WA:REV.5/1/19) Page 1 of 29 DocuSign Envelope ID: F75576B1-D4DC-4EC6-9AFF-725256EE8238 In consideration therefore, Subcontractor agrees as follows: 1. Subcontractor shall provide all supervision, materials, labor, supplies, services, equipment and all other items necessary to complete the work set forth below and which may further be described in Appendix 1 (hereafter "Subcontract Work" or "Work"): BP -07 - Casework Subcontractor shall provide the Subcontract Work in strict accordance with the Main Contract, which document has been made, and remains, available to Subcontractor for review, the provisions of which are expressly incorporated herein by reference and in Article A.1 and the General Conditions here following. 2. Subcontractor is to provide a bond for its Subcontract Work at this time (Yes/No): No Lydig Construction has the option to require this Subcontractor to obtain a 100% Performance and Payment Bond at any time during the life of this Subcontract. Subcontractor to be reimbursed for actual bond costs. 3. Subcontractor agrees to be bound by all of the terms of this Subcontract, including general conditions paragraphs A through U here following, Appendices 1-8 and any other attachments to this Subcontract. Appendix descriptions: 1 - A. Scope of Work; B. Project Specific Information Common to All Subcontractors 2 - Insurance 3 - Indemnification 4 - Substance Abuse Policy Statement 5 - Safety Requirements 6 - Equal Employment Opportunity Policy 7 - Electronic Modeling Applicable to this Subcontract (Yes/No): No 8 - Subcontract Bond Forms For the full, complete and faithful performance of this Subcontract, Contractor agrees to pay Subcontractor (hereafter "Subcontract Price"): [X] (a) a lump sum in the amount of (one hundred twenty-seven thousand three hundred seventy-two dollars and zero cents) ($127,372.00). OR [ ] (b) according to unit prices as set forth in Appendix 1 here following on the basis of the Owner's or Contractor's estimated quantities, which yields a gross Contract Price of approximately This Subcontract must be executed below by an officer or duly authorized representative of Subcontractor without modification, and returned to Contractor within fourteen (14) calendar days of the effective date of this agreement noted above. If not, and if Subcontractor elects to perform any of the Subcontract Work without first securing a fully executed Subcontract, then Subcontractor shall be deemed to have accepted this Subcontract unmodified, as issued. The effective date of this Subcontract shall be the earlier of the effective date of this agreement noted above, or the date of Subcontractor's signature without modification. Subcontractor's delivery to Contractor of the executed Subcontract without modification, along with suitable bonds, if required herein, and proof of insurance as required herein, are all express conditions precedent to any payment to Subcontractor. IN WITNESS WHEREOF, Contractor and Subcontractor have executed this Agreement effective this Contractor: Subcontractor: Lydig Construction, Inc. SIMONET WOODWORK LTD. By: —DocuSigned by: p—DocuSigned by: '— E06523B7442C432... Title: Project Manager Date: 12/16/2019 Contractor's Reg. # LYDIGC*264JC By: Pawl Ptaw Subcontrac Title: :Or t 0Lr4gI 36'Citure) President Date: 12/10/2019 Incorporated? Yes X No SI ONWLG4Lcense or Registration # §148rjthacoof's Industrial Insurance Acct. # Ocontractor's State Unemployment Ins. Acct. # Wrlst a -'s Federal Tax ID # golir6ot 2c gsr's UBI # (WA:REV.5/1/19) Page 2 of 29 uocuNgn nveiope iu: /1 rijUbb-OVU /-61-Z (A-tibVU-1UUtjl-bbbil:Ub LYDIG 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone (425) 885-3314 Fax (425) 881-2903 www.lydig.com SUBCONTRACT AGREEMENT 2019 Edition This agreement with an effective date April 8, 2020 (hereafter "Subcontract") is between LYDIG CONSTRUCTION, INC. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 (hereafter "Contractor" ), and DISPLAY MANUFACTURING 3803 136th Street NE Marysville, Washington 98271 (hereafter "Subcontractor" ). Contractor has entered into a contract with City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 ORDER NO. S 06-717-991 JOB NO. 30126-10 Contact: Craig Greene Email: cgreene@lydig.com Phone: (425) 885-3314 Fax: (425) 881-2903 Contact: Dave Sharp Email: dave@displaymfg.com Phone: (425)304-0482 Fax: (425)304-0794 (hereafter "Owner") to perform certain labor and furnish certain material for the construction and completion of TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Superintendent: Tom Pitman Email: tpitman@lydig.com Phone: (425) 885-3314 Fax: (425) 881-2903 (hereafter "Project") as per the project plans, general, supplementary and special conditions, specifications, and addenda, and the following: 1) Form of Agreement between GCCM and Contractor: 5/1/2017 2) Form of Agreement between Owner and Contractor: 11/20/2017 3) Project Specifications dated: 12/20/2018 4) Project Drawings dated: 12/20/2018 45 Contract addenda: 1-8 as prepared by Weinstein A+U 2200 Western Ave #301 Seattle, Washington 98121 (hereafter "Architect"), all of which documents are hereinafter referred to as the "Main Contract." (WA:REV.5/1/19) Page 1 of 29 UocuSign Envelope ID: /1/33065-590/-42/A-tt69O-1U(Cb ti5:iUUb In consideration therefore, Subcontractor agrees as follows: 1. Subcontractor shall provide all supervision, materials, labor, supplies, services, equipment and all other items necessary to complete the work set forth below and which may further be described in Appendix 1 (hereafter"Subcontract Work" or "Work"): BP -07 Casework Subcontractor shall provide the Subcontract Work in strict accordance with the Main Contract, which document has been made, and remains, available to Subcontractor for review, the provisions of which are expressly incorporated herein by reference and in Article A.1 and the General Conditions here following. 2. Subcontractor is to provide a bond for its Subcontract Work at this time (Yes/No): No Lydig Construction has the option to require this Subcontractor to obtain a 100% Performance and Payment Bond at any time during the life of this Subcontract. Subcontractor to be reimbursed for actual bond costs. 3. Subcontractor agrees to be bound by all of the terms of this Subcontract, including general conditions paragraphs A through U here following, Appendices 1-8 and any other attachments to this Subcontract. Appendix descriptions: 1 — A. Scope of Work; B. Project Specific Information Common to All Subcontractors 2 — Insurance 3 — Indemnification 4 — Substance Abuse Policy Statement 5 — Safety Requirements 6 — Equal Employment Opportunity Policy 7 — Electronic Modeling Applicable to this Subcontract (Yes/No): No 8 — Subcontract Bond Forms For the full, complete and faithful performance of this Subcontract, Contractor agrees to pay Subcontractor (hereafter "Subcontract Price"): [X] (a) a lump sum in the amount of (two hundred sixteen thousand twenty-five dollars and zero cents) ($216,025.00). OR [ ] (b) according to unit prices as set forth in Appendix 1 here following on the basis of the Owner's or Contractor's estimated quantities, which yields a gross Contract Price of approximately This Subcontract must be executed below by an officer or duly authorized representative of Subcontractor without modification, and returned to Contractor within fourteen (14) calendar days of the effective date of this agreement noted above. If not, and if Subcontractor elects to perform any of the Subcontract Work without first securing a fully executed Subcontract, then Subcontractor shall be deemed to have accepted this Subcontract unmodified, as issued. The effective date of this Subcontract shall be the earlier of the effective date of this agreement noted above, or the date of Subcontractor's signature without modification. Subcontractor's delivery to Contractor of the executed Subcontract without modification, along with suitable bonds, if required herein, and proof of insurance as required herein, are all express conditions precedent to any payment to Subcontractor. IN WITNESS WHEREOF, Contractor and Subcontractor have executed this Agreement effective this April 8, 2020 Contractor: Lydig Construction, Inc. Subcontractor: DISPLAY MANUFACTURING BY: rr �r q �i�iMCCUIL-' •, By: C "0 Subcontractor (Authorize Signature) Title: VP of Operations Title: Project Manager Date: 4/10/2020 Contractor's Reg. # LYDIGC*264JC Date: 4/10/2020 Incorporated? Yes X No agftrtrfa§t9§lzkicense or Registration # OSyrrabt®r's Industrial Insurance Acct. # iSdsontra5ttr's State Unemployment Ins. Acct. # MGontrnt8r's Federal Tax ID # 6Si8ho§t$r's UBI # (WA:REV.5/1/19) Page 2 of 29 LYDIG Lydig Construction, Inc. 3180139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #124 Project: 30125-43 - TFS#51 GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #124: CE #177 - #353: ARCH - Weatherstripping at Aluminum Double Doors 104A and 106A 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 30125 - Tukwila Fire Station #51 GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) PCO NUMBER/REVISION: 124 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: Pending - In Review CONTRACT: CREATED DATE: 10/14 /2020 PRIME CONTRACT None CHANGE ORDER: LOCATION: ACCOUNTING SCHEDULE IMPACT: METHOD: PAID IN FULL: Amoun No TOTAL AMOUNT: $606.32 Based POTENTIAL CHANGE ORDER TITLE: CE #177 - #353: ARCH - Weatherstripping at Aluminum Double Doors 104A and 106A CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #177 - #353: ARCH - Weatherstripping at Aluminum Double Doors 104A and 106A #353: ARCH - Weatherstripping at Aluminum Double Doors 104A and 106A Supply/install new locks at doors 104A and 106A. Roll hinges at both openings. ATTACHMENTS: Self Perform PCO 124 SP - PCO Breakdown LCl.pdf Owner Signature Date Cost Code Description Type Amount 1 03 -001 -99 --Structures, Enclosure & Misc Sub -BP03&07 Supply/Install New Locks Subcontractor $ 568.93 Subtotal: $568.93 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 9.00. Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $25.60 GL Insurance: 0.75% Applies to all line item types. $ 4.46 P&P Bond: 0.75% Applies to all line item types. $ 4.49 B&O Tax: = 0.47% Applies to all line Item types. $ 2.84 Grand Total: $606.32 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Document Reference: RFI 353 Contractor: Lydig PCO: 124 SP Date: 10/14/2020 Contractor Ref. No. Description: Install 2 new locksets for 104A and 106A with integral weatherstripping and adjust hinges. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 352.80 b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) DIRECT LABOR SUBTOTAL $ 352.80 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 132.30 5. OVERHEAD & PROFIT a. 15% on Materials (2) 19.85 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 52.92 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 1. CRAFT LABOR COSTS $ 352.80 2. MATERIAL COSTS $ 132.30 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 485.10 5. OVERHEAD & PROFIT $ 72.77 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 0.75 % of 1-7 4.18 0.75 % of 1-7 $ 4.22 0.47 % of 1-8 2.67 8. Bond $ 8. Bond $ 9. B&O Tax $ TOTAL COST 4.18 4.22 2.67 568.93 Self Perform PCO 124 SP - PCO Breakdown LCI.xlsx Page of Issued 10/14/2020 COP Cost Breakdown e Station #51 O E Z z v Ed u o Q m ° u' $ 352.80 $ - $ 132.30 $ viS NN Vf 4/1; N Nth!M1 r a r' N N t r S S r r N N :i r S N r r N N e r S N r r N N S r i SSS r 0 N .. N co N Equipment Cost $ N C 7 19 d 10 2 Cost $ I $ 132.30 r N N N r r �. N N N N r r N N r. 'r r i N N N N Nth t r r N N r' r r r i r N N N N S N r r i N N N r r N N e r N N 0 M' ry m N 44 Unit $ Unit Amt Labor $ - $ - th Ol• N NN NNNN U}NN NNNNIM1N N N5 .1" oen w m O O d' 0 N W co N C ci Description Labor (Carpenter) Equipment Materials (2 New Locksets) (Total Cost of Work Issued 10/14/2020 Self Perform PCO 124 SP - PCO Br COP Wage Rates Tukwila Fire Station Project Name: 0 z 0 al .0 0 0 0 0 N O U d a) CD O 0-- O o 'C.. a7 O 0 N la -C oo 0 a7 N O .2- t, U 0 a) a> C - U d A a C w a a) E > is • N w ? " 2 as m If) C v -c O , W N N •C r.. = o0 n c r> a) CE .-- o -o E O Y _0 0 U _0 0 cal lfj t. of >� • .0 0 h c O a7 0 V' C 0 0 co N -0 -',7-, 41S o) O C C a)2 a) >n 0 l'''1: -;O 0 cC i Ua) a . h 08 a a)a. yN CO .r - 1N CN N OC .- : coL )oC C CC0aa0 a) Oya--0 92 0 oN0 O a) 0_ o co 0 o „,m oa> a) a) a) U a) .1- C O ..0 o 0 Oti Q ton. N '.OA 7 C ar Q C C -70 M 0. L 0) CD 0 CD .4C11 E CD O D. CE — C E w .0c 0 m c0) O C U to o a) F ,E ". o Y J 1;3 a> to C C 0-0 0 0 a> w o .0 m U to c > = E a> m .a n °c o p E 0 0 0 m m a m 'v >, m V o_ v E m o �o a) E *6 c= Q E c o T. m J 3 D m m d C 0 ID v m 0 C - a) .0 o ` 'O a) N a) L1.. m N to C. 5.. LL la .0 a) y V N N N. w y N j U N 0 a) 05 Ll LL (/) m v E 'o E m co ri Iri cfl .n w "c w ;. m aEi E E CD aEi E E E° r cu M y cri co ca m a)a) w a) ct O O O -0 a a) A cJ U P/8 w 0 z Issued 10/14/2020 Form Revised 6/1/2004 EA t to EA 69 tH Vt E9 Ffi fA ff#: W eR EA "4fD V3 : 65- us : ND N? ill V3 4$ EA t tl3 Ki Vi El9 EA -EI, EfD :GAY E#1 Ef} 4 u EA t u3' V3 Laborer 40 0 $ 46.57 1 - EH V ®N. Efl "a',P EA W N co LC) EF} c0 H3 0 :_0) fH $ 3.27 t0 &4 m -0 VA Carpenter 01/04/181 CO N- 11) E9 CO cD r 69 CO .- fR N U) P. E9 $ 0.34 M .0 'Efs C'))' r E9 CC +) N : Cs-- M EfT C.. r' f A $ 88.20 to cc 0 c0 0 0 N. 0 In N 004 O <t N EH o 0 U) -N Trade & Position Rate Schedule Date` IPrevailing Wage (incl. Benefits) 1. Hourly Wage Rate (forman) 2. Hourly Benefits 3. Sick Leave SUBTOTAL 3.FUI %of1 14. FICA % of 1 15. Sick Leave % of 1 16. SUI % of 1 (insert correct % to right) 17. WC (insert $ amount per hour) 18. Safety TOTAL (incl. payroll taxes) 0 N O U d a) CD O 0-- O o 'C.. a7 O 0 N la -C oo 0 a7 N O .2- t, U 0 a) a> C - U d A a C w a a) E > is • N w ? " 2 as m If) C v -c O , W N N •C r.. = o0 n c r> a) CE .-- o -o E O Y _0 0 U _0 0 cal lfj t. of >� • .0 0 h c O a7 0 V' C 0 0 co N -0 -',7-, 41S o) O C C a)2 a) >n 0 l'''1: -;O 0 cC i Ua) a . h 08 a a)a. yN CO .r - 1N CN N OC .- : coL )oC C CC0aa0 a) Oya--0 92 0 oN0 O a) 0_ o co 0 o „,m oa> a) a) a) U a) .1- C O ..0 o 0 Oti Q ton. N '.OA 7 C ar Q C C -70 M 0. L 0) CD 0 CD .4C11 E CD O D. CE — C E w .0c 0 m c0) O C U to o a) F ,E ". o Y J 1;3 a> to C C 0-0 0 0 a> w o .0 m U to c > = E a> m .a n °c o p E 0 0 0 m m a m 'v >, m V o_ v E m o �o a) E *6 c= Q E c o T. m J 3 D m m d C 0 ID v m 0 C - a) .0 o ` 'O a) N a) L1.. m N to C. 5.. LL la .0 a) y V N N N. w y N j U N 0 a) 05 Ll LL (/) m v E 'o E m co ri Iri cfl .n w "c w ;. m aEi E E CD aEi E E E° r cu M y cri co ca m a)a) w a) ct O O O -0 a a) A cJ U P/8 w 0 z Issued 10/14/2020 Form Revised 6/1/2004 JOB NAME: ECS JOB#: CONTRACTOR: CHANGE ORDER REQUEST TUKWILA FIRE STATION 51 4679ZG LYDIG CONSTRUCTION, INC ECS CHANGE ORDER REQUEST#: CONTRACTOR REFERENCE#: PREPARED BY: DATE: 11 104A AND 106A Zoram Garcia 09/23/2020 ** PRICING BASED ON STANDARD FACTORY LEAD TIMES UNLESS OTHERWISE NOTED ** ** PRICING IS GOOD FOR 30 DAYS ** DESCRIPTION OF WORK 104A AND 106A NEW LOCKS WITH WEATHERSTRIP TIME IMPACT AFTER APPROVED CHANGE ORDER: Days Description of Changes Total Material Additions 104A AND 106A: NEW LOCK MS1851SW-410-628 - Radius with Weatherstrip Faceplate3 $132.30 Subtotal ADDS Subtotal Materials Delivery and/or Freight $132.30 $132.30 Total Freight No Freight Charge $0.00 Subtotal Delivery/Freight Sales Tax (0.000%) $0.00 $0.00 CHANGE ORDER TOTAL $132.30 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885.3314 Fax: (425) 881-2903 PCO #128 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #128: : C 17 - #352: ARCH/ELEC Door Hardware Operation at 101A and 101B TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 128/0 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) 10/27 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,801.81 POTENTIAL CHANGE ORDER TITLE: CE #178 - #352: ARCH/ELEC - Door Hardware Operation at 101A and 101B CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #178 - #352: ARCH/ELEC - Door Hardware Operation at 101A and 101B Work performed as part of this change order: • McKinstry: Removal of presence sensor REX at door 101B, adding door release push button at door 101B, and relocating emergency release push button at door 101A. • Lydig Self -Perform: Supply of new push button, patch GWB at REX and push button at door 101B, and paint wall and ceiling areas. ATTACHMENTS: COP 037 Added Push Buttons at Door A nd 101 B.pdf PCO 128 SP - Combined.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 10/27/ 2020 04 :18 PM cost Code Description Type Amount 1 03 -001=99 --Structures, Enclosure & MiscSub -BP 03&07 Supply new push button Subcontractor $847.68 2 26-001-99-- Electrical Subcontractor - 8P 11 Electrical rough -in, installation, and removal of REX Subcontractor $ 843,00 Subtotal: $1,690.68 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. $ 76.08 GL Insurance: 0.75% Applies to all line item types. $ 13.25 P&P Bond: 0.75% Applies to all line item types. $ 13.35 B&O Tax: = 0.47% Applies to all line item types. $ 8.45 Grand Total: $1,801.81 Lydig Construction, Inc. page 1 of 2 Printed On: 10/27/ 2020 04 :18 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #128 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change ARCH/ELEC - Door Hardware Order #128 SP: CE #164 - #352: Operation at 101A and 101B TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 128 SP/0 Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 CONTRACT: CREATED BY: CREATED DATE: Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, In Bellevue Off) 10/22 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $847.68 POTENTIAL CHANGE ORDER TITLE: CE #164 - #352: ARCH/ELEC Door Hardware Operation at 101A and 101B CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE#164 - #352: ARCH/ELEC - Door Hardware Operation at 101A and 101B Supply door release push button selected in RFI 352. Patch and paint drywall ATTACHMENTS: COP RFI 352 - Misc. Final Walk.pdf COR10.1.pdf Owner Signature Date Cost Code Description Type Amount 08-012-97- - HM Door/Frame Supplier Supply Door Release Button Purchase Agreements $ 249.63 2 09-026-99-- Painting Sub Patch and Paint GWB Subcontractor $520.00 Subtotal: $769.63 Fee - Self Perform. Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 61.57 GL Insurance: 0.75% Applies to all line item types. $ 6.23 P&P Bond: 0.75% Applies to all line item types. $ 6.28 BSO Tax: = 0.47% Applies to all line item types. $ 3,97 Grand Total: $847.68 Owner Signature Date CHANGE ORDER REQUEST JOB NAME: TUKWILA FIRE STATION 51 ECS CHANGE ORDER REQUEST#: 10.R1 ECS JOB#: 4679ZG CONTRACTOR REFERENCE#: CONTRACTOR: LYDIG CONSTRUCTION, INC PREPARED BY: Zoram Garcia DATE: 09/23/2020 ** PRICING BASED ON STANDARD FACTORY LEAD TIMES UNLESS OTHERWISE NOTED ** ** PRICING IS GOOD FOR 30 DAYS ** DESCRIPTION OF WORK ADD ONE EACH RELEASE BUTTON - AT CORRIDOR 103 TIME IMPACT AFTER APPROVED CHANGE ORDER: Days Description of Changes Total Material Additions SCHLAGE 631AL $249.63 $0.00 Subtotal ADDS Subtotal Materials Delivery and/or Freight $249.63 $249.63 Total Freight No Freight Charge $0.00 Subtotal Delivery/Freight $0.00 Sales Tax (0.000%) $0.00 CHANGE ORDER TOTAL $249.63 KT Painting 720 N 10th St Suite: A368 Renton, Wa 980057 TO: Lydig Construction Attn: David/Weston Cell: Change Order Proposal Date: 10/21/2020 Job #: Re: Tukwila Fie Hall 51 Scope: RFI 352 11 Please find below our cost for the aboved mentioned Extra Work Order TOTAL COST $520 Per the general conditions of the contract, we are not able to proceed with this change in work until directed in writing. Please issue written direction so as not to impact the schedule. cc: File Signed: Total Misc. Touch Up 8 Hrs. @ $65 $520 Equipment: Truck Day @ $65 Lift Day @ Sub Total Equipment Sub Total Mat. & Equip. 10% Materials & Equipment M/U I TOTAL COST $520 Per the general conditions of the contract, we are not able to proceed with this change in work until directed in writing. Please issue written direction so as not to impact the schedule. cc: File Signed: COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry Description: Added Push Buttons at Door 101A and 101B COP: 37 Date: 10/22/2020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost reakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety $ DIRECT LABOR SUBTOTAL $ 704.48 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) $ 105.67 6. SUB -SUBCONTRACTORS a. b. $ - C. $ - d. $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 8. Bond a. Bond Permit a. Permit 1. CRAFT LABOR COSTS $ 704.48 2. MATERIAL COSTS 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 105.67 6. SUB -SUBCONTRACTORS 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 0.00 % of 1-7 $ 20.25 8. Bond $ 20.25 0.00 % of 1-8 $ 12.59 9. Permit $ 12.59 TOTAL COST 843.00 COP 037 Added Push Buttons at Door 101A and 1010.xlsx Page of Issued 10/22/2020 COP Cost Breakdown O ® y Fire Hall 51 E z U O Z v w u ra T., tgu F an I $ 704.48 1$ 12.59 r No to vF to i!f ih i/Y ih u1 in iIT u} vt in +/ti an in of W v1 in VF in in in art in in Equipment Cost I$ - in in n+n+nu+ vi vi in in Vl io in an in an in in in in in in n in. en in ronin in ';.n in inw in. c n 4.4: 2 Cost in v1 to in in in in 4n in VY in in iA in in in in in in in in in in in ih ih in io vF vY in to 'c m v Labor e in (. O m i1Y in i!T to i/f i!i in in vt iJ} ih in in in in in f , N ilT 'V} in " in in . i in in a in v} r' . in {n in i `f" in in O' cn ih O O CO A C A Description Labor Permit Bond Markup If Work COP 037 Added Push Buttons at Door 101A. and 101B.xlsx COP Wage Rates Fire Hall 51 Tukwila Project Name: O z U N Contractor: a) > C 4_ 2 d at v N rn _ co` v- To O N .c N mow 6 h C D 0 220 C ar C E 0 c) Oa) T t� 00 to V -O N O r 'O O N ."C-, to y T v 0 N h C 7 -0 ca - O N O N. > N 1 0 O 'O (D '0 U o01 r O) F. C 0 �: N a) to N =p O a) .2 O-. O C O a) a) N" t(i N 0. E N C 0 E C p c `o ci cri rn 0 c ton n: °C 0 ` Q) �} tU (/) N CO E -1 O lU C 0. 0- C p O N O IC NON. 0 N NN0)Ui0°' w E >"�, rnv ¢ N T N y. "O 0 C O Q O 7 a O O N v co t1 C `° E c o c to E E W t a) U N a) C U F N a) w c N f1 N '6. N C 4, to 0. N E Y 0 �, LO 0 a) • E ) -) tU .� C c 0 U o E a) o_ c .Nn c o c :� E c N 0 L to to a f` T N -0C o ' E y 2 - N •E ots 00 C C Q w G. o m a`� 3 m U m iv C c) )O u_ 2 m b 0 ` N N 0 -0 N- N y tll 7 '0 "O ' a) .0 0 L.L. •O 2 'O a) a) N N 0 LL N f/) C •'_•• LL N L. _0 '.VI N U N to rn m N N U U '�. :O 0 ob LL LL N N U v 2 0 E .,— ri an CO N 5 - N _) a) aai aDi aai _ _ _ :09 E E E o c‘ith4ctico 2 rUw =lU m O O O 'O CC a to .O Ub U) 0 z Issued 10/22/2020 +ri fA 64 54 - a bP fi} ff} 69 EH EJi ND 69 ei 69 fH m bi 9 as css 69 rss 69 W &A fA 64 60 ff3 fN Ht css t>Rs Es vs Vi 6� 64 Wi 69 40. Ws w Ess 6> tss a4 u t -, a L0 O N O _ O r f) Ess $ 24.58 $ 82.09 bs 69 Ess Of 0 o Electrical Foreman 01/01/20 O ri Co Ess 0 - N 69 $ 88.06 69. Ess tss 1CO Ess tD CO o ce o O O O a O f0 o 0 O O O 0 O O o Trade & Position IRate Schedule Date* IPrevailing Wage (incl. Benefits) I 11. Hourly Wage Rate (forman) 12. Hourly Benefits ISUBTOTAL O 0 3 !L M 14. FICA %oft I 15. MEDICARE % of 1 A 6. SUI % of 1 (insert correct % to right) I7. WC (insert $ amount per hour) J TOTAL (incl. payroll taxes) a) > C 4_ 2 d at v N rn _ co` v- To O N .c N mow 6 h C D 0 220 C ar C E 0 c) Oa) T t� 00 to V -O N O r 'O O N ."C-, to y T v 0 N h C 7 -0 ca - O N O N. > N 1 0 O 'O (D '0 U o01 r O) F. C 0 �: N a) to N =p O a) .2 O-. O C O a) a) N" t(i N 0. E N C 0 E C p c `o ci cri rn 0 c ton n: °C 0 ` Q) �} tU (/) N CO E -1 O lU C 0. 0- C p O N O IC NON. 0 N NN0)Ui0°' w E >"�, rnv ¢ N T N y. "O 0 C O Q O 7 a O O N v co t1 C `° E c o c to E E W t a) U N a) C U F N a) w c N f1 N '6. N C 4, to 0. N E Y 0 �, LO 0 a) • E ) -) tU .� C c 0 U o E a) o_ c .Nn c o c :� E c N 0 L to to a f` T N -0C o ' E y 2 - N •E ots 00 C C Q w G. o m a`� 3 m U m iv C c) )O u_ 2 m b 0 ` N N 0 -0 N- N y tll 7 '0 "O ' a) .0 0 L.L. •O 2 'O a) a) N N 0 LL N f/) C •'_•• LL N L. _0 '.VI N U N to rn m N N U U '�. :O 0 ob LL LL N N U v 2 0 E .,— ri an CO N 5 - N _) a) aai aDi aai _ _ _ :09 E E E o c‘ith4ctico 2 rUw =lU m O O O 'O CC a to .O Ub U) 0 z Issued 10/22/2020 LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #129 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #129: CE #169 - #332: ARCH - Screen Clearance at Operable Storefront Openings TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 129 / 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 CREATED BY: Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/22 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amoun No TOTAL AMOUNT: $505.05 Based POTENTIAL CHANGE ORDER TITLE: CE #169 - #332: ARCH - Screen Clearance at Operable Storefront Openings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #169 - #332: ARCH - Screen Clearance at Operable Storefront Openings #332: ARCH - Screen Clearance at Operable Storefront Openings Per direction provided in RFI 332, six roller shade housings were relocated to provide sufficient room for the insect screens to be installed without impeding shade operation. ATTACHMENTS: PCO 129 SP - Combined.pdf Owner Signature Date Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc Sub - BP 03 & 07 Relocate roller shade housings Subcontractor $ 473.90 Subtotal: $473.90 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sula's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 21.33 GL insurance: 0.75% Applies to all line item types. $ 3.71 P&P Bond: 0.75% Applies to all tine item types. $ 3.74 B&O Tax: = 0.47% Applies to all line item types. $ 2.37 Grand Total: $505.05 Owner Signature Date LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #129 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #129 SP: #332: ARCH - Screen Clearance at Operable Storefront Openings TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 129 SP/0 Pending - In Review Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform CREATED BY: CREATED DATE: Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 10/22 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $473.90 POTENTIAL CHANGE ORDER TITLE: #332: ARCH - Screen Clearance at Operable Storefront Openings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #160 - #332: ARCH - Screen Clearance at Operable Storefront Openings #332: ARCH - Screen Clearance at Operable Storefront Openings ATTACHMENTS: Tukwila Fire Station 51 ADD.pdf_ # Cost Code Description Type Amount 1 12-016-99- - Blind Sub Relocate roller shades in bunk rooms Subcontractor $ 430.26 Subtotal: $430.26 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. $ 34.42 GL Insurance: 0.75% Applies to all line item types. $ 3.49 P&P Bond: 0.75% Applies to all line item types. $ 3.51 B&O Tax: . 0.47% Applies to all line item types. $ 2.22 Grand Total: $473.90 Owner Signature Date TO: Lydig ATTN: Weston RE: Tukwila Fire Station 51 iNFINITI I Wi Cowlings, INC Commercial * Residential 12826 NE 17e St. Ste. # A — Woodinville, WA 98072 Phone: (425) 487-6151 Fax: (425) 487-9503 1 -800 -65 -DRAPE (653-7273) D PROPOS DATE: September 21, 2020 PROPOSAL: 092120A EXPIRES: December 21, 2020 Option 1: We propose to Remove and replace Existing customized dual Roller shades due to screen issue. The total cost will be $430.26 plus tax if applicable *3-6 weeks lead time after ordering *All extra material needed, cost will be based on percentage required* Job to be completed in one phase. Any Additional trips will require an additional trip charge Terms are 50% down balance due upon completion Above terms are offset with a signed contract. We are a W.B.E. (Women Business Entity) Brad Grathwohl Infiniti Window Coverings, INC Signature of Acceptance Date LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED July 14 2020 WEINSTEIN A+U LLC RFI #332 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Screen Clearance at Operable Storefront Openings TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 07/13/2020 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 07/20/2020 RECEIVED FROM: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) 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, Bellevue Of) at 04:06 PM on 07/13/2020 Inc.• At operable storefront openings in bunk rooms, the roller window shade obstructs the bug screen from swinging open (see attached pictures). If the bug screen does not open, the handle used to open the operable portion of the window is not accessible. Please provide direction on how to proceed. Attachments: RFI 332 - Operable Window Screen Pictures.pdf Awaiting an Official Response All Replies: Weston Blackburn (Lydig Construction, Inc. - Bellevue Office) responded to Question 1 on Thursday, September 3, 2020 at 01:35 pm. Response: On Tuesday 9/1, the window screen mockup was reviewed by Weston, Tom, Julie, and Thayer in Bunk 118. After review, the following solution was agreed upon: * The bug screen mockup reviewed was acceptable, if the location of the break in the wicket was moved up to be just below the bottom of the roller shade housing. • The roller shade housings are to be moved approximately 1" inwards (away from the window) towards the interior of the bunk room in order to provide additional clearance fro the window screens to be mounted to the window frame. Please confirm that this solution is acceptable as discussed. See attached photos and detail for reference See update from Weston Blackburn above, dated 9/3/20. Proceed as described at bunk room screens. As roller shade housing is moved inwards confirm that end caps do not move past edge of gypsum window corner. -Thayer W. WAU. 9/3/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/13/2020 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 #131 Project: 30125-43 TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #1 Plumb - Compressed Air and 31: CE #189 - #134: PRIORITY - Hose Bib Changes TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 131 / 0 Pending - In Review FRO M: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 10/28 /2020 ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $2,835.31 POTENTIAL CHANGE ORDER TITLE: CE #189 - #134: PRIORITY - Plumb - Compressed Air and Hose Bib Changes CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #189 - #134: PRIORITY - Plumb - Compressed Air and Hose Bib Changes RFI 134 made multiple changes including: compressed air connection locations and types in all 4 corners of the app bay, hose bib relocation to match compressed air connections, and addition of compressed air line in SCBA 137 (PRV, filter, and coupler submitted in separate change order). The locations of these items were shown in the mechanical drawings, and revised in the architectural drawings to coordinate with future backing, bike racks, and other wall -mounted architectural elements. The revised locations were identified on a coordination site -visit with WAU, Adept/Johansen, and Lydig. • JMI COR 8025 Added compressed air line in SCBA 137 • JMI COR 8026 CW HB -2 and Compressed Air relocation in App Bay ATTACHMENTS: RFI 134 - Compressed Air Clarifications WAU Response -R1 (2).pdf_ RFI 134 - Compressed Air Clarifications WAU Response (1).pdf_ Lydig Construction, Inc. page 1 of 2 Printed On: 10/28/ 2020 12 :52 PM Cost Code Description Type Amount 1 23-001-99-- Mechanical MCCM JMI COR 8025 Subcontractor 5 716.55 2 23-001-99-- Mechanical MCCM JMI COR 8026 Subcontractor $ 1,943.89 Subtotal: $2,660.44 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. $ 119.72 GL Insurance: 0.75% Applies to all line item types. $ 20.85 Lydig Construction, Inc. page 1 of 2 Printed On: 10/28/ 2020 12 :52 PM LYDIG PCO #131 P&P Bond: 0.75% Applies to all line Item types. $21.01 B8O Tax: a 0.47% Applies to all line item types. $ 13.29 Grand Total: $2,835.31 Owner Signature Date Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Tukwila FS 51 BILLING CONTRACTOR Lydig Construciton JOHANSEN JOB # O30000 DATE: 28 -Sep -20 JMI COR #: 8025 DESCRIPTION:T&M: Room 137 Air Lie revisions - add 1/2" air line for for neumatic vice ,.-Extras EXCLUSIONS: REFERENCE: ` | SCHEDULE IMPACT: I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF II. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (1n%,xLABOR rr) III. SUBCONTRACTORS A. ALL SUBS 0.0011 -IRS @ 1 HRG@ O.00!HRG @ 0.001HRS@ HRS @ ---^ 0.0011 -IRS @ HRS @ HRS @ LABOR TOTAL $ 92.51 =$ $ 86.81 = $ $ 99.72 = $ $ 75.99 = $ $ 99.72 = $ $ 92.51 = $ $ 98.45 = $ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL 86.81 565.00 IV. OTHER DIRECT COSTS / A. SAFETY @2%OFLABOFl i B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS OTHER DIRECT COSTS TOTAL 5% OF LABOR [` �� � 86.81 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP O. B&OTAX @ VALID FOR 0 DAYS I TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � 651.81 13.02 45.20 6.52 � � � � � 716.55 This change proposal only includes costthat 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 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 #008 Project: 1904 - Tukwila Fire Station #51 17951 Southcenter Parkway Tukwila, Washington 98188 Prime Contract Potential Change Order #008 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 008 /0 Pending - Proceeding FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: : Room 137 Air Line Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 1 - Tukwila Fire Station #51 Prime Contract Marisa Payton (Adept Mechanical Services, INC) 2/7/2020 None Amount Based No $565.00 POTENTIAL CHANGE ORDER TITLE: Room 137 Air Line CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract/s Changed As Follows) Adding of 1/2" air line in room 137 (SCBA) for neumatic vice. ATTACHMENTS: 1904 COP 008 Room 137 Air Line.pdf_ _1904 Change Order Form 20.01.10.pdf 4 Cost Code Description Type Amount 1 001 - Labor -600 -Piping Systems Labor:640- Compressed Air; labor - . Labor Other $467.00 2 002 - Materials -600 -Piping Systems Materia1:640-Compressed Air; material -. Material Other $16.00 Subtotal: $483.00 Standard Markup: = 14.91% Applies to all line item types. $72.00 Insurance: = 1.26% Applies to all line item types. $7.00 IMO: a 0.53% Applies to all line item types. $3.00 Grand Total: $565.00 SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 DATE SIGNATURE DATE Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 SIGNATURE DATE page 1 of 1 Printed On: 8/26/2020 10:39 AM P.O. Box 5056 Kent, WA 98064 PI 253-850-8518 I F: 253-850-8910 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 1904 Source Documents: Change Order Form 1/10/2020 Contractor: Lydig Description: Added 1/2'" air line in room 137 (SCBA) for pneumatic vise. Customer COP No. 008 Date: 2/3/2020 Adept Ref. No. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew b. foreman c. lead foreman $ 467,26 $ DIRECT LABOR SUBTOTAL $ 467.26 Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines 1a, 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 1a & b) 15.91 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 $ 72.45 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 15.91 1. CRAFT LABOR COSTS $ 467.00 2. MATERIAL COSTS $ 16.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 483.00 5. OVERHEAD & PROFIT $ 72.00 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 ",4, of 1-7 $ 7.05 9. BOND a. B&O Tax b. WSST c. Permits Form Revised 01/01/2016 Adept Master COP Form 8. INSURANCE $ 7.00 0.48 % of 1-8 $ 2.72 9a. B&O $ 3,00 0.0% % of 4 $ - 9b. WSST $ 90. $ - TOTAL COST 565.00 Page 1 of 2 Issued 8/21/2020 COP Cost Breakdown 00 CI) 0 0 CO Customer COP No. Tukwila Fire Station #51 'roject Name: Adept Ref. No. To o 0 1-0 $ 467.26 ,- cs) U) tro- $ 483.17 I Equipment Cost Rental co a D (0 'a Cost ,-- as U)Ui *-- Mal bo C D C -))- tr5 U) u2) - ,... 0 .0 as Cost CD CNI N. CD ,o- $ 467.26 CO Csa N: (0 tcr us 2 ,-, (I) a 0 3I Form Revised 02/05/2014 U) N. No .t -- F ,_ Description a- 0 s) .ca —J U) To T-- a) Iii Labor Subtotal Total Cost of Work Issued 8/21/2020 Adept Master COP Form Issued 8/21/2020 Adept Master COP Farm EXHIBIT 15 FIELD -AUTHORIZED CHANGE ORDER FORM WORK AUTHORIZATION # DATE j* -1 0"-20/0 PROJECT F. 1.r` 5- -Lt5 t WORK PERFORMED BY T L't.", et AUTHORIZED BY DESCRIPTION OF VVORK kr-. I SHEET NO. of CUSTOMER ORDER NO. JOB NO, lc( 044 FOR TITLE / t &-va 131Le."--,11 NAME 4, a 1 LABOR ACTUAL HOURS WORKED TRADE STRAIGHT TIME L PREMIUM TIME MATERIAL DESCRIPTION QTY EIGki Vzi _real 3/4x YL,-r.t._5,44. hi nstruction is #4;ts, reottoes listed were ortiowled lenient - does not _work is an t 1 0 (0c7'0UrCOS • O the subcortract used and work wa n rap.to it ;eves this w a 0 ents, and request EQUIPMENT ft, TOOLS perfoi nod. If the t -R is at 6gira then it provide due contract chan: dITSC:.ve, ,or equitable Ti.e.--/V—do;e1 T -T REMARKS: CONTRACTOR BY ADDRESS NOTE: ."1, • ett_ ARCHITECT 60 KV-VW/4 ER SUBCONTRACTOR 4 dep. tit1 BY 4.id-Let "1" BY ADDRESS ADDRESS 13. g vt-t. GvA 00 q 3 14- 4 JOB COMPLETED D YE/ COMPLETE A SEPARATE DAILY WORK ORDER FOR (1) EACH JOB AND (2) EACH DAY, DO NOT ATTEMPT TO COMBINE JOBS OR DAYS. /4 CI W CI it - fat 9, 03 - WORK AUTHORIZATION NOT SIGNED BECAUSE: 1:1 UNABLE TO CONTACT REPRESENTATIVE El AUTHORIZED BY PHONE El FORM ISSUED FOR RECORD PURPOSES ONLY. AUTHORIZATION IN DISPUTE 111- I ki Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Tukwila FS 51 BILLING CONTRACTOR Lydig Construciton JOHANSEN JOB # D30600 DESCRIPTION: EXCLUSIONS: REFERENCE: SCHEDULE IMPACT: Adept Extras T&M: HB -2 Ccold water reork RFI 134 I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF II. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES (10% of LABOR "A") III. SUBCONTRACTORS A. ALL SUBS HRS @ 0.0O1HRS @ HRB@ HRS @ O.00|HRS@ HRS @ HRS @ LABOR TOTAL $ 92.51 =$ $ 86.81 = $ $ 99.72 = $ $ 75.99 = $ $ 98.72 = $ $ 92.51 = $ $ 98.45 = $ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS DATE: JMI COR #: 8026 86.81 x�- 2% OF LABOR I OF LABOR 5% OTHER DIRECT COSTS TOTA � 86.81 1,691.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD 8, FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP i 1.71 TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 30 DAYS $ 1,777.81 13.02 135.28 17.78 � � � � { 1,943.89 This change proposal only includes costs that can beidanUfiwda1this time. This change proposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact costsJohansen Mechanical expressly reserves the right to address any and all of these and related items & Centro; C t Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 Phone: (253) 850-8518 Fax: (253) 850-8910 PCO #009 Project: 1904 - Tukwila Fire Station #51 17951 Southcenter Parkway Tukwila, Washington 98188 Prime Contract Potential Change Order #009: Cold Water Rework for HB -2 Part 1 TO: PCO NUMBERJREVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 009 / 0 Pending - Proceeding FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 1 - Tukwila Fire Station #51 Prime Contract Marisa Payton (Adept Mechanical Services, INC) 2/7/2020 None Amount Based No $692.00 POTENTIAL CHANGE ORDER TITLE: Cold Water Rework for HB -2 Part 1 CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Rework CW for HB -2 and air connection stub outs to architects requested locations in all four corners of app bay/future backing in all areas. ATTACHMENTS: 1904 COP 009 Cold Water Rework for HB-2.pdf 1904 Change Order Form 20.01.15.pdf # Cost Code Description Type Amount 001 - Labor -600 -Piping Systems Labor:640- Compressed Air; labor - . Labor - Air Other $346.00 2 001 - Labor -600 -Piping Systems Labor:620- Domestic Water; labor - . Labor - Domestic Water Other $180.00 3 002 - Materials -600 -Piping Systems Materia1:620-Domestic Water; material - . Material Other $65.00 Subtotal: $591.00 Standard Markup: . 15.06% Applies to all line item types. $89.00 Insurance: .1.32% Applies to all line item types. $9.00 B&O: = 0.44% Applies to all line item types. $3.00 Grand Total: $692.00 SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 DATE SIGNATURE DATE Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 SIGNATURE DATE page 1 of 1 Printed On: 8/26/2020 10:44 AM de Mechanical & General Cremating P.O. Box 5056 Kent, WA 98064 P: 253-850-85181 F: 253-850-8910 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 1904 Source Documents: Change Order Form 1/15/2020 Contractor: Lydig Customer COP No. 009 Date: 2/3/2020 Adept Ref. No. Description: Rework CW for HB -2 and air connection stub outs to architects requested location in all four corners of app bay/future backing in all areas. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: 64.75 a. crew b. foreman c. lead foreman $ 525.67 DIRECT LABOR SUBTOTAL $ 525.67 Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) $ - $ 2. MATERIAL COSTS a. material costs 64.75 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) 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. $ _ $ $ 88.65 1. CRAFT LABOR COSTS $ 526.00 2. MATERIAL COSTS $ 65.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 591.00 5. OVERHEAD & PROFIT $ 89.00 6. SUB -SUBCONTRACTORS $ - 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 $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 8. INSURANCE a. payroll driven liability insurance % of I $ b. volume driven liability insurance 1.27 °,4, of 1-7 8.64 8. INSURANCE $ 9.00 9. BOND a. B&O Tax b. WSST c. Permits Form Revised 01/09/2016 Adept Master COP Form 0.48 % of 1-8 0.0% % of 4 3.33 9a. B&O $ 3.00 9b. WSST $ 9c. $ TOTAL COST 692.00 Page 1 of 2 Issued 8/21/2020 COP Cost Breakdown 0) C) o Customer COP No. Tukwila Fire Station #51 'roject Name: 0 z C) fa: Adept Ref. No. Contractor: Total Cost $ 525.67 14 l•-• (i) 69. 64 0 1.0 I Equipment to' 0 0 co c 0 W (A- = c D Material 17) 0 0 Lo I, -t+ (0 ss• U) to .613. ,- c D LI) N 4 co en - '6 ..o C -J Cost $ 525.67 $ 525.67 1, ului ta U) 1 LC). '.0-. 0 C 0- Form Revised 02/0512013 "E. as n a Description Labor Materials Labor Subtotal Total Cost of Work sued 8/21/2020 Adept Master COP Form Issued 8/21/2020 Adept Master COP Form •rEiysi utilize const extra acicn were stiLic remai notice docur ch an c adjust By EXHIBIT 15 FIELD -AUTHORIZED CHANGE ORDER FORM WORK AUTHORIZATION # DATE 5 — 2-0 2-0 PROJECT F ; -1:1 5 WORK PERFORMED BY1' AUTHORIZED BY DESCRIPTION OF WORK e -z.0 o (A “1 fr + LA. i -fie? vt. SHEET NO. of CUSTOMER ORDER NO. JOB NO. 1 9, oti FOR TITLE, A • 4n. irke....c.4 I I p /14- Cc) *vt-t-''c• 111, et_n me45 REMARKS; £Q a v•-• 1. A ARCHITECT CONTRACTOR L 4v OWNER BY ADDRESS BY ADDRESS JOB COMPLETED LI YES 0 NO NOTE; COMPLETE A SEPARATE DAILY WORK ORDER FOR (1) EACH JOB AND (2) EACH DAY. DO NOT ATTEMPT TO COMBINE JOBS OR DAYS. 00.1.0alep.a. SUBCONTRACTOR DY ADDRESS 11— A Jtlrjt "ra tue 1), 60A -S 6723064{ WORK AUTHORIZATION NOT SIGNED BECAUSE; U UNABLE TO CONTACT REPRESENTATIVE LI AUTHORIZED BY PHONE U FORM ISSUED FOR RECORD PURPOSES ONLY. AUTHORIZATION IN DISPlJTE LABOR MATERIAL ACTUAL HOURS WORKED NAME . . TRADE STRAIGHT PREMIUM TIME TIME DESCRIPTION QTY e P I it L/1 1 J 1 et 1 3/ L __, 4f.,i1 1- ... cj mattlis docurnent, I. dig C,onstruction is ...4.14 ; e ic !edging that the resi-Jurees listed wee 3 5,, ct . 1$ .P-meiTt illatilais work is =''n Al I Pte -t -le -3 t the subcontract, °nil, that the resourcfs ised and work was r idG •..i ;(:..ve;.. ii!",.. •,A performed. li the 1..16 ..),:. an tL.-^ild ill,S'I' . . i . per 11'..e SUi;.ert end he conitticl: rcy-.)11.1st 'i Cfire,.-.:... e, ent. 0 , '4 -1 IPMENT & TOOLS rapsCRIFTION.------ TIME DESCRIPTION TIME .. ......_......___.. . . ..... ._._...._ L.YD '.•:- ''i.c;TRUC.. i , •-• ........ REMARKS; £Q a v•-• 1. A ARCHITECT CONTRACTOR L 4v OWNER BY ADDRESS BY ADDRESS JOB COMPLETED LI YES 0 NO NOTE; COMPLETE A SEPARATE DAILY WORK ORDER FOR (1) EACH JOB AND (2) EACH DAY. DO NOT ATTEMPT TO COMBINE JOBS OR DAYS. 00.1.0alep.a. SUBCONTRACTOR DY ADDRESS 11— A Jtlrjt "ra tue 1), 60A -S 6723064{ WORK AUTHORIZATION NOT SIGNED BECAUSE; U UNABLE TO CONTACT REPRESENTATIVE LI AUTHORIZED BY PHONE U FORM ISSUED FOR RECORD PURPOSES ONLY. AUTHORIZATION IN DISPlJTE Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 Phone: (253) 850-8518 Fax: (253) 850-8910 PCO #010 Project: 1904 - Tukwila Fire Station #51 17951 Southcenter Parkway Tukwila, Washington 98188 Prime Contract Potential Change Order #010: Cold Water Rework for HB -2 Part 2 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 010/0 Pending - Proceeding FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 1 - Tukwila Fire Station #51 Prime Contract Marisa Payton (Adept Mechanical Services, INC) 2/7/2020 None Amount Based No $999.00 POTENTIAL CHANGE ORDER TITLE: Cold Water Rework for HB -2 Part 2 CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Rework CW for HB -2 and air connection stub outs to architects requested locations in all four corners of app bay/future backing in all areas. ATTACHMENTS: 1904 COP 010 Cold Water Rework for HB -2 Part 2.pdf_ 1904 Change Order Form 20.01.17.pdf_ SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 DATE SIGNATURE DATE Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 SIGNATURE DATE page 1 of 1 Printed On: 8/26/2020 10:49 AM Cost Code Description Type Amount 1 001 - Labor -600 -Piping Systems Labor:640- Compressed Air; labor - . Labor - Air Other $409.00 2 001.- Labor -600 -Piping Systems Labor:620- Domestic Water; labor - . Labor - Domestic Water Other $409.00 3 002 - Materials -600 -Piping Systems Material:620-Domestic Water; material - , Materials Other $36.00 Subtotal: $654.00 Standard Markup: =14.99 % Applies to all line item types. $128.00 Insurance: = 1.22% Applies to all Ilne Item types. $12.00 B&O: = 0.5% Applies to all Ilne Item types. $5.00 Grand Total: $999.00 SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 DATE SIGNATURE DATE Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 SIGNATURE DATE page 1 of 1 Printed On: 8/26/2020 10:49 AM de iced & General Contracting P.O. Box 5056 Kent, WA 98064 P: 253-850-8518 I F: 253-850-8910 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 1904 Source Documents: Change Order Form 1/17/2020 Contractor: Lydig Customer COP No. 010 Date: 2/3/2020 Adept Ref. No. Description: Rework CW for HB -2 and air connection stub outs to architects requested location in all four corners of app bay/future backing in all areas. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew b. foreman c. lead foreman $ 817,71 DIRECT LABOR SUBTOTAL $ 817.71 Supervision: d. direct supervison (NTE 15% of 1a) e. safety (NTE 2% of lines 1a, 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) 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 36,14 $ 128.10 64.75 1. CRAFT LABOR COSTS $ 818.00 2. MATERIAL COSTS $ 36.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 854.00 5. OVERHEAD & PROFIT $ 128.00 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 $ 12.47 8. INSURANCE $ 12.00 9. BOND a. B&O Tax 0.48 % of 1-8 $ 4.81 9a. B&O $ 5.00 b. WSST 0.0% % of 4 $ 9b. WSST $ - c. Permits 9c. $ Form Revised 01/01/2016 Adept Master COP Form TOTAL COST 999.00 Page 1 of 2 Issued 8/21/2020 COP Cost Breakdown CO Total Cost $ 817.71 .ci• .t -- co co NEM= 853.85 Equipment in 0 0 ° as 0 En. c D Material in o 0 C m 69- co co 69- C D -ct ,- CS5 CO uo- Labor o 0 -.-- . co v- ° CO e- . CO u) k_. r.. - :•-• 0 E Q. D >'' I— Form Revised 02/05/2013 ..... c 03 = a Description Labor Materials Labor Subtotal 1I Total Cost of Work Issued 8/21/2020 Adept Master coP Form Issued 8121/2020 N Adept Master COP Form EXHIBIT 15 FIELD -AUTHORIZED CHANGE ORDER FORM WORK AUTHORIZATION # DATE 17 --2-024:7 5f PROJECT F• e•-• t JOB NO. WORK PERFORMED BY Pec.ii +vs .5 FOR AUTHORIZED BY TITLE DESCRIPTION OF WORK p Ltiep •/•-• ( UJ fcq*-- 13—?—et A t /4-11 vt-71- 5 #.9 4 4,1,4 eci r— SHEET NO. of CUSTOMER ORDER NO. 1 Oq, A j.t-- ezt t • LABOR MATERIAL NAME • TRADE _ ACTUAL HOURS WORKED DESCRIPTION QTY I STRAIGHT TIME PREMIUM TIME v Ro4 PI --,, — 41,1,1 3Ae 3 _4 e6 I.A., 3 s itit. 2l S Lydig Const.uction ) igy signing this docurrer,t, 1,, is HuwiedgIng that the iiz I .. .11 I onstitute Lydig's agre4ment I resources listed a *ate sm.+ • that this work were • is an x ra o e subcontra::t, re °sat only that the rasources and wo i,. I, _Ig II remains the subcontraLtor's was pertormerz. duty tn prrl it the u otice per the subantract and the contract n e order os. ; TO DESCRIPTION TIME 0,01\1STC-Ti61\i, INC, REMARKS: 64, 45 P"'" CONTRACTOR BY ADDRESS ARCHIL ECT OWNER BY ADDRESS JOG COMPLETED D YES LINO NOTE: COMPLB A SEPARATE DAILY WORK ORDER FOR (1) EACH JOB AND (2) EACH DAY. DO NOT ATTEMPT TO COMBINE JOBS OR DAYS. SUBCONTRACTOR BY 60-1 ADDRESS p. Q, 13.6 co," A et o�Lf WORK AUTHORIZATION NOT SIGNED BECAUSE: El UNABLE TO CONTACT REPRESENTATIVE a AUTHORIZED BY PHONE O FORM ISSUED FOR RECORD PURPOSES ONLY. AUTHORIZATION IN DISPUTE +AL 056 LV DIG 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: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 12/18/2019 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) 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 Clarifications.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 SCBA Room. Please provide wallamounted Cox.Reel EZ.SO with 25' hose 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. L. Rock, VVeinstein A+U 1/6/2020 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 12/18/2019 07:29 AM 0 0 I -- a I w C o a O J J Q CC W O Z > P. O - Lu � � U << a LLI J < = - LU I- Q Z _ J L- w - J w w w u) LLi m 0 Ui - J J z Q 0 UJ LL O \/ du 2-1 >- 0 d w m LL' / / / /\ N N El 0 t/) LL 0 AIRLOCK 123 • SCALE: 3/8" = 0 FCD— W O J 0 CO 2E >- 00 ALIGNMEN' 1 FLEX CONI TEE OUTLE TEE OUTLE BALANCIN1 BALL VAL' BUTTERFL' CHECK VA 0 0 0 > C° CO 0 0 O 0 o U to o Z ,I 0 E E O 0 0 LL ce 0 U, W W z 5 Z W 0 Z_ F- z 0 0 Q o — r Z zw Q0 Q (- W O (Y _J 2 PER HOUR C/) W �' CC 74 ®<F-0 F F -L1 0 - D W :7C-< -FC >3®ZW® - OG OO d 00‹M F-F-WQM0UQ_w0 C? 1--F.- ZZ'—OW ZZUZ<WOm<(!)W 0 OO SZ2W <4000mOO. Off- Z F - 000t!?< -'NQ F-F-!9�~I—mV-T0V-~0ZWQU a:: 00E- O i—Z F-__ Qu_ZQ m—W -oQ Wit- Z OOO zz�Q -XUww �w�E` ~LU <OWZ<zo�Wcc W® ~~Oc! OOUOQ>X1 --o (:)MW J mo5 22 Sii= ~m <<m2 z z WWzccaz3 ww0mwmmx55mWQ®OCCOWJ0000Jow<mo®OWOu QQQQQQQQQQQO'_mmCOm00000000000OOCI0000C F- Q M IM XD, W M X W CD W2 W _ MOF -WO WM 0000< U_MXXXM OLWiOI--QOt�a_ 000000'sW¢ ZOOtn3 QQQQQQQQQQQ mm00m000000000000000000C CN PRESSURE GAUGE Ct 0 Xo 1- \Da 1-v M wimp I i EQUIPMENT INNOVATORS A DIVISON OF GETZ FR e EQUIPMENT 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" . THIS BELT VISE UST HAVE A REGULATED AIR SOURCE OF NO ORE 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 1 G0397 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 3 L a z 0 F 111111111111- PAGE 5 W A V W 0 LL n CTi W Z CZ 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 LV DIG 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: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 12/18/2019 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 RECEIVED FROM: Ivy LeVangie (JOHANSEN MECHANICAL, INC.) 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) 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 Clarifications.pdf Awaiting an Official Response 1. Please see dimensions added to sheet A615 and A617. Provide hose reels in App Bay, as scheduled. Do not priavide 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 locafion in SCBA Room. Please provide wall -mounted Cox -Reel EZ -SG with 25' hose in lieu of scheduled hose met, at this location only. 3. Please add a compressed air connection the the pneumatic cylinder vise (cut sheet attached for re erence). This needs to be 140 psi max. See location and details on A618 and revised M001, M401 an M903. L.. Rock, Weinstein A+U 1/612020 Please see revised sheet A615 (delta 54) which shows compressed air connections and hose bibb connections in the App Bay, as discussed with Lydig and plumbing sub. Compressed and hose bibbs to be paired together and aligned horizontally. As shown in the drawing, they should be approx. 14-20" apart, based on the existing site conditions. Install connections only, no hose reels recrd at 4 locations on App Bay walls. L. Rock, Weinstein 1/10/20 \ v Q W a. W o O J w O Z O Z- -i� < 0 W J <C� - W I- - JLL w - J w w w cn LLi m 0 r (n J J - Z <C 0 w� L.O N N N/ f i dAl /N N N N N 0 U, H U, W IRLOCK 123 0 F- a. M w ALIGNMEN 0 Z 0 Z PIPE ELBC PIPE ELBC w 0 Z J LL FLEX CONI 0 W W — H H Q AUTOMATI' 2 0 Z J BALL VAL' BUTTERFL' > 0 W Q Z J 0 0 CLEAN OU CLEAN OU 00 0 > > m 0 Lai LA WQ N - < ® 0 o 0 0 T Z If fH ijJJJij HB ABBREVIATIONS V) 0' W W z 0 z W 0 z Z cc 0 oD H Q 0_ 20 DJ ZP <m co Z w Q 0 W X o .70-= w0 m wm Q'J =n N W wrx - o <1-0 I- I- LL Q 0 - L) W <747 Z<WZ0 ZU)o wo Z z o mCo>L >s"}Z�IJL : X 00 ZZQIWO ZZC)Z�W-Q�(nlil 0 ~~ ozo� z= QQOo0ra ®D�0 Z ®W®W 00 -< Eto— v) w ��o(I--Q tnva r_iL wW_I-°— f- r ZZmQ2I''-XWWW<wix'''-W®IWL<CDM- DZoQ wQ ®®�L QQWO0wQ1-WX000 ECk O -(z Z)WZOZ Wl-in <<u)? QQQQ7,ZQQQQQQwmmmm00000000000000000oc X w o < o wm D Q>LLO 0>3:= Ou_OD M0 mol -- 0 WW C 00oo<ULmwmee fl owoE-QOI.L0000003 wQmzoom3 QQQQQQQQQQQ mmmm000000000000000000c CN N 0 U- EQUIPMB1T INNOVATORS A DIVISION OF GETZ ME EQUIPMENT 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" . 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 1 G0397 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 ML X 1/4 TUBE 1 20 1G51378 HANDLE BELT 1 21 1G51878 TRAY TOOL 1 24 1G51583 NUT MOUNTING VALVE 1 3 w PAGE 4 C) III PAGE 5 IDh�i� OBE_ w 0 LJ w D Q H D 0 w Z 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 LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #132 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #132: CE #190 - #126.2: PRIORITY - Plumb - Circuit Balancing Valve Clarifications TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE Suite 110 6200 Southcenter Boulevard Tukwila Washington, 98188 132/0 Pending - In Review Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Bellevue Off) 10/23 /2020 ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $8,065.19 POTENTIAL CHANGE ORDER TITLE: CE #190 - #126.2: PRIORITY - Plumb - Circuit Balancing Valve Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER, DESCRIPTION: (The Contract Is Changed As Follows) CE #190 - #126.2: PRIORITY Plumb - Circuit Balancing Valve Clarifications RFI 126.2 added 6 circuit balancing valves to the domestic water system. ATTACHMENTS: COR 007 - Add Additional Circuit Balance Valves REV 1.pdf # Cost Code Description Type Amount 1 23-001-99-- Mechanical MCCM Supply/Install CBVs Subcontractor $ 7,567.76 Subtotal: $7,567.76 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. $ 340.55 GL Insurance: 0.75% Applies to all line item types. $ 59.31 P&P Bond: 0.75% Applies to all line item types. $ 59.76 B&O Tax: = 0.47% Applies to all line item types. $ 37.81 Grand Total: $8,065.19 Owner Signature Date Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Tukwila FS 51 BILLING CONTRACTOR Lydig Construciton JOHANSEN JOB # O30800 DESCRIPTION: !Provide Additional CBV's to balance Hot Water System EXCLUSIONS: REFERENCE: RFI 162.2 SCHEDULE IMPACT [ I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) O. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF II. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (10% of LABOR "A") III. SUB A. ALL SUBS HRS @ 0.[0HRG@ O HRS@ O.00|HR8@ O0O HRG@ O.OD|HR8@ HRS @ HRS @ LABOR TOTAL $ 92.51 =$ $ 86.81 = $ $ 99.73 = $ $ 75.99 = $ $ 99.72 = $ $ 92.51 = $ $ 98.45 = $ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS OTHER DIRECT COSTS TOTAL DATE: JMI COR #: 8007 185.02 6,746.00 2% OF LABOR 5% OF LABOR I 185.02 $ 6,746.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VALID FOR 30 DAYS 15Y6 TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 6,931.02 27.75 539.68 69.31 � � � � $ 7,567.76 This change proposaonly 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 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 #006 Project: 1904 - Tukwila Fire Station #51 17951 Southcenter Parkway Tukwila, Washington 98188 Prime Contract Potential Change Order #006: Shu TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: t off and Balance Valves Johansen Mechanical, Inc. FROM: Adept Mechanical Services, INC 20109 144th Ave NE P.O. Box 5056 Woodinville, Washington 98072 Kent, Washington 98064 006 / Shelton Burr (Adept Mechanical Services, INC) Pending - In Review RFI #126 FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: 1 - Tukwila Fire Station #51 Prime Contract Marisa Payton (Adept Mechanical Services, INC) 1/27/2020 None Amount Based No $6,746.00 POTENTIAL CHANGE ORDER TITLE: Shut off and Balance Valves CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Adding shut off and balance valves to the domestic water system. ATTACHMENTS: 1904 COP 006 Shut off & Balance Valves.pdf # Cost Code Description Type Amount 1 001 - Labor -600 -Piping Systems Labor:620- Domestic Water; labor - . Labor Other $3,724.00 2Shut 002 - Materials -600 -Piping Systems Materia1:620-Domestic Water; material -. off & Balance Valves Other $2,041.00 Subtotal: $5,765.00 Standard Markup: 15.00% Applies to all line item types. $865.00 Insurance: .1 .27% Applies to all line item types. $84.00 B&O: = 0.48% Applies to all line item types. $32.00 Grand Total: 66,746,00 SIGNATURE Adept Mechanical Services, INC Johansen Mechanical, Inc. 20109 144th Ave NE Woodinville, Washington 98072 DATE SIGNATURE DATE Adept Mechanical Services, INC P.O. Box 5056 Kent, Washington 98064 SIGNATURE DATE page 1 of 1 Printed On: 8/26/2020 10:29 AM de Mechanical & General Contrcting P.O. Box 5056 Kent, WA 98064 P: 253-850-8518 I F: 253-850-8910 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 1904 Source Documents: RFI #126 Contractor: Lydig Description: Add shut off and balance valves to domestic water system. Customer COP No. 006 Date: 1/20/2020 Adept Ref. No. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew b. foreman c. lead foreman $ 3,724.32 $ - $ DIRECT LABOR SUBTOTAL $ 3,724.32 Supervision: d. direct supervison (NTE 15% of 1a) e. safety (NTE 2% of lines 1a, 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 1a & b) 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. 2,041.00 $ - $ 864.75 $ - $ 1. CRAFT LABOR COSTS $ 3,724.00 2. MATERIAL COSTS $ 2,041.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 5I 765 00 5. OVERHEAD & PROFIT $ 865.00 6. SUB -SUBCONTRACTORS $ 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 $ 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 84.20 8. INSURANCE $ 84.00 9. BOND a. B&O Tax 0.48 % of 1-8 $ 32.50 9a. B&O $ 32.00 b. WSST 0.0% % of 4 $ 9b. WSST $ c. Permits 9e. $ Form Revised 01/01/2016 TOTAL COST Adept Master COP Form 6 746" 00 Page 1 of 2 Issued 8/21/2020 COP Cost Breakdown to) 0 0C z 0 E 0, U) Tukwila Fire Station #51 'roject Name: C C Adept Ref. No. T- I— 0 (0 • C'i 6., $ 2,041.00 $ 219.85 (s9 0, I- I Equipment Cost Rental to C J To .c a) Cost $ 2,041.00 0 4-• CNA (0 :.-. c c) c) to .._ o .0 (c) Cost to .c.r • •qt. c. 1.r)r--, of) $ 219.85 csi es NA. 01 - os csi 0) Ti• CNA r•-, - of) GI) s- CD (Y) CNI 0) C 0- Form Revised 02/05/2013 .4.,- c As = CI 4- 4- Description 'Labor Materials 'Cost Estimating Labor Subtotal Total Cost of Work Issued 8/21/2020 Adept Master COP Form Commerical Wage Classification: e Station # 0 0. 0 Zr) .c2 E 0 x 0 0 0 fl" Project Name: 0 0 0 Union Local: .c 0 Contractor: 0 CAI i; co oc; co CO C7) ed, oa 0 a) co 0 0 cc; co Cc-) 14) ss - 0) Ens se - 0 te.) <hi Laa Lo. cv 0 1:) 0) CAI LO CO 0 Lq. a) e9. 0 '4) Ens 0 C §0 0) LO Eft 0) DTI LC) (v0 a) cNI 4:) E 0. CN/ 0 co csi 0, CO 0) 0 a) 0) CD to 0 to 2 g E 2 D. IL 0 'a; o c), N. co tc; cv 0, N. 0 0) U) C71 -'3- ('4 0) CO to 0) 0 0 0) Cc) (0 sess 0 )Jr? CO t'ss. CO sr" 0 CAI 0 cm0) 0./ 0) 'Cr CO LC3 CD Le) 0 0 0, to 0.1 co co 0 to 4C) Isr? ss - CO CO A - Cee r- 0 CC '<:1) 0 Cs! CD Ass- oa 0 tea Rate Schedule Da Prevailing Wage (incl. Benefits) 1. Hourly Wage Rate <0 2. Hourly Ben SUBTOTAL 3. FUI % of 1 4. FICA % of 1 5. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) 7. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) .-; 0 a.) .2 • --• ..c 0- o a) -c ..c 0 0 V 2 0 -- IA 0 ‘- -2 fi Iii T. o g (..) ,.., 2 0 Z' .0 9>, .0 a) .c a) >... 97- o > _a E 0 = a) > co 2 ° ..c ca a) 0 cv c — -,-- -0 r -z al D o • . X ..c • .. >s, '7- a)..... " CNN. " to 0 20 co ,, „ 0 — I- = '0 CO e- C-: 2 ,,,,, 0 c co -0 Fo --,,r, co 03 0 ,...-z .9,. 2 E o co > tt To g a) N: Ol 0 cz_a, 1/45 0 .y)) (..! , Z.) ,... To 2 r.:3 z N: CO ..,,-.' ai E c13 co co a, 0 0 0 .z.,• •5:1 E m .,E" 0 Ci) co 0) 0 c la cj a 2 cs, 0 g a) N. 0 0., >- a) ... 0 s- (,/) 0, A- 0 o . Q. .,... 1 02 7605 '' - -- -CS . . . .33. g 0 c -a 1 .tr,c(1-2 Ea) v>. — c to 1E) • - Ea, 03 t) tii 0 a 0 0 < (.1) >, ,.. 7,5 -o , z c 0 < c nsr- = c o 0 a) c 2 o 6_ -0 ca 0. c c''' ,2, .0 cu ,.. E --, c (a 0 X 0 o o. 1,2 Ci. cu E0 ..1a 0 ,,,a a) ..... = c c o -0 0 0 '6 "—>5 -c " != ' E a) MC a) .8. co o .0>" w ea -pc o>' 2 t_.2° E- 2 in Ad <0 .- 0 r2 0)-J .- 0 .0 (7) cs.0 II <0 00 CIS 0 .0 1:3 ..ea C° 0 0 0 0 0)al 2 u_ ..0 CL al ro ' • co . S2 Y2 . 2 .... .0 EU 2c ) c 0-5 .5 -o 2 mo 02 0 co set LO CO r"-- EEEEEE la co ,.41., 2 2 2 2 2 -5a) (ciE RE ,-- ('4 co et- to (i) . . . . . . 0 II ...a) 92 a) ta 8 8 8 w . to .6 0 w 0 d. Issued 11/3/2020 Form Revised 02/05/2013 0 CO Ca CO co 4.0 VI 0 co 3 0 E a4-1 0 0 CO co CO 0 0 0 0 a) 0 0 csi 0 C iL 0 0 a) CO 0 r-1 V) 0 CCI 0 0 01 Solder Joints 0 a) C co U- 446 LV DIG RECEINED Feb 20 2020 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 #126.2 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 PRIORITY - Plumb - Circuit Balancing Valve Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: M803 Thayer Wild (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Open DUE DATE: 02/27/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: 02/20/2020 LINKED DRAWINGS: RECEIVED FROM: Ivy LeVangie (JOHANSEN MECHANICAL, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U) , Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at04:32 PM on 02/20/2020 This RFI is in response to Greenbusch's response to RFI 126.1, and the circuit balancing valve conference call on 02/14/2020, and the access panel site walk on 02/17/2020. Attached is the requested as -built indicating lengths of installed piping for Greenbusch to decide which locations are necessary to add additional circuit setters. Johansen/Adept have also included comments regarding some redundant isolation valves that could potentially be eliminated upon review by Greebusch. Please advise the locations of added or eliminated valves. Attachments: RFI 126.2- PRIORITY - Plumb - Circuit Balancing Valve Clarifications.pdf Awaiting an Official Response All Replies: (Greenbusch Group): After calculation, we agreed to add 6 new circuit balancing valves at location A, B, C, D, G, and K and to relocate balancing valve at location H marked from RFI 126.1. We also added balancing valves at location I and L. Detailed locations are marked on the third page. No balancing valves needed at location E, F and J. Please keep the three "extra valves" shown on the riser diagram. These valves are intended for maintenance and better separating different sections. Reviewer: Dali Yu 03/03/2020 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 02/20/2020 04:32 PM UM G2 . M � L -- 113%S M M); L E 0Tl Mg; z \\\\ | r SL MH, NHk k 2 j OR ca4 2 99 M Ha[ H± � p m� o_ > $. k LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #133 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #133: CE #191 - #354: ELEC - Controlled Outlets in Station Office 107 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 13310 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001,1) Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 10/28 /2020 ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: $449.21 Amount Based No POTENTIAL CHANGE ORDER TITLE: CE #191 - #354: ELEC - Controlled Outlets in Station Office 107 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #191 - #354: ELEC - Controlled Outlets in Station Office 107 #354: ELEC - Controlled Outlets in Station Office 107 Replace one controlled quad receptacle with a non -controlled quad receptacle in the SW corner of Station Office 107. ATTACHMENTS: RFI 354- Controlled Outlets in Station Office 107.pdf # Cost Code Description Type Amount 1 26-001-99-- Electrical Subcontractor - BP 11 Replace controlled receptacle Subcontractor $ 421.50 Subtotal: $421.50 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. $ 18.97 GL Insurance: 0.75% Applies to all line item types. $ 3.30 P&P Bond: 0.75% Applies to all line Item types. $ 3.33 B&O Tax: = 0.47% Applies to all line item types. $ 2.11 Grand Total: $449.21 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: hilcKinstry Description: Non -Controlled Receptacle Change COP: 38 Date: 10/28/2020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety $ DIRECT LABOR SUBTOTAL $ 352.24 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) 52.84 6. SUB -SUBCONTRACTORS a. b. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 8. Bond a. Bond Permit a. Permit 0.00 % of 1-7 0.00 % of 1-8 $ 1. CRAFT LABOR COSTS $ 352.24 2. MATERIAL COSTS 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 52.84 6. SUB -SUBCONTRACTORS 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 10.13 8. Bond $ 10.13 6.30 9. Permit $ 6.30 TOTAL COST 421.50 COP 038 Non -Controlled Receptacle Change.xlsx Page of Issued 10/28/2020 COP Cost Breakdown 1. li C N 'YJ N M P- u ;. NT e Orst 01 N" 1+'f M UT 1/l $ 10.13 52.84 1A 44 UY U} U} iA 14 14 VT VT 44 14 UT UT UT 14 14 14 44 UT US All OF ! !. 1A U} 'a 1.11 N VT K Equipment Cost .11111.1111111111.111 $ - VT U} IA N V4 UT UT 14 V! lA UT 10 UT UT UT M U1 iA fA Vt UT VT UT UT UT Uf UT OF VY UT VF V6 UT MEM A 2 Cost UT (A VF N UT V) N 1" UT U} U} UT iA SA UT (A UY U) UT UT UT 1I} UT UT UT UT UT N UT U} N OF Unit $ ,t Q Labor Hrs per total hrs Cost $ O Co CO +A UT UY UY UD UT VT UT U! (A U} UT U) <YT UT UT U} U? UT Uf Ut (A N UT UT iA UT (A U} UT $ -_ $ 88.06 4.00 Z. C coe Description `o E D. c m° 2 Total Cost of Work Issued 10/28/2020 COP 038 Non -Controlled Rece COP Wage Rates Project Name: Contractor: 0 0) .o o. a) w O a) N a) (a O U a) C U a) ..o a a) C 4=� a) aD N• E_ Q • o To C• N y C — • O • C O Y U O a) • 'a • > W 1. a LY a) @ a) 0 . C) a4 D. a) ▪ O CD CD C > u a) m O.. o. O a) a) 0' w E _• O a aCZ 0 E w `o m .0 .0 co @ o 0 0 c a) m E 0 ELi) ar ON 43 co N N a • a) a) a) LL m V w N o = co l0 U a O a3 a)- `c o a N, a) N a) a) a1 a) O o x a) .0 N 0 Z d. definitions V ui N: C 0 v 0 as a) N C • e- O) iC) a) r p N ue c N.: 0 C O V U*). cs O) c O 3 C) O U C 0 !` a) C m U O C G) Q a) v C O 0 C) aoi m m .U., Q O x a) a) v E C C O a a w CC) J C oE c 0 a ca 'O • E = a) O v E N C C < 3 2 m U U ` a) V N0 a0 N A a) LI -4) `) E12 LL N • N Q C 5 t] d • 0 C1' to E EEE o i a) o • N M 4 C) )▪ ri N. C W O C w. N C C U C _ U O N • C `C a) c a) 0) aa)) ) a m v p C <0 N C O • O.Q) C • O C. O O o a) d as E>, C o ao E C a) C • m a) a a Co c N N • 0 o r E E a) a) Lc; ep Issued 10/28/2020 Form Revised 6/1 EAT 6 64. b4 EA 69 :49 fA 69 iA Ef} G9 4 H} d3 69 fa c wr 69t a» H? ffi v3 tH .6/i 'ffi EH6949 IA ua V3 E9 tta Vs Electrical JW 01/01/20 $ 57.51 CO 100 N EH 0 69 69 ffl $ 82.09 '... Electrical '.. Foreman 01/01/20 CO COCO u� CO N O ( ar r s e u> u3 0 C as Ca R 0 O O ':O ' O O Ci 0 O -0 0 0 O co., C Trade & Position Rate Schedule Date* Prevailing Wage (incl. Benefits) 11. Hourly Wage Rate (forman) 2. Hourly Benefits SUBTOTAL 47 Zg e 5 a ri 0 0 G 0 U 4 15. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) 7. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) 0 0) .o o. a) w O a) N a) (a O U a) C U a) ..o a a) C 4=� a) aD N• E_ Q • o To C• N y C — • O • C O Y U O a) • 'a • > W 1. a LY a) @ a) 0 . C) a4 D. a) ▪ O CD CD C > u a) m O.. o. O a) a) 0' w E _• O a aCZ 0 E w `o m .0 .0 co @ o 0 0 c a) m E 0 ELi) ar ON 43 co N N a • a) a) a) LL m V w N o = co l0 U a O a3 a)- `c o a N, a) N a) a) a1 a) O o x a) .0 N 0 Z d. definitions V ui N: C 0 v 0 as a) N C • e- O) iC) a) r p N ue c N.: 0 C O V U*). cs O) c O 3 C) O U C 0 !` a) C m U O C G) Q a) v C O 0 C) aoi m m .U., Q O x a) a) v E C C O a a w CC) J C oE c 0 a ca 'O • E = a) O v E N C C < 3 2 m U U ` a) V N0 a0 N A a) LI -4) `) E12 LL N • N Q C 5 t] d • 0 C1' to E EEE o i a) o • N M 4 C) )▪ ri N. C W O C w. N C C U C _ U O N • C `C a) c a) 0) aa)) ) a m v p C <0 N C O • O.Q) C • O C. O O o a) d as E>, C o ao E C a) C • m a) a a Co c N N • 0 o r E E a) a) Lc; ep Issued 10/28/2020 Form Revised 6/1 LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #354 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ELEC - Controlled Ou lets in Station Office 107 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 10/19/2020 107 STATION OFFICE TBD E301 E301 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/26/20 10/26/2020 TBD RECEIVED FROM: Julie DeDonato (Ancora Projects LLC) 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 09:44 AM on 10/19/2020 Per client request, the quad controlled receptacle in the SE corner of Station Office 107 is to be changed from controlled to non -controlled. Please confirm the direction to proceed with this change. Attachments: TFS51 Station -office -Outlets Diagram - WB As-Buiit.pdf Official Response: Weston Blackburn (Lydig Construction, Inc. - Bellevue Office) responded on Monday, October 26th, 2020 at 3:34PM PDT McKinstry has provided the following ROM for this work: $450.00 Lydig will direct McKinstry to proceed with this work based on Owner approval provided in previous RFI response dated 10/19/2020. Attachments: Official Response: Julie DeDonato (Ancora Projects LLC) responded on Monday, October 19th, 2020 at 11:26AM PDT Owner approves this request. Lydig to provide ROM. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/28/2020 09:29 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #134 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila ; Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #134: CE #192 - #283: Civil - ADA Slopes At Bench Wall Intersection TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 134/0 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) 10/29 /2020 None Amount Based No TOTAL AMOUNT: $805.51 POTENTIAL CHANGE ORDER TITLE: CE #192 - #283: Civil - ADA Slopes At Bench Wall Intersection CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #192 #283: Civil - ADA Slopes At Bench Wall Intersection Per conversations on site conversation with LPD, CoT (Eric Pritchard) and Lydig, it was discovered that the current grades between the bench seat wall and the sidewalk will not meet ADA requirements. RFI 283 confirmed this and provided revised grading plans. Upon receipt of new grading plans, SCI re -graded this area. ATTACHMENTS: RFI 283 - Version 2 ADA Slopes At Bench Wall Intersection - LPD.pdf_ SCI DCR 28636 - Regrade SW on ROW.pdf, # Cost Code Description Type Amount 1 31-001-99-- Earthwork & Utilities Regrade for sidewalks at ROW Subcontractor $ 755.83 Subtotal: $755.83 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. $ 34.01 GL Insurance: 0.75% Applies to all line item types. $ 5.92 P&P Bond: 0.75% Applies to all line Item types. $ 5.97 B&O Tax: = 0.47% Applies to all line item types. $ 3.78 Grand Total: $805.51 Owner Signature Date 0 0 F - z LU 0_ a UI LU 0 Project: Tukwila Fire Station #51 Description: Job # 1906 Date: 05/15/20 Re -grade sidewalk on right-of-way due to grade changes. DETAIL COST RECORD CODE HOURS RATE EXTENSION RT OT DT Total Chris Nolan FM 4 . 4 78.30 313.20 Chris Nolan FM OT 0 0 105.33 0.00 Rob Braun TM 0 0 67.45 0.00 Rob Braun TM OT 0 0 89.47 0.00 Sergio Moran LA 4 0 4 57.49 229.96 Sergio Moran LA OT 0 0 78.73 0.00 Danielle Cecchini TCS 4 0 55.23 0.00 Danielle Cecchini TCSOT 0 0 75.36 0.00 Eric Haulet LF 0 0 62.04 0.00 Eric Haulet LF OT 0 0 85.51 0.00 Bill Graft OP 0 0 74.22 0.00 Bill Graft OP OT 0 0 99.25 0.00 Roger Adams LA 0 0 57.49 0.00 Roger Adams LA OT 0 78.73 0.00 Sub -Total 101.20 543.16 Travel Time 0.00 0.00 Total Labor Costs $101.20 8543.16 D5 Dozer 0 64.67 0.00 Cat Roller 0 57.37 0.00 Dump Truck 0 69.70 0.00 Trailer 0 15.35 0.00 Fuel Truck (operated) 0 107.90 0.00 938 Loader 0 57.33 0.00 314 CAT Excavator 0 71.07 0.00 Yanmar Mini -Excavator 4 4 25.30 101.20 128 Excavator 0 71.39 0.00 Tool Truck 0 19.60 0.00 380 Loader 0 59.64 0.00 145 Linkbelt Excavator 0 71.07 0.00 310 JD Backhoe 0 33.59 0.00 544K Loader 0 57.98 0.00 Sub -Total 101.20 Equipment Markup 0.00 Total Equipment & Tools Costs $101.20 Import Gravel Borrow CV 0.0 47.00 0,00 Export tons 0 17.00 0.00 5/8" Rock tons 0 28.60 0.00 0 0.00 0 0.00 0 0.00 Sub -Total 0.00 Sale Tax (if applicable) Markup Other Costs $0.00 Contractor's Representative Sub -Total 644.36 Subcontractor's Representative Sales Tax on Rented Equipment Sub -Total 644.36 Mark-Up 15% 96.65 Owners Representative No. Sheet 1 of 1 Bond & Ins 14.82 TOTAL $755.83 2821 SOUTH 154111 ST • SEATTLE, WA 98188 • (206) 242-06 • FAX: (206) 242-0792 Daily Cost Record 28636 Project 4,:cee4 I Job # I QG Date Weather Ci 5.1.44 Description (must be complete) ra 916,21— HOURS e+- DETAIL COST RECORD CODE RATE EXTENSION S.T. O.T. D.T. TOTAL OTHER MATERIAL EQUIPMENT & TOOLS LABOR Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor Markup Total Labor Costs 4...FYI By signing t )is dos:uirwi [., % ion is ig Cousli tic Sub -Total ackr Utilized. owledglig th s ,green SU co t the ckno,,v , rac , ork roco ;rces euge eiiF e7711 a Ili on y a as erforned. listed doe- wre not Equipment Markup I his Total Equipment Costs con ex rP, were Lcig o . ie wor 3 es s ' : • used and I then sub ontractcr believes thi wor is an extra r rerinins the subc ntract r's dility to ract Ind tie t a c anga a re Tre-Srfurell provi c dir e du in rac ctive itabl notice -a75F.umenls, per the and ubcon reque 1 sar,-0 - 115,...., chlnge adju Sub -Total order prop Sales Tax (if applicable) ..-,.Ln lent. / Material Markup -----BY Total Material Costs --- Total Other Costs 4-,1, Sub -Total Bond Insurance Taxes Miscellaneous Costs Contractor's Representative Sub -Total Overhead Subcontractor's Representative Owner's Representative Sub -Total LY DIG RECEIVED Apr 29 2020 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 #283 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Civil - ADA Slopes At Bench Wall Intersection TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 04/29/2020 TBD C2.0 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 05/06/2020 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 David White (Lydig Construction, Inc. - Bellevue Of) at 03:51 PM on 04/2912020 A revised grading plan is needed for the intersection of the right of way side walk, and the bench seat wall. Per conversations on site conversation with LPD, CoT (Eric Pritchard) and Lydig, it was discovered that the current grades between the bench seat wall and the sidewalk will not meet ADA requirements. Please provide direction for ADA compliant slopes. Attachments: RFI 283 - ADA Slopes At Bench Wall Intersection.pdf Awaiting an Official Response All Replies: LPD Response: Attached is Sheet L111, which includes a revised joint pattern that denotes a Pedestrian Access Route (APR) from landing to landing. This cross slope on the PAR must not exceed 2%. The concept was discussed in the field with Eric Pritchard, COT Inspector and Tom Pitman on 4/29/2020. The new plans were submitted to Eric on 5/5/2020 arid 5/11/2020. It OW' understanding that he has not reviewed the plans, but will review the project onsite prior to concrete placement. As discussed in meeting on 5/12/2020, contractor will proceed with forming and request inspection prior to pour. M. Servizi 5/13/2020 See Revised Response, next sheet. BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 04/29/2020 03:51 PM LPD Revised Response 5/15/2020 The plan is revised, attached, per City requestkJprovidea 5'PAR. See email exchange, below. From: Scott Bates Sent: Thursday, May 14, 2020 2:58 PM To: Marc J. Servizi <MarcS@lpdengineering.com>; Emma Nowinski <emman@weinsteinau.com>; Julie DeDonato <jdedonato@comcast.net>; Tom Pitman <tpitman@lydig.com>; Weston Blackburn <WBIackburn@lydig.com>; Scott Moore <Scott.Moore@TukwilaWA.gov> Cc: Shawn Stankewich <shawn@swiftcompany.com>; Sang Park <SangP@lpdengineering.com> Subject: RE: TFS51: ADA sidewalk grading Marc, This seems to be what we discussed and looks like it will be ok. The key will be to take the time when forming/pouring to ensure that we are doing everything possible to minimize the slopes west of the PAR. If we can tweak the boxes to our benefit, we should take the time to do it. I trust that Tom, Eric and Scott M will work together with Caliber to do the job. Thanks again for taking another look at this corner. From: Marc ]. Servizi <MarcS@Ipdengineering.com> Sent: Thursday, May 14, 2020 2:42 PM To: Emma Nowinski <emman@weinsteinau.com>; Scott Bates <Scott.Bates@TukwilaWA.gov>;Julie DeDonato <jdedonato@comcast.net>; Tom Pitman <tpitman@lydig.corn>., Weston Blackburn <VV0|ackburn.com>;Scott Moore <Scntt,PNoore@TukVW|aVVA4zo«> Cc: Shawn Stankevvich<shaxvn@smiftcnnnpan9.00nn>; Sang Park <San•P laden neerin corn� Subject: RE: TFS51: ADA sidewalk grading All— Thank you for meeting with us earlier today. Thank you to Shawn for adjusting the design so quickly. We have adjusted to a 5' wide PAR at 2% cross slope and it joins the 4x4 Landing. The Pushbutton is within the 2% crossslope. The maximum slope from traffic box to ADA ramp is approximately 6.3%. Any concerns? Good to go? Marc J. Servizi, PE LPD Engineering PLLC 1933First Ave, Ste 201 Seattle WA 98101 0: 206-725-1211 (N/A) { Q a_ LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 PCO #136 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Unsuitable Soils at Order #136: CE #194 - Removal of Pervious Walkways TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 136/0 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 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Bellevue Off) 10/30 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No 1,596.65 nc. - POTENTIAL CHANGE ORDER TITLE: CE #194 - Removal of Unsuitable Soils at Pervious Walkways CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #194 - Removal of Unsuitable Soils at Pervious Walkways SCI removed 48 yards of unsuitable soils for preparation and grading ofthe pervious walkways at the NE corner of the building. ATTACHMENTS: SCI DCR 28634 - Haul Off Unsuitable. df Owner Signature Date Cost Code Description Type Amount 1 31-001-99- - Earthwork & Utilities Removal of Unsuitable at Pedestrian Walkways Subcontractor $ 1,498.18 Subtotal: $1,498.18 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. $ 67.42 GL Insurance: 0.75% Applies to all line item types. $ 11.74 P&P Bond: 0.75% Applies to all line item types. $ 11.83 B&O Tax: = 0.47% Applies to all line item types. $ 7.48 Grand Total: $1,596.65 Owner Signature Date ecoixi 0 -J 0 0 z w 1- Project: Tukwila Fire Station #51 Description: Job # 1906 Date: 05/07/20 28034 Haul off unsuitable. DETAIL COST RECORD Chris Nolan CODE FM HOURS RT OT DT Total 0 RATE 78.30 EXTENSION 0.00 Chris Nolan FM OT 0 105.33 0.00 Rob Braun TM 0 67,45 0.00 Rob Braun TM OT 0 89.47 0.00 Tom ard 57.49 0.00 Tommy Ward Dar,ielle Cecchini 'LA OT 0 78.73 0.00 TCS 0 55.23 0.00 Danielle Cecchini TCSOT 0 75.36 0.00 Eric Haulet Eric Haulet LF 0 62.04 0.00 LF OT 0 85.51 0.00 Bill Gr OP 0 74,22 0.00 Bill Graft OP OT 0 99.25 0.00 Roger Adams 0 57.49 0.00 Roger Adams LA OT 0 78.73 0.00 Sub -Total 0.00 Travel Time 0.00 Total Labor Costs $0.00 D5 Dozer 0 64.67 0,00 Cat Roller 0 57.37 0,00 Dump Truck 0 69.70 0.00 Trailer 0 15.35 0.00 FueT Truck (operated) 0 107.90 0.00 938 Loader 0 57,33 0.00 314 CAT Excavator Yanmar Mini -Excavator 71.07 0.00 0 25.30 0.00 128 Excavator 0 71.39 0.00 Tool Truck 0 19.60 0. 380 Loader 59.64 0.00 145 Linkbelt Excavator 0 71.07 0.00 310 JD Backhoe 0 33,59 0.00 544K Loader 0 57,98 0.00 Sub -Total 0.00 Equipment Markup Total Equipment & Tools Costs 0.00 $0.00 Import Gravel Borrow Export (48cY). 5/8" Rock cy 0.0 47.00 0.00 tons 86.4 86.4 17.00 1,468,80 tons 0 28.60 0,00 0 0.00 0.00 0 0.00 Sub -Total Sale Tax (if applicable) Markup Other Costs esentative Subcontractors Re resentative Owners R resentative No Sheet 1 of 1 1,468.80 T1,468.80 Sub -Total Sales Tax on Rented Equipment 1,468,80 Sub -Total Mark-Up ( 15% unit price 1,468.80 0.00 Bond & Ins 29.38 TOTAL $1,498.18 2821 SOUTH 154th ST • SEATTLE, VVA 98188 • (206) 242-0633 • FAX: (206)242-0792 Project er.e 6 Description (must be complete) Job # (11 Date Daily Cost Record 28634 DETAIL COST RECORD CODE HOURS RATE EXTENSION S.T. O.T. D1. TOTAL 0 0 06 z LU E uJ 1--- 2 LU 1411 MIIIII Sub -Total Labor Taxes & Fringe Benefits Travel Time Labor Markup Total Labor Costses Z 0 y ,igning his d CLIMO tt, Ly lig C,nstiu hot Sub -Total a(1 utwiedi ec . 't Eite L. o lo ng that -1 s d g's SU DC and the c cnov rescnrces d 'lent listec w Equipment Markup uhf doe ' Total EquipmentCosts CO •X ,, -es, work laillt1;"! was porfor wor C res nod. . is .0 If anvil. he In= we .- used su tkantrct,-). sins t'1,, i)eli-yes -tntte th mtract s wo is k is at extra provi t -n e ue re Jty to not' Je per tin , and i pr.1 nocontract roque r s„ IT ... t a -1 T-8CI ant chan TIO -St- 5- c e I 0T-0' nt ect Llit c / , /10 AEI 01111111111 oc A nents, 1,4ta 0 ' tit -07Ti , Sub -Total cit a Sales Tax (if applicable) add Material Markup i.....7 i''' '':,--"` — ,i,i'. T — Total Material Costs .„„.._ _ Ti'.7% 1111— Total Other Costs , Sub -Total Bond Insurance Taxes Miscellaneous Costs Contractor's Representative Sub -Total Overhead Subcontractor's Representative Owner's Representative Mrs Chnr,* rd Sub -Total Sales Tax TOTAL LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #138 Project: 30125-43 - TFS#51 -GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #138: CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 138/0 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: 11/4 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,697.77 POTENTIAL CHANGE ORDER TITLE: CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1 Costs related to additional out -of -sequence painting of electrical conduit and fire pole attachment assembly for the countdown clock/fire pole addition. Also included are costs related to painting conduit and attachment assemblies for cord reels in the app bay. These painting costs were not captured in PCO 082 (alerting countdown clock) and PCO 059 (cord reels in app bay). ATTACHMENTS: RFI -292 - Elec - Alerting Count Down Clock - updated WAU Response (1).pdf_ RFI 158.1 - App Bay Drop Cords - WAU response (1).pdf_ PCO 138 SP - Combined.pdf Owner Signature Date Cost Code Description. Type Amount 1 03-001-99-- Structures, Enclosure 8 Misc Sub -BP 03&07 Additional OTS ceiling painting for added electrical Subcontractor $ 1,593.05 Subtotal:. $1,593.05 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. $71.69 GL Insurance: 0.75% Applies to all line item types. $ 12.49 P&P Bond: 0.75% Applies to all line item types. $ 12.58 B&O Tax: = 0.47% Applies to all line item types. $ 7.96 Grand Total: $1,697.77 Owner Signature Date LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #138 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #138 SP: CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERJREVISION: 138 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending- In Review FIELD CHANGE: I LOCATION: SCHEDULE IMPACT: 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: 11/4 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,593.05 POTENTIAL CHANGE ORDER TITLE: CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #196 - App Bay Ceiling Paint Related to RFI 292 and 158.1 Costs related to additional out -of -sequence painting of electrical conduit and cord reels in the app bay. These painting costs were not captured in PCO 082 (alerting countdown clock) and PCO 059 (cord reels in app bay). ATTACHMENTS: Tukwila Fire RFI 2928158.1 KTP COP 8.odf Owner Signature Date Cost Code Description Type Amount 1 09-026-99-- Painting Sub Painting conduit, fire pole attachment, and cord reel conduit/attachments Subcontractor $ 1,446.35 Subtotal: $1,446.35 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. $ 115.71 GL Insurance: 0.75% Applies to all line item types. $ 11.72 P&P Bond: 0.75% Applies to all line item types. $ 11.80 B&O Tax: = 0.47% Applies to all line item types. $ 7.47 Grand Total: $1,593.05 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station # 51 COP: 8 Project No. 3012543 TF5rt5 Document Reference: RFI 292/158.1 Date: 11/4/2020 Contractor: KT Painting Contractor Ref. No. 8 Description: Prep prime and paint electrical conduit and fire pole attachment assembly for the countdown clock/fire pole addition. Also included are costs related to painting conduit and attachment assemblies for cord reels in the app bay. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 674.52 b. foreman c. lead foreman Supervision: d. direct supervision e. safety DIRECT LABOR SUBTOTAL $ 674.52 2. MATERIAL COSTS a. material costs $ 650.00 b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. C. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond 9. B&O Tax a. B&O Tax $ _ $ 78.00 43.35 $ $ - $ 1. CRAFT LABOR COSTS $ 675.00 2. MATERIAL COSTS $ 650.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 1,325.00 5. OVERHEAD & PROFIT $ 121.35 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 0.00 % of 1-7 8. Bond $ 0.00 % of 1-8 9. B&O Tax $ TOTAL COST 1,446.35 Tukwila Fire RFI 292&158.1 KTP COP 8.xlsx Page of Issued 11/4/2020 COP Cost Breakdown Tukwila Fire Station # 51 0 76 0 TO U c o T -U N In n co VT VT $ ; _ _ 200.00 $ 450.00 V1 jT VT VT V) VT VT VT VT i!T VT VT VT VY VT ih iA VT VT to VF in. Vf VT i/T N VT $ 1,324.52 C W a W Cost $ - VT iR Vti iP1 VF VT VT i!T VT ih VT VT VT VT V} in VT VT VT VT VT N VT VT iJT iJT VT in VT VT VT ih C Material Cost $ - fa O O O N VT VT $ 450.00 $ - VT VT i!T i/'T VT VT V} VT VF V} VT VT iJ? ilT VT VT VT VT VT VT VT ill VT VT VT VT VT VT O O p N to iM1 Gal $ EA $0.00 $40.00 O O Ui V VT U CJ To CD Gal @ Labor Hrs per total hrs Cost $ - coH I In ct VF VT I Y iA VT I I VT V} I I N VT I I VT VT I VT V} I i VT VT Y VT VT I I VT VT I I VT VT I �. VT VT I I VT V} 11 V} VT Y I VT VT I: I VT N VT VT VT 0 O V H T C eY H Na Description Prep, prime and paint Labor Primer Paint Total Cost of Work Issued 11/4/2020 Tukwila Fire RFI 292&158.1 KTP COP 8.xlsx COP Wage Rates re Station # 51 Project Name: C 0. Y Contractor: U a) O U a O as O w a Q NC w 07 O N -c a) co _ C C L 0 73 R E H U .00 w N F "O > C w W 2O L E m O7 — 0 Id Q O z C N w C N .c N N o N C L... Nco 0 0 w as C E v y r C N a:.-. U y- ., P.. O Y Il a) h 8 N N 2A O CV C C F-oa! O .6 r co O "O C2 -O U L a 'p O a) a3 2. GalL.1.5 C 10 co a) 10 t' C f,5 C O) CD OP Z. C O C 0 1� ap d = 03 � C L) E ..o ami w v m N cOi &.) o oC a. a C o E a) E m N N 0 au C' 0 3< C aCi aoi C m c as y 'O O O)N,O�a CCN -Cf0E 0}a It! alO N0C UCEWvQ C. Ol _ N XOa)a v- w CO a m n c�a ( F' E :: o Y mC3almoa� co U >ai " .0 O >, UO. 'V a3 (6) a) >. `= CO C V E C a °c y a o m Ca o 0 a aNi E w E° m a7 C_ — N C C Q E C a> E Pati 3 m O C .05 N N J O N 0 LL 0 P- o C N N 'O N O N a1. a7 N 'O _06 N LL 2 C O N a. a) v01 y y U N .(!1 i(D f0 .1.6.....0.0. 0 LL U 1 fn r CN •L: 7 yj U N M 'y N co- ti a3 EE E E£ E E ¢) :c _c w o as as a: a) r...:. c r Csi CO v Lc; (o N 0 0 N C 1175 0 0 o v CC ♦ :N .O U 0 N W 0z Issued 11/4/2020 orm Revised 6/1/2004 64 Hi 64 64 fH d$ (A ffi fr? GFS IA H3� (f3 iH r fi3 iA EA, 69 tH : b4 69 :. fbj vi b4 6t3 EH fH to H3 to Nt #A Ea- AO 1 11 C d 0 (4 v3 . a (G v- ar $ 2.50 o CO $ 0.60 O Q c $ 0.25 CO GQ w re 00 O O co c, r • •r 0 L- V 0 M r a3 0 N o O O. 0 Trade & Position Rate Schedule Date' Prevailing Wage (incl. Benefits) 1. Hourly Wage Rate (forman) 2. Hourly Benefits SUBTOTAL r O o 5 LL c6 v - O o d 0 LL. 4 15. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) 7. WC (insert $ amount per hour) TOTAL (incl. payroll taxes) U a) O U a O as O w a Q NC w 07 O N -c a) co _ C C L 0 73 R E H U .00 w N F "O > C w W 2O L E m O7 — 0 Id Q O z C N w C N .c N N o N C L... Nco 0 0 w as C E v y r C N a:.-. U y- ., P.. O Y Il a) h 8 N N 2A O CV C C F-oa! O .6 r co O "O C2 -O U L a 'p O a) a3 2. GalL.1.5 C 10 co a) 10 t' C f,5 C O) CD OP Z. C O C 0 1� ap d = 03 � C L) E ..o ami w v m N cOi &.) o oC a. a C o E a) E m N N 0 au C' 0 3< C aCi aoi C m c as y 'O O O)N,O�a CCN -Cf0E 0}a It! alO N0C UCEWvQ C. Ol _ N XOa)a v- w CO a m n c�a ( F' E :: o Y mC3almoa� co U >ai " .0 O >, UO. 'V a3 (6) a) >. `= CO C V E C a °c y a o m Ca o 0 a aNi E w E° m a7 C_ — N C C Q E C a> E Pati 3 m O C .05 N N J O N 0 LL 0 P- o C N N 'O N O N a1. a7 N 'O _06 N LL 2 C O N a. a) v01 y y U N .(!1 i(D f0 .1.6.....0.0. 0 LL U 1 fn r CN •L: 7 yj U N M 'y N co- ti a3 EE E E£ E E ¢) :c _c w o as as a: a) r...:. c r Csi CO v Lc; (o N 0 0 N C 1175 0 0 o v CC ♦ :N .O U 0 N W 0z Issued 11/4/2020 orm Revised 6/1/2004 LV DIG RECEIVED Feb 14 2020 WEINSTEIN MU LLC Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #158.1 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - App Bay Drop Cords TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 02/14/2020 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) Mark Palmer (MCKINSTRY CO.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 02/21/2020 TBD RFI 158.1 Question from David White (Lydig Construction, Inc. - Bellevue Of) at 02:34 PM on 02/14/2020 Further clarification of the response to RFI 158 is needed. 1. RFI 158 references both "drop cords receptacles" and also "drop cord reel receptacles". Per E301 and 262726 2.7A these drop cords were explained as, "SO cord to be hardwired to a junction box and hang from the ceiling". Neither the specifications or contract drawings make any reference to the requirement of a reel. Please confirm a reel is not necessary. 2. The layout drawing for the drop cord receptacles appears to be missing one of the 20 AMP drop cords. Please confirm that this drop cord is to be placed 9'-0" west of GL B and in line with the other drop cords to the west. Attachments: RFI 158.1 - App Bay Drop Cords.pdf Awaiting an Official Response All Replies: 1. Provide drop cord reel as per Owner's requirement. The drop cord reel shall be 30 Arnp, 125 volts rated with NEMA L5 -30R receptacle at the end. Provide 18" breakaway "pig tail" with NEMA 1.5-30P plug on one end and a 30 Amp, 125 Volts, 2 -pole, 3 -wire pin and sleeve connector on the other end. The cable shall be 3#10 AWG 50 -feet type SO cord. KH Industries Model RTFH3L-VVW-B1OK or approved equal. 2. All drop cord reels shall all be 30 Arrip, 125 Volts rated. Refer to attached revised sheet E301. Refer to attached reference sheet A202 for locations of drop cord reels. Rocxy Juan TFWB Engineers 3-5-2020 Provide reels and attachments as described by TRA. See attached RCP markups for reel locations. Attach drop cord reels to unistrut, suspended between nearest structural members, held tight to structure. See attached image example. -Thayer tiVild, WALL 3/50 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 02/14/2020 02:34 PM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIWED Jan 16 2020 WEINSTEIN A+U LLC RFI #158 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - App Bay Drop Cord Receptacle Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: 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) 01/15/2020 TBD E301 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 01/22/2020 TBD Question from David White (Lydig Construction, Inc- - Bellevue Of) at 06:43 PM on 01/15/2020 Clarification is needed on the locations of the six drop cord receptacles shown on E301. Please provide dimensions locating where these six drop cord receptacles should be installed. See attached for more information. Attachments: RFI 158-A.'Ba D o Cord RecestacleCl rifications. d Awaiting an Official Response All Replies: Refer to attached drawing showing the locations of drop cord reel eceptacies as directed by Owner. The 30 Amp Drop cor reel all have NEMA L5 -30R receptacle at the end. The 18" breakaway "pig tail" shall have NEIVIA L5 -30P plug on one end and a 30 Arnp, 125 Volts, 2 -pole, 3 -wire pin and sleeve connector on the other end. Refer to attached photo. The wire shall be 3#10 AWG tys cord. For 20 Amp Drop car reel \flhall have NEMA L5 -20R receptacle at the end. The 18" breakaway "pig tail" s a ave NEMAL5-20P plug on one end and a 20 Amp, 125 Volts, 2 -pole, 3 -wire pin and sleeve connector on the other end. The wire shall be 3#12 AWG type SO cord. Refer to attached revised sheet E301 for drop cor ircult assignments. Rocxy Juan - TEWS Engineers 2-12-2020 See attached sheet A202 with markups noting dimensioned locations of drop cord receptacles. If proposed locations conflict with existing or planned equipment notify design team prior to performing installation for coordination. -Thayer W. WAU. 2/12/20 BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 01/15/2020 06:43 PM KH INDUSTRIES LIGHTING & POWER KH Industries The Permanent Name in Temporary Lighting khindustries.com (716) 312-0088 Retractable Cord Reel, RTF Series Model #: RTFH3L-WW-B10K ATTRIBUTES: Cord Length: 50' Gauge: 10 AWG Conductor: 3 Max Amps: 25 Amp Standard: NEMA 4X Cord Type: SOOW-Black Reel Color: Yellow FEATURES: • NEMA 4X rated for corrosive, outdoor and indoor environments, including wet locations • 35-Amp/600-Volt rated slip ring • Adjustable ratchet can be engaged (positive lock) or disengaged (constant tension) as needed • Heavy-duty formed steel mounting base • All steel construction • Yellow powder -coat finish • Made in USA LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 IZECEUWIED May 13 2020 WEINSTEIN A+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 D6330 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 COPIES TO Page 1 of 1 Printed On: 05/13/2020 08:53 AM Thursday 6/25/20 7:21 pm 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 timer. 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 NISTR T TO BOTTOM CORD OF OPEN WEB STEEL JOLT AT () EA BAYS. SECURE 1/4" MOUNTING PLATE TO UNISTRUT. UTILIZE ALL FOUR HOLES OF E7ISITING PIPE FLANGE ATTACHMENT TO SECURE POLE TO MOUNTING PLATE, ALL STRUCTURAL SUPPORT TO BE PAINTED P-5 WHITE TO MATCH SURROUNDING STRUCTURE. 2.1 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 6/23120 ONSITE WITH LYDIG, I CKINSTRY, AND WAU. CONDUIT AND BOXES TO BE PAINTED P-5 WHITE. -Thayer W. WAU. 7/1/20 Connection to alerting countdoWr ti er on circuit -45 is acceptable. -2C-20201 EXISTING ATTACHMENTS, AS PHOTOGRAPHED BY WAU 6/23/20 Z! l L-. 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, 6123120 LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #140 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone:425-885-3314 Prime Contract Potential Change Order #140: CE #155 - #339: ARCH Accent Paint in Dayroom and Bunk Alcoves TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 140/0 Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 CONTRACT: CREATED BY: CREATED DATE: Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 11/6 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,478.13 POTENTIAL CHANGE ORDER TITLE: CE #155 - #339: ARCH - Accent Paint in Dayroom and Bunk Alcoves CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #155 - #339: ARCH - Accent Paint in Dayroom and Bunk Alcoves RFI 339 directed Lydig to re -paint the bunk alcove walls in an accent color (P9), the North wall in Dayroom 104 in accent color (P6), and the under - counter wall in Station Office 107 in accent color (P6). ATTACHMENTS: RFI -339 - Arch - Accent Paint in Dayroom and Bunk Alcoves - WAU response (1).pd PCO 140 SP - Combined.pdf # Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc Sub -BP03&07 Paint Bunk Alcoves Subcontractor $ 1,386.97 Subtotal: $1,386.97 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. $ 62.41 GL Insurance: 0.75% Applies to all line item types. $ 10.87 P&P Bond: 0.75% Applies to all line item types. $ 10.95 B&O Tax: = 0.47% Applies to all line item types. $ 6.93 Grand Total: $1,478.13 Owner Signature Date LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #140 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #140 SP: CE #197 - #339: ARCH - Accent Paint in Dayroom and Bunk Alcoves TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 140 SP10 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: 11/6 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,386.97 POTENTIAL CHANGE ORDER TITLE: CE #197 - #339: ARCH - Accent Paint in Dayroom and Bunk Alcoves CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #197 -#339: ARCH - Accent Paint in Dayroom and Bunk Alcoves RFI 339 directed Lydig to re -paint the bunk alcove walls in an accent color (P9), the North wall in Dayroom 104 in accent color (P6), and the under - counter wall in Station Office 107 in accent color (P6). ATTACHMENTS: Tukwila Fire Accent Wall at Bunk Alcove and Dayroom KTP COP 10.pdf Owner Signature Date Cost Code Description Type Amount 09-026-99- - Painting Sub Prep, Prime, Paint additional accent walls Subcontractor $ 1,259.25 Subtotal: $1,259.25 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. $ 100.74 GL Insurance: 0.75% Applies to all line item types. $ 10.20 P&P Bond: 0.75% Applies to all line Item types. $ 10.28 B&O Tax: = 0.47% Applies to all line item types. $ 6.50 Grand Total: $1,386.97 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station # 51 Project No. 30125-43 TFS#5 Contractor: KT Painting Document Reference: RFI 339 COP: 10 Date: 11/4/2020 Contractor Ref. No. 10 Description: Prep, prime and paint additional Accent walls in bunk alcoves (RFI 339) and North wall at Dayroom (per Architect request during punchlist) 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 915A2 b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) DIRECT LABOR SUBTOTAL $ 915.42 180.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) $ 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 27.00 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ 137.25 6. SUB -SUBCONTRACTORS a. b. $ - C. $ - d. $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond 9. B&O Tax a. B&O Tax 1. CRAFT LABOR COSTS $ 915.00 2. MATERIAL COSTS $ 180.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 1,095.00 5. OVERHEAD & PROFIT 164.25 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 0.00 Yo of 1-7 8. Bond $ 0.00 % of 1-8 $ 9. B&O Tax $ TOTAL COST 1,259.25 Tukwila Fire Accent Wall at Bunk Alcove and Dayroom KTP COP 10.xlsx Page of Issued 11/4/2020 COP Cost Breakdown CZ) e°,1 ;z•••,,, Tukwila Fire Station # 51 O. TR tA 0 0 t... U coN 0 tri. .0 fq 0303 $ 626.34 I $ - 1$ 180.001 $ - I • Jr 340303030334033403030303033403030303033407070703 1 ir r r VI. VT VT VI. Equipment Cost $ - I 03 11,1111t111,11t1t1111111tIt 1174133170703030331707 VT 31707030703030303030303030303030303 lift 03070303 I VT .._ c M TI ai 2 Cost $ - 117 0 0 • 00 1 r . r , • . VI. VT r r VI. VT r r VI. r r VT r r VI- I LT.4030303030303 . r r 0 0 Gal $ EA 8 ci +.,-). $40.00 $45.00 a To 0 Gal @ Gal @ Labor I co .•111111.1t1Illt111111.11111111.1111 CO 00 in.V} .1./1 .t.A. VT VI VT VI VI. 03030303 00 0 0 I.S5 Vi '2 g C 0 0. fi 0 Prep, prime and paint Labor (Dayroom) Prep, prime and paint Labor (Bunk Alcoves) Primer t 0. 0 4 -0 - tel 0 U TO 0 I— Issued 11/4/2020 Tukwila Fire Accent Wall at Bunk Alcove and Dayroom KTP COP 10.xlsx COP Wage Rates Tukwila Fire Station # 51 Project Name: 30125-43 TFS#51 O z d O 0 0) C C a Contractor: N lV .0 0 - U co 2 O C O U C 'C_. O A A ▪ C a) C tc N _ E > 0 V o O1 .O o CO Q Ld t` C0 • -C N N • Lll C _ 0 M N D o .. N C E 'O V .- C 6 Lww O Ga) >, Cr-: U • N. O . _0 a) LC) 0 ✓ p• 0 0 '_" a! f" CO 0 j xi r p) OCMC2 Uvuaa v ' o t0 ta y N t� •o �- . C ai 0 e c 77:1' u to c rn c m o o ra) N. o °) caw 4 E =o U m c a) u) > • v ami f0 0 1O "Z3 O a� C E .- fn al U. c O ... .N. p a` 0 c o m= v 'm O ) a) a) O) U CL) U < C E > C a) <C C a) .= c O ,o ami � oo c .a, E c o E c a) .a, 0 C 0 • N v n c v I --- ...., a w E a� ti o a mE o o co v U o -Pa • m CD lah<> U3>.0 0 o as omo >. `-c c E caoc o ymm-o o mvm§ �as - - _ • c E c 5 m E oi9 Uc.��ON 0 - JU IL ''- Q1 CN. W a,a) :NQ) (0 -0 Of0d LL .p'0 '00N 0a)N C!) C O a) a) a) NN. U fAN »5 JND U a) DUN.• N °°� LL LL 2 (/)a) O 0 L 0toC"') st N t0 h0EmEEEEEEa) .c • wO a) a) a) N a) 0 ch Ot..-CN M V t6) [O• n u E -E EN 0) a) 0a) Ooonoe a) xi U -0 y m• o 0 v • w E° m h W 0 z Issued 11/4/2020 Form Revised 6/1/2004 V? fi'i r 4i3 t�3 EH W? 1 4A 1111 40' 4FT 4sT E)3 S 4A 4}T fPr 64 4R 4f) 4Fy 4H 69 EA 49 H 49. 4H 49 64 49 Ni 1A &3 P b4 o 49 f H3 V3 lft EA en 6 4Fa 4A 4fY 44. 49 EFt 6f3 49 4f} 40. Painter 0 (O 4A 4f) $ 41.60 $ 2.50 OC) Cf) Eft O (o co tf3 to O co 4fi CO 0 4A $ 48.18 a OL o 0 co 'o ILO N- o v CV o Ntct5i 413 0.00% Trade & Position IRate Schedule Date` IPrevailing Wage (incl. Benefits) 1. Hourly Wage Rate (forman) 12. Hourly Benefits ISUBTOTAL y_ O o D u. (+) 11- 0 ° Q U LL 4 15. MEDICARE % of 1 16. SUI % of 1 (insert correct % to right) 17. WC(insert $ amount per hour) TOTAL (incl. payroll taxes) N lV .0 0 - U co 2 O C O U C 'C_. O A A ▪ C a) C tc N _ E > 0 V o O1 .O o CO Q Ld t` C0 • -C N N • Lll C _ 0 M N D o .. N C E 'O V .- C 6 Lww O Ga) >, Cr-: U • N. O . _0 a) LC) 0 ✓ p• 0 0 '_" a! f" CO 0 j xi r p) OCMC2 Uvuaa v ' o t0 ta y N t� •o �- . C ai 0 e c 77:1' u to c rn c m o o ra) N. o °) caw 4 E =o U m c a) u) > • v ami f0 0 1O "Z3 O a� C E .- fn al U. c O ... .N. p a` 0 c o m= v 'm O ) a) a) O) U CL) U < C E > C a) <C C a) .= c O ,o ami � oo c .a, E c o E c a) .a, 0 C 0 • N v n c v I --- ...., a w E a� ti o a mE o o co v U o -Pa • m CD lah<> U3>.0 0 o as omo >. `-c c E caoc o ymm-o o mvm§ �as - - _ • c E c 5 m E oi9 Uc.��ON 0 - JU IL ''- Q1 CN. W a,a) :NQ) (0 -0 Of0d LL .p'0 '00N 0a)N C!) C O a) a) a) NN. U fAN »5 JND U a) DUN.• N °°� LL LL 2 (/)a) O 0 L 0toC"') st N t0 h0EmEEEEEEa) .c • wO a) a) a) N a) 0 ch Ot..-CN M V t6) [O• n u E -E EN 0) a) 0a) Ooonoe a) xi U -0 y m• o 0 v • w E° m h W 0 z Issued 11/4/2020 Form Revised 6/1/2004 KT Painting 720 N 10th St. Ste: A-368 Zenton, WA 98057 25-524-2812 '0: Attn: Phone: Fax; Please find below our time, materials and equipment utilized Daily Extra Work Order Daily Date: Labor: Name: Reg. Reg, Reg, Reg. Materials: Hours: Primer Paint Supplies PE Equipment: Truck Man Lift Sprayer Day Day Day ty. si:„., i acilcnov.iied.oii— - 1.1 utilized. Ti is constitute Lydigs agts=ii. extra to the Sti,h)i ' th Per e general conditions of/he contiva we are not able to proceed 11 h this Chanke, Olva*, until directed in writing. Please issue written direction so as not to inipagb,goligij..-illy,,,,,,,,,;,.3,,,:,..; ; • ; ;‘,/,,t.:, i ; , - ',, ... ' i Vere usi,ia-- , , iar-I. If the 1 ,ains the si,-)(,:c... cc: File noiici) per Signed: docuinc.its, and iC':.:1' -, ; ',.."1,.• ".;" C.,i, , ; ', : CI-17,11ne, nrdk?.f pr();nn ''' • - ' ;"*,`,", •i t:',%1' 1.`,„1:L.,11,,, 2 i Construction is ices listed were nt does not this work is an it the resources adjustment. By DATE _ LV DIG RECEOVIED July 28 2020 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 #339 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Accent Paint in Dayroom and Bunk Alcoves TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 07/28/2020 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 08/04/2020 RECEIVED FROM: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 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 02:42 PM on 07/28/2020 Per discussion during punchlist walk on 7/27/2020, it was noted that three areas are to receive accent paint colors that are not labeled so on the drawings. 1. Dayroom North wall 1. Please confirm paint color 2. Bunk Alcoves 1. Please confirm paint color 3. Station Office 1. North wall under counter please confirm this is to match paint color above mailbox Awaiting an Official Response All Replies: 1. Provide paint P-6 to match opposite casework and adjacent wall at electrical room. 2. Provide paint P-9 to match adjacent casework. 3. Provide P-6 below counter to match wall above. Countertop support brackets at this wall to be painted P-6, to match wall. WAU notes that entry vestibule bench supports are currently painted P-6. Per previous correspondence, these are to be painted P-10. -Thayer W. VVAU, 7/280 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/28/2020 02:42 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #143 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #143: CE #199 - Alerting Allowance Reconciliation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 143/0 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) 11/9 /2020 PRIME CONTRACT #016 -Change Order #16 CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: ($4,745.72) POTENTIAL CHANGE ORDER TITLE: CE #199 - Alerting Allowance Reconciliation CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #199 - Alerting Allowance Reconciliation Bid Package 11 included an allowance of $60,000.00 for the alerting scope of work. McKinstry subcontracted Jaymarc to perform this work at a bid value of $45,984.97. After the alerting contractor was selected, additional scope was added to the base bid (15 added fixtures). McKinstry and Jaymarc have submitted costs to supply/install these added fixtures. The total cost of base bid and added scope is less than the allowance of $60,000.00, so the balance is being returned to the project. Allowance: $60,000.00 - Base Alerting Scope: $45,984.97 - Added Alerting Scope: $9,269.31 Alerting Allowance Balance: $4,745.72 ATTACHMENTS: PCO 143 - Combined.pdf_ _COP 019 Request Breakdown Contract Drawings 5.5.2020.pdf_ # Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor - BP 11 Alerting Allowance Reconciliation Subcontractor ($4,745.72) Subtotal: ($4,745.72) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's1PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line Item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: ($4,745.72) Lydig Construction, Inc. page 1 of 2 Printed On: 11/13/2020 04 :19 PM LYDIG Owner Signature Date PCO #143 COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Alerting Reconciliation Contractor: McKinstry COP: 14 Date: 11/9/2020 Contractor Ref. No. 30125.43 Description: Alerting Scope allowance reconciliation. Please note that 15 fixtures were added after the scope was awarded. Costs foi these added fixtures are included in the allowance offset. 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 5,811.96 b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervision e. safety 2. MATERIAL COSTS (Including Time Clock itself) a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) 3,457.35 $ b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ - 6. SUB -SUBCONTRACTORS a. JAYMARC $ 45,984.97 b. Alerting Allowance $ (60,000.00) c. $ - d. $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 15% for each sub 8. Bond a. Bond 9. Permit a. Permit $ 1. CRAFT LABOR COSTS $ 5,811.96 2. MATERIAL COSTS $ 3,457.35 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 $ 9,269.31 5. OVERHEAD & PROFIT 6. SUB -SUBCONTRACTORS $ (14,015.03) 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 0.00 % of 1-7 $ - 8. Bond $ 0.00 % of 1-8 9. Permit $ - TOTAL COST (4,745.72) COP 019 Request Breakdown Contract Drawings 5.5.2020.xlsx Page of Issued 11/9/2020 COP Cost Breakdown Fire Hall 51 O C.... o O • 0 100 in. $ 45,984.97 $ 3,457.35 io m co lli VT ill Vl ih V} V! .4 V} Vl in 1A VY V} iA r iA IA r iJT in V} in in iA 1h VT in V} it. VR Vl i7 n 7 n ... in C a a; •6".E W 1 Cost $ in N ih N in idf i/1 Vl V} Vl VT iJT ih Vl ah i/1 il} V1 ih Vl V} th ih ill VL VI, YR Vl iR VT VT ih ih l; h W Cost an. iA Co Co M in Vl . VT ih 1 Vl V} rN r V} VT r V} ill �� VT VY r r V} VF r. r V} VD r r Vl il} r. i/1 Yl r i4 VY VR V} r r, V} i/F r Vl Vl Co m N Co :. v Co. ill i? VR n $230.49', sq ft labor Hrs per I Rate Cost IAI $ N Co cf oo Coto V} VT Co Ci r ro P N iA VF Vl ih i/1 in VF V} e V} V} VA ill OR V} VF V} i/} in Vl Vl Vl V} i!} Ul Vl iAto V} VF M rn Co V1 N O m co 1D 1 Z' C S Q 0 .-1 V}iA O O O Ti V1 :i rl C O a .Y a 0 Alerting Allowance Stipulated in Bid Package JAYMARC Sub Additional 15 Devices (see attached plan) McKinstry Labor Total Cost of Work 1 Issued 11/6/2020 awings 5.5.2020.xlsx COP Wage Rates Project Name: O U R C) a) Q a- a, a) o --.C. a o a) l O r a) ees Ta m .0 0 (6 (U V E. L O a) >, (= N > G 4_ a) a) > @ @ -ca) V a) E •,- < .. c ori pco L N a) I` C •O CO D O W O CO ca a, c E E v 42 vv- ia 4= >, 4...=. p If) O Y .II a) U T -. U t _ a) O N @ N- C @ v c y O N @ > �. N O C. ::. CO 2 LY R c , .. co v t0 @ r r c a) a) y V O D) O) _. ' Q C U C Cl/ C @ O C 0 1,.. a) a) �'Ern co a c o o c0 00 0 0 a) 'O To aa U U 10 wE >, cO) o tz 'O n C a) Q 0 y ON.0ta) 6 t m y o o6 4_ a) F v < c a, ,o y x . a) a e O T (a @ ro ti m 4. F Y � II en o m E o _I N w .4(77", C N. o U O > U @ h @ O .n E v c a) a c N c o c c@i E c D o w@ co a, @° o m E a8 c_ cca Q E c 'f,71,2:: `w J - m U c m � c o m ,, ti = @ 'O O 'y y a) •ii its 0' N 'O @ . a) co a) u- N m y c t.., fl. @ y .0) U y y w .c i y N- U a S 0 a: .w tfiy'§) ai 1.6 U 'O `@ N H co 4 If) (. N. 7 --' .'(-. a) m' a) G _ a a) -0 CO ay (O t` C E E E =_ _ •- moiri v Lc; o .cy =m _a) ro°: ca wO 0 O cd (o .ri 1) t w d z Issued 11/6/2020 0 Vi Efi Efl I EfJ II EA Eft -Eft ;Eg s4 bs EfD w Nt 64 Efi Eft fii 69 ER EH Gri EF! b9 •Isf3. Efi EfJ fH Efl fN . VA Ef3 Ei§ Esi Efl4.4 69 EA Ef? E9 :Ers Ei? 43 Efi Ef} Ef) 64 �! u W 0 N _ � $ 57.51 L N EA. o CO :. 44 -KD di Ui EfD $ 82.09', Electrical Foreman 01/01/20 CO N CO (0 H3 $ 24.80 $ 88.06 an Eft an ZA aft CD 0 cc) co att m e ® ci e o ci e 0 6 e 0 d Trade & Position IRate Schedule Date' IPrevailing Wage (incl. Benefits) 11. Hourly Wage Rate (forman) 12. Hourly Benefits SUBTOTAL I3.FUI %of1 O 0 Q 0 7_ 15. MEDICARE % of 1 16. SUI % of 1 (insert correct % to right) 7. WC (insert $ amount per hour) TOTAL incl. pa, roll taxes C) a) Q a- a, a) o --.C. a o a) l O r a) ees Ta m .0 0 (6 (U V E. L O a) >, (= N > G 4_ a) a) > @ @ -ca) V a) E •,- < .. c ori pco L N a) I` C •O CO D O W O CO ca a, c E E v 42 vv- ia 4= >, 4...=. p If) O Y .II a) U T -. U t _ a) O N @ N- C @ v c y O N @ > �. N O C. ::. CO 2 LY R c , .. co v t0 @ r r c a) a) y V O D) O) _. ' Q C U C Cl/ C @ O C 0 1,.. a) a) �'Ern co a c o o c0 00 0 0 a) 'O To aa U U 10 wE >, cO) o tz 'O n C a) Q 0 y ON.0ta) 6 t m y o o6 4_ a) F v < c a, ,o y x . a) a e O T (a @ ro ti m 4. F Y � II en o m E o _I N w .4(77", C N. o U O > U @ h @ O .n E v c a) a c N c o c c@i E c D o w@ co a, @° o m E a8 c_ cca Q E c 'f,71,2:: `w J - m U c m � c o m ,, ti = @ 'O O 'y y a) •ii its 0' N 'O @ . a) co a) u- N m y c t.., fl. @ y .0) U y y w .c i y N- U a S 0 a: .w tfiy'§) ai 1.6 U 'O `@ N H co 4 If) (. N. 7 --' .'(-. a) m' a) G _ a a) -0 CO ay (O t` C E E E =_ _ •- moiri v Lc; o .cy =m _a) ro°: ca wO 0 O cd (o .ri 1) t w d z Issued 11/6/2020 0 1,0 10 ri m 230.491 230.49 0 4-1 1.0 STROBE ALARM LIGHT - HARDWIRE 0 oti w to ovi c0 88.061 5,811. 03 0 T m QTp W cn cn N oo N m 00 10 Ln h m rn v m E CC "" ....... „ma. AUGUST 27TH, 2019 MCKINSTRY j 5005 3rd Ave South Seattle, WA 98134 LICENSES & REGISTRATIONS WA • MCKINE'982KG • EC MCKINEL881NZ • MCKINCL942DN • MCKINCL942DW • MCKINEI9421Q • INDUSCG903KM ID • ELE-C-29589 • HVC-C-7591 • 4353 • 15716-U-3-4 (13930, 15400, 15700) • 16731-U-3-4 (15510, 15950, 01107) • 006973-U-4 (16000) August 27, 2019 soos��vwsmoor* ��N� ssArru�Wxoaz34 Kiel Lunsford I Project Manage Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P. 425.885.3314 I C. 206.510.3805 Attn: Kiel RE: ALERTING SYSTEM BUDGETS McKinstry is providing the following Budget pricing SCOPE NARRATIVE Estimate based preliminary designs PRICING SUMMARY Pricing is based on Budget Pricing Lucution Pricing Total Includes Conduit Rough in $40021.39 Includes Pull Cable Includes Smarts and Parts Installation Smarts and Parts APS Pricing Total Includes Conduit Rough in $40,021.39 Includes Pull Cable Includes Smarts and Parts Installation Smarts and Parts Conduit RI included in JayMarc Pricing Total base bid scope - WB/LCI:,; . ~ Complete Package by]ayN1arc ~. : 132,877.9340,021.39zs,a5s.s4 27,174.89 46,426.11 121,659.18 40,021.39 19,255.54 27,174.89 35,207.3893,723.86 � finalization.54,078.30 Budget pricing updated to $45,984.97 upon LICENSES & REGISTRAToms wm^wm/wE vozxe'scpcmwc1.8o'wz'xnvncL9^uw`mCxmCl. "mN'wcx/vs�,,,IcL'mnosunoxm nstry sooss"1xvESOUTH SEATTLE, WA 93134 ifn Of Your Building 206,762.3311 McKINSTRY,COM QUALIFICATIONS 1. Complete alerting system 2. Pricing provided is based on code approved industry standard material and practices 3. This bid is based on current market material and labor levels. 4. Provided pricing is valid for thirty (30) days S. Permitting costs will be determined by total scope included Inclusions 1. Install Conduit raceway system 2. Installation of all low voltage cables 3. Installation of all smarts and parts as per attached quotes 4. Provide 120'vo|t power for alerting system 5. Drawings for the alerting system 6. Electrical permit fee EXC � � 1. Overtime and shift premiums to recover schedule delays caused by others 2. Head end connections to the local service provider for the monitoring of the system 3. Roof patching if required 4. Roof penetrations S. Costs associated with bringing existing installation into code compliance 6. State or Local taxes 7. Bond 8. BIM detailing and coordination 9. Any work not specifically included in this proposal LICENSES & REGISTRATIONS WA ' Mm/°c,"zm • ccwcmweL8mmz ' mc^wcL942ow ' wcmaco^mw' wcmwsmwu' wooSCGaomw try 5005 3`d AVE SOUTH SEATTLE, WA 98134 11 00! Your Building 206.752.3311 * McKINSTRY.COM Please do not hesitate to contact me with questions or comments. Sincerely, Ken Gochis Project Director / Electrical Construction LICENSES & REGISTRATIONS WA MCKINE "982KG • EC MCKINEL8S I HZ * 11CKINCL9421.)N * MCKINCL92DW * NCKINELH/1CL •iNDUSCG903KN SYMBOLS L LEGEND U_ I VJ i V) 1 L, W V1 1 ul W TRIM DEVICE (MFG. — MODEL n) V JBL Control 24CT (White) JBL Control 25-1WH (White) JBL Control 25-1WH (White) JMAV Dorm Light ELK SL1 B w/ ELK WK1 Pattlite WEP-502—RYGBC WiPath WL7120 (Black) Middle Atlantic SR -40-28 CONTRACT SYMBOL a r C v) we Flush Ceiling Mounted Speaker Surface Mounted Speaker Surface Mounted Speaker Dorm Light Strobe Light Indicator Wedge Light Reader Board Swing Out Equipment Rack JMAV SYMBOL an V) (f)o L �I � C � 0.010.1 GENERAL NOTES: LUw ti DC z 0 C) h z Cn O H N d Z W X ce w 0 w Lu 0 m Q B c < Q ui U J • O Z O Q U H O H a: 0 a O H S ✓ a CC 0 0 S 0 S C) S a z 0 V NO DATA CABLING RUN CAN EXCEED 300' FROM END POINT TO END CABLES OR CONNECTORS LISTED IN SCHEDULE APPEAR III DRAWINGS. J Q H D BACKBOXES: < Ul 0 V1 ) V S V7 W I- O -J Q 0 : I LJ P0 v a HC)o Q I 00<d W a' U Z L_S X SHO 0 f -SO m H�h-▪ UV J Q W z O O H • 0- H Q 0 V CV 4 U W J CO Q G - z z W+ W W a @ Q W L m w > a a 0 O 0000 7 J LL W L - LJ <=C)LYLi aLi o C') < <C) a Cn x.•-u7Ow • 0 + + W o o°?uiv)U)> w j Q d J N UlmO pw J H- H UJ S diN0O X j J J N vLLI mQ FH- �H-. d 0 W 0 S S m> O J O O O F- J W W J a 0 CO Q S S Q a 0 0 • C•! 7 Ui Ca V H v a a Ui C) tO _H Z a� o Li H C) • U) Q W � O O F- L) 0 z 00 0 V W U7 z_ m U)0 C7 CC O O I- < Q�a W E- Wa W J 7 m CO LL z,O W 0 0 as Q. C) C C� CDcc CC I V7 0 < 01Z ago W U7 V H V < 0 J CJ 0 Z• OJ OH0HO V 7 __I < W I F— Co 0 0") T"- CZ co CO c (.0 0 c 8 0 M LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #146 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #146: CE #195 - Project Neutral - Lydig Half TO: PCO NUMBERJREVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 146 / 2 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: POTENTIAL CHANGE ORDER TITLE: CE #195 - Project Neutral - Lydig Half CHANGE REASON: Internal Change FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #195 - Project Neutral Project Neutral Fee Split Total Fee for Tukwila Fire Station 51: $12,393.27 Half of total fee: $6,196.64 See attached invoice for reference. This deductive PCO is to fund 1/2 of the project neutral cost. ATTACHMENTS: 2020-10-06 - Steve Amento - 20-1 003 - INV.pdf 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) 11/10 /2020 #016 - Change Order #16 Amount Based No ($6,196.64) Owner Signature Date Cost Code Description Type Amount 1 50-004-02- - MACC Contingency MACC Contingency Usage Project Contingency ($6,196.64) Subtotal: ($6,196.64) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line Item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: ($6,196.64) Owner Signature Date Invoice Payment Review Tukwila PublicSafety Program Project: fl Justice Ctr F--7 FS 52 Firm: Steve Amento - Project Neutral Overall: $62,595 FiCity Shops T1FS 51 Date: 10/6/2020 This Request ($): FS 54 Invoice #: 20-1003 $634.50 Previous to Date: $46,061.89 Balance Remaining ($) $15,898.61 Pay Requested by: Reviewed by (PM): N/A Date: Comments: GL Code: Legal Invoice Fee Breakdown This Period Last Period Budget Remaining Justice Center 22,108.40 $ 10,986.60 FS 51 $ 12,393.27 3,406.73 FS 52 $ 634.50 $ 11,560.22 1,505.28 TOTAL 634.50 $ 46,061.89 $ 15,898.61 Comments: Approved by (Proj. Director): Comments: Date: 10/6/2020 Budget Account Code: SA FINI 4441 175th Place SE Bellevue, WA 98006 Phone: 206-200-3838 safini.2019 maiLcom DESCRIPTION Date: Invoice #: For: Bill To: VOICE October 2, 2020 20-1003 Tukwila Fire Station #52 Project Neutral Matt Strutynski City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 AMOUNT Consulting: 9/1/20 thru 9/30/20 ($22 /hr) 2.8 Hrs $630.00 Transportation 0 mi $0.00 Lodging '0.00 Food $0.00 Copies 0 B 6 C $4.50 Please make all checks payable to Steven Amento. SUBTOTAL $634.50 TAX RATE 0.00% SALES TAX $0.00 OTHER $0.00 THANK YOU FOR YOUR BUSINESS! TOTAL $634.50 DATE CODE ID HOURS DESCRIPTION OF SERVICES O9/22/2O FS 52 2.8 Update meeting agenda and email to A Careyattend OAC and Project Neutral Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #147 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #147: GK Knutson Trade Damage Allowance Reconciliation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 147/0 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) 11/10 /2020 None Amount Based No TOTAL AMOUNT: ($3,327.22) POTENTIAL CHANGE ORDER TITLE: GK Knutson Trade Damage Allowance Reconciliation CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #200 - GK Knutson Allowance Reconciliation GK Knutson's contract had an allowance of 80 hours for GWB-related trade damage and 40 hours for ceiling -related trade damage. Four COPs were submitted by GK Knutson for trade damage (2 for GWB and 2 for Ceiling), the labor and material costs from these four allowances are being allocated towards the total value of the 120 combined hours of trade damage allowance. The four COPs are as follows: • COP 019 - (9hours) + Material Costs • COP 018 - (16 hours) + Material Costs • COP 017 - (12 hours) + Material Costs • COP 012 - (25 hours) +Material Costs After labor and material costs are, applied towards the allowance, there is a remainder of $3,327.22 to be returned to the project as a credit. ATTACHMENTS: PCO 147 - Combined.pdf _COP 021 - Allowance Reconciliation -LR.pdf # Cost Code Description Type Amount 06-010-99- -GWB, Insulation 8 ACT Sub - BP Allowance Reconcilliation Subcontractor ($3,327.22) Subtotal: ($3,327.22) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line Item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 Lydig Construction, Inc. page 1 of 2 Printed On: 11/10/2020 04 :29 PM LYDIG PCO #147 B&O Tax: 0.00% Applies to all line Item types. $ 0.00 Grand Total: ($3,327.22) Owner Signature Date KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 021 JOB NAME Tukwila Fire Station #51 DATE 11/09/20 General Contractor Lydig Construction Reference Documents Per Contract DESCRIPTION This COP is to reconcile the allowances on this project. Prepared by: Miranda Laratta 1. Direct Labor Cost (from attached cost breakdown form) a. crew (apprentices, journeymen, and laborers) $ (4,411.50) b. foreman/superintendent $ 85.00 Direct Labor Subtotal $ (4,326.50) Labor Markups c. direct supervision (NTE 15% of la) d. safety (NTE 2% of lines 1a & 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 $ 5. Overhead & Profit a. NTE 10% portion of 1,2,3, and 4 (overhead) b. NTE 5% portion of 1,2,3, and 4 (profit) 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) $ (4,326.50) 999.28 (3,327.22) 8. Insurance (1.85% portion of 1,2,3,4,5,6, and 7) 9. Bonding (1.41% portion of 1,2,3,4,5,6,7, and 8) Total Cost $ (3,327.22) KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 021 JOB NAME Tukwila Fire Station #51 DATE 11/09/20 General Contractor Lydig Construction Reference Documents Per Contract Pricing Documents N/A Description Labor Qty Unit Rate Material Rate Cost Equipment Rate Cost Total Cost Contract Hours for GWB -80 HR $ 79.00 5(6,320.00) - $ - 5 (6,320.00) Contract Hours for Ceiling Tile -40 HR $ 79.00 5(3,160.00) $ 393.60 - $ - 5(3,160.00) COP 019 - Replace Ceiling Tiles 9 HR $ 79.00 $ 711.00 $ 251.40 - $ - $ 711.00 COP 018 - Punch List for Tile Repair 16 HR $ 79.00 $1,264.00 $ 393.60 - $ - $1,264.00 COP 017 - Repair Work to Tiles 12 HR $ 79.00 $ 948.00 0.42 - $ - $ 948.00 Joint Compound 25 HR $ 79.00 $1,975.00 $ 12.50 $ 50.00 $ - $1,975.00 COP 016- RLpail fwiii L. Labor & Industries 62 HR 2.75 $ 170.50 $ 21.00 $ - $ - $ 21.00 $ - $ 170.50 COP 12 (Description mils -labeled, hours ar a correct) - WB/LCI _ $ - $ - COP 019 - Lyra 8499PB 1 BX - $ 393.60 $ 393.60 $ - $ 393.60 COP 019 - 2 x 5' Tile - Armstrong 2 BX $ - $ 251.40 $ 502.80 $ - $ 502.80 COP 016 - Lyra 8499PB 0 BX $ - $ 393.60 $ - $ - GWB 64 0.42 $ 26.88 $ - $ 26.88 Joint Compound 4 $ - $ 12.50 $ 50.00 $ - $ 50.00 L Metal 50 - $ 0.42 $ 21.00 $ - $ 21.00 Fasteners - $ 5.00 5.00 $ - $ 5.00 - - $ - $ - Scissor Lift 0 DY - - $ 50.00 $ - $ - - - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - - - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - Foreman Superintendent 1 0 Subtotal hr hr Total $ 85.00 $ 91.00 $(4,411.50) $ 85.00 $ - $ 999.28 $(4,326.50) $ 999.28 $ $ (3,412.22) $ 85.00 $ - $(3,327.22) iKNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 019 JOB NAME Tukwila Fire Station #51 DATE 10/13/20 General Contractor Lydig Reference Documents Lydig Pricing Documents IPE Description Qty Unit Labor Material Rate Cst Rate Equipment Rate CnCost Total Tile Installer 9 HR $ 82.00 $ 738.00 - - $ 738.00 Hanger 0 HR $ 82.00 - $ 393.60 - - $ - Taper 0 HR $ 82.00 $ - $ 251.40 - - $ - General Labor 0 HR $ 82.00 - $ - - $ - Labor & Industries 9 HR 2.75 $ 24.75 - $ - $ 24.75 Foreman Superintendent 0 Subtotal hr hr Total $ 85.00 $ 91.00 $ 762.75 $ - $ - $ 896.40 $1,659.15 $ - $ - $762.75 $ 896.40 $1,659.15 - - $ - $ - 4'x4' Tile - Lyra 8499PB - Vector White 1 BX - $ 393.60 $ 393.60 $ - $ 393.60 2'x5' Tile - Armstrong 1434 24"x60" 2 BX $ - $ 251.40 $ 502.80 $ - $ 502.80 $ - - $ - $ - - - $ - $ - - $ - $ - 8 - $ - $ - - $ - $ - - $ $ - $ - $ - $ - - $ - $ - $ - - $ - $ - - - $ - $ - - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - - $ - $ - $ - $ - $ - Foreman Superintendent 0 Subtotal hr hr Total $ 85.00 $ 91.00 $ 762.75 $ - $ - $ 896.40 $1,659.15 $ - $ - $762.75 $ 896.40 $1,659.15 Note: 3 box Lyra Vector and 17 hours for COP 16R1 1 boxes Lyra Vector, 2 boxes Armstrong 1434 and 9 hours for COP 19 2232 Pacific St. Bellingham, WA 98229 For COP 16R1 - ASI 22 DAS System and COP 19 Trade Damage KNUTSON METAL FRAMING & DRYWALL PHONE: (360) 384-2539 FAX: (360) 384-5629 NTP NO. JOB NAME NOTICE TO PROCEED Tukwila Fire Station 51 DATE REFERENCE DOCUMENTS 074240 E0 RFI ASI 02-1 CCD COP OTHER DESCR PTION OF WORK 7 ./11` TT! rt)..Riz/frzoNT TO CtEl'\11.7,1Z/1711,,./1110DIPI"R,STRII:.1:D KNIT) 1301\ PERSONNEL. COCK 11-115 u.flLL b F 1'4 c -F Pi- A G P 6- ID I --E7 A51 cz NAME: DATE: COMPANY: SIGNED: WORK AUTHORIZED BY: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY" ALTITIORIZES r/eRK DESCRIBED AND COMPENSATION BASED ON „QUANTITIES LISTED BELOW" DATE 7 MATERIAL LABOR NAME REG OT INITIALS QUANTITYVENDOR ,--)vi',"3 11,,,RAN4 TYPE OF MATERIAL # UNIT X k_ 045 frt?.'il, igi g '01' x 60" .,„„ ri,; /A?' ILL 2.- 65 14 e0 tLetreet i-"liti re- ---- - - €knowie,cigifig --„,....‘„....* -signing -this- - Tills - - uti'ized. DATE 7 CODE 7510 LABOR NAME REG OT INITIALS ,--)vi',"3 11,,,RAN4 _ ex ra to We s DA Ewere del/St-4 _s_ufaccatracto, Far -mitts ,e—s. n-etiee -per—h daucrrrients, t fTE nge- older adi isfment. BY -DL T1 ATE 11 MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL :Jrnent, Lyd;g Const uchon Is the resources listed were 1(nowledoerm--;nt nco dnr oreement t pt this work 10 ubcotA on y that the resources ind 'NAME was if@rf )rPrec Wfe etieve.s. this-woTins n ext -a then it oi;L.ontracter'sTE duty to pc-rpirro_dus ;.-;ubcontrac and tho contract .nd reouest or teguestiont-g-gbie-- 0 ' 779 NTP KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED Tukwila Fire Station 51 DATE 0 7//6//z,. -c -Vo REFERENCE DOCUMENTS RFI ASI CCD COP OTHER DESCRIPTION OF WORK UTI-I01.1Z/ITIO'1TO C:ENER/11-E/A401)/F;I'llS131t1/LED SOL1317BYG.K KIVUESUN PEItiONNEL R-Ffie A A5 Z - P t,c.-rtr f2 P1Ac 5Zi d7 (8- (--=. D t`f. WORK AUTHORIZED BY: NAME: / ,t)& • • DATE: COMPANY: 4 I SIGNED: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: MCNATOTW AUTHORIZES IVORK DESCRIBED AND COMPENSATION BASED ON OUANTITIES LISTED BELOF MATERIAL TYPE OF MATERIAL QUANTITY DATE CODE LABOR NAME REG OT INITIALS NAME REG OT INITIALS ,...r.4> . ij�± /00_5_ A19-40) N-061_212--1 u UNIT VENDOR MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL LABOR DATE CODE NAME REG OT INITIALS NTP NO. KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED Tukwila Fire Station 51 REFERENCE DOCUMENTS DATE c7-1/i1/2-ezz,7 RFI ASI CCD COP DESCR PTION OF WORK ALITI-101Z1Z/11701\T TO GENEit,1:1`E/ .1,101)1141'11,ST,'.111,Til)S01.,EY BY- (.;"..K. OTHER 1A-16- ‘-k.) I L.L. 12-LT1-L. Lf.. o F 1 via prze).2c1 0 p -7 I L pit= 12_ fL 0.x.Z INT tt1 /\1 Z=1- e WO_RK AUTHORIZED BY: NAME: DATE: 7/...,,, COMPANY: SIGNED: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: ,-"----- SIGNATORY AUTHORIZES WORK DESCRIBED AND COMPENSATION BASED ON PUANTIFIES LISTED BELOW MATERIAL TYPE OF MATERIAL QUANTITY UNIT VENDOR MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL DATE CODE LABOR NAME REG OT INITIALS DATE CODE LABOR NAME REG OT INITIALS 077174r q5/0 -0 - ---D WALLBOARD - ACOUSTICAL - STEEL - INTERIOR ACCESSORIES cii Interior SuPP1Y 10819 120TH AVENUE NE - KIRKLAND, WA 98033-5024 Credit Inquiry (425) 822-6837 S 0 LD T 0 G K KNUTSON INC 5060 PACIFIC HWY STE 131 FERNDALE, WA 98248 S P T 0 REMIT TO INVOICE GTS INTERIOR SUPPLY PO BOX 97090 KIRKLAND, WA 98083 Customer No. Date Tax Code Number 1007458 07/23/20 1729 60179014-00 TUKWILA FIRE STATION 51 17915 SOUTHCENTER PARKWAY CARLOS (206)436-9094 TUKWILA, WA 98188 Order Date Customer P.O. Number Customer Ref. Ordered By Entered By Reqd. Ship Rep Date Shipped 07/10/20 TUKWILA F CARLOS kjc 07/26/20 DVM 07/23/20 SPECIAL INSTRUCTIONS [1] Product No. Quantity Desc Description U/M Extension Unit price Amount A8499PB ty 1 CTN EA Lyra 15/16" Vector48"x48"x7/8" 64'/ctn THANK YOU Deduct 7.87 If Paid By 08/15/20 CTN EA 4 1 393.60 0.00 393.60 0.00 KEN KEN Delivered by GTS - Kent Subtotal 393.60 Tax 39.36 Add'l Charges 0.00 TOTAL 432.96 SERVICE CHARGES AT 1-1/2% PER MONTH ON PAST DUE BALANCES. ALL TRANSACTIONS REFERENCED HEREIN ARE GOVERNED BY THE TERMS AND CONDITIONS LOCATED AT HTTPS://VVWW.GMS.COM/TERMS-CONDITIONS WALLBOARD - ACOUSTICAL - STEEL - INTERIOR ACCESSORIES GTS interior Supply 10819 120TH AVENUE NE - KIRKLAND, WA 98033-5024 Credit Inquiry (425) 822-6837 S 0 L T 0 G K KNUTSON INC 5060 PACIFIC HWY STE 131 FERNDALE, WA 98248 S I-1 T 0 INVOICE GTS INTERIOR SUPPLY PO BOX 97090 KIRKLAND, WA 98083 Customer No. Date Tax Code Number 1007458 08/28/20 1729 60181544-00 TUKWILA FIRE STATION 51 17915 SOUTHCENTER PARKWAY CARLOS (206)436-9094 TUKWILA, WA 98188 Order Date Customer P.O. Number Customer Ref. Ordered By Entered By Reqd. Ship Rep Date Shipped 08/25/20 TUKWILA F CARLOS jmb 08/27/20 DVM 08/28/20 SPECIAL INSTRUCTIONS [1] Product No. Quantity Desc Description U/M Extension Unit price Amount A1434 TY 4 1 CTN EA • ULTIMA HI NRC 9/16" BEVTEG 24"X60"X7/8" 6 THANK YOU Deduct 20.11 If Paid By 09/15/20 MSF EA 240 1 4190.00 0.00 1005.60 0.00 KEN KEN Delivered by GTS - Kent Subtotal 1005.60 Tax 0.00 Add'I Charges 0.00 TOTAL 1005.60 SERVICE CHARGES AT 1-1/2% PER MONTH ON PAST DUE BALANCES. ALL TRANSACTIONS REFERENCED HEREIN ARE GOVERNED BY THE TERMS AND CONDITIONS LOCATED AT HTTPS:/NVVVW.GMS.COM/TERMS-CONDITIONS KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 018 JOB NAME Tukwila Fire Station #51 DATE 08/31/20 General Contractor Lydig Reference Documents Lydig Pricing Documents NTP Description Labor Qty Unit Rate Material Rate Equipment Rate Cnst Total Tile Repa r 16 HR $ 85.00 $1,360.00 - $ - $1,360.00 Hanger 0 HR $ 85.00 $ - $ - $ - Taper 0 HR $ 85.00 - $ - $ - General Labor 0 HR $ 85.00 $ - - $ $ - Labor & Industries 16 HR 2.75 $ 44.00 - $ - $ 44.00 Foreman Superintendent 0 0 Subtotal hr hr Total $ 85.00 $ 91.00 $1,404.00 $ - $ - $1,404.00 $ - $ - $1,404.00 $1,404.00 $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Foreman Superintendent 0 0 Subtotal hr hr Total $ 85.00 $ 91.00 $1,404.00 $ - $ - $1,404.00 $ - $ - $1,404.00 $1,404.00 NTP NO. KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED Tukwila Fire Station DATE REFERENCE DOCUMENTS RFI AS! CCD COP OTHER DESCR PTION OF WORK ,ILTifIailIZATION TO GEI\TE11717E/ A,101)1F1' IZSE. IZ 'ED .TOL,L,:Y BY G.K 1NUI1cON 1)1E10'0 NTN111.- LT i - NAME: DATE: COMPANY: SIGNED: WORK AUTHORIZED BY: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY AtiTHORIZES FORK DESCRIBED "LND COMPENSATION BASED ON 01.1AN7777 ES LISTED BELO iv MATERIAL TYPE OF MATERIAL UANTI UNI VENDOR 1 L. DATE CODE LABOR NAME REG OT INITIALS '11 i ockn, \-ictry,Lz, _.s, ,r MISCELLANEOUS DELIVERY FUEL • ECtUIPMENTRENTAbim y Fr trIr ttowledgeme dig's agreement 116: nt df this w ,11T7,k, o. prox_ aotic•)_ _ L the doetm a c—. ge. d' Ghare--Grdei p(opc 9t just.far-e4.--- --atitetstreht, DATE fixam:ty- KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 017 JOB NAME Tukwila Fire Station #51 DATE 08/31/20 General Contractor Lydig Reference Documents Lydig This COP is for our costs to repair damage done to the tile work. Pricing Documents NTP Description Labor Qty Unit Rate Material Rate Equipment Rate Cct Total Tile Repair 12 HR $ 85.00 $1,020.00 - $1,020.00 Hanger 0 HR $ 85.00 $ - $ - $ - Taper 0 HR $ 85.00 $ - - $ - $ - General Labor 0 HR $ 85.00 $ - - $ - $ - Labor & Industries 12 HR 2.75 $ 33.00 $ - $ - $ 33.00 Foreman Superintendent 00 Subtotal hr hr Total $ 85.00 $ 91.00 $1,053.00 $ - $ - $1,053.00 $1,053.00 $1,053.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Foreman Superintendent 00 Subtotal hr hr Total $ 85.00 $ 91.00 $1,053.00 $ - $ - $1,053.00 $1,053.00 $1,053.00 NTP NO. KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED Tukwila Fire Station REFERENCE DOCUMENTS DATE OY 7-31 70 RFI ASI CCD COP DESCRIPTION OF WORK 1i71,10R17.4 noN 7D GE..:1\l'E'R,,,,,ITE/J110DIFY KfERT,ED,SOLEY LL Tz (111 ovaw CC: OTHER NAME: DATE: COMPANY: SIGNED: WORK AUTHORIZED BY: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY A LII7-.10RIZE.S IrOKK DE SOULE D AND COMPENSATION BASED ONQUANIMES LISTE D BELOW AdIATERIAL TYPE OF MATERIAL QUANTITY UNIT VENDOR MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL DATE CODE LABOR NAME - , — REG . OT INITIALS DATE CODE LABOR NAME REG OT INITIALS eilt! '''2'''-'.-.'li'71-15-1/Cr•-- -- NTP NO. KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED 'Tukwila Fire Station DATE Og-7_7 ci REFERENCE DOCUMENTS RFI ASI CCD COP DESCR PTION OF WORK OTHER AUT.( IORTZ417()N 70 GT3NEItATIV.VIODIFY ItSERI,RD SOLFY 13Y GK. ICNO7`SONPaltS01\11\IFL v•-% _ CkieC4-4f woric....t" d yes , 437,-/ 4(7 TC WORK AUTHORIZED BY: NAME: DATE: COMPANY: SIGNED: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY AUTTIOIUZES IFORK DESCRIBEDAND COMPENSAT/ON BASED ON OUANTITIES LISTED BELOW' MATERIAL TYPE OF MATERIAL QUANTITY DATE CODE LABOR NAME v'tt,We REG OT INITIALS UNIT VENDOR MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL DATE CODE .I LABOR NAME REG .... OT INITIALS __ ------ NTP NO. KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 JOB NAME NOTICE TO PROCEED Tukwila Fire Station DATE REFERENCE DOCUMENTS RFI ASI CCD COP OTHER DESCR PTION OF WORK JILTIT-IORIZ/117 ON TO GENIE l't/1773/ .2'14()DIFY ItC/31Z.I,13D,S01,E1'131'G.1‹. KiNILITSON 1)1..7,1t.ST NNFL S. NAME: DATE: COMPANY: SIGNED: WORK AUTHORIZED BY: WORK VERIFIED COMPLTE BY: NAME: DATE: COMPANY: SIGNED: SIGNATORY AUTHORIZES WORK DESCRI73ED AND COMPENSATION BASED ON QUANITHES LISTED BELOW MATERIAL CODE TYPE OF MATERIAL QUANTITY VENDOR # Ul\IIT DATE CODE LABOR NAME ,.., REG _ OT INITIALS MISCELLANEOUS DELIVERY FUEL EQUIPMENT RENTAL LABOR DATE CODE NAME REG OT INITIALS KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 12 JOB NAME Tukwila Fire Station #51 DATE 04/21/20 General Contractor Lydig Reference Documents Trade Damage Pricing Documents TBD Description Qty Unit Labor Rate Cost Material Equipment Rate Crst Rate Co Total Cost Framer 2 HR $ 79.00 $ 158.00$ - - $ 158.00 Hanger 6 HR $ 79.00 $ 474.00$ $ 0.42 - $ - $ 474.00 Taper 15 HR $ 79.00 $1,185.00$ $ 12.50 - $ - $1,185.00 General Labor 2 HR $ 79.00 $ 158.00$ $ 0.42 - $ - $ 158.00 Labor & Industries 25 HR 2.75 $ 68.75 5.00 - $ - $ 68.75 Foreman Superintendent Subtotal 0 hr $ 85.00 hr $ 91.00 $ 2,043.75 $ 85.00 $ - $ 102.88 Total $ 2,128.75 $ 102.88 $ 2,146.63 $ 85.00 $2,231.63 $ - - $ - $ - GWB 64 SF $ - $ 0.42 $ 26.88 $ - $ 26.88 Joint Compound 4 EA $ - $ 12.50 $ 50.00 $ - $ 50.00 L Metal 50 LF - $ 0.42 $ 21.00 $ - $ 21.00 Fasteners 1 LS 5.00 $ 5.00 $ - $ 5.00 $ - - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - - - $ $ $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - _ - $ - $ - $ - $ - - - $ - $ - Foreman Superintendent Subtotal 0 hr $ 85.00 hr $ 91.00 $ 2,043.75 $ 85.00 $ - $ 102.88 Total $ 2,128.75 $ 102.88 $ 2,146.63 $ 85.00 $2,231.63 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #149 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #149: CE #201 - Sectional Door Safety Edge Credit TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 149 / 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) 11/12 /2020 None Amount Based No ($328.00) POTENTIAL CHANGE ORDER TITLE: CE #201 - Sectional Door Safety Edge Credit CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #201 - Sectional Door Safet Ed.e Credit The door manufacturer does not offer an electronic safety edge for the specified sectional door size. Crawford Door installed a standard rubber door edge, which is currently in place at TFS 51. The Owner has elected to omit the safety edge and operate using the photo eyes as the single obstruction detection device. Credit for the electronic safety edge being provided. ATTACHMENTS: PCO 149 - SP.pdf_ Owner Signature Date Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc Sub - BP 03 & 07 Safety Edge Credit Subcontractor ($328.00) Subtotal: ($328.00) 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: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: ($328.00) Owner Signature Date LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #149 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contrac Potential Change Order #149 SP: CE #201 - Sectional Door Safety Edge Credit TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 149 SP/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 11/12/2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: ($328.00) POTENTIAL CHANGE ORDER TITLE: CE #201 - Sectional Door Safety Edge Credit CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #201 -Sectional Door Safety Edge Credit The door manufacturer does not offer an electronic safety edge for the specified sectional door size. Crawford Door installed a standard rubber door edge, which is currently in place at TFS 51. The Owner has elected to omit the safety edge and operate using the photo eyes as the single obstruction detection device. Credit for the electronic safety edge being provided. ATTACHMENTS: COR4 (Sensing Edge Credit) (002)_pdf # Cost Code Description Type Amount 08-113-99- - OH Door Sub Credit for electronic safety edge Subcontractor ($328.00) Subtotal: ($328.00) 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 Tler Work: 0.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Grand Total: ($328.00) Owner Signature Date interior Project: Change order Cost proposal Tukwila Fire Station 51 crawfordE1h.--- No. 2 Customer: Lydig Construction Date: 11/11/2020 Attn: Weston Blackburn Created By: Description James Hetland Credit for sensing edges on both sectional doors that were only provided with a rubber astragal. Category Material Description Sensing edge Quant, -2 Class Unit Cost 199.00 Total (398.00) • Labor 0 Reg. HR 80.00 Labor OT HR $ 120.00 Equipment Other Rubber Astragal 2 $ 35.00 70.00 Safety (8% of Labor) Small Tools and Consumables (5% of Material) Subtotal (328.00) Overhead 10% Profit 5% Exclusions: Structure Support, Electrical, Finishes Approved By: Printed Name: Date: Tot Original Contract Amount Total Previous Changes Total This Modification New Contract Amount Position: Company: '• rice Portland - 14164 Fir Street, Oregon City, OR 97045 - (503) 643-9480 Seattle - 2100 196th Street SW, Suite 138, Lynnwood, WA 98360 - (206) 447-3005 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #150 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #150: CE #202 - Vinyl Wall Graphic Location Change TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 150 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Pending - In Review CREATED BY: Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 11/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $1,354.82 POTENTIAL CHANGE ORDER TITLE: CE #202 - Vinyl Wall Graphic Location Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #202 - Vinyl Wall Graphic Location Change The location of the vinyl wall graphic was changed from the West wall of the PT Room to the South wall of the Entry Vestibule. This relocation changed the installation of this graphic by requiring extensive cutting of the wall graphic around door 102, fire alarm horn & strobe, signage, electrical receptacles, light switch, door push button, wood bench, and wood bench supports. This change order captures the added costs associated with the additional prep and installation required at the new location. ATTACHMENTS: PCO 150 SP - Combined.pdf # Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc Sub -BP 03&07 Vinyl Wall Graphic Location Change Subcontractor $ 1,271.26 Subtotal: $1,271.26 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 57.21 GL Insurance: 0.75% Applies to all line item types. $ 9.96 P&P Bond: 0.75% Applies to all line item types. $ 10.04 B&O Tax: = 0.47% Applies to all line item types. $ 6.35 Grand Total: $1,354.82 Owner Signature Date LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #150 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #150 SP: CE #202 - Vinyl Wall Graphic Location Change TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 150 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 #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 11/13 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,271.26 POTENTIAL CHANGE ORDER TITLE: CE #202 - Vinyl Wall Graphic Location Change CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #202 - Vinyl Wall Graphic Location Change The location of the vinyl walll graphic was changed from the West wall of the PT Room to the South wall of the Entry Vestibule. This relocation changed the installation of this graphic by requiring extensive cutting of the wall graphic around door 102, fire alarm horn & strobe, signage, electrical receptacles, light switch, door push button, wood bench, and wood bench supports. This change order captures the added costs associated with the additional prep and installation required at the new location. ATTACHMENTS: INV-11038.pdf # Cost Code Description Type Amount 1 10-018-99-. Interior Signage Sub Relocate Vinyl Wall Graphic Subcontractor $ 1,154.19 Subtotal: $1,154.19 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. $ 92.34 GL insurance: 0.75% Applies to all line item types. $ 9.35 P&P Bond: 0.75% Applies to all line Item types. $ 9.42 B&O Tax: = 0.47% Applies to all line Item types. $ 5.96 Grand Total: $1,271.26 Owner Signature Date 259 SW 41st St "° �m���� Renton,`=��'(253) 243-7777 Creating Impressions that Last Forever www.shineonsigns.com Created Date: 10/12/2020 N��U����N�~0� NU������"N���� INV -11038 Payment Terms: Cash Customer ^ ~ ~ ^^~'~~~- PaymentTenns:[ash[ustomer DESCRIPTION: Fire Station Wall Wrap Bill To: Lydig Construction Bellevue 3180 139th Ave SE #110 Bellevue, WA 98005 US Ordered By: Westin Blackburn EmaiLVVB|ackbunn@lydVgznm Work Phone: (425) 885-3314 Cell Phone: (425) 213-7355 Tax ID: A16175421 NO Product Summary 1.1.1 1.1.2 1.1.3 QTY UNIT PRICE TAXABLE AMOUNT Wall Graphics 1 $2,21e54 $0.00 $2,219.54 Full Color, Digitally Printed 3M Viny- 3M 8520 Cast Overlaminate - Matte - Laminate Wall Wrap Installation Service - Installation Full payment is due upon completion of the job. Prior approval was granted for Shine On Signs and Graphics to charge a credit card upon completion of work. A 1.5% late fee will be added to all invoices over 30 days each month until the balance is fully paid. Subtotal: $2,21e54 Taxable Amount: Moo Taxes: Moo Grand Total: Amount Paid: $2,219.54 $0.00 DEPOSIT REQUIRED. $1 109 77 Revised Vinyl Wall Graphic Value: $2,219.54 Original Value of Vinyl Wall Graphic: $1,065.35 Add: $1,154.19 Client indemnifies Shine On Signs and Graphics against any claim by any property owner, landlord, tenant, or any other party that Generated On:|nU/zoz0|:57Pw Page | or TO: 18-001(aj) CITYCouncil Approval N/A OF l[UUK���KU �� "�°"�°°"��� CONTRACT CHANGE ORDER NO, 016 (COVID) DATE: 10M5/3020 PROJECT NO.: 80830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-0012/ ajU AMENDMENT NO: 036 ./ Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specificationsnrdotknfd|mwingdnoohbodworkmot included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owne' and a notice to proceed is issued. Conditions: A. The following change, and work affected therebare subjeto all contract stipulations and covenants; B. The rights of the Owner" are not pjudinod; 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 10/16 /2020 Contractor Lydig Construction �� By Craig Greene ��'r~~—' T�|o vp of Operations Original Contract FS52 (without tax) $ 16,029,260.00 / APPROVED BY THE CITY OF TUKWILAPrevious Change $ 813,476.50 Date This / Change (without tax) $ 7,766.06 By//of REV. CONTRACT AMOUNT FS52 $ 16,850,502.56 \ / � /�/��/ riginal 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) Mayor Deputy City Administrator SOJ Program Director (ft* ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project ManagemenFile PW Project Finance File (11/2014) Exhibit "A"tw CHANGE ORDER- CITY OF TUKWILA Project Name Project # TO CONTRACTOR: SUMMARY OF CHANGE - PUBLIC SAFETY PLAN, Fire Station 52 CO # 016 (COVID) 90830402 Contract # 18-001.2 (aj Date 10/15/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 198 CE #228 - COVID-19 Impacts - July (PCEC). Cost impacts for loss of productivity and new regulations to continue work during the COVID-19 crisis. The costs included in this PCO are those submitted by affected subcontractors: PCEC - impacts from 7/01/2020 through 7/31/2020 (productivity impact reduced to 0.75 hr/1 working day/crew member). COVID $7,766.06 Lydig Change Order No. 016 (COVID) $7,766.06 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #198 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #198: CE #228 - Covid-19 Impcats - July TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 198 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 10/5 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $7,766.06 POTENTIAL CHANGE ORDER TITLE: CE #228 - Covid-19 Impcats - July CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #228 - Covid-19 Impcats - July Cost impacts for loss of productivity and new regulations to continue work during the Covid-19 crisis, The costs included in this PCO are those submitted by affected subcontractors for the dates listed below PCEC - impacts from 07/01/2020 through 07/31/2020 (productivity impact reduced to 0.75 hr/1 working day/crew member) GCCM fee has been removed per comments and conversation with Julie DeDonato on 10/15/2020 ATTACHMENTS: CE 228-COR040..pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/15/ 2020 11 :33 AM Cost Code Description Type Amount 1 26-001-99- BP -11 -Electrical Subcontractor PCEC COR 040 Subcontractor 9 7,615.00 Subtotal: 97,615.00 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. $ 57.11 P&P Bond: 0.75% Applies to all line Item types. 9 57.54 B&O Tax: = 0.47% Applies to all line item. types. $ 36,41 Grand Total: $7,766.06 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/15/ 2020 11 :33 AM nese August 4, 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# PCEC RFI# PCEC COR# 040.0 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 $7,615.00 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 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: ( 45 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: 19066 Tukwila Fire Station 52 Work COVID-19 Labor impacts. Dailies provided. Impacts due to Description: Social distancing and redistribution of manpower to maintain social distancing for July. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. C. d. 0% (of direct labor) $ 92.98 127.03 161.09 104.75 114.36 $ 7,391.91 COP# - PCEC COR# 040.0 Date: 8/4/2020 CCD# RFI# PCEC RFI# 79.50 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time $ $ $ 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 0% overhead & profit of 1 0% overhead & profit of 2, 3 & 4 7. 0 & PN SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 6. INSURANCE 9. O& P ON INS/TAX TOTAL COST 1 THRU $ $ $ 7,391.91 $ $ $ $ 73.92 149.32 $ 223.24 7,615.00 Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNA Job No.: 19066 Job NameTukwila Fire Station 52 Location: Tukwila Fire Station 52 Journal No.: 00083 DATE: 3/1/2020 WEATHER TYPE#REF! TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 1 GF 0 Stockmen 0 Foremen 3 Journeymen 3 Apprentices 7 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for July 1st 2020 (2) New apprentice for hall and (1) New Jw from Hall. Joel and Daniel, Stefan 2nd Floor Lighting controls and Trim. Derick Finishing up Conduit for Fan Power. Tom & Jim Finishing up Hardlids north appbay HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x7 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED. STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAEQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00084 DATE: 7/2/2020 Job Name: Tukwiia Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 1 GF 0 Stockmen 0 Foremen 3 Journeymen 3 Apprentices 7 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for July 2nd 2020. Joel, Stefan, Daniel, 2nd floor lighting controls, and Trim. Tom & Jim hard lid rough in north app bay HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distaciCleaning During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x7 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature peze Pacific Coast Electrical Contractors, Inc. JOURNALDAIL�����UU - --- Job No.: 10068 Journal No.: 00085 DATE: 7/6/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for work date 7/6/2020- Tom Electical Room Pnl Makeup/ Derick Vacation/ Jim M North app bay Overhead conduit rough in. Joel, and Stefan 2nd floor lighting LV and Install. HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines 6ft Sial distanciCleaning i Staggering breaks for social distancing, During the day depending on the task ht have to ch -- ears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00086 DATE: 7/7/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for work date 7/07/2020 Tom Electrical Room pnl make up, Joel and Stefan 2nd floor lighting and lighting Controls, Jim North app bay conduit rough in HINDRANCE TO JOB PROGRESS AND BY WHOM! SAFETY ISSUES: Covid 19 CCD breaks for socialdistaooi During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail Signature PeEe Pacific Coast Electrical Contractors, Inc. L DAILY JOB JOURNA Job Name: Tukwiia Fire Statio52 WEATHER TYPE#REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUON JOB 0 GF 0 Stockmen 0 Foremen 2 Journeymen 1 Apprentices 3 Crew Total Lydig, Redline,VonderLip,and ]M|sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Work Date 7/8/2020 Tom Electrical Room pnl make up/ Joel and Stefan 2nd Floor lighting and install lights where grid is finished. Jim M School! Derick Vacation HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social did Cleaning isocial During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job swork plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x3 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER -TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail I 4 Cloudy Part Rain Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00088 DATE: 7/9/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwiia Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for 7/9/2020 Tom Electical Room PNL make up and lighting control for exterior lights/ Joel and Sefan 2nd floor lighting and lighting controls/ Jim M North app bay overhead conduit. Derick Vacation. HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 COD guidelines 6ft Social distancing, Cleaning eatingtools, Staggering breaks for social distancin During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US TOOLS AND PARTS TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00090 DATE: 7U0/2020 Job Name: Tukwjla Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 2 Journeymen --' 2 Apprentices 0 Stockmen 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for 7/10/2020. Tom Electrical Room. Joel and Stefan 2nd floor lighting control and Lighting, Jim M north app bay overhead conduit rough in HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing, Cleaning eating areas, tools, Staggering breaks for social distancing, During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00091 Job Name: Tukwila Fire Station 52 Location: Tukwila Fire Station 52 NUK8BERANOTfPE8DFVVORKERS 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total DATE: 3/13/2020 WEATHER TYPE: #REF! TEMPERATURE: OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/13/2020 Tom and Derick Elevator PNL and Elevator Disconnecinstall! Joel and Stefan 2nd Floor lighting controls and Light Fixtures/ Jim M Overhead soffet install appbay HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancingCleaning eating areas, tools, Staggering breaks for social distancing, During the day depending on the tak michange rs to avoid other trades, following new standard for the covid 19 Job specific'workpianPCECfills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19008 Job Name: Tukwila Fire Station 52 Location: Tukwila Fire Station 52 NUMBER AND TYPES OF WORKERS 0 GF O Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total Journal No.: 00092 DATE: 7/14/2020 WEATHER TYPE: #REF! TEMPERATURE: OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JM1 sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESSAND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/14/2020 Tom and Derick elevator PNL and elevator Disconnet install/ Joel and Stefan 2nd floor lighting and lighting controls/ Jim M Appbay overhead soffet lighting. HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing, During the day dependinon the task i ht have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLE 8: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: Gate install meeting TOOLS AND PARTS TRANSFERRED, STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAEQUIP ENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19060 Journal No.: 00093 DATE: IU5/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUON JOB 0 GF 0 Foremen 2 Journeymen 2 Apprentices 0 Stockmen 4 Crew Total SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/15/2020 Joel Off. Tom elevator Disconnet and PNL. Derick and Stefan 2nd floor lighting/ Trim and lighting controls. Jim M overhang Soffet W inspection/ and North appbay conduit rough in. HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing Cleaning eating areas tools Staggering breaks for social distancing During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US TOOLS AND PARTS TRANSFERRED, TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature PeEe PacificCoast Electrical Contractors, Inc. DAILY JOB JOURNAL ---- Job No.: 19066 Journal No.: 00094 DATE: 7U6C2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE#REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/16/2020 Tom Electrical Room Rough in/ Derick, Joel, Stefan 2nd floor lighitng& trim. Jim M north appbay overhead conduit HINDRANCE TO JOB PROGRESS AND BY WHOM! SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distai Cleaeating social distancin During the ddepending have to change gears to avoido*b gnew standard for the covid 19 Job specificvvorkkanPCEC fills out taweekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: Commissioning meeting TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 3 Overcast 7 Snow, Sleet or Hail Signature pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00095 DATE: 7U7C2020 Job Name: TukwilFire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total Lydig, Redline,Vndedjp, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for date 7/17/2020 Tom Electrical Room Rough in Site work cordination Benches, Gate, SMP, ect. Derick, Joel, Stefan. 2nd floor lightingfTrim/Lighiting control. Jim M north app bay conduit rough in. HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing, Cleaning eating areas, tools, Staggering breaks for social distancing, During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B WindC Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail Signature Pege Pacific Coast Electrical ContraInc. DAILY JOB JOURNA Job No.: 19066 Journal No.: 00100 DATE: 7/20/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/20/2020 Tom Electrical room, Generator, and Exterior lighting control and Lighting headend/ Joel and Stefan 2nd floor lighting, and lighting controls, Derick 2nd floor Branch power, lighting, Trim/ Jim M north appbay overhead conduits lighting and mechicanl power. HINDRANCE TO JOB PROGRESS AND BY WHOM! SAFETY ISSUES: Covid 19 CCD guidelinesGftSocia|distonoi Cleaning \ tools, During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B WindC Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOURNAL � JOB 19066 Journal No.: 00099 Job Name: Tukwila Fire Station 52 Location: Tukwila Fire Station 52 DATE: 7/21/2020 WEATHER TYPE: #REF! TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 3 Journeymen 2 Apprentices 0 Stockmen 5 Crew Total SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/21/2020 Tom Electrical room, Generator, and Exterior lighting control and Lighting headend/ Joel and Stefan 2nd floor lighting, and lighting controls, Derick 2nd floor Branch power, lighting, Trim/ Jim M north appbay overhead conduits lighting and mechicanl power. HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelinessocial During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job swork plan F'CEC fills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED,8TOLEN.NUSPLACEDORLOST NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleeor Hai| 4 Cloudy Part Rain Signature JOURNALPacific Coast Electrical Contractors, Inc. DAI[�]��� �� ��� Job No.: 19066 Journal No.: 00098 DATE: 7/22/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 2 Journeymen 2 Apprentices 0 Stockmen 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/22/2020 Tom Electrical room, Generator, and Exterior lighting control and Lighting headend/ Joel and Stefan 2nd floor lighting, and lighting controls, Derick 2nd floor Branch power, lighting, Trim/ Jim M off School. HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines 6ft S During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleeor Hail • 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc' DAILY JOURNAL Job No.: 19086 Journal No.: 00101 DATE: 7/23/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUON JOB 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/23/2020 Tom Electrical room, Generator, and Exterior lighting control and Lighting headend/ Joel and Stefan 2nd floor lighting, and lighting controls, Derick 2nd floor Branch power, lighting, Trim/ Jim M north appbay overhead conduits lighting and mechicanl power. HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing, Cleaning eating areas, tools, Staggering breaks for social distancing, During the day depending on the task might have to change gears to avoid other trades, following new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature PeEe Pacific Coast Electrical Co[s, Inc. DAILY JOB JOURNAL Job No.: 19086 Journal No.: 00102 DATE: 7/24/2020 Job NameTukwiia Fire Station 52 WEATHER TYPE: #REF! Location: Tukwjia Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total OTHER MAJOR CONTRACTORS& SUBCONTRACTOS ON JOB SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/24/2020 Tom Electrical room, Generator, and Exterior lighting control and Lighting headend/ Joel and Stefan 2nd floor lighting, and lighting controls, Derick 2nd floor Branch power, lighting, Trim/ Jim M north appbay overhead conduits lighting and mechicanl power. HINDRANCE TO JOB PROGRESS AND BY WHOM I SAFETY ISSUES: Covid 19 CCD guidelines 6ft Cleaning breaks for social distancing, During the day depending on the task might h___"---'--._-_ther -_-__--.._—'=-_..-___rd _ r the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: 1 Sunny A Calm 5 Cloudy Mostly Rain B Windy C Stormy 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00103 DATE: 7/27/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 3 Journeymen 2 Apprentices 0 Stockmen 5 Crew Total SAFETY MEETINGS OR ACCIDENTS: COVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/27/2020 Tom Electrical Room, Site lighting, Stefan organized lighting,Joel 2nd floor lighting control. Derick 1st floor Branch conduit and wire pulling, Jim M north app bay overhead conduit HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: COV0 18Q]C guidelines including cleaning eatinksonitools, and staggering breaksfodistancing. This is so we can avoid other trades doing this requires us to change gears to follow the new plan. While following the new standard for the COVID-19 Job specific work plan, PCEC fills out tasks weekly and updates when a new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNA Job No.: 19066 Journal No.: 00104 DATE: 7/28/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPRS 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: OVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/28/2020 Tom Electrical Room, Site lighting, Stefan organized lighting, Joel2nd floor lighting control. Derick 1st floor Branch conduit and wire pulling, Jim M north app bay overhead conduit HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: COVID 19 CDC guidelines including cleaning eatingareas cleaning tools and staggering breaks for social distancing This is so we can avoid other trades doihis requires us to change gears to follow the new plan. While following new standard for{he COVID 19 Job specific work plan PCEC fills out tasks weekly and updates when a new task has been identified. .75hrxGguys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B WindC Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signa u e PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 10068 Journal No.: 00105 DATE: 7Q9C2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBERANDTYPE8OFVVORKERS 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS COVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/29/2020 Tom Electrical Room Site lighting, Joel & Stephan 2nd floor lighting control. Derick 1st floor Branch conduit and wire pulling, Jim M north app bay overhead conduit HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: COVID-19 CDC guidelines includincleaning eg areascleaning tools, and staggering breaks for social distancing. This is so we can avoid other trades doing the new plan. While following the newstandard fothe 9 Job specific work plan, PCEC fills out tasks weekly and updates when a new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAEQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleeor Hail 4 Cloudy Part Rain Signature pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00106 DATE: 7/30/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: COVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/30/2020 Tom Electrical Room Site lighting, Stefan organized lighting, Joel 2nd floor lighting control. Derick 1st floor Branch conduit and wire pulling, Jim M north app bay overhead conduit. Wire pull for RVHR roof top unit HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: C(}VU]-10CDC guidelines including cleaning eating areas cleaning tools and staggering breaks breaks for social distancing. This is so we can avoid other trades doig thiuires us to change to new plan. While following the new standard for COV|C-1SJob specific work plan PCEC fills out tasks weekly and updates when a new task has been identified 75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: 1 Sunny A Calm 5 Cloudy Mostly Rain B Windy C Stormy 2 Mostly Sunny 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature PeEe Pacific Coast Ell Contractors, Inc. DAILY JOB JOURNA Job No.: 10086 Journal No.: 00107 Job Name: Tukwila Fire Station 52 Location: Tukwila Fire Station 52 DATE: 301/2020 WEATHER TYPE: #REF! TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOON JOB 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total Lydig, Redline,VanderLip, and JM1 sometimes? SAFETY MEETINGS OR ACCIDENTS: COVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 7/31/2020 Tom Electrical Room Site lighting, Stefan 2nd floor lighting, Joel 2nd floor lighting control. Derick 1st floor Branch conduit and wire pulling, Jim M north app bay overhead conduit HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: COVID-19 CDC guidelines including cleaning eating areas, cleaning tools, and staggering breaks for social distancing. This is so we can avoid other trades doing this requires us to change gears to follow the new plan. While following the new standard for the COVID-19 Job specific work plan, PCEC fills out tasks weekly and updates when a new task has been identified. .75hr x5 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED. STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 3 Overcast 7 Snow, Sleet or Hail Signature TO: 18-001 (ai) CITYCouncil Approval N/A OF �FUU���K � "~~"~°°"��� ^/ CONTRACT CHANGE ORDER NO. 015 DATE: 10M5Q020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACTNO1B�O12(�v\ " '� � . AMENDMENT NO: 035 V Sheet 1of1 You are hereby directed to make the herein described changes to the plans and specificationsor 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 followinchange, and work affected thereby, are subject to all contrac 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. IU/l6/2O20 Lydig Construction ACCEPTED: Date Contractor Craig Greeoe By VP of Operations Title Original Contract FS52 (withoutax) $ 16,028,260.00' Previous Change Order FS52 $ 785,840.79 This Change Order FS52 (without tax) $ 27'635.71 REV. CONTRACT AMOUNT FS52 $ 18.842.738.50 OriginalContractTime521 (Dec7 2020) 1FS52:days '° Additional Contract Time for this Change Order FS52: 0 days pdated Contract Time FS52: 521 days (Dec 17, 2020) APPROVED BY THE CITY OF TUKWILA Date _( 51t2/ ZA)ZA2 By Mayor Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: (w/encumbrance) Project Management File PW Project Finance File � ��^� „2�" ~' -- '`~~ Exhibit ttAU CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 015 90830402 Contract # 18-001.2;( ai) Date 10/15/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 180 CE #240 - RFI #491: Architectural/Mechanical - Electrical Access for BC 1.2. Relocation of RL -2 light fixture due to BC -1.2 per RFI 491. DC $380.47 COP 183 CE #243 - RFI #497: Landscaping - Planting Area Congestion at SE Corner. Credit - Revision to landscape planting at southeast corner of the building due to high congestion in the area per RFI 497. DC ($120.43) COP 184 CE #244 - #493: Architectural - Acoustical Ceiling Layout in Corridor 116 and 122. Upgrade of ceiling tile at Corridors 116 & 122 to Armstrong Ultimate 1427 (24"x72") as indicated in the response to RFI 493. DC $1,957.76 COP 185 CE #071 - ASI -009 Generator Revisions. Clarifications to the size and location of the generator, fuel belly tank, and concrete housekeeping slab in order to meet the requirements for the Cummins 250 KW generator per ASI - 009. DC $1,470.71 COP 187 CE #164 - RFI #052.1: Architectural - Removal of Tree #29. Installation of new tree per RFI 052.1 to replace a tree that was impacted and required removal for installation of the new rockery wall at the south side of the driveway. UFC $757.73 COP 189 CE #242 - RFI #502: Architectural - Fire Hydrant Orientation. Fire hydrants on east and west side of building are to be spun so that the face port is perpendicular to the curbline instead of towards the gate water valve at the water main as shown on the drawings per RFI 502. OC $807.83 COP 191 CE #247 - App Bay Steel Mounting Plates (RFI 443 and RFI 431). RFI #433, Addition of steel mounting plates for sectional door motors in the apparatus bay; and RFI #431, Addition of steel plates for mounting of hose and water reels in the apparatus bay. DC $8,197.41 COP 192 CE #248 - RFI #520: Architectural - JRS Site Visit 9-17-2020 Confirmations. Revision of stainless steel base flashing to prefinished metal flashing at the base of fiber cement planks at Deck 231 per RFI 520. DC $240.22 COP 193 CE #249 - RFI #299: Architectural - Snow Melt Mat Clarifications. Supply and installation of Welded Wire Mesh (WWM), rebar, and dobies to raise the snow melt mats to the proper elevation in the heavy duty concrete paving (7" thickness) at the driveway to ensure proper function per the manufacturer's installation instructions and the response to RFI 299. DC $11,850.92 Project Name Project # Fire Station 52 90830402 CO # 015 Contract # 18-001.2 ( ai ) Date 10/15/20 COP 197 CE #252 - RFI #050: Structural - Over excavation of GL 8 and Shoring Wall #1 Conflict. Due to the delay in the response to RFI #050, excavating the brace frame & spread footings was placed on hold for approximately 3 weeks. During that time, the civil work & utilities had to continue so the pre - tied footing rebar mats had to be relocated since they had not been placed in footing excavations until the RFI had been finalized. Footings required over excavation and Controlled Density Fill (CDF) per response to RFI 050 so rehandling would have been required if mats were placed. DC $2,09109 Lydig Change Order No. 015 $27,635.71 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #180 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #180: CE #240 - RFI #491: Arch/Mech - Electrical Access for BC 1.2 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 180 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: 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 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 9/23 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $380.47 POTENTIAL CHANGE ORDER TITLE: CE #240 - RFI #491: Arch/Mech - Electrical Access for BC 1.2 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #240 - RFI #491: Arch/Mech - Electrical Access for BC 1.2 Relocation of RL -2 light fixture due to BC -1.2 per RFI 491. SOJ Review comments 9/24/2020: It appears the PCEC has increased their unit rate for labor from previously agreed upon rate. Please provide labor rate breakdown or confirm that the rate used is the same as before. IBEW local 46 received a pay raise per their contract in August. This is the first change order with the new rate. The revised PCEC wage rate breakdown is attached for reference. ATTACHMENTS: PCECANage Rates Updated 08,20.2020;pdf ifs 41 mach - electrical access jar bc 1.2-202009232226,0f_ CE 240, - COR043,p_df_ Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 10/6/ 2020 03 :48 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 043 Subcontractor $ 357.00 Subtotal: $357.00 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. $ 16.07 GL Insurance: 0.75% Applies to all line item types. $ 2,80 P&P Bond: 0.75% Applies to all line item types. $ 2.82 R&O Tax: = 0.47% Applies to all line item types. $ 1.78 Grand Total: $380.47 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 10/6/ 2020 03 :48 PM pese September 22, 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# 491 PCEC RFI# PCEC COR# 043.0 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 $357.00 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 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, V Scott Drisco Project Manager Enclosures: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No.: I 19066 i PCEC COR# 043.0 Work Relocation of RL -2 light fixture due to BC -1.2. Date: 9/22/2020 Description: CCD# RFI# 491 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 3.15 Hrs. Normal Time b. craft labor costs from breakdown $ 129.78 0.00 Hrs. OT 1-1/2 Time c. craft labor costs from breakdown $ 164.59 0.00 Hrs. OT 2 Time d. craft labor costs from breakdown $ 107.02 0.00 Hrs. 2nd Shift Time e. craft labor costs from breakdown $ 116.83 0.00 Hrs. 3rd Shift Time DIRECT LABOR SUBTOTAL $ 299.16 Supervision d. direct supervision 0% (of direct labor) $ e. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS $ 299.16 2. MATERIAL COSTS a. scheduled material $ 2.05 d. permits $ b. quoted material $ - e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 2.05 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 oS,.e B&O-T-ax d. City B&O Tax 9. O & PON INSURANCE / TAXES a. 0% portion of 8 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ $ 6. SUBCONTRACTORS $ 45.18 7.0 & P ON SUBS $ 1.00% (of 1 through 7) $ 3.46 2.00% (of 1 through 7) $ 7.00 0--(0 . w $ 0 (of 1 through 7) $ 8. INSURANCE $ 10.46 9.O&PON INS/TAX $ TOTAL COST 1 THRU 8 $ 357.00 Job Name: FS#52 Tukwila Job Number 1429 Extension Name: COR Item # Item Name Material Filter <None> [Items and ByProducts] Report: COR 2/1 Quantity Price Ext Price Labor Labor Ext Label Set Combined, Combined, Combined, Combined, Combined 4,037 8 X 1/2 HEX HD DRL TEK SCR 4,534 6FT CEILING WIRE W/ PIN & C 7,182 IDEAL 341 TAN TWISTER WIRE 13,959 LED RECESS T -BAR CAN LARGE 47,061 1 HOUR LABOR FIXTURE REMOVAL Courtesy of McCormick Systems Inc. 4.00 $7.66 C 1.00 $111.76 C 3.00 $210.12 M 1.00 $0.00 Q 1.00 $0.00 X $2.05 $0.31 $1.12 $0.63 $0.00 $0.00 $2.05 Wtri000 mi 3.15 C 0.20 C 0.10 E 0.15 E 1.70 E 1,00 3.15 Page 2 9/22/2020 10:53 AM • , • . , . 000010[0.: ,40). . , : . ! f , , • : i; , i ,„.. : ,..n : CD ; ,.3", • ,I. Ch 0 • , O-0 87) • 13 ; V. '. ct• , G. , ,--- • ,,-C , 0 • CO • al .0 • ! 1....: 6 6..,-. ,i, 6 T3 6 , : 0 r- N • • 0 , : • , , , • r • , r •-• t '7,5 :. . . : 'll '•' . . . 6 f• m • to , • irJ t.)U) IN o 2 m O • ujo2 U U o 0.1 Z U 03 2 0 11) (0U a rn C= 6 m NN. CO r 0 • , N • • a) 0.00.0.0100[(A0 to :, 0[0.0040r [0••000.0.0. o 010,0 r• -06:r.: 0 ! I • • • • • • . , I • . • RR • .. CO 00 • 10 F1). • LO • 0 . . • r• 0 N ' . • . . , . . . , . . 69. CO • N. M rN 0 r N r 4 CD U) to • In • ff, to to co , 0 6 0, (.(:, • 4.6-r,0,000i0 • , . . . , • • • • • - . . • .0.0.6900[0000,.• to tn , E . ct*0. '5 < "5 L.) e• E <,0 5 g 111.D as LL LL U) • U) C) 4 U) 6 to C) r 0- . U CD UI 0 Printed 9/24/2020 3.217 PCFC Wage Rates.xlsx LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #491 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Mech - Electrical Access for BC 1.2 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 08/14/2020 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 08/20/20 08/21/2020 TBD RECEIVED FROM: Ivy LeVangie (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 05:25 PM on 08/14/2020 Electrical access is needed to BCI .2 in the corridor between Station Office 222 and Lunch 206. BC1.2 currently has a light fixture below the unit that blocks access to the electrical panel. Please provide an alternative location for the RL -2 fixture or another solution that will provide adequate access to the branch controller. Attachments: RFI 491 - Arch Mech - Electrical Access for BC 1.2.0f Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, August 19th, 2020 at 5:20PM PDT Relocate light fixture one ceiling tile to the north. See markup on next page. L. Rock, Weinstein A+U 8/19/2020 Attachments: RFI 491 - Arch Mech - Electrical Access for BC 1.2 WAU Response.pdf All Replies: v vt.wakk , kg "WV111 ,kninAno V%) INtikv14-,,m-A VAittivARNIK 1*, Relocate light fixture one ceiling tile to the north. See markup on next page. L. Rock, Weinstein A+U 8/19/2020 Attachments: RFI 491 - Arch Mech - Electrical Access for BC 1.2 WAU Re5ponse.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 09/23/2020 03:26 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #183 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #183: CE #243 - RFI #497: Landscaping- Planting Area Congestion at SE Corner TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION 183 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129- Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 9/23 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($120.43) POTENTIAL CHANGE ORDER TITLE: CE #243 - RFI #497: Landscaping- Planting Area Congestion at SE Corner CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #243 - RFI #497: Landsca. in.- Plantin. Area Con.estion at SE Corner Revision to landscape planting at southeast corner of the building due to high congestion in the area per RFI 497. ATTACHMENTS: tfs_52 _gccm-rfii497-landscaping-_planting area congestlon_at_se_corner 20200923234Q_pdf_ _CE 243 SLI#:6 RFI 497;pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/23/ 2020 04 :41 PM Cost Code Description Type. Amount 1 56590.99- - BP -10 - Landscaping & Irrigation SLI #6 Subcontractor ($113.00) Subtotal: ($113.00) 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. ($5.09) GL Insurance: 0.75% Applies to all line item types. ($0,89) P&P Bond0.75% Applies to all line item types. ($0.89) B&O Tax: = 0.47% Applies to all line Item types. ($0.56) Grand Total: ($120.43) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/23/ 2020 04 :41 PM Bill Drea From: David White (Lydig Construction, Inc. - Bellevue Office <notifications_Lydig_Construction@procoretech.com> Sent: Monday, August 31, 2020 3:18 PM To: Bill Drea Subject: FW: RFI: #497: Landscaping- Planting Area Congestion at SE Corner From: Date: CC: David White (Lydig Construction, Inc. - Bellevue Office) Monday, August 31, 2020 at 03:17 pm PDT Alex Carey (Lydig Construction, Inc. - Bellevue Office) Don Lehman (Lydig Construction, Inc. - Bellevue Office David White (Lydig Construction, Inc. - Bellevue Office) Attachments: None Please review the response to this RFI. If there are items which pertain to youfirm's of work, please proceed with the work in accordance with the directions given within the RFI unless you have a cost or time impact as a direct result of the RFI. If you have a cost or time impact, you must notify us no later than three (3) days from your receipt of this email. Beyond the initial notice, your firm shall submit all required backup documentation for any related cost or time impacts within seven (7) calendar days from initial notice. The absence of our receipt of written notice from your firm by the above date will serve as concurrence that your firm has no cost or time impact and that this response will not hinder you from completing your work within the required time frame. If you have any questions or concerns, please feel free to give us a call. Thanks, David WhI Project Engineer LEED Green Associate Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P. 425.885.3314 I C. 360.584.3363 Sent From Procore. Specialized Landscaping COP Subcontractor Breakdown Summary Project Name: TFS # 52 Source Documents: RFI 497 Project No. Contractor: Specialized Landscaping, Inc. Description: Revise landscape per RFI 497, 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, Journeymen, Foreman, & laborers) Date: 9/4/2020 Contractor Ref. No. SLI #6 Itemize all costs on attached COP Cost Breakdown form. DIRECT LABOR SUBTOTAL $ 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS a. material total from cost breakdown form (113.00) 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. OVERHEAD & PROFIT a. NTE 0% 5. LOWER -TIER SUBCONTRACTORS a. b. c. d. e. f. 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. Total Lower -Tier Subcontractor DIRECT Costs b. NTE 8% of Sub -Subcontractor direct costs 7. INSURANCE a. payroll driven ilablilty Insurance 0.00 % of 1 7. INSURANCE $ b. volume driven liability insurance 0.00 % of 1-6 2. MATERIAL COSTS $ (113.00) 3. EQUIPMENT COSTS $ SUBTOTAL 1 thru 3 (113.00) 4. OVERHEAD & PROFIT $ 5. SUB -SUBCONTRACTORS $ 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. BOND a. Bond % of 1-7 B. BOND $ TOTAL COST (11100) SLI #8 RFI 497 9.4.20 Page of Issued 9/4/2020 0 y V C Hill II"1"111111" n 8 3 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #497 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax: 4258812903 Landscaping- Planting Area Congestion at SE Corner TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 08/24/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: L401 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 08/31/20 08/31/2020 TBD RECEIVED FROM: Bill Drea (SPECIALIZED LANDSCAPING, 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 04:04 PM on 08/24/2020 This RFI has been issued in response to conversation in the field between WAU and Lydig, as well as in response to WAU's field report item #50-17. The planting area of at the South East corner of the building calls for (11) privet honeysuckles to be planted. Per the planting notes on sheet L401, a minimum of 18" topsoil and organic amendment is required. Over half of this planting area will have limited surface area and depth available for planting due to the large footing below grade and a utility box that measures 41"x23". The top of the footing is 9" below the top of the utility box. See the attached for more information. Please advise if any changes to the planting area are to be made. Attachments: RFI 497 - Landscaping- Planting Area Congestion at SE Corner.pcif Official Response: Lauren Rock (Weinstein A+U) responded on Monday, August 31st, 2020 at 10:11AM PDT 2020-08-29 SWIFT PLANTING AREA IS TO BE MODIFIED TO REMOVE HONEYSUCKLE PLANTS, REPLACE WITH 12" OC FRAGARIA CHILOENSIS GROUNDCOVER PLANTING (CONSISTENT WITH THE REST OF THE PLANTING AREA) Attachments: RFI497 - Landscaping- Planting Area Congestion at SE Corner_SWIFT.pdf All Replies: f4411,1% 14411We ,06 tk 2020-08-29 SWIFT PLANTING AREA IS TO BE MODIFIED TO REMOVE HONEYSUCKLE PLANTS, REPLACE WITH 12 OC FRAGARIA CHILOENSIS GROUNDCOVER PLANTING (CONSISTENT WITH THE REST OF THE PLANTING AREA) Attachments: RFI 497 - Landscaping- Planting Area Congestion at SE Corner_SWIFT.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 09/23/2020 04:40 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #184 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #184: CE #244 - #493: Arch - Acoustical Ceiling Layout in Corridor 116 and 122 TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 184 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: 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: 9/23 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,957.76 POTENTIAL CHANGE ORDER TITLE: CE #244 CHANGE REASON: Design Development 93: Arch - Acoustical Ceiling Layout in Corridor 116 and 122 POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #244 - #493: Arch - Acoustical Ceiling Layout in Corridor 116 and 122 Upgrade of ceiling tile at Corridors 116 & 122 to Armstrong Ultimate 1427 (24"x72") as indicated in the response to RFI 493. ATTACHMENTS: tfs 52_ _gccm_rfi493-arch= _acoustical_cejling_layoutincorridor 116and_122-2.02009232350pdf CE 244 - Van #33- Upgrade Ceiling Tiles at Corridors_pdf_ # Cost Code Description Type Amount 1 Sub GINS, BP -06 - GB; Insulation 8 ACT Van #33 Subcontractor $ 1,837.00 Subtotal: $1,837.00 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. $ 82.67 GL Insurance: 0.75% Applies to all line item types. $ 14.40 P&P Bond: 0.75% Applies to all line Item types. $ 14.51 B&O Tax: = 0.47% Applies to all line Item types. $ 9,18 Grand Total: $1,957.76 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/23/ 2020 04 :51 PM ompmy #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 33 Submitted By: Mark Davis Document Reference: RFI #493 Company: Vanderlip & Co., Inc Date: 8/28/2020 Description of Change: Upgrade of ceiling tile at Corridors 116 & 122 to Armstrong Ultima 437 (24" x 72) as indicated in the response to RFI #493. This work is to be performed by our subcontractor Acoustical Design Inc. Back up documents are attached 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) CoordinatioNLay-Out 2 $85.22 $170 Demo $79.82 Framing $79.82 Hang Drywall $79.82 Tape/Plaster $79.82 Stock/Staging $79.82 Protection/Clean-up $79.82 Install WPP $79.82 Install Corner Guards $79.82 Delivery $79.82 Subtotal: $170 2. MATERIALS I QTY UNIT RATE COST Track UFT $1.52 Studs UFT $1.26 Water Resistant GWB SQ/FT $0.75 Taping SQ/FT $0.22 Caulking ea $12.79 C/S Acrovyn Wall Panels S/S Corner Guards SQ/FT UFT $4.19 $9.79 Top Caps/Trims UFT $1.19 Adhesive ea $19.49 Subtotal: 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. $1,504 Subtotal: $1,504 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $17 Sub -Tier Fee (8%) 8.00% $120 51 ' Fep (NTF 15% of 1 2 311 nn% 52R Subtotal: $163 TOTAL COST OF THIS CHANGE: $1,837 535-NE-9T"-Strevet=RetlmcmcIWA-98052=425,88541-10=Fax-425=885,4110 ACOUSTICAL DESIGN, INC. a 22227 76th Avenue S ^ Kent, WA 98032 ' (20e) 575-09 15 ' (800) 777-9583' FAX (253 395-4332 ` Acouoo*358M* August 26th, 2020 To: Vanderlip And Company Attn: Mark Davis Re: Tukwila Fire Station # 52 Section 005113 Acoustical Panel Ceilings Request for Change RFI #493 We are pleased to provide the following quotations for the above mentioned project. Area of Work: Corridor 116 and 122. Scope of Work: 1 Add 504 sf of Armstrong Ultima 1437, 24"x72" tile at corridors 116 and 122. Quotation: General Exclusions: Same as Contract Work Add = $1,504 Thank you for the opportunity to work with you on this project, should further information be required, please call. Sincerely, Angel Espina LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #493 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Acoustical Ceiling Layout in Corridor 116 and 122 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 08/18/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A201S LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 08/24/20 08/25/2020 TBD RECEIVED FROM: Angel Espina (ACOUSTICAL DESIGN, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) uestion frog Al x Carey (Lydig Const LAC onInc. Be evue Of) at 08:07 AM on 08/18/2020' Clarification is needed for ceiling grid layout in corridor 116 and 122. These corridors receive ACP -1. ACP -1 ceiling tiles are 2'x5'. The width of these corridors (E -W) are over 5' wide (approx. 5'2"). The reflected ceiling plan shows a single tile, when in reality a small cut piece on either or both sides would be required. A possible solution to match how the RCP is drawn would be to purchase 24"x72" tiles in lieu of the specified 24"x60" tiles.: Please clarify how the 62" width of corridors 116 and 122 are to be configured for ACP -1. Attachments: RFI 493 Arch -; Acoustical Ceiling LayoutinCorridor 116 and122,pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, August 19th, 2020 at 2:33PM PDT As suggested in the RFI, utilize 24" x 72" tiles and cut down to size to fit the width of the corridors. L. Rock, Weinstein A+U 8/19/2020 Attachments: RFI 493 Arch - Acoustical Ceiling Layout in Corridor 116 and 122 WAU Response,pdf All Replies: As suggested in the RFI, utilize 24" x 72" tiles and cut down to size to the width of the corridors. L. Rock, Weinstein A+U 8/19/2020 Attachments: RFI 4937 Arch, Acoustical Ceiling Layout in Corridor 116 and 122 WAU.Response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 09/23/2020 04:50 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #185 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #185: CE #071 - ASI -009 Generator Revisions TO: City of Tukwila 6200 SouthcenterBoulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 185 / 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: 9/29 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,470.71 POTENTIAL CHANGE ORDER TITLE: CE#071 - ASI -009 Generator Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #071 - ASI -009 Generator Revisions Clarifications to the size and location of the generator, fuel belly tank, and concrete housekeeping slab, in order to meet the requirements for the Cummins 250 KW generator per ASI -009 • Concrete housekeeping pad overall dimensions, thickness, and reinforcing. • Location of generator in order to avoid conflict with (installed) catch basin. • Custom paint color for the generator enclosure: -PT -10 Benjamin Moore Whale Gray 2134-40 (costs associated) • Revised locations of removable bollards. • Shifted location of G15 opening • Parking stall width for west 2 stalls changed from 9'-0" wide to 8'-0" wide (compact width). • Revised grading at northwest corner of housekeeping slab. • Addition of 2 hinoki cypress trees to aid in the visual screening of the generator. (costs associated) ATTACHMENTS: CE 071 ;SLI 1695_001- AS1-009 Rev1.pdf_ _CE 071 - COR 1ASI 009Rev l.pdf_ ASI 009Generator Revisions.pdf. Lydig Construction, Inc. page 1 of 2 Printed On: 10/5/ 2020 05 :06 PM Cost Code Description Type Amount 1 09-030-99- - BP -12 Painting and Coatings NWCCCOR 001 Subcontractor $871.00 - BP -10 - Landscaping &Irrigation 32--2 Sub SLI SLI COR.001 Subcontractor $ 509.00 Subtotal: $1,380.00 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. $ 62.10 GL Insurance: 0.75% Applies to all line item types. $ 10.82 P&P Bond: 0.75% Applies to all line item types. $ 10.90 Lydig Construction, Inc. page 1 of 2 Printed On: 10/5/ 2020 05 :06 PM IYDIG PCO #185 1380 Tax: = 0.47% Appliesto all line item types. $ 6.89 Grand Total: $1,470.71 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 10/5/2020 05 :06 PM COP Subcontractor Breakdown Summary Project Name: Fire Station 52 implete Contracting 30129-43 Source Documents: Contractor: Description: Northwest Complete Contracting Prep and paint generator enclosure per ASI -009 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman ASI -009 40 DIRECT LABOR SUBTOTAL. Labor Markups d. direct supervison (NTE 15% of 1a) 2. MATERIAL COST (from attached cost breakdown form) 3. EQUIPMENT COST (from attached cost breakdown 4. SMALL TOOLS (NTE 5% of la & b) 6. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 544.40 Date: Contractor Ref. No. Supervision markup should be zero if any oreman time is included in direct labor costs: 10/5/2020 COR 1R1 44.00 00 SUBTOTAL 1 thru 4 $ 00 11.75 6. SUB -TIER SUBCONTRACTORS a. b. c. d. e., f. 7. OVERHEAD & PROFIT ON SUB -TIER SUBCONTRACTORS a. NTE 8% of Line 6 up to $50,000 for each sub b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) a. payroll driven liability insurance 2.50 % of 1 $ b. volume driven liability insurance % of 1-7 9. BONDING Form Revised 9/26/18 0.00 % of 1-8 .60 r' TOTAL COST $ COR 1 ASI-009.xls Page of 4.00 71.00 Punted 10/5/2020 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Contractor: Northwest Complete Contracting Northwest Comply Description Unit • ' Quantity Type Unit $ Cost Unit $ Cost Unit $ Cost Cost 10.5 Hrs • COR 1 Date: 3/20/2020 Contractor Ref. No. ASI -009 Labor Material Equipment Total Labor $51.85 $ 54440 : $ - $ - : 544.40 Bonding Primer 2 gal $ - $35.00 $70.00 - $ 70.00 DTM Finish 4 gal $ - , $32.80 $ 13120 $ , $ 131.20 , $ - $ - $ $ - $ - $ $ - , $ - $ - $ - - • $ - $ $ -$ , $ - „ $ : . $ - : $ $ - ,• $ $ - $ - $ $ - $ $ -$ $ - $ - $ $ - $ $ - ' $ - $ - • $ - $ - $ - $ -$ - - ; $ - : - $ - $ - - ez •i': , $ - ' $ - $ - $ - $ - $ $ - $ - $ $ $ - ; $. : $ $ ' . $ - $ - $ - - , $ - : $ -$ - , $ $ - . $ - $ - $ , - $ - $ • $ - ::, $ , $ - ; :i $- ; ; $ - ,; $ , , $ - $ - ::$ - $ $ - $ - , $ - $ - $ - $ - $ - ';,$ - - $ - ; $ - • $ - ;•,, $ - . , • $ - $ - $ - $ $ - $ - $ - $ $ - $ - • " $ - $ . . , $ - $ - : ' $ - , $ , - $ - • $ - ' ' $ - ' $ $ - $ - , , $ - $ $ - 1,. $ _ $ - $ ; $ - ' $ - $ - $ - $ - $ - - $ $ $ - $ - $ $ $ - $ - $ Freight/Deliver),/ Costs $ - $ - $ - $ $ _ sq $ $ - $ - $ Subtotal : $ 544.40 : ' $ 201.20 - : $ 745.60 Foreman ' $ _ Foreman : $ .; $ - Lead Foreman , - $ _ . Lead Foreman Total Cost of Work Roan Revised 9/26/18 $ 544.40 201.20 OR 1 AS1-009.xls Page of $ 745.60 Printed 10/5/2020 COP Wage Rates Fire Station 52 0) N O N.W.Complete'Cont O E C Z O a O v O .N u Em. V- O a o a` 0 'o a 1. Hourly Wage Rate Hourly Benefits N a) O .G U) a o ( 000 N �V fN+• O <a O 0 5 LL 4. FICA %oft 5. MEDICARE % of 1 E ° > rn E c v C C N N O T Q a) E a m ` € ° m > C) c c r .O > E c o a• mi h L. o w a) O G =C m f` 111::-.c •43 '0 (a N 'o) O.LO N • a)U OmOa68 0 vOn._d.L.jEa) aC 0.• o aE 1 C .ma..s. L O m 0. �- 'v a) H -0Q o m la a) C L 'y) a1 '� m ' � n rn a) a rn�ai m as o r - o m o F m I. > a) N < w as dC >,r c n- o Lm. p, P- oc = m o v a m N N N a) C 0 U C! O I,m N OC Od CCa—O@NLa 0 C O N L O o m w a) a U a 3 m O a} a) N C (` N C U —) 8 o a) 2. a) "E a o a) v Q N rn €02 o- x v a) as a) c m m (a o- w 2 � O C ;O C m 0 n E d m d wc m N C Q N II OT E> Eo > MI E s m U S@_ c Q E m (Ln VN O`O O`oN 3 To U o 0 ta)o ma)OmacuNO 9. d m a) UW LL LL (0 H r U) up h m • a) • a) a) a) a) a) Q' C C C C C C a _I J J. J J N W O z a COR 1 ASI-009.xls Specialized Landscaping COP Subcontractor Breakdown Summary Project Name: Tukwila fire station ASI 9 Project No. Date: 3/26/2020 Contractor: Specialized Landscaping, Inc. Contractor Ref. No. SLI # 1 Description: Add 2 chamaecyparis per ASI 009 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, Foreman, & laborers) DIRECT LABOR SUBTOTAL $ Itemize all costs on attached COP Cost Breakdown form. 214.00 214.00 2. MATERIAL COSTS a. material total from cost breakdown form 202.50 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. OVERHEAD & PROFIT a. NTE 15% 73,5 5. LOWER -TIER SUBCONTRACTORS a. b. C. d. e. f. 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. Total Lower -Tier Subcontractor DIRECT Costs b. NTE 8% of Sub -Subcontractor direct costs 62.55 $ $ $ $ 1. CRAFT LABOR COSTS $ 214.00 2. MATERIAL COSTS $ 203.00 3. EQUIPMENT COSTS $ SUBTOTAL 1 thru 3 417.00 4. OVERHEAD & PROFIT $ 63 5. SUB -SUBCONTRACTORS $ 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 7. INSURANCE a. payroll driven liability Insurance 3.00 % of 1 $ 6.42 7. INSURANCE $ 21,00 b. volume driven liability insurance 3.00 % of 1-6 $ 14.73 8. BOND a. Bond 1.49 % of 1-7 760 8. BOND $ TOTAL COST 8.00 509 SLI # 1 ASI 009 3 26 20 Page of Issued 3/26/2020 111111 hd um 11 1111 11 I 111111 ii II I I I INNEN 11111 I 11111 III Mil I •III IONE. III ii i. Rommounigi 1 II hI 1111111 1111111 I II I II 5' EINSTE NAO. ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI —009 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: C2.0, L401, A002, A003, A901, 52015 Project No. 17012 Issue Date: 2/5/20 ❑ 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. ya 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. O 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 -009 represents clarifications to the size and location of the generator, fuel belly tank, and concrete housekeeping slab, in order to meet the requirements of the Cummins 250 KW generator. Changes include the following: • Concrete housekeeping pad overall dimensions, thickness, and reinforcing. • Location of generator in order to avoid conflict with (installed) catch basin. • Custom paint color for the generator enclosure: PT -10 Benjamin Moore Whale Gray 2134-40 • Revised locations of removable bollards. • Shifted location of G15 opening • Parking stall width for west 2 stalls changed from 9,-0" wide to 8'-0" wide (compact width). • Revised grading at northwest corner of housekeeping slab. • Addition of 2 hinoki cypress trees to aid in the visual screening of the generator. As discussed at the OAC Meetings, this ASI -009 has been issued concurrently with the submittal of the Phase 2 Permit Revision for the same changes. As the time of this issuance, the permit revision has not yet been approved but direction was received from the Owner group to proceed concurrently. WEINSTH NA+U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -009 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: C2.0, L401, A002, A003, A901, 52015 Project No. 17012 Issue Date: 2/5/20 ❑ 1. The work described herein is a clarification of the Contract Documents. Proceeding with the work indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. ❑ 2. You are NOT authorized to proceed with this work. Submit an itemized proposal for changes (Increase or Decrease) in the Contract Sum and Contract Time, prepared in accordance with the General and Supplementary General Conditions of the Contract, within fifteen (15) days. 3. You are hereby directed to proceed as outlined herein. Submit an itemized proposal for change (Increase or Decrease) in the Contract Sum & Contract Time, prepared in accordance with the General & Supplementary General Conditions of the Contract, within fifteen (15) days. A formal Change Order will be issued after approval of the proposal by the Owner & the Architect. ❑ 4. You are hereby directed to proceed with the work herein, to be performed on a Time & Materials basis; General Contractor's overhead and profit shall be per the Owner/Contractor agreement. Submit a proposal for changes in Contract Time, if any, within fifteen (15) days. Description: This ASI -009 represents clarifications to the size and location of the generator, fuel belly tank, and concrete housekeeping slab, in order to meet the requirements of the Cummins 250 KW generator. Changes include the following: • Concrete housekeeping pad overall dimensions, thickness, and reinforcing. • Location of generator in order to avoid conflict with (installed) catch basin. • Custom paint color for the generator enclosure: PT -10 Benjamin Moore Whale Gray 2134-40 • Revised locations of removable bollards. • Shifted location of G15 opening • Parking stall width for west 2 stalls changed from 9'-0" wide to 8'-0" wide (compact width). • Revised grading at northwest corner of housekeeping slab. • Addition of 2 hinoki cypress trees to aid in the visual screening of the generator. As discussed at the OAC Meetings, this ASI -009 has been issued concurrently with the submittal of the Phase 2 Permit Revision for the same changes. As the time of this issuance, the permit revision has not yet been approved but direction was received from the Owner group to proceed concurrently. 2200 V3 venue Suite 3011 Sr°,ittle, \O'A 0812 Weinstein/0J (` 206 143336 ti X14 SE3N01530 NV9tlfl+SLJ311HD V fl+y N 1315 N 13 M 400210/2 ArmAce 06.057012 20110? ak UNMAN DANA Digriani mtim0/4 2em2s2.Se 001,22012 20,2/1 Zei2, 08/2.20111 WIND A DEND2Atte FIN 014 A. mm/rn2 20004 1014.012 un A DAWNS UN= Ng /01444/2 00001001, OB2 A DIMO19 051440 ND A 1+750414 00/02 OHM.2,100 MAWS RD Ib ® 222 Tukwila Fire Station 52 PItied No. 2241141 Dupree ut 20 0e=727 22202227 4147 D engineering pile —ram.. nroora no. lean contemn -non SET DAN MUD SM&TN. GRADING AND DRAINAGEPI AN Sheet C2.0 - :V 1H 30tl;i19 a'iBFlZ °N d 'i 3 3AV H1V9 rig aRYN ar aroa�-r+vniwwimlrt wn ro mnl�+a^I�✓+NYn...a. M1• '""'"°'"""+"'"""v n+9N I3ISNI3 m { § / Tukwila Fire Station 52 PT$aN San Zn \; . PP{ z� } \ }!\! SMIDIS313.0an. fl+vN gl5N13 ¥ 1Ii Hm\ ,a L. ;4 <{§ Ef34 f_ . .l•; . / /i � ! / : \ � : ^� ® . ) f \ k , ( \ NVOn (1 +VNI3.1.5N13AA n+v NI 315 NI 3/V\ 7, P 111 27, , S i I 22 E .2 I ii14: i 1 i s gRi I ill 1 Id g it Il I C) 6 E Ii 1 it I! diP11-1 HO! 1 Hi 1 t 1 in in Pi i 1 i s gRi I ill 1 Id g it Il I 1 I , I i - 2 a 2 2 2 2 2 2 2 2 2 2 2 5 2 2 2 - 2 2 2 2 2 C 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 22 5 5 g g g 2 5 2 2 i a i1555555 3 1 t a ; . a 5 I ; ; I 'cl g - k 6 6 t3 6 2 i 1 ,g4 s 8 6 g g gg igi 8 g, 6 5 g g g gg giggi EEEEE 1 g 1 g 8 i 8 8 i gRii 5 .1 gg i gg ' 11 g I 1 a 1 W i g g . 2 a I . s t Ii 1 it I! diP11-1 HO! 1 Hi 1 t 1 in in Pi i 1 i s gRi I ill 1 Id g it Il I 1 I , I i - 2 a 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 - 5 g 2 $ 7 5 2 2 E 2 2 2 V 2 22 , 2 2 Q 2 2 i a 3 1 t a ; . a 5 I ; ; I g 6 6 6 2 ,g4 I X 6 5 g s a EEEEE E E " " i i .1 gg gg ' 11 I 4 . 2 1 W Ii 1 it I! diP11-1 HO! 1 Hi 1 t 1 in in Pi i 1 i s gRi I ill 1 Id g it Il I 1 I , I i - , ) u - - . 7 7 Ii LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #187 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #187: CE #164 - RFI #052.1: Arch - Removal of Tree #29 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 187 / 0 REQUEST RECEIVED FRO 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) 9/29 /2020 None Amount Based No $757.73 POTENTIAL CHANGE ORDER TITLE: CE #164 - RFI #052.1: Arch - Removal of Tree #29 CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #164 - RFI #052.1: Arch - Removal of Tree #29 Installation of new tree per RFI 052.1 to replace a tree that was impacted and required removal for installation of the new rockery wall at the south side of the driveway. ATTACHMENTS: CE 164__SLI COR _03;Rev 1,pdf tfs52_gccm rf052.1-arch - removal of tree 29 20200929.2322;01_ # Cost Code Description Type Amount 32-590.99-- BP -10 -Landscaping &Irrigation Sub SLICOR 03 Subcontractor $ 711.00 Subtotal: $711.00 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. $ 32.00 GL Insurance: 0.75% Applies to all line item types. $ 5.57 P&P Bond: 0:75% Applies to all line item types. $ 5.61 B&O Tax: = 0.47% Applies to all line item types. $ 3.55 Grand Total: $757.73 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 12 :12 PM Specialized Landscaping COP Subcontractor Breakdown Summary Project Name: Tukwila Fire station Project No. Contractor: Specialized Landscaping, Inc. Description: Install new tree per RFI Source Documents: RFI 052.1 Date: REV 9.30.20 Contractor Ref. No. SLI #3 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, Foreman, & laborers) $ 178.00 DIRECT LABOR SUBTOTAL $ 178.00 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. OVERHEAD & PROFIT a. NTE 12% 5. LOWER -TIER SUBCONTRACTORS a. b. d. e. f. 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. Total Lower -Tier Subcontractor DIRECT Costs 330.00 110.00 74.16 1. CRAFT LABOR COSTS $ 178,00 2. MATERIAL COSTS $ 330.00 3. EQUIPMENT COSTS $ 110.00 SUBTOTAL 1 thru 3 618.00 4. OVERHEAD & PROFIT $ 74.00 5. SUB -SUBCONTRACTORS $ - b. NTE 8% of Sub -Subcontractor direct costs $ - 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 7. INSURANCE a. payroll driven liability insurance 1.00 % of 1 $ 1.78 7. INSURANCE $ 9.00 b. volume driven liability insurance 1.00 % of 1-6 6.92 8. BOND a. Bond 1.49 % of 1-7 10.41 8. BOND $ 10.00 SLI #3 RFI 052.1 5,19.20 Page of TOTAL COST 711.00 Issued 9/30/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #052.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Removal of Tree #29 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 05/04/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 05/13/20 05/11/2020 TBD Question from Alex Carey Lydig Construction, Inc. - Bellevue Of) at 01:46 PM on 05/0412020, RFI 052 addressed the impact of the excavation for the PSE vault and rockery walls on tree numbers 28 and 29. The RFI response requested that tree #29 be retained if possible. Due to the proximity of the rockery wall to the critical root zone, tree #29 should be removed as well. Please confirm tree removal and advise on any additional tree planting required. Attachments: RFI 052,1, Arch_-,.Removai...o tree_#29, pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, May 13th, 2020 at 12:16PM PDT SWIFT RESPONSE - 2020-05-13 TREE SHALL BE REPLACED WITH 1 ADDITIONAL BETULA NIGRA DURAHEAT CONSISTENT WITH OTHERS PROPOSED ON SITE, SEE PLANT SCHEDULE AND SPECIFICATIONS FOR SIZE AND CONDITION REQUIRED AT PLANTING. TREE SHALL BE PLANTED AS CLOSE AS POSSIBLE TO LOCATION OF REMOVED TREE -COORDINATE TREE PLANTING WITH CIVIL ROCKERY WALL - ENSURE ROOTBALL HAS ADEQUATE SPACE FOR SOIL PER DETAILS AND SPECIFICATIONS. Attachments: RFI 052;1 Removal of Tree #29_Swift Response pdf All Replies: SWIFT RESPONSE - 2020-05-13 TREE SHALL BE REPLACED WITH 1 ADDITIONAL BETULA NIGRA DURAHEAT CONSISTENT WITH OTHERS PROPOSED ON SITE, SEE PLANT SCHEDULE AND SPECIFICATIONS FOR SIZE AND CONDITION REQUIRED AT PLANTING. TREE SHALL BE PLANTED AS CLOSE AS POSSIBLE TO LOCATION OF REMOVED TREE - COORDINATE TREE PLANTING WITH CIVIL ROCKERY WALL - ENSURE ROOTBALL HAS ADEQUATE SPACE FOR SOIL PER DETAILS AND SPECIFICATIONS. Attachments: RFI 052.1 - Removal of Tree #29 Swift Response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 09/29/2020 04:22 PM L Y 0 I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #189 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #189: CE #242 - RFI #502: Arch Fire Hydrant Orientation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 189 / 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 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 9/29 /2020 None Amount Based No TOTAL AMOUNT: $807.83 POTENTIAL CHANGE ORDER TITLE: CE #242 - RFI #502: Arch - Fire, Hydrant Orientation CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #242 - RFI #502: Arch - Fire Hydrant Orientation Fire hydrants on east and west side of building are to be spun so that the face port is perpendicular to the curbline instead of towards the gate water valve at the water main as shown on the drawings per RFI 502. ATTACHMENTS: tf$ 52-_g_ccm rfi 502 -arch -fire_hydrant_orientation-202009292333.pdf_ CE 242:= 19-11 TF552 COP #063 RFI 502 -Spm Hy_d.rants.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 04 :34 PM Cost Code Description Type Amount 1 31-001-99-- Earthwork and Utilities subcontract Pellco COR 63 Subcontractor $ 758.00 Subtotal: $758.00 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. $ 34.11 GL Insurance: 0.75% Applies to all line item types. $ 5.94 P&P Bond: 0.75% Applies to all line item types. $ 5,99 B&O Tax: =0.47%Applies to all line item types. $ 3.79 Grand Total: $807.83 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 04 :34 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: DESCRIPTION OF WORK: PELLCO Construction, Inc. Cost Event #: CP #: Document #: RFI 502 63 Per RFI #502 - Fire hydrants on east and west side of building spun to face port to curb instead of the port towards the valve as shown in detail drawing. Date: 9/1/2020 I. SUBCONTRACTOR'S DIRECT WORK A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) 440 206 646 II. SUBTLER 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% 96.83 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL SUBTOTAL (Total of Parts I, II, Ill Above) 742 V. TOTAL Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) 9 7 758 VI. UNIT PRICE TOTAL TOTAL COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 63 Date: 9/1/2020 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Operator Foreman 2 HR $81.15 $ 162.30 $ $ $ 162.30 Operator 2 HR $77.05 $ 154.10' $ $ $ 154.10 Laborer 2 HR $61.67 $ 123.34 $ - $ $ 123.34 304 Excavator 2 HR $ $ $39.48 $ 78.96 $ 7$.96 F-450 Crew Truck 2 HR $ $ $24.68 $ 49.36 $ 49.36 Cat 420 E Backhoe 2 HR $ - $ $38.73 $ 77.46 $ 77.46; $ $ - $ - $ $ $ $ - $ $ - $ $ $ $ $ $ $ - $ $ $ $ - $- $ $ $ $ $ $ $ $ $ $ $- $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ - $ $ $ $ $ $ $- Freight/Delivery Costs $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $- $ $ $ Labor Subtotal $ 439.74 $ $ 205.78 Foreman $ $ Lead Foreman $ $ - Noncraft Labor $ $ - Total Cost of Work $ 439.74'; I $ - I I $ 205.78 $ 645.52 19-11 TFS52 COP #063 - RFI 502 - Spin Hydrants Page of Issued 9/10/2020 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER S 60 54 Hourly Wage S 98.00 S 91 30 2. Hourly Benefits 21.22 $ 21.22 $ 12.08 $ 20.46 S 12 08 20 46 SUBTOTAL Rate Schedule Date UNION 06/01/19 06/01/19 06/01/19 06101/19 - 0 - S - _ $ Prevailing Wage (incl. Benefits) 49.00 45.50 40.36 41.13 119.22 112.22 92.80 102.72 S , 1. Hourly Wage Rate 49.00 $ 45 50 40.36 $ 41.13 S 60 54 Hourly Wage S 98.00 S 91 30 2. Hourly Benefits 21.22 $ 21.22 $ 12.08 $ 20.46 S 12 08 20 46 SUBTOTAL CU 8/ 70.22 66.72 S 62.44 61.59 - - 0 - S - _ $ Rate 18 35 S 9 61 8 53 119.22 112.22 92.80 102.72 S , 3 FUI '7 of 1 o.80% 0.39 0.36 0.32 0.33 $ - 2 90 $ 2 72 - _ 4. FICA % of 1 6.20% 104 2.82 S 2.50 2.55 - S - S -S - - 5. MEDICARE % of 1 1.45% S 0.71 0.66 $ 0.59 0.60 S .- S S .S - - 6. SUI % of 1 (insert correct % to right) 5.63% 5 2.76 2.56 2.27 S 2.32 137.05 128.95 - S - - WC/PFAMUSICK 2.90 4 03 3,112 3,55 3/8 2.72 2.90 2.902.90 TOTAL (incl. payroll taxes) 5 81.15 77.05 61.67 S 71.16 $ 2.72 2.90 2.90 S 2.72 2.90 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage 5 73 50 S 68 25 S 60 54 Hourly Wage S 98.00 S 91 30 ao 72 $ 82,26 3enefits S 21 22 '12? S 12 08 20 46 CU 8/ Subtotal 94.72 89.47 72.62 S 82.16 . $ Faxes. Lines 3-6 18 35 S 9 61 8 53 119.22 112.22 92.80 102.72 S , NC 4.03 3 92 3 55' 3, 3.78 $ 2 72 5 2 90 2 90 $ 2 72 S. 2 90 Total S 3301 109.10 S 103.00 $ 84.70 $ 94.62 2.72 2.90 2,90 2.72 2.90 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage S 98.00 S 91 30 ao 72 $ 82,26 S CU 8/ S 21 22 21 22 S 12 48 20.46$ - . $ Subtotal 119.22 112.22 92.80 102.72 S , rases Ltnes 3-6 3 13 30 S 3301 3 11 37 S 11 68 $ ' - $ NL/ p 3- r,AAUSICK $ 4.03 S 3 02 S 3,55 5 3,78 $ 2.72 S 2 90 5 2 90 2 72 3 2 00 Fatal 137.05 128.95 $ 107.72 , 118,08 2.72 2.90 2.90 2.72 2.90 OT Premium Portion Only 27.95 5 25 95 S 23 02 $ 23.40 5 OT Premium Portion Only 55,90 5 51 33 46 04 5 46.92 Form Revised 3/19/2009 Issued 9/10/2020 ipment Rates 0L) E E.; EZ z t' a. Contractor: J Total Hourly Rate = H + I CO szt CO t) 64, el .44* 0 F-; 441- CO la at 4x9- Ni. V' CO P... 44 too NF... t) CO 49 v... CO 49 $ 24.68 I CO 41) v." 0 4..4), at CO CI 1.... 44 01 LI) 0 el CO CO CO CO CO 44 44 44 CO (4 Ea 44 44 44 03. 44 40 44 44 44 44 49 40 Hourly Operating Cost ("•.! to c.i6 fA $ 24.48 $ 49.24 $ 80.76 CO to 44 29.45 4.- tool N.. 69 0 ai csi EA (1) CD r-: f '-) fda, $ 14.98 $ 22.80 H Hourly Rate =(F +G)/ 176 x Regional Adj. $ 26.96 $ 45.95 Cs.1 00 CO CD . N- CO 0) 44 0 'cr . 0.1 CO bs CV CO w N- to (.1) CO . 0.1 01 6,,> CO 01 . 40 CO Ea $ 15.55 $ 41.03 (ft 6.4 6,1, 44 (ft G Blue Book Monthly Rate for Attachment ,r 01ol $ 2,303.84 ,i- toto co c,i ri 00 cn co 0.1 *4(4(4 $ 2,303.84 F Blue Book Monthly Rate for Equipment 2,441.12 CD oi ca N - 41 C4- 9,896.48 $ 14,887.84 $ 5,702.40 0 to N- CO ID C•4 ).- eo CV - 401 $ 3,935.36 $ 6,323.68 LC) C\I N: r...: el N- CD *444 E Power Mode (Diesel, Gasoline, H draulic etc. ft 4)CI a.) ›- C Model # or Axle Config, Size, Ca•acit etc. B Manufacturer A Equipment Description & Specifications (incl. Attachment Description, if applicable) 'EXCAVATOR 304 'EXCAVATOR 308 'EXCAVATOR 320 EXCAVATOR 336 'LOADER 924 'LOADER 926 CREW TRUCK F-450 Ct W _I —1 0 CC 'DOZER BOB CAT Hitachi ZX85 Issued 9/10/2020 Revised 3/19/2009 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #502 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Fire Hydrant Orientation TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A4.0 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) 09/01/2020 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 09/03/20 09/08/2020 TBD Question from Alex Carey (Lydig Const uct on, Inc - Bellevue Of) 01:50 PM on 09/01/2020 Clarification is needed for the orientation of the fire hydrants. Typically, the 5" stortz cap of the fire hydrant is oriented towards the gate valve as shown on C4.0 and C4.4. As discussed in the OAC meeting 9/1/2020, since the Fire Department will be using these hydrants more often for training/drilling, it would be beneficial to orient the 5" stortz towards the curbline. See attached markup showing proposed orientation. Please confirm the fire hydrants are to be spun at the collar to orient as shown. Attachments: RFI 502„ -Arch, .. Fire Hydrant Orlentation:pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, September 3rd, 2020 at 11:38AM PDT Per email with Dawn Judkins, TFD: For both of those hydrants, please orient the steamer port to be facing the curb, so the 2- 2'/m side ports would be parallel to the curb. Revise rear hydrant pad size to be 4'-8” deep x 4'-8" wide to allow more space for firefighter training. L. Rock, Weinstein A+U 9/3/2020 Attachments: RFI 502_. Arch.:-_Erre, Hydrant Orientation WAU Response.pdf All Replies: Per email with Dawn Judkins, TFD: For both of those hydrants, please orient the steamer port to be facing the curb, so the 2- 2'/z side ports would be parallel to the curb. Revise rear hydrant pad size to be 4'-8" deep x 4'-8" wide to allow more space for firefighter training. L. Rock, Weinstein A+U 9/3/2020 Attachments: RFI 502 - Arch - Fire HydrantO,rientation WAU Response,pdf BY DATE COPIE_SSO Lydig Construction, Inc. Page 1 of 1 Printed On: 09/29/2020 04:33 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #191 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Mounting Plates Order #191: CE #247 - App Bay Steel (RFI 443 and RFI 431) TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 191 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/1 /2020 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $8,197.41 POTENTIAL CHANGE ORDER TITLE: CE #247 - App Bay Steel Mounting Plates (RFI 443 and RFI 431) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #247 - App Bay Steel Mounting Plates (RFI 443 and RFI 431) RFI #443: Arch - Sectional Door Motor and Electrical Clarifications Addition of steel mounting plates for sectional door motors in the apparatus bay RFI #431: Mech - Ape Ba Hose Reel Mountin. Locations Addition of steel plates for mounting of hose and water reels in the apparatus bay ATTACHMENTS: tfs_52-_gccm-rfi 443 arch_ _sectional door motor and electrical clarifications_202010012038;pdf_ tfs 52_-_gccm-rfi_431 Wmech_- _app_bay_hose reel mounting_locations-202010012038.pdf PCO 191 -SP Combined.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 01 :39 PM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor Pco191-SP Subcontractor $7,691.83 Subtotal: $7,691.83 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. $ 346.13 GL Insurance: 0.75% Applies to all line item types. 5 60.28 P&P Bond: 0.75% Applies to all line item types. $ 60.74 B&O Tax: =0.47% Applies to all line item types. $ 38.43 Grand Total: $8,197.41 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 01 :39 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #191 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Con act Potential Change Order #191 -SP: CE #247 -SP - App Bay Steel Mounting Plates (RFI 443 and RFI 431) TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 191 -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: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 10/1 /2020 None Amount Based No $7,691.83 POTENTIAL CHANGE ORDER TITLE: CE #247 -SP - App Bay Steel Mounting Plates (RFI 443 and RFI 431) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #247 -SP - A.. Ba Steel Mountin. Plates RFI 443 and RFI 431 RFI #443: Arch - Sectional Door Motor and Electrical Clarifications Addition of steel mounting plates for sectional door motors in the apparatus bay RFI #431: Mech-A•. Ba Hose Reel Mountin. Locations Addition of steel plates for mounting of hose and water reels in the apparatus bay ATTACHMENTS: CE 247 -SP 1925-017,1925 016 CORpdf GE 247 -SPC 19-055-15 9302020 1511 00 pdf_ Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 10/1/ 2020 01 :35 PM Cost Code Description Type Amount i 05--001-97-- Structural Steel Supplier B&B COR 17 (RFI 431) Purchase Agreements $ 1,943.00 2 05-001-97- - Structural Steel Supplier B&B COR 16 (RFI 443) Purchase Agreements $ 986.00 3 05--001-99- - Structural Steel Sub Corona COR 15 Subcontractor $ 4,054.53 Subtotal: $6,983.53 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, UnwrittenSub'sIPA's,.and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 558.68 GL Insurance: 0.75% Applies to all line item types. $ 56.57 B&O Tax: = 0.47% Applies to all line item types. $ 36.06 Grand Total: $7,691.83 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 10/1/ 2020 01 :35 PM CORONA' STEEL IINC RI12.14•71) tkher teak ice `131 3015 106th Street South, Lakewood, WA 98499-6701 US Tacoma: 253-682-0207 Seattle: 253.874.4766 Fax: 253-874-9824 www.coronasteel.com Change Order Request 19-055 — Fire Station 52 COR Subject: Installation of welded plates at the west side app bay. To Alex Carey Lydig Construction 3180 139th Ave SE Ste 110 Bellevue Bellevue, WA 98005 4258853314 Return To Christian Nicholson Corona Steel, Inc. 3015 106th Street South Lakewood, WA 98499 253-682-0207 253-874-9824 (FAX) 253-241-6328 christiann@coronasteel.com COR Number: 19-055-15 COR Revision Number: 0 COR Date: 9/30/2020 Field Work Order / Work Type: T&M WAF No: 8604 & 04 RFI Reference No: 433 & 431 Days Valid: 5 Details Description Cost / Rate Qty I Hrs Workers Ext Journeyman $84.58 33. 0 0 Hrs 1.00 $2791.14 Invertor $29.62 14.50 - $429.49 Wire feeder w/wire $27.55 14.50 - $399.48 Breakout Labor: Overhead & Profit @ 12%: Equipment : Overhead & Profit @ 12%: $2,791.14 $334.94 $828.97 $99.48 Total: $4,054.53 Reservation of Rights This COR does not include any amount for impacts such as interference, disruptions, rescheduling, changes in the sequence of work, delays and/or associated acceleration. We expressly reserve the right to submit our request for any of these items. Signed By: Dated: 9/30/2020 Oonotviv EIR.ECI ; INC 6.4 la tOsker knob • Sun Mk 8605 CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM CONTRACTOR NAME: yeX,.. CONTRACTOR RFI / REF. NO: / CSI JOB NAME: TS 5z CSI JOB NO: lq-61-DATE: -Z5 2--Z6 2.6 The purpose of this extra work authorization is to document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. If you to agree the work is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form in the appropriate space below Indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: Mai //r -kg '' Zg.S+' S10/1- ez--ei'I fiede-3 Oh e); a--fi9 f RFI EMPLOYEE NAME ST OT PT HOURS 1[.., .. NI. .!,,'; If if 7 k , A z,, 7,6 UI I' I HUURS 2.6 e..L H RS / EA FORKLIFTSIZE: w FUEL 61, isei.„- L .0 ,. t( TR BOOM LIFT SIZE: _ / FUEL TORCH SET UP w FUEL 6ERATq• ", F4' 1. ' -.* SCISSOR LIFT SIZE: w/f'UEI. 7;5 / 20 w ' 1.... • ' .1 SWtE ',, • 5 • FrdI 21 WIRE FEEDER w/ WELD WIRE comna stnni_ ,nr 7. WINCH (GOLO OR MY -TY) 6 12 Tools and Equipment utilized Lay OS - . .. '- w '0 a CRANE SIZE: TON MAGNETIC DRILL .cp C I ALLS — QT H RS / EA FORKLIFTSIZE: w FUEL GRINDER W/ WHEELS .0 ,. t( TR BOOM LIFT SIZE: _ / FUEL TORCH SET UP w FUEL 6ERATq• ", F4' 1. ' -.* SCISSOR LIFT SIZE: w/f'UEI. 7;5 ROTO.HAM Vacuum DEMO SAW w BLADES FUEL w ' 1.... • ' .1 SWtE ',, • WELDING MACHINE FUEL • FrdI WIRE FEEDER w/ WELD WIRE comna stnni_ ,nr 7. WINCH (GOLO OR MY -TY) cr : CL — .a'' SIGNED: CORONA STEEL, INC. Contractor I acknowledge the work is extra work and that the time and equipment hours Ide co irli G) — %._ „,. .., 1..,. 1— ,...° 0 C: Ill 0 y ti 0 D . ".— __ u orrE- EL) t 2 r. 6 a 2 tifiecod afIc2ratitei 13 0 _ , 9 a C, are eccuruiree a c 0 CONTRACTOR Print Name >. C.o. 1 1 . a e E-gtFoo 3015 105th Street South, Lakewood, WA 98499 Phone 253-682-0207 Fax: 253-9744824 WHITE: OFFICE COPY CANARY: JOB FILE PINK: FOREMANS LOG GOLDENROD: CONTRACTOR Print Name SIGNED: CONTRACTOR Print Name I disagree the work is extra work but acknowledge time and equipment hours ide SIGNED: CORONA. STEEL INC &NO k Risk^ tmt, - km m' 8604 CORONA STEEL, INC. EXTRA WORK AUTHORIZATION FORM CONTRACTOR NAME: CONTRACTOR RFI / REF. NO: FL 33 C5I JOB NAME: 6 Z.. C5I JOB NO: )9-65.5' DATE: k c) Z Z The purpose of this extra work authorization is to document that Corona has been required to perform work that it considers to be extra and outside the scope of our subcontract and the hours and the tools and equipment utilized to perform the extra work. If you to agree the work Is extra and that it is authorized and that the hours and tools and equipment set forth below are correct you are asked to execute the form In the appropriate space below indicating your agreement and acknowledgement. In the event you disagree you are asked to execute the form in the appropriate space below noting your disagreement but acknowledging Corona worked the hours and utilized the tools and equipment identified. In the event you disagree or refuse to execute, then this is written notice that Corona considers the work described to be outside the scope of our subcontract and is information provided to you as a daily record of the hours worked and the tools and equipment utilized. General Description of the extra work and the reason why the extra work is required/circumstances that caused extra work: etiddee 1 el /74- 4-3 of/L App /seri/ rz,-- r 4/ 33 EMPLOYEE NAME 8- V) ST OT PT HOURS EMPLOYEE NAME — 2 Co c) ST OT HOURS 1 k_ailk.... A • MAGNETIC DRILL , 7 54-0.)e,— . . k 25" —..._ 2. 5- .._, _. FORKLIFT SIZE: w/FUEL GRINDER w/ WHEELS 71e•-•-gille".". H z eti@TRucLiA. a al - z. 5'- 3 TIA.e) ht...., ,i` -`t , BOOM LIFT SIZE: w/ FUEL 9 43 .2 194E aFt}i 0) 16`. 4 SCISSOR LIFT SIZE: me/ FUEL 10 ROTO -HAMMER mg Vacuum A ., 6... - Sj1DEiEPC '. 511 , WELDING MACHINE w/ FUEL / 47DEMO SAW w BLADES FUEL m 6 d 12 / -7 WINCH (GOLO OR MY -TY); TY H UR Tools and Equipment utilized CRANE SIZE: TON MAGNETIC DRILL _ . -.-d-.5 ..., = . -- EIT:() — ateit\i-s, —..._ .._, _. FORKLIFT SIZE: w/FUEL GRINDER w/ WHEELS g N. eti@TRucLiA. a al - BOOM LIFT SIZE: w/ FUEL TORCH SET UP w/ FUEL 43 .2 194E aFt}i 0) 16`. SCISSOR LIFT SIZE: me/ FUEL ROTO -HAMMER mg Vacuum A ., 6... - Sj1DEiEPC '. WELDING MACHINE w/ FUEL / 47DEMO SAW w BLADES FUEL m 0 (r3 THEI110 — 0) XI7 .1 d WIRE FEEDER w/ WELD WIRE / -7 WINCH (GOLO OR MY -TY); , ,t, CC (TS Cr '. 4 ER: .td = 0> ee., Corona Steel, Inc. SIGNED: CORONA STEEL, INC. Print Name co 0 rat 0, co c) (130 000..-.50cD Contractor 411:11-2E aa t) 211'13 I acknowledge the work is extra work and that the time and equipment hours identifleyre afsckteq). SIGNED: 1.4ARRACTOR P I disagree the work is extra work but acknowledge time and equipment hours iderci SIGNED: CONTRACTOR Print Name 6 la t cisreV 0-t °cu 2 Q3 E to cu 8 8 '5 El „_w h. .0 to 413 E s 41) 3 eEvE l'o ce 3015 106th Street South, Lakewood, WA 98499Phone253-682-0207 Fax: 253-874-9824 WHITE: OFFICE COPY CANARY: JOB FILE PINK: FOREMAN'S LOG GOLDENROD: CONTRACTOR Change Order Submitted: 23/Jul/20 B&B Fabricators 7301 197th PI NE Arlington WA 98223 Please respond by: 24/Jul/20 Page 1/1 From: Brian Bergeson To: Alex Carey 1925 - Tukwila Fire Station 52 (Lydig) 15447 65th Ave S Tukwila WA 98188 Change and additional work description: RFI -443 Sectional Door Mounting Additional mounting PL's for sectional doors West side Reference documents: The total cost for this change: $986.00 This change has no schedule impact Project reference: Change order no.: Fabricator project: Sequences: Area: 016 1925 5B App Bay Please sign below to indicate your acceptance of this change and its related cost and schedule impact, subject to the terms of our original agreement and additional terms specified above. Receipt of this signed change order represents full authorization to proceed with the above described changes. Change Order 016 Approved by: Report generated by AVEVA Solutions Limited, Copyright it) 2010 to current year. Date. Printed: 23/Jul/20 11:17:18 Tukwila Fire Station 52 (LYDIG) RFI -443 Sectional Door IViounting Total material cost C) N N 0 oo N fl 0 cc 01 01 cc N 4:11 co cc ed: 23/1u1/20 11:07:48 pyright 2010 to current year. Report generated by AVEVA Soto >, 0 0 0 0 43 Sectional 0 u t t (0 0 0 01 a) 0 4-• t 01 0 a) 2 fa E co Lfl N rsi 01 01 01 0 0) co o_ 01 01 111 Lfl 0 ty 01 e-- 0 t as 0 Assembly hours: IN Total hours: Limited, Copyright ted by AVEVA Solution a In contract E in -0 EIn 0 o. (0. 0 0 0 0 0 0 0 0 -179• +A- 4.4 4.4 CO at CNA 1- Ill 0 0 in CV mat CC! CO C \ I 00 •CP d d csi r‘t CS) .179- 01 CO mb'slr C Ol 0 C ) 0 CDin N 0 CO CO Csi 0 CD "Zr d d t..c5 m d rJ in C \ 'c.9. CD s- 01 VI. Q m C \ I C \I 49. 479 4act 4:/4 CD CD CD CD 0 CD 0 0 0 CD 0 CD CD CD 0 CD CD CD CD CD CD CD CD CD (0. CD o d d d d d d 0 CD 0 0 0 CD 0 0 O CD CD CD CD 0 CD CD 0 CD CD CD 0 CD CD C. PP C!p C P P c0 ci o o CD CD d d d 0 0 0 CD CD CD CD CD CD 0 CD CD CD CD CD CD CD CD CD CD 0 0 0 CD c0 in • c; in in in d in o • t.0 CD CD C \ I 0 CD CD in "Cr 0 in t..0 0 PP 'cr cci d d CD in rs. in co m C \ I 479, 0 _0 .0 _0 _0 Si _0 0 0 0 0 CD 0 CD 0 01 0 0 0 PCD 0 CD co CD CD CD CD CD d d aD TO 2 Asserpbly labor * til ("5" cu CD '47> CS) u , C c CD -C _c---U----F,-----m 't .1.1 CI• - "0 M C CD L... CD CD In 0- ii. u_ 0 0 c CD CD CD CO aD 4.11- tO Lt1 aD in aD 4zPi. m 0 aD m CO 4:+4 CD CO aD d, Copyright c 2070 to current year. rt generated by AVEVA Solutions Lim Change Order Submitted: 23/Jul/20 B&B Fabricators 7301 197th P1 NE Arlington WA 98223 Please respond by: 24/Jul/20 Page 1/1 From: Brian Bergeson To: Alex Carey 1925 - Tukwila Fire Station 52 (Lydig) 15447 65th Ave S Tukwila WA 98188 Change and additional work description: RFI -431 PL's for mounting Air & Water Reels Reference documents: The total cost for this change: $1,943.00 This change has no schedule impact Project reference: Change order no.: Fabricator project: Sequences: Area: 017 1925 5A, 5B App Bay Please sign below to indicate your acceptance of this change and its related cost and schedule impact, subject to the terms of our original agreement and additional terms specified above. Receipt of this signed change order represents full authorization to proceed with the above described changes. Change Order 017 Approved by: Report generated by AVEVA Solutions Limited, Copyright C 2010 to current year. Date. Printed: 23/Jul/20 1:20:55 Tukwila Fire Station 52 (LYDIG) tot). Ca N N- m CL 0 t.0 m 01 ro Co Co Ln UD 0 0 Lfl Printed: 23/Jul/20 11 ited, Copyright CO 2010 to current year. ort generated by AVEVA Solutio m CC 00 c: oo 0 Assembly hours: 0 0 CO Total hours: Printed. 23/Jul/20 11:11:39 z 0 (z) NJ 0 0 0 0 Ui -0 16- 0.1 0 CLY 0 CC late - Summary by Cost Category Tukwila Fire Station 52 (LAIDIG) RFI -431 PL's for mounting Air & Water Reels ge order: 017 In contract CoE E vc m 0 - Co 2 CL -.V Co 2 0- "?!.. Co 2 o : CO : o Shipping weight CD CD CD CD CD CD CD CD 0 CD eq eq q q 6 6 6 6 6 o o o 48 av4 C) FA C In III CD CD WI lD0 0 N 4 ryi rsi m•-• a) 4.9. a) . N c.4 40} 0 0 iii L.r) 0 0. u-) N eq N 6 6 h.: o r‘i m Ci 4.9 at 10 47,4- itoq 0 CD CD CD 0 0 0 CD CD CD CD 0 CD CD CD 0 CI CD CD CD CD 0 CD CD eq eq eq CD 0 6 6 6 6 6 6 6 6 0 CD CD 0 CD CD 0 CD CD 0 CD 0 CD CD 0 CD CD CD CD CD 0 0 CD CD O. CD eq eq eq 6 6 6 6 O. 6 6 6 CD CD CD CD 0 0 0 0 CD CD 0 CD CD CD CD 0 CD CD CD CD CD 0 CD CD eq eq eq q in C tri tri tri o m or.> C CD C o o ul c0 0 eq eq 10 C Ci in o o m in IA MI m lf1 r- L.t1 10 tfl C') 479 +A. O - ID ID - -CI -0 .0 10 CD 0 CD CD CD 0 CD Ne 0 CD eq eq o 6 6 o o6 6 Ci m m IC a) 10 : 03/Aug/20 10:58:12 Report generated byAVEVA Solutions Limited, Co Insurance 5% LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #431 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech - App Bay Hose Reel Mounting Locations TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) 06/08/2020 TBD M401 N M401N_ Jon Benedict (REDLINE MECHANICAL) 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 07/14/20 06/15/2020 TBD Question fro Q vid White (Lydig Construction, Inc. - Bellevue Of) at 04:48 PM on 06/08/2020 Clarification is needed on the mounting locations for the App Bay hose reels. M401 N shows (4) compressed air hose reels and (4) water hose reels that are to be mounted on either side of the center App Bay door, on both the west and east sides of the App Bay. Johansen/Redline have roughed -in both a compressed air line and water line to these locations, but now need final information on where to mount the hose reels. At TFS 51, a 25' x24"x3/8" plate was welded to the vertical HSS6x6 columns near the App Bay doors, and the hose reels were bolted to these plates. Included in the attached are photos of the sectional door (west) side of the App Bay, and an example of the plate that was installed at TFS 51. Please provide any required attachment methods and locations for the (8) App Bay hose reels. Attachments: RFI 431 Mech - App Bay_, Hose Reel Mounting Locations.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Tuesday, July 14th, 2020 at 8:42AM PDT See attached elevation markups for hose reel locations and steel plate attachment detail. -Thayer W. WAU. 7/2/20 See attached elevation markups. -SSF 7-8-2020 Attachments: RFI 431 -_Meeh-App Bay Hose Reel_ Mounting,. Locations WAU_SSF response,_pdf All Replies: See attached elevation markups for hose reel locations and steel plate attachment detail. -Thayer W. WAU. 7/2/20 See attached elevation markups. -SSF 7-8-2020 Attachments: RFI 431-__Mech - App Bay Hose Reel Mounting Locations AU SSF response._pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 10/01/2020 01 :38 PM RFI #431 LYDIG BY DATE 0E1 ES_TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/01/2020 01:38 PM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #443 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Sectional Door Motor and Electrical Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A616 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) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 06/17/2020 Mitch Moore (PACIFIC COAST ELECTRICAL) 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 07/23/20 06/25/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 03:28 PM on 06/17/2020 1. Clarification is needed for the mounting location of the sectional doors. The doors are set up for a RH jamb motor. There is not enough space to mount the motor on the face of the HSS steel at the door jamb, as the motor size will conflict with the W18x71 at GL A.7. The door installer has suggested installing a 24"Lx181/V steel plate to the face of the W18x71 and mount the motor to this plate. Please advise on the motor mounting location and steel requirements for the sectional doors. 2. Clarification is needed for electrical rough -in requirements for the sectional doors. The doors have photo eyes on either side of the jamb, a light curtain, a motor connection and a disconnect switch. The attachment shows the typical layout of the sectional doors with the photo eyes at 18" AFF at either jamb, the light curtain at 7' AFF at the right hand jamb, and the motor connection and disconnect switch on the right side of the steel plate per question 1 above. Please advise if the proposed layout is acceptable or provide alternate direction. Attachments: RFI 443 - Arch - Sectional Door Motor and Electrical Clarifications.pdf Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Thursday, July 23rd, 2020 at 9:12AM PDT Regarding question 2, statement "except that motor connection and disconnect switch are to be located at left side of steel plate per question 1 above", the door installer (Crowe Building Specialties) has reviewed the electrical rough -in for a LH mounted motor and confirmed that these locations are acceptable. Therefore the electrical rough -in is acceptable as currently installed. Attachments: Official Response: Thayer Wild (Weinstein A+U) responded on Monday, July 6th, 2020 at 1:25PM PDT 1. Proposed mounting detail is architecturally acceptable, pending structural review for steel plate size and welds. Per discussions between Lydig and WAU regarding mechanical and plumbing conflicts, motors are to be Left -Hand mounted. Chain for manual operation to terminate at +3'-6" AFF. 2. Per 6/23 WAU Field Report, electrical rough -ins have been installed. Locations are acceptable as described and documented above, except that motor connection and disconnect switch are to be located at left side of steel plate per question 1 above. -Thayer W. WAU. 7/6/20 1/2" plate OK. Extend plate 1/2" each side of W18 column to allow fillet weld to column flange.See next page for welds. -SSF7-6-2020 Attachments: RFI 443 - Arch - Sectional Door Motor and Electrical Clarifications - WAU -SSF Response,pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 10/01/2020 01 :38 PM RFI #443 LYDIG Regarding question 2, statement"except that motor connection and disconnect switch are to be located at left side of steel plate per question 1 above", the door installer (Crowe Building Specialties) has reviewed the electrical rough -in for a LH mounted motor and confirmed that these locations are acceptable. Therefore the electrical rough -in is acceptable as currently installed. Attachments: 1. Proposed mounting detail is architecturally acceptable, pending structural review for steel plate size and welds. Per discussions between Lydig and WAU regarding mechanical and plumbing conflicts, motors are to be Left -Hand mounted. Chain for manual operation to terminate at +3'-6" AFF. 2. Per 6/23 WAU Field Report, electrical rough -ins have been installed. Locations are acceptable as described and documented above, except that motor connection and disconnect switch are to be located at left side of steel plate per question 1 above. -Thayer W. WAU. 7/6/20 1/2" plate OK. Extend plate 1/2" each side of W18 column to allow fillet weld to column flange.See next page for welds. -SSF7-6-2020 Attachments: RFI 443,7 Arch Sectional Door Motor and Electrical ClarificationsWAU -SSF Response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/01/2020 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 #192 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #192: CE #248 - RFI #520: Arch - JRS Site Visit 9-17-2020 Confirmations TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 PCO NUMBER/REVISION: 192 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/1 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $240.22 POTENTIAL CHANGE ORDER TITLE: CE #248 - RFI #520: Arch - JRS Site Visit 9-17-2020 Confirmations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #248 - RFI #520: Arch - JRS Site Visit 9-17-2020 Confirmations Revision of SS base flashing to prefinished metal flashing at the base of fiber cement planks at Deck 231 per RFI 520. ATTACHMENTS: lfs_52___gccm rfi_520arch -jrs s tevisit9-17 2020_confirmations202010012045;pdf_ CE 248 PACO 12 Deck 231 flashing revision.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 02 :51 PM Cost Code Description Type. Amount 07-010-99- - BP -13 Aluminum Paneling & Cement Fiber Board Axiom COR 12 Subcontractor $ 225.40 Subtotal: $225.40 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. $ 10.14 GL Insurance: 0.75% Applies to all line item types. 5 1.77 P&P Bond: 0.75% Applies to all line item types. $ 1.78 BOO Tax: = 0.47% Applies to all line item types. $ 1.13 Grand Total: $240.22 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 02 :51 PM To Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 Pending Change Order Change Order Request # : 12 Date: September 18, 2020 RE: Deck 231 flashing revision PCO per changes made in RFI 520 - JRS Site Visit 9-17-20 Confirmations. The SS base flashing was changes to prefinished and Axiom already had the SS flashing fabricated and onsite. Prefinished Flat Sheets Flashing fabrication Additional days for change order work Work will proceed upon approval, and the following amount will be added to the contract $ 225.40 Authorized Signature 2.00 EA HRS 1.00 62.00 $ 124.00 72.00 Labor: Material: Other: Subtotal: OH & P: Addons: $ $ 72,00 124.00 72.00 $ 196.00 15% $ 29.40 $ 0.00 Pending Change Order Total $ 225,40 Axiom Construction & Consulting, LLC Authorized Signature Lydig Construction Date Date When signed by the Owner and the Contractor, this document becomes effective Immediately and will be promptly incorporated as part of the next available Change Order. The Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposedabove as the complete and final settlement of all direct and indirect costs and time impacts arising from the above change(s). Jieservattnn'nt eight<:This.changaonl=r it h,.®solely-aa-diredtcaatelamen[a-suchastaborrmaterialrand-normalmarkupsanddoes-pofinc{udear amaunt-ror-changes_krtheseEtuenee-ofwork-ale lays di5fuptienr. rescheduling, extended overhead, acceleration, and/or impact costs which are not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overrun prior to finalsettlement of this Contract Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360.354.1184. LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #520 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - JRS Site Visit 9-17-2020 Confirmations TO: Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/18/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: A424, A453, A456 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) Alex Carey (Lydig Construction, Inc. - Bellevue Off) 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 09/22/20 09/25/2020 Question fromAlex Carey(Lydig Construction, Inc. Bellevue Of) at 11:23 AM on 09/18/2020 Based on site visit between JRS/Lydig, and follow up phone conversations between WAU/Lydig, please confirm or advise on the following items: 1. 16/A424 shows a window sealant joint between plywood and the corner mullion of the aluminum storefront windows at Deck 231. The interior sealant joint does not lap onto WRB/liquid waterproofing and does not provide an exterior sealant for the window systems. As discussed between JRS and Lydig, this sealant joint is not required and can be omitted. Please confirm. 2. 3/A453 shows the flashing detail at the aluminum storefront window systems at Deck 231. The flashing is called out as SST. This flashing will be exposed so it was discussed that it may be intended to be finished aluminum. JRSPNAU verbally took no exceptions to using finished aluminum flashing in lieu of SST flashing at these locations. This is also how these flashings were identified in the aluminum storefront shop drawings. Please confirm that aluminum flashing is acceptable at the storefront windows at Deck 231. 3. 4/A453 shows the flashing detail at the fiber cement board at Deck 231. This flashing is called out as SST. If the aluminum SF flashing is revised to aluminum flashing, please clarify if this flashing should remain SST or change to aluminum. If aluminum, please provide color. 4. 6/A456 show the detail for the fiberglass storefront sill locations at the East App Bay. The detail calls out to lap WP over backdam. General Storefronts installed liquid flashing continuously along the sill of the fiberglass windows onto the liquid dampproofing and over the sill angle. Please confirm that liquid waterproofing is acceptable at these locations instead of the aluminum SA waterproofing used at the aluminum SF windows. Attachments: RFI 520 - Arch - JRS Site Visit 9-17-2020 Confirmations.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, September 21st, 2020 at 12:24PM PDT UPDATED RESPONSE: JRS COMMENTS (AHN; 9/21/20): 1) Assuming the joints in the corner mullion are sealed, JRS does not object to omitting the noted interior sealant joint. 2) No objections to using aluminum flashing at the noted condition. 3) No objections to using aluminum flashing at the noted condition. 4) As the fluid -applied flashing on this project is vapor permeable, prior to flashing ROs with this membrane JRS typically recommends installing foil - faced SAM at the sill of the RO and turning it up the jambs. As the sill and jamb substrates at the noted condition are concrete and metal framing, respectively, (rather than wood framing) JRS does not object to leaving the fluid -applied flashing installed as is without the foil -faced SAM. As with the aluminum SF detailing, JRS does not object to installing the fluid -applied flashing to the top of the metal back angle, rather than extending the membrane up and over the back angle (as shown in the noted detail). WAU comments: No exceptions taken to aluminum flashing at Deck 231 alum storefront and fiber cement boards. Color to match aluminum storefront. Attachments: RFI 520 - Arch - JRS Site Visit 9-17-2020 Confirmations JRS-R1,psif All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 10/01/2020 01 :45 PM RFI #520 LYDIG UPDATED RESPONSE: JRS COMMENTS (AHN; 9/21/20): 1) Assuming the joints in the corner mullion are sealed, JRS does not object to omitting the noted interior sealant joint. 2) No objections to using aluminum flashing at the noted condition. 3) No objections to using aluminum flashing at the noted condition. 4) As the fluid -applied flashing on this project is vapor permeable; prior to flashing ROs with this membrane JRS typically recommends installing foil - faced SAM at the sill of the RO and turning it up the jambs. As the sill and jamb substrates at the noted condition are concrete and metal framing, respectively, (rather than wood framing) JRS does not object to leaving the fluid -applied flashing installed as is without the foil -faced SAM. As with the aluminum SF detailing, JRS does not object to installing the fluid -applied flashing to the top of the metal back angle, rather than extending the membrane up and over the back angle (as shown in the noted detail). WAU comments: No exceptions taken to aluminum flashing at Deck 231 alum storefront and fiber cement boards. Color to match aluminum storefront. Attachments: RFI 520_- Arch- JRS SrteVislt 9 9.7.2020 Confirmations JRS R1.pdf JRS COMMENTS (AHN; 9/21/20): 1) No objections to omitting the noted interior sealant joint. 2) No objections to using aluminum flashing at the noted condition. 3) No objections to using aluminum flashing at the noted condition. 4) As the fluid -applied flashing on this project is vapor permeable, prior to flashing ROs with this membrane JRS typically recommends installing foil - faced SAM at the sill of the RO and turning it up the jambs. As the sill and jamb substrates at the noted condition are concrete and metal framing, respectively, (rather than wood framing) JRS does not object to leaving the fluid -applied flashing installed as is without the foil -faced SAM. As with the aluminum SF detailing, JRS does not object to installing the fluid -applied flashing to the top of the metal back angle, rather than extending the membrane up and over the back angle (as shown in the noted detail). WAU comments: No exceptions taken to aluminum flashing at Deck 231 alum storefront and fiber cement boards. Color to match aluminum storefront. Attachments: 13E1_529 : Arch ,JRSSite Visit9 17-2020 Confirmations_JRS.,pdt BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/01/2020 01:45 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #193 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax 4258812903 Prime Contract Potential Change Order #193: CE #249 - RFI #299: Arch - Snow Melt Mat Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 193 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 10/1 /2020 None Amount Based No $11,850.92 POTENTIAL CHANGE ORDER TITLE: CE #249 - RFI #299: Arch - Snow Melt Mat Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #249 RFI #299: Arch - Snow Melt Mat Clarifications Supply and installation of WWM, rebar, and dobies to raise the snow melt mats to the proper elevation in the heavy duty concrete paving (7" thickness) at the driveway to ensure proper function per the manufacturer's installation instructions and the response to RFI 299. ATTACHMENTS: tfs52-_gccm_fi 299 -arch - snow mel tmat clarifications -202010012244.0f_ _CE 249 -LaRussoCOR 04.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 03 :50 PM Cost Code Description Type Amount 32-400-99- - BP -02 - Site Concrete Subcontractor LaRusso COR 04 Subcontractor $ 11,120.00 Subtotal: $11,120.00 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. $ 500.40 GL Insurance: 0.75%Applies to all line item types. $ 87:15 P&P Bond: 0.75% Applies to all line Item types. 9 87.81 B&O Tax: = 0.47% Applies toall line item types. $ 55.56 Grand Total: $11,850.92 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 03 :50 PM LaRusso Concrete Inc Po,tlauJ|8euct1e 8536 SW St. Helens Dr. Ste. D Wilsonville, OR97070 Phone: (503) 563-6780 Fax: (503) 563-6786 CCB# 169176 JOB: Tukwila Fire Station #52 COR04RF| 299 RM Revised Item: Site Concrete - Provide & Install Labor to procure/cut wwm & place #3 rebar Quantity Units Unit Price 32 Hrs | $86.82 Subtotal M8] 15% Labor Total #3 rebar on 4" dobies to support snowmelt slab 5,526 LF $0.35 2 layers WWM for snowmelt system - materials only 1 LS $4,437.40 Dobies 1 LS $520.00 Subtotal M/U 15% Material Total 10/1/20 Amount $2,778 $2,778 $417 $3,195 $1,934 $4,437 $520 $6,892 $1,034 $7,925 Grand Total $11,120 Notes: Reinforcing quantities above include only the green strips areas. We do not saw cut any closer than 7/8" to snow melt systems. Saw cut depth will be1^with this configuration, not T14. If T14 is desired, snow melt system needs to be lowered. Snow melt system secured to mat by others. We will provide and install the rebar, and provide the Page 1 of 1 Concrete Accessories Invoice 310273] Page 1 of 1 Ship To LARUSSO CONCRETE CO INC. 15447 65TH AVE. S. DON (LYDIG) 360 907 2459 TUKWILA, WA 97070 7601 N. Columbia Blvd. Portland, OR 97203 Phone: 503.288.3647 Fax 503.286.2296 Please Remit To 7601 N. Columbia Portland, OR 97203 Sold To LARUSSO CONCRETE CO INC. 7-28_004 853SSVVSTHELENS DRSTEO ' LYdiA/Fin���t�tiVn/5� SITE VV|LSONV|LLE.ORg7O7O Lydig/Fire INVOICE Invoice # 310273 Date: 09/23/2020 Due On: 10/23/2020 Export Currency Terms NET 30 Customer 49151 GakmRep�� . 295464 1425_ Purchase Order Number |2O227Q P.O. Rev Ship No 242256 ShippingInstructions1 .��-Ship Weight �_,^^ h�CATRUCK �O0/�2U20 |OLB Invoice Comnts -- NET PRICES WA RESELLER PERMIT 1.5.20-1.4.22 TMJ Description 8, Comments Q U/M Price Amount VVCPVVRP7320 SHEET MESH 8X01OX10 7.5'X 20' 46.0 EA $32.50 $1,495.00 WCPWIRP730'WIRE MESH 6X6V�.9XW2.9 7'X20' | 46.0 | EA ! $62.50 | $2,875.00 | WCPWIRP9003 - TIE WIRE IMPORT 16G 20/BX 20.0| RL / $3.37 $67.40| VVCPBRSP207O'DOB COM2'1/2^X3,X3'1/2X4 1344P 1.000.0| | EA ! $0.52 / $520 Net Sales Misc Charges Freight Taxes $4,957.40 $0.00 $0.00 $0.00 Trade Discount Amount Due Thursday, September 24, 2020 3:11:51 AM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #299 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Snow ell Mat Clarifications TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 04/06/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E101, 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) 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 04/10/20 04/13/2020 TBD Question of Alex Carey (Lydig Construction, Inc. -'`Bellevue Of) at 09:10 AM on 04/06/2020 Clarification is needed for the layout and installation detail for the snow melt mats in the driveway. 1. Please confirm layout as shown on attachment or provide layout for locations of the snow melt mats in the driveway. 2. The driveway is 7" thick concrete pavement as shown in detail 9/C3.4. There is no reinforcement included in any of the concrete pavement. The snow melt mat installation instructions suggest that they are suspended from reinforcement (WWM or rebar) 2"-3" below the top of concrete elevation. Additionally, the snow melt mats require a min. of 1-1/2" of concrete cover (at top or bottom). Without any reinforcement in the driveway, there is noway to suspend the snow melt mats. Please advise if the section of the driveway with snow melt mats is to have reinforcement added for proper mounting or provide alternate direction on how the mats are to be suspended. Attachments: RFI 299:- Arch. -,.Snow. Melt Mat Clarifications pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, April 10th, 2020 at 2:12PM PDT As discussed with Dan Morrow and Alex Carey; two pours and/or foam blocks are not a recommended solution. We recommend placement of 6x6 W1.4xW1.4 with 5" chairs or Dobies to support the snow melt mat. Install the concrete in one pour. M. Servizi 4/08/2020 Attachments: RFI 299 Arch -Snow Melt Mat Clarifications:- LPD Response;pdf All Replies: i As discussed with Dan Morrow and Alex Carey; two pours and/or foam blocks are not a recommended solution. We recommend placement of 6x6 W1.4xW1,4 with 5" chairs or Dobies to support the snow melt mat. Install the concrete in one pour. M. Servizi 4/08/2020 Attachments: RFI 299- Arch --Snow Melt Mat Clarifications; LPD Response:pdf BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 10/01/2020 03:44 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #197 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #197: CE #252 - RFI #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 197 / 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: 10/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $2,093.09 POTENTIAL CHANGE ORDER TITLE: CE #252 - RFI #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #252 - RFI #050: Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict Due to the delay in the response to RFI #050, excavating the brace frame & spread footings was placed on hold for approximately 3 weeks. During that time, the civil work & utilities had to continue so the pre -tied footing rebar mats had to be relocated since they had not been placed in footing excavations until the RFI had been finalized. Footings required overexcavation and CDFper response to RFI 050 so rehandling would have been required if mats were placed. ATTACHMENTS: tfs 52_-_gccm rfl_050struct-_overexcavation of_gll 8and shor ng_wall 1 conflict 202.0.10052127,pdf_ CE 252 - 19-11 TFS52 COP #032 - Move. Rebar.pdf_ # Cost Code Description Type Amount 1 31--001-99- - Earthwork and Utilities subcontract Pellco COR 32 Subcontractor $ 1,964.00 Subtotal: $1,964.00 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. $ 88.38 GL Insurance:. 0.75% Applies to all line item types. 9 15.39 P&P Bond: 0.75% Applies to all line item types. $ 15.51 B&O Tax: = 0.47% Applies to all line item types. $ 9.81 Grand Total: $2,093.09 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/5/ 2020 02 :30 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Cost Event #: CP #: Document #: EWO 5120 32 PELLCO moved rebar laydown so that site work could continue. Rebar placement was delayed waiting for RFI 050 response - See Attached EWO DESCRIPTION OF WORK: 5120 Date: 10/28/2019 I. SUBCONTRACTOR'S DIRECT WORK A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) 1,079 593 1,672 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% 251 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV, SUBTOTAL SUBTOTAL (Total of Parts 1,11, III Above) 1,922 V. TOTAL Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, Ill, IV Above) 22 19 1,964 VI. UNIT PRICE TOTAL TOTAL COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 32 Date: 10/28/2019 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Operator 5 HR $77.05 $ 385.25 $ $ $ 385.25 320 Excavator 5 HR $ $ $118:56 $ 592.80$ 592.80 Laborer 5 HR $61.67 $ 308.35' $ - $ - $ 308.35 Operator 5 HR $77.05 $ 385.25 $ $ $ 385.25 $ $ $ $ $ $ $ $ $ $ $ $ $ _ $ - $ $ $ $ - $ $ $ $ $ $ $ $ $ - $ $ $ - $ - $ $ $ $ $ $ $ - $ - $ $ $ $ - $ - $ $ $ - $ $ $ $ - $ $ - $ FreightlDelivery Costs $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ Labor Subtotal $ 1,078.85 $ $ 592.80 Foreman $ Lead Foreman $ $' Noncraft Labor $ $; Total Cost of Work $ 1',078.85 J $ j ] $ 592.80 $ 1,671.65' 19-11 TFS52 COP #032 - Move Rebar Page of Issued 11/27/2019 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date* UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) 4900 45.50 40.36 41.13 1. Hourly Wage Rate 49.00 45.50 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL 70.22 66.72 52A4 61.69 - - - - - Rate 3. FUI % of 1 0,80% $ 0.39 0.36 0.32 0.33 - - _ .. ... 4. FICA % of 1 6.20% 3.04 2.82 2.50 $ 2.55 - - _ - - 5. MEDICARE % of 1 1.45% 0.71 066 0.59 0.60 - - _ 6. SUI % of 1 (insert correct % to right) 5.63% 2.76 2.56 8 2.27 2.32 $ - - - - - 7. WCIPFAMLISOK 4,03 3.92 3,55 3.7'8 2.72 2.90 2.90 In 2,90 TOTAL (incl. payroll taxes) 81.15 77.05 61.67 71.16 272 2.90 2.90 2.72 2.90 Overtime f•e. ts. avERTimE RATES CALCULATE AUTOMATICALLY lourly Wage 73 50 S Ei8 75 S 60 54 0 61 70 3enetas S 21 22S 21 22 S l208 20 Subtotal 94.72 89.47 72.62 82.15 ( axes Lmes .3-67 10 35 9 51 8 53 S 8.69 A/C 403 S 3 92 S 3 55 $ 3 78 S 2.77 S 2 90 8 13 S 2 72 2 00 Total $ 109.10 S 103.00 84.70 94.62 2.72 2.90 2.99 2.72 $ 2.90 Double Time 1). 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY i Iota ly \Nage. 08 OD S 91 C)0 S 'I'll 1/ S 21 22 21 22 12 08 S 20 46 Subtotal 7 119.22 112.22 $ 92.80 102.72 _ - Taxes Linea 3-3 S 1380 S 1201 11 37 1171 IK 103 S 3 92 $ 3 55 $ 0 8 $ 2a2 2 90 2 90 $ 2 72 2 90 Total 137.05 128.95 107.72 118.08 2.72 2.90 2.90 2 2.72 2.90 OT Premium Portion Only 8 27 95 25 95 23 02 0 23 46 OT Premium Portion Only S 55 90 3 51 91 S 46 04 3 46 Form Revised 3/19/2009 Issued 11/27/2019 Project Name: co 0 Project No: 0 0 LU Contractor: J Total Hourly Rate =11 +1 03 010 on Cc) 0 N-; LO LC) 0).) .c..., $ 178.44 00 0,1 0') 10 CO .11..., .c.. co CO (NI at lt0 to 0") 6C) 1,... 44 44 44 44 44 44 44 44 44 44 48 44 44 44 44 44 44 44 44 Hourly Operating Cost C,I C,:i a-- 14 CO et- CV 1C3, $ 49.24 $ 80.76 30.88 $ 29.45 17.51 $ 29.20 CO 1-.: M 18 HourlyllRate = (F+ GP 176 x Regional Adj. $ 26. 96 --------1 0) • .C") ..:r 48 • O) 44 N. 44 1.0 • • 14 $ 7.17 $ 22.36 CO O 111 v) 11111111f1111111111 64. Blue Book Monthly Rate for Attachment 00 co 6,4 co co 6,4 $ 2,303.84 10 o co. i -v 44 F Blue Book Monthly Rate for Equipment cvco <- .,-- et. er C'si ff), 5,783.36 n- Co 0) CO ai (,,,) I$ 14,887.84 I o •=r. 0 Cs1 cci ON -COO N. CO ui Lri" ('410 (3). co ‘- Lri C \ I CS) •,- ri" $ 6,323.68 E Power Mode (Diesel, Gasoline, Hydraulic, etc. 0 (a >.- C Model # or Axle Config, Size, Ca.acit etc. B Manufacturer A Equipment Description & Specifications (incl. Attachment Description, if applicable) EXCAVATOR 304 EXCAVATOR 308 EXCAVATOR 320 EXCAVATOR 336 LOADER 924 LOADER 926 CREW TRUCK F-450 ROLLER DOZER Issued 11/27/2019 Revised 3/19/2009 ELLCO WORK AUTHORIZATION FORM # 5120 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 consTuCion, inc CONTRACTOR'S NAME L t/ JOB NAME r &.. 5'ta"i i A S Z OUR // JOB NO. J I( DATE lK-2&-/7 THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY TIME AND MATERIALS CONTRACTOR'S P.O. NO. DESCRIPTION OF WORK: i�It J t`*ty YC /- �S f J c it 1T T Nue So IT 12-CTi ei> S t hiGE 14fil> , d r 736674 Al, PEA, 4 e PULED • L a I--1 A A e- PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR t✓/ c -tom -meat, Lydig Construction -.,.ing that the resources listed were This acknowledgement does not Lydig's agreement that this work is an u wilraot oiP Ltr xe,v b iS y rn.j, tr,- rt-^.rt,rre used and work was p131:c.med It the motor believes t; -is work a+r rxtra then ft s the subcontractor's r! ai to p:)%41)e cue par the sub [int act or�r� t �� con to act uest a change•ireuiiv 7 SIGNED tE-ABOVE-HOURS-AREORREC-T: LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #050 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Struct - Overexcavation of GL 8 and Shoring Wall #1 Conflict TO: Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) Jose Lorenzo -Torres (Weinstein A+U) DATE INITIATED: 10/09/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Jose Lorenzo -Torres (Weinstein A+U), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Bryce Marion (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off) Yes (Unknown) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Don Lehman (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/18/19 10/16/2019 Yes (Unknown) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 12:09 PM on 10/09/2019 During excavation of the footing for GL 8, Hart Crowser brought to the attention of Lydig that the geotechnical report required a 3' over -excavation for the removal of the bedrock/shale below the footing. The over -excavation was to be backfilled with structural fill that allowed further settlement to reduce possible differential settlements with other building footings and foundations. It was determined after a conference call with Lydig, SSF and Hart Crowser that this would compromise the structural stability of shoring wall #1 as it removes the active pressure on the toe side of the wall (approximately 70% of designed pressure). Please advise on over -excavation requirements at the footing along GL 8 and/or other footings or foundations, or provide alternate direction on how to proceed with footing and foundation excavation, bacikfill and placement requirements. Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Friday, October 18th, 2019 at 2:35PM PDT Attached please find memorandum by Hart Crowser regarding Geotechnical Design Report Addendum. J. Lorenzo -Torres, Weisntein A+U - 10/18/19 Attachments: 1929701 Tukwila FS52 Addendurn.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Friday, October 18th, 2019 at 10:56AM PDT To reduce impacts to the shoring wall, footing line 8 does not require 3 feet of overexcavation. Instead, we are performing calculations and will produce an addendum memo regarding differential settlement. We have received updated footing sizes and loadings from the structural engineer for our calculations. Our focus is to reduce the estimated settlement below the southern footings, specifically 3B, 3C, 1.8B, 1C.1, and 2.9D. We understand that the plan for footing 2.9D may change due to a revised elevator type. Once that change is determined, we will move forward with an addendum to the differential settlement section of the report. M. Schmitz, Hart Crowser, Inc. - 10/11/19 We provided Hart Crowser with the required information regarding the elevator, therefore an official memo regarding differential settlement will be provided shortly. J. Lorenzo -Torres, Weinstein A+U - 10/18/19 Attachments: RFI 050 - Struct - Overexcavation of GL 8 and Shoring Wa11#1 Conflict HC Response pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 10/05/2020 02 :27 PM RFI #050 LV DIG 14:104, AA* ,ftltiaROMAZAMPA, 'PlAVISAINALW4114,14,410:401,0% Attached please find memorandum by Hart Crowser regarding Geotechnical Design Report Addendum. J. Lorenzo -Torres, Weisntein A+U - 10/18/19 Attachments: 1929701 Tukwila FS52 Addendum pdf TOM OW' rAWPNV441411,.''‘v otAtO,440610 4,N,Y,1"404MtV02; To reduce impacts to the shoring wall, footing line 8 does not require 3 feet of overexcavation. Instead, we are performing calculations and will produce an addendum memo regarding differential settlement. We have received updated footing sizes and loadings from the structural engineer for our calculations. Our focus is to reduce the estimated settlement below the southern footings, specifically 38, 3C, 1.8B, 1C.1, and 2.9D. We understand that the plan for footing 2.9D may change due to a revised elevator type. Once that change is determined, we will move forward with an addendum to the differential settlement section of the report. M. Schmitz, Hart Crowser, Inc. - 10/11/19 We provided Hart Crowser with the required information regarding the elevator, therefore an official memo regarding differential settlement will be provided shortly. J. Lorenzo -Torres, Weinstein A+U - 10/18/19 Attachments: RFI 050 - Struct - Overexcavation of GL 8 and Shoring Wall#1 Conflict HC Resrdonse.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/05/2020 02:27 PM TO: 18-001 (ah) CITYCouncil Approval N/A OF lFK0���U � "~~"�°°"�'�� /, CONTRACT CHANGE ORDER NO. 014 x/ DATE: 10q5/2020 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 BUDGET NO.: 305.98 CONTRACT NO1�0O4Y(oh) '` 'AMENDMENT NO: 034 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 specificationsonthin000traot: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following changeand work affected thereby, are subject to all contract stipulations and covenants; [IThe rights nfthe "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 proposais 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 10/I6/2020 r""+,�+", Lydig Construction ~~'~~`~' By Craig GreeneTitle VP of Operations Original Contract FS51 (without tax $ g.5D7,314.0U° J/ APPROVED BY THE CITY OF TUKWILA � P�v�uoChange O�erF851 $ 1,007,841.72 Date This Change Order FS51 (without tax) $ 19,270.68 By REV. CONTRACT AMOUNT FS51 $ 10,614,426.40 riginal Contract Time FS51: 420 days (May 19, 2020) Additional Contract Time for this Change Order FS51: 107 days Updated Contract Time FS51: 527 days (September 01, 2020) /0/ / Mayor Deputy City Administrator - ��M^ GOJPm� Program Director �K/=- »". ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Manem nt Fil PW Project Finance File 01/201,9 Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 14 4111-4-* ' 90830402 Contract # 18-001.1 ( ah ) Lydig Construction Date 10/15/20 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 105 CE #029 - RFI #047: Architectural - Courtyard Canopy Gutter Attachment Clarification. Field weld gutter attachments; Prep, prime, and paint the gutter attachments in the courtyard. DC $1,528.72 COP 106 CE#171 - #294: Electrical - North Entry Gate Security Keypad Clarifications. Added Keypad/Card Reader when North Gate pedestal was switched to double gooseneck style in RFI 272. RFI 294 specified card reader/keypad model. DC $1,483.88 COP 107 CE #173 - #158.2: Electrical - Cord Reel Receptacle Revisions. Replace cord reel receptacles per RFI 158.2 direction. Specified and approved receptacles do not fit Tukwila Fire Apparatus, revised receptacles have been ordered for replacement. OC $598.92 COP 108 CE #175 - #349: Electrical - Relocation of App Bay Alerting Strobe. Raise alerting strobe on South wall of App Bay per client request, direction provided in RFI 349. OC $919.74 COP 109 CE #157 - #333: Electrical - Data Outlet in Captain's Bunk. Conduit and data cable run through corridor to South wall of Captain's Bunk (112) per direction provided in RFI 333. OC $1,779.42 COP 111 CE# 058 - RFI #154: Mechanical - Vehicle Exhaust System Dampers. Credit for omission of redundant damper in the vehicle exhaust system per RFI 154. DC -$1,100.00 COP 112 CE #153 - #343: Mechanical - Rooftop Heat Ventilator Recovery (RHRV) Temperature Sensor Relocation. The RI-IRV comes with a factory installed temperature sensor. During commissioning it was determined that there is a 5 degree rooftop temperature difference between the west side of the building and the east side. Since the sensor is located on the east side of the unit, it is giving off a higher outside air (OSA) temperature than the actual OSA. The commissioning agent suggested relocating the sensor to the west side of the unit and out of the direct sunlight. This is a factory installed item in a factory determined location by the manufacturer. The sensor was relocated per direction provided in RFI 343. DC $2,892.81 COP 113 CE #162 - #344: Electrical - Uninterruptible Power Supply (UPS) Backup for Alerting System. Supply and install UPS to provide backup power for the alerting system as directed in RFI 344. OC $1,066.40 COP 114 CE #174 - #351: Electrical - Bluetooth in the Physical Therapy (PT) Room. Added bluetooth receiver in PT Room per client request and direction provided in RFI 351. OC $1,286.47 Project Name Project # Fire Station 51 LYDIG CO # 14 90830402 Contract # 18-001.1 (ah ) COP 116 CE #181 - 132: Fire - Fire Protection Design at Court Yard Canopy - Paint. RFI 132 added an overhead sprinkler pipe spanning the full length of the courtyard canopy in lieu of sidewall fire sprinkler heads under the canopy. This change order proposal is associated with costs to prime, prep, and paint the new exposed exterior vertical and horizontal sprinkler line. DC $514.77 COP 119 CE #156 - #335: Architectural - Self Contained Breathing Apparatus (SCBA) Equipment/Casework Coordination. Lydig coordinated installation of SCBA mask testing equipment onsite with the fire department. The coordinated design required Lydig to route out the countertop to create a housing for SCBA equipment using Hard Wood Veneer Paneling (HWVP). Display Manufacturing provided a finished edge at all sides of HWVP panels and brackets to support the countertop at (2) studs nearest to equipment cutout. OC $997.76 COP 120 CE #160 - #322: Architectural - Refrigerator Clearance at Kitchen 104A. Insufficient clearance was provided for three fridges to open adjacent to each other. The casework was reconfigured to provide additional space between fridges. The existing removable cabinet was shifted East, and the Easternmost cabinet was modified to allow this. DC $176.06 COP 121 RI CE #158-328: Architectural - Lighting Configuration at Entry Canopy. RFI 328 provided additional information on the lighting configuration at the entry canopy for the SL -6 (top of canopy) and SL -6A (bottom of canopy). DC $6,385.59 COP 122 CE #183 - As -Built Building Height Survey for Certificate of Occupancy. As part of the Certificate of Occupancy process, Lydig was provided a closeout list by Jerry Height. This list indicated that a final building height was to be provided by a licensed survey engineer. AD $740.14 COP 126 CE #185 - Change in Contractual Completion Date. Time extension/NO COST PCO. The casework supplier experienced a fire at their facility delaying the delivery of the casework; DAS system work was added to the project causing delays to the original completion date. The agreed to completion date is now 09/01/2020 which requires 107 calendar days to be added to the schedule. UPC $0.00 Lydig Change Order No. 14 $19,270.68 LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #105 Project: 30125-43- TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #105: CE Courtyard Canopy Gutter Attachment #029 - RFI#047: ARCH - Clarification TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 105 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: 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) 9/21 /2020 None Amount Based No $1,528.72 POTENTIAL CHANGE ORDER TITLE: CE #029 - RFI#047: ARCH - Courtyard Canopy Gutter Attachment Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #029 - RFI#047: ARCH - Courtyard Canopy Gutter Attachment Clarification - Field weld gutter attachments - Prep, prime, and paint gutter attachments ATTACHMENTS: PCO 105 SP __Gompine_dp_df_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 03 :16 PM Cost Code Description Type Amount 03-001-99- - Structures, Enclosure & Misc Sub -BP03&07 Subcontractor $ 1,434.43 Subtotal: $1,434.43 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 Project Contingency. $ 64.55 GL Insurance: 0.75% Applies to all line Item types. $ 11.24 P&P Bond: 0.75% Applies to all lin item types. $ 11.33 B&O Tax: a 0.47% Appliesto all line item types. $ 7.17 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 03 :16 PM LYDLG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #105 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #105 SP: CE #029 - RFI #047: ARCH - Courtyard Canopy Gutter Attachment Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 105 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: 9/21 /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: $1,434.43 POTENTIAL CHANGE ORDER TITLE: CE #029 - RFI #047: ARCH - Courtyard Canopy Gutter Attachment Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #029 - RFI #047: ARCH - Courtyard Canopy Gutter Attachment Clarification RFI #047: ARCH - Courtyard Canopy Gutter Attachment Clarification - Field weld gutter attachments - Prep, prime, and paint gutter attachments ATTACHMENTS: PCO 105 ;SP Backup.pdf_ # Cost Code Description Type Amount 1 05-005-01-- Misc. Steel Gutter Bracket Field Install Labor $ 705.60 2 09-026-99-- Painting Sub Gutter Bracket Painting Subcontractor $ 551.01 Subtotal: $1,256.61 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 105.84 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 44.08 GL Insurance: 0.75% Applies to all line item types. $ 10.55 P&P Bond: 0.75% Applies to all line: item types. $ 10.63 B&O Tax:. 0.47% Applies to all line item types. 5.6.72 Grand Total: $1,434.43 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 03 :12 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station #51 Project No. 30126 Contractor: Lydig Description: Weld 35 gutter brackets to steel channel canopy in courtyard. Document Reference: RFI 047 PCO: 105 SP Date: 9/21/2020 Contractor Ref. No. 1. CRAFT LABOR COSTS itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, Journeymen, & laborers) $ 705.60 b. foreman $ - c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 705.60 Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools $ - $ 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ 105.84 6. SUB -SUBCONTRACTORS a. KT Painting b. d. $ 551.01 $ $ - $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 44.08 8. Insurance a. Insurance 9. Bond 1. CRAFT LABOR COSTS $ 705.60 2. MATERIAL COSTS $ - 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 705.60 5. OVERHEAD & PROFIT $ 105.84 6. SUB -SUBCONTRACTORS $ 551.01 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 44.08 0.75 % of 1-7 10.55 8. Bond $ 10.55 a. Bond 10. B&O Tax a. B&O Tax 0.75 % o 1-7 10.63 8. Bond $ 10.63 0.47% of 1-8 $ 6.72 9. B&O Tax $ 6.72 TOTAL COST 1,434.43 Self Perform Template - PCO Breakdown LCI.xlsx Page of Issued 9/21/2020 Self Perform Template - PCO Breakdown LCI.xlsx OZOZAZ/6 Paossl rTotal Cost of Work Equipment Description Labor (Carpenter) c cu ,....t 1-. an 5 os 0 CO kl 0 11 total hrs 8.00 0 ..111111116.1111.11t1111111111-11..11 feC 0 0 Unit Amt Z i. C = VT 1.14./111I,11-111.11.1.11111.1*111111 2 ,A. Equipment C ink t • t o , 111101,11itliillit11,11111.111 Cost $ iii si 0 vl o ifl in 3 3 ifl 3 ii, in 3 e in in 3 et in in la in in tr in in .1 in in *ota.liiti,tii,i. in in in Pg nV 0 01 0 Ls# uolims BI!mini 10 1.1 ia ci umopiewe 4s03 d03 OO?/rig pas!nau wjaj P P CD CD CD CD CD CD 3 3 9 3 3 3 1 P 01 CD * cng-n-np. O c 'D E z 0 —I m 51) 3 FD S F13. 8 5' 3 B 3 , F) a)c c'- i -D' g -::: Eg. cr -, -- a • CI) III F m a3 V, al• ct. g 0 (71 a !..a CD a ca- a Eli' co a, 'if r6 a a) en' a C 11 (11 il 5' m CD . CD 2 -p_i c., 2 BCD — 9' ,,u,, a) Ed ..r: c2. @ 'L, , 2- E. 5" g' 47 0 r. i. •"" 9, 0 0 CD @ ;4.' g ,--.1'''' g 0 0- o 9. m x ° 17> 3 --1 (-P.,, re cr) 1,,, 0 9 0 'a o rol P 5' -In 8 - FA.. ... . m x ,.... rib' = m o 0 c3 ai52,. 2 3 3 P' ., co 5" CD 3 ,-. 5 o c,. to m. s< co > ,0 0 co E.9 •.< 3 E a, co 0 5 co tu g .1 FE 8 5-0, 8 r„ CD g 13,1' E. , Ei. - g) 2 c2 •°,', g' § =8,". m . @ g 3 g ca = b, 0 .. . a 8 -0. s-, 0, •—. w -0 -c 1-..,°' to 0 r- ,.,.. to 0 . 0 In 00- 0 6 co =, .... 7J 0 "A a 3: 01 ....... oo q. 0. 3 94. 7.: 7 ° . M K < CDCD 5' 0 8 z, _ ai ,.Q- c . V @CO ;,,., — O. 2 g 8_ 7 '01 . 0 E G.) 0 rzr. 3 m 0 OC co -.4 0 y — 0 ...'1 m < = . 3 a c, ID ° 24 8- < Q. =. ca =, t< CD ..... 0_ 7" Cr ° k.0 0 7" M O al 8 a . c,) C)- - 0 'CD 1.1.., ti, st 5; a> — OO?/TZ/6 pensSI TOTAL (incl. payroll taxes) 8. Safety 7. WC (insert $ amount per hour) 6. SUI % of 1 (insert correct % to right) 5. Sick Leave % of 1 4. FICA % of 1 3. FUI % of 1 SUBTOTAL 3. Sick Leave 2. Hourly Benefits 1. Hourly Wage Rate (forman) IPreyailing Wage (incl. Benefits) Rate Schedule Date* Trade & Position p.s.) in ois) 64 t4 4a. CO co ee•ee na in CC -4 .6) vs 0 0) CC xj w Q _, C3 V OD CC r.,,, I«) —,. OD EA 0-, OD 57.18 0 6- .p.. CO—s -, • ° t® -si (0 o a) oi a) P o UI . 69 ..... . o 4, 6,1 -a N.) . — Aft $ 46.57 01/04/18 Laborer e e 1 1 1 e 46, . 1 . I re 1 1 e g re 1 I g • 1 gra g a 1 I 1 1 g r I • a e 69 1 g • I g CD 01.1.1eN 13010id 1.g# U.:11MS EMU egreixn seem e6eM d03 COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station # 51 Project No. 30125-43 TFS#5 Contractor: KT Painting Document Reference: RFI 047 COP: 6 Date: 9/21/2020 Contractor Ref. No. 6 Description: Prep, prime and apply two coats of finish paint to all canopy gutter attachment item (apx 35 ea) 1. CRAFT LABOR COSTS itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 385.44 b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) $ $ - DIRECT LABOR SUBTOTAL $ 385.44 $ 85.00 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment (per invoices attached) $ - 4. SMALL TOOLS a. small tools 5. OVERHEAD & PROFIT a. 15% on Materials (2) $ 10.20 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 57.81 6. SUB -SUBCONTRACTORS a. b. C. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a. Bond 9. B&O Tax a. B&O Tax 1. CRAFT LABOR COSTS $ 385.00 2. MATERIAL COSTS $ 85.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 470.00 5. OVERHEAD & PROFIT $ 68.01 6. SUB -SUBCONTRACTORS - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 0.00 % of 1-7 $ 13.45 8. Bond $ 13.00 0.00 % of 1-8 $ - 9. B&O Tax $ - TOTAL COST 551.01 Tukwila Fire RFI 047 KTP COP 6.xlsx Page of Issued 9/21/2020 x:i■ s ao) &LY LVO I o iso, (eyo1,.. 0 0 3 a 0 a 0 coO 4n in w w w w w w in w OS in n 0 0 r. C w O 0 0 w v* w w w w in w w w w 0 w 0 in w an w w w in w In in an a c a m O L4 # uoge;S e.qA epM)Inl umop) OJ9 }so3 d0C 0 w O w w w an. AR w in In O w 0 O 03 Us w n CO C9 ao '®D b00Z/T/9 pasinay unoj O. @ 6 P co 0 •••-,, w co a a a a a co o 3 9 3 s CA91 A cd N 7-‘ N V COM a. S C a a a a a to m@ a m �I to C7t A Cal Cn @ n so W. C CD C < CA E T T tio N w S N 0g-° ?CN tr @ Q $ aj El -RI CD co co PCZ T @ d n @ N C Er @. N �. N 0 C. 61 a N CD CD O. @ N 7 @ a 5. C T@ w. n r a d -... Ot2 7.-9 ( N ,< tr O 13. 91co co — @ 61': @ @ N O 0 n. O s.. 3 O (J)a a (ry C 3 CD @ X' N -1 @ '_^I Rp 8 N@ d n 3 Q .. @ O 'O O c -a O = N i0 a K O. m Q. = m m o 'a -0 O 7 co @ O @ @ < @3 ill ro CD CO 07-7@ C. .y. m = o e to CDN • Km lt to U CCD P 8A co o "@ @ m_'n CL= wC to < na a O_ O @ r W Q C E N 7 .{a O N K N ❑ -d @ s w 0 O. t0 U9 N @. a D a ci- p 3 3 @ ' C Cc) o O. T o P C. R. — co m Cr CR m 0 3 co v m CD < Q tT OZOZ/TZ/6 panssI a m cr 5 8 m m 8 0 0 TOTAL (incl. payroll taxes) 7. WC (insert $ amount per hour) 6. SUI % of 1 (insert correct % to right) 5. MEDICARE % of 1 A T n D e O w T C a SUBTOTAL 2. Hourly Benefits 1. Hourly Wage Rate (formas) 'Prevailing Wage (incl. Benefits) Trade & Position Rate Schedule Date* Q O C) Cr] e! co eifl: mo 7.1 (° $ 48.18+I. C to O COTE Efl O a:'.tp EH Cd b9 N O'. o0.'. (DO :: .i ilo t:fl : ': fA j G 5.m H4 #A vfl : {A b4 d8 60 V; {q <fl Efl d8 #A Ha ffl 64 4H 6A HA H! b4 Eh9 fR (DO OW VI 4! A.. bq 'O C) u 0 O M Na. CD ri CD M N p Z O 7 1 £4-SZl.OE Ui r I•S # noge3S ailj ellM)ln1 se4e1:1 a6eM dOO LYDIG RECENIED Jul 11 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 #47 Project: 30125-43 - Tukwila Fire Station #51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 TO: ARCH - Courtyard Canopy Gutter A' Emily Aune (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 07/11/2019 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: A453 LINKED DRAWINGS: RECEIVED FROM: Mathew Roth COPIES TO: TBD FROM: achment Clarification STATUS: DUE DATE: COST CODE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 07/18/2019 SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Emily Aune (Weinstein A+U), 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) Question from Weston Blackburn (Lydig Construction, Inc, - Bellevue Of) at 10:16 AM on 07/11/2010 Clarification is needed on the intended attachment detail for the brake metal gutters at the courtyard canopy. Details 6 and 8 on sheet A453 illustrate a brake metal gutter sitting adjacent to the steel beam along the edge of the canopy, but do not indicate any support or attachment details. Please advise how the gutter is attached/supported at the courtyard canopy. See attached document for reference. Attachments: RFI 047.- Courtyard Canopy Gutter Attachment Clarification.pf Awaiting an Official Response All Replies: SEE RESPONSE ON REVISED A453, ATTACHED. EA, WAU, 7/19/19 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 07/11/2019 10:16 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #047.1 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Courtyard Canopy Gutter Support Bracket Material Thickness 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), 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) Jose Lorenzo -Torres (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 12/12/2019 Mathew Ro (NORTHSHORE EXTERIORS, INC.) 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 12/19/2019 TBD Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 10:13 AM on 12/12/2019 RFI 047 provided mounting instructions and design for the courtyard canopy gutter support, however, material thickness was not identified. Please advise what gauge metal is to be used for the gutter support. Awaiting an Official Response All Replies: Gutters support should be 16 -gauge pre -finished to match gutter. J. Lorenzo -Torres, Weinstein A+U - 12/12/19 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 12/12/2019 10:13 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax (425) 881-2903 NIECIENED May 28 2020 WEINSTEIN A+IJ LLC RFI #047.2 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Courtyard Canopy Gutter Support Bracket Size TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 05/28/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A453 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 06/04/2020 TBD RECEIVED FROM: Mathew Rolli (NORTHSHORE EXTERIORS, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shlels 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 10:18 AM on 05/28/2020 RFI 047 and 047.1 provided shape and material thickness for the gutter support brackets at the courtyard canopy. Revised sheet A453 indicates that the support bracket is to be spaced 3" on center, however further clarification is needed on the width of each bracket and dimensions for the actual gutter. 1. Please provide a width for each gutter bracket 2. Gutter appears to be drawn at 3" wide with 2" tall vertical legs. Please confirm these gutter dimensions. Awaiting an Official Response All Replies: 1. Gutter brackets to be 1" wide, typically spaced 3'-0" on center. 2. Confirmed. E.Nowinski / WAU 6/9/20 BY DATE CO_P1E_S_LO Lydig Construction, Inc. Page 1 of 1 Printed On: 05/28/2020 10:18 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #106 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order#106: CE #171 - #294: Elec - North Entry Gate Security Keypad Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 106 / 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, In Bellevue Off) CREATED DATE: 9/21 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING SCHEDULE IMPACT: Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,483.88 POTENTIAL CHANGE ORDER TITLE: CE #171 - #294: Elec - North Entry Gate Security Keypad Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #171 - #294: Elec - North Entry Gate Security Keypad Clarifications Added Keypad/Card Reader when North Gate pedestal was switched to double gooseneck styl in RFI 272. RFI 294 specified card reader/keypad model. ATTACHMENTS: COP 031; Added GateKeypadxlsx_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 06 :18 PM Cost Code Description Type Amount 1 26-001-99-- Electrical Subcontractor - BP 11 Add Card Reader/Keypad at North Gate Subcontractor $ 1,392.36 Subtotal: $1,392.36 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. $ 62.66. GL. Insurance: 0.75% Applies to all line Item types. $ 10.91 P&P Bond: 0.75% Applies to all line item types. 5 10.99 B&O Tax: a 0.47% Applies to all line Item types. $ 6.96 Grand Total: $1,483.80 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 06 :18 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 31 Project No. 30125.43 Document Reference: RFI 294/272 Date: 9/21/2020 Contractor: McKinstry Contractor Ref. No. 30125-43 Description: Added Keypad/Card Reader when North Gate pedestal was switched to double gooseneck styl In RFI 272. RFI 294 specified card reader/keypad model. 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 $ 352.24 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) 121.70 52.84 6. SUB -SUBCONTRACTORS a. b. $ - c. $ - d. $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond aBond Permit a. Permit 1. CRAFT LABOR COSTS $ 352.24 2. MATERIAL COSTS $ 811.33 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 174.54 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 0.00% of 1-8 $ 20.80 9. Permit $ TOTAL COST COP 031 Added Gate Keypad.xlsx 20.80 1,392.36 Page of Issued 9/21/2020 (Total Cost of Work Overhead m O 3 0 I Labor Material (see Stanley Quote) a m V ti 0 a N O A I.7 m a 0 0 total hrs E v 0 W W W N N 0. N N N N N W N W W W N W W W W W W N N N W W N N W N 0 0 N W P! p sq ft Unit $ N illW in. t/F 4f1NN tn. In. N N W W W W W W611 N N W W N 1AW W W P1 O m .o C i 3 N a NWWW W L. SA tn. 66 W W in Ni/*NW WN WNN W WNW an VL Cost _ $ w N W 6A N A W 4n 0 tali+ $ 352.24 $ 811.33 W sa uMopieaJ8 ;S03 d03 POOZ/2/9 pas!nay W IOd cn CD cr z r.g5 m . 7.ec - }\D \ ) - VS'L suoi OZOZ/R/6 panssl \( o — / \.oo ed lout) ltllol owe $ pawl) OM 'L 6. SUI % of 1 (insert correct %o to right) L Jo % g21V01a3W 'S 4Jo% VUII'b 1VlolgflS swung i(linok .Z (uewio;) afield e6eM AgnoH (Roues •.. a6eM 6ulilen adea alnpagoS atea ƒ / ( i 0 J an § k co to co Cil 0 69 69 :io;3e1)uoo / / :eweN;oafoid R 3 se;ej e6eM d03 • • STAK EY CSS Change Order For securitym Original WO # 9129566 Customer Name McKinstry CO, LLC city Tukwila CO Quote # Q-178335 Street Address 17915 Southcenter Parkway state Wa Date 07/30/2020 Suite I Apt I Bldg Zip Code 98188 Sales Rep Kacy Hilden Bill to McKinistry CO, LLC Tech on Site? Technician Jeremy Francis Original Project Completion Date Project Mgr Stephen Fisher New Project Completion Date Description of Work Requested & Project Assessment (Required for quote' to be started) Provide additional card reader for entry gate. t y � ! F 1•. S F : 4 } t ,,,. "y T3 Citi � ! ik i t �} t t i { J �, k �33� �?- 5 fi ,. ..• F t "\- t l 4 t 4. `v 3 5 s S.4 . `••••; t i t t..z , �:.., t YR.rWi : ,%6io tkU�.. �$ ;tz>„, vr, ..t•{ ; .f `\F\iS,.,S !t „,a ,4 v„w.. , x., :v•.., l., i .v,�.�vL .� t,.0 .,,,2.,t .,.:. ,z5•: i ,1 ac,y... ,{5t, u�,.., .,."rl,. i �i� :1 ,.:.�.. � �$4lEb t` b t�„ei ..,Usui dt Material Added QTY SBN PART# MFG PART # DESCRIPTION 1 7110885 5355AGK09 Prox Pro Card Reader with Keypad { ".. ... ..<. �. ,. �., \3���yrom�����������+\ ..,. .a . .. ... ....... ti.. =,.... ., <.,,: ,,.:,., '.. Y \ i i '� "`�,; . \ �\ a:k`\�����Y',., i�;1�\\\jt;'� .... ., .... ` e = vY%. t: .'\'•, l•.. �� `�S �u=,�zY,,.'\\\m2"�1„��'i�t;���t3�����ti%.\\ Labor Added # HOURS LABOR TYPE DESCRIPTION 2 SSSGSAINTTEC Install Labor �.,..�.'.:..•.�t@ ,�.'..,`�\.'��.�,. RMR Added QTY SERVICE TYPE DESCRIPTION CHANGE ORDER TOTAL Total Additional Install Total Additional RMR $811.33 .. gg t ;•�.'a. ;e x, �v �, tqqi� Prk Approval- Your signature gives approval to peefo a the work as outlined and priced above. Y �' Contact Griffin Small Signature & Date PO# (if applicable) I have requested the above work be done and agree to pay for same when completed. I also agree to the terms and limits of lability. All work will be done on the terms set forth in the agreement between the parties. *INTERNAL USE ONLY - Please email this form to CSSChangeOrders@sbdinc.com for quoting or call (866) 280-1988. Last Revision: 12/14/2016 LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881.2903 RECEIVED May 20 2020 WEINSTEIN A+U LLC.: RFI #294 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - North Entry Gate Security Keypad Clarifications TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 05/20/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E101 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) Griffin Small (MCKINSTRY CO.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 05/27/2020 TBD Question'from David White (Lydig Construction, Inc BE Ilevue; Of) at 09: 5 AM on 05/20/2020' Further information is needed on the front gate security keypad. E101 shows a keypad which is indicated to tie into the access control panel and the north entry gate. No product information is provided in the specification section (281301), E101, or E501. 1. Please clarify if this keypad is solely to interface with the gate controller, or if it is needed to tie into the access control panel If it is required to tie into the access control panel, please provide an explanation of the design intent of the keypad. 2. Please provide a model number for the (2) keypads, as an additional keypad was added in RFI 272. Attachments: RFI 294 = North Entry Gate Security Keypad_Clanfications.pdf Awaiting an Official Response All Replies: Responses to FIF1-294: 1. The design intent as shown in the drawing that the north entry gate security key pad is connected to Access Control Panel for monitoring and also Connected to gate Comelier to open gate for vehicle entry. . The keypad is HIDro imity-pro /pro with'keypad #5355. See attached Ciitsheete Rocxy Juan - TFVVB Engineers 5.28-2020 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 05/20/2020 09:15 AM LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #107 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #107: CE #173 - #158.2: Elec - Cord Reel Receptacle Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 107 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 9/21 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $598.92 POTENTIAL CHANGE ORDER TITLE: CE #173 - #158.2: Elec - Cord Reel Receptacle Revisions CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #173 - #158.2: Elec - Cord Reel Receptacle Revisions Replace cord reel receptacles per RFI 158.2 direction. Specified and approved receptacles do not fit Tukwila Fire Apparatus, revised receptacles have been ordered for replacement. ATTACHMENTS: RFI 158.2 - Cord Reel Receptacle Revisions - VVAU Reapprise,p_df_ _COP 033 Revised Cord Reel Connectors 8.17.20.pdf # Cost Code Description Type Amount 26-001-99- - Electrical Subcontractor - BP 11 Replace cord reel receptacles Subcontractor $ 561.98 Subtotal: $561.98 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. $ 25.29 GL Insurance: 0.75% Applies to all line Item types. $ 4.40 P&P Bond: 0.75% Applies to all line item types. $ 4.44 B&O Tax: = 0.47% Applies to all line Item types. $ 2.81 Grand Total: $598.92 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 06 :33 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry Description: Revised cord reel connectors COP: 33 Date: 9/21/2020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety $ _ DIRECT LABOR SUBTOTAL $ 352.24 2. MATERIAL COSTS a. Revised Cord Reel Receptacles b. 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) 117.40 17.61 52.84 6. SUB -SUBCONTRACTORS a. b. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond a—ttond 1. CRAFT LABOR COSTS $ 352.24 2. MATERIAL COSTS $ 117.40 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 70.45 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - Permit a. Permit 0.00 % of 1-8 8.39 9. Permit $ TOTAL COST COP 033 Revised Cord Reel Connectors 8.17.20.xlsx Page of 8.39 561.98 Issued 9/21/2020 xslx'OZLt'8 sloPauuop pa8 p.o3 Pas! OZOZ/tZ/6 panssi (Total Cost of Work Overhead Labor Material (see attached R&M Quote) Description N O 0 C F 2 N Labor total hrsI N bb m iANN NNNNNih iIhNNNN Ni/\N NNNNi/l NN N NN NN NNN m n 0 , Material Unit $ N NN<A N NNNNN in NNNN NinN NNNNN N NN N N CostI Equipment Unit $ N N N N N N N N N N N N N N N N N N N N N N N Cost iA pie iY1 V1. it, iY+NN N N NNN Ntti N NNNNNNi» NN N N NN NN o CO w N W O Vy �$' - )1 Al 0 0 umoNeaa8 }so3 d03 to0Z/2/g paslnab w{OJ NOTES: • Rate schedule date is the dao OZOZ/tZ/6 Parish TOTAL (incl. payroll taxes) 7. WC (insert $ amount per hour) 6. SUI % of 1 (insert correct % to right) 5. MEDICARE % of 1 4. FICA %oft 1 C 0 O SUBTOTAL 2. Hourly Benefits 11. Hourly Wage Rate (forman) IPrevailing Wage (incl. Benefits) Trade & Position' Rate Schedule Date* Popp 0 o e 0 0 o 0 0 0 a X 0 o m an 00 w c w 4A 4A 4fl w CO C o= m $ 24.80 4A a) w iv a) Electrical Foreman 01/01/20 4A 00 0 4A • fA rfl $ 82.09 4A N $ '01 W 4A Cti V at — Electrical JW 01/01/20 49 4A 4A 4A 4A 4Ps 414 4A :. 4A HJ 4A 4i 4A": 4A 4A 4A G9 4A 4fe 4A 4A 4fl 4A fH 4A.:. 41* 6!4 #A 4A 4A 4A: 4A.: 4A 4A 4A 44 4A : EA 44: :Jo;oeJjuo3 :aweN loafoJd elinMtnl is IIeH aJld sa;et1 e6eM d0O R&M LUMLuN ELECTRICAL INC Quotation prepared for:- MCKINSTRY 5005 THIRD AVENUE SOUTH SEATTLE WA 98134-000 R&M Lumen Electrical Inc 12099 NW 98th Ave, Hialeah Gardens 33018, United States Tel: +01 305 828 0116 Fax: +01 305 828 0118 Email: lumen@rm-electrical.com www.rm-electrical.com Quotation Prepared by: - R&M Lumen Electrical Inc 12099 NW 98TH AVENUE HIALEAH GARDENS FL 33018-0000 Quotation No 0060/00015406 Account Processed by Date Order Number 0000586 Matt Rosier 08/17/2020 15406 Contact Customer Reference Quote expiry date GRIFFIN SMALL Tukwila Fire Station 09/16/2020 'tern Code Description Price Total Additional information :- APPRCOC 3/4 WEEKS LEAD TIME AFTER RECEIPT OF ADVANZE PAYMENT MC WORKS MIAMI, FL 33018 *********************** 1 720224 110V 32A 2P+E 4H IP44 SOCKET 10 EA (PACKS OF 5) *********** 11.74 EA 117.40 Please note this is not a tax invoice Total Goods Ex Tax : Currency : U.S Dollar 117.40 Page 1 al LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED Aug 10 2020 WEINSTEIN A+U LLC RFI #15&2 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec Cord Reel Receptacle Revisions TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 08/10/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWIN GS: RECEIVED FROM: 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) 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 08/17/2020 TBD uestion from David White ;(Lydig Construction, Inc. =,.Bellevue Of) a 06:55 AM on 08/10/2020 During a Tukwila Fire site visit to TFS 51, it was identified that the Leviton 30 Amp 125V 2P female connector that was submitted and approved in 262726-2-0, was too large of a plug to fit into the fire apparatus. After this discovery, Lydig visited current Fire Station 51 to look at the plugs that the department currently uses. At the current station, the attached Palazzoli 30 Amp 125V 2P 3W device is used. As shown in the attached photos, the Palazzoli device has smaller diameter to the plug when compared to the Leviton. The smaller diameter of the Palazzoli allows the plug to fit into the Apparatus. Please advise if new plugs are to be purchased and installed. Attachments: RFI 158:2 Cord Reel Receptacle Revisions.pdf Awaiting an Official Response All Replies: Per TFS approval via email 8113/20, provide Palazzoli device in lieu of Leviton device. -Thayer W. VVAU. 8/13120 BY Lydig Construction, Inc. DATE criPIES10 Page 1 of 1 Printed On: 08/10/2020 06:55 AM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #108 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Con act Potential Change Order #108: Relocation of App Bay Alerting CE #175 - #349: Elec - Strobe TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 108/0 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) 9/21 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $919.74 POTENTIAL CHANGE ORDER TITLE: CE #175 - #349: Elec - Relocation of App Bay Alerting Strobe CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #175 - #349: Elec - Relocation of App Bay Alerting Strobe Raise alerting strobe on South wall of App Bay per client request direction provided in RFI 349. ATTACHMENTS: RFI 349__Relocation rof AppBay Alerting Strobe- WAU Response.pdf_ COP 035 Alerting Strobe Relocation 98 20.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 06 :57 PM Cost. Code Description Type Amount 26-001-99-- Electrical Subcontractor- BP 11 Raise Alerting Strobe Subcontractor $ 863.02 Subtotal: $663.02 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% App les to Subcontractor, Purchase Agreements, and Project Contingency. $ 30.84 GL Insurance: 0.75% Applies to all line Item types. $ 6.76 P&P Bond: 0.75% Applies to all line item types. 5 6.81 B&O Tax: a 0.47% Applies to all line Item types. $ 4.31 Grand Total: $919.74 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/21/ 2020 06 :57 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: RFI 349 Contractor: McKinstry Description: Alerting strobe re -location COP: 35 Date: 9/21/2020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety $ - DIRECT LABOR SUBTOTAL $ 704.48 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 8% for each sub 8. Bond 0. 0 1 1 I Permit a. Permit 2.51 105.67 1. CRAFT LABOR COSTS $ 704.48 2. MATERIAL COSTS $ 16.73 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 108.18 6. SUB -SUBCONTRACTORS 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ ko17-7$-20773 0.00 % of 1-8 $ 12.89 9. Permit $ TOTAL COST 12.89 863.02 COP 035 Alerting Strobe Relocation 9.8.20.xlsx Page of Issued 9/21/2020 COP 035 Alerting Strobe Relocation 9.8.20.xlsx 1I Total Cost of Work Bond Permit Overhead Description Labor Material tn. 1-‘ b 0 Labor Hrs per I total hrs Cost co b 0 to 01 I.A. IA AA 4.4 IA IA IA IA IA IA to IA - te, re 3.' C .1., LI. in II IA in /111111111111111111111111 in in in in it. in in in in in in in in in in in in in in in in in in in in 1 in in 1.1 in 11 In 2 rr Equipment Unit $ I Cost 1111 11611111111111111111111 th IA IA IA V1. IA, IA 111111 in in in in tr.. in in I.A. in in in in in in in in in it. in Ui in in V. in VT in in I-. 0 pp pp in in 1-• ts, NJ 0 ID UP $ 704.48 $ 16.73 IS IleH 0-1!A unnopmeeia ;Soo doo 1700Z/T/9 PasiAaa w103 P- p v @ Pc. o 0 0 O En A W N -� O 3 3 9 ' O V m N c. 3 3 3 3 3 "3 CD C 4 cn cn ' w °' m 2 °i n en m m go m c 0 c o 0 _- N c m 3- fti N C) D N f)) O' @ (@ w @ to @ 0. E N N p. 'N N d N @ o a m C rN 3 • @ D m@m Q3yN . 3232 NCCW=o Of @ = 0 N K CyK . 2 N 3�= om3aIlI..@'22 R- @T 3 m m @ n. @ @ 3 'O O d m @ O" O _ 7 D @ S ,2 a p Na :O @ g ET 24 C7 O a 'O @n9 @ f0 N ,c0 O N C p] . o d 7 O dO @ C N C `< � @ N 8 -I'-en •_. t zo N w ro En lig S 94 ON @ • A O0 C. K N o 5 N @ o) , O @ O CD 7 = '"h d -' A. p. 3 0) O 3 R. N • o v) o. a- 7 V @ y N _ l O ▪ a a O • m m 0 c @ < 0. @ 50. @ 8 s a to m 8 a a a 3 n) n o s • CD 5 to C O ro 3 _ OZ/TZ/6 Panssl TOTAL (incl. payroll taxes) 7. WC (insert $ amount per hour) 6. SUI % of 1 (insert correct % to right) 5. MEDICARE % of 1 4. FICA % of 1 W f9 C 0 0 SUBTOTAL. 2. Hourly Benefits 1. Hourly Wage Rate (forman) Prevailing Wage (incl Benefits) Rate Schedule Date" Trade & Position " a o a ''o a o a O .. P 00.oa -.-., @ i'A w 0) {34 fA : L4 Ess N4. 40 w co CD $ 24.80 61 co N m 0 0 N 0 Electrical Foreman '.. fR ' 0 RCi 69 &4 Cfl 69 N O Cc $ 24.58 $ 57.51 0 O8 N 0 m V4 to ffl H4 fA � CA to fig 44:.. 6A EA fA 44 44 44 b4 EA fA EA fA !A 64 EA 44 EA 44 to d4 EA #A EA EA: EA 64 EA {A FA fA1 dfl V3 d4. II 4 _n ell^i�lnl LS IIEH sale] e6eM d0O 7:;:wwwriWWW"MgMft, plattcom Date: 9/04/20 Page: Bid ID: 6065003 CO ALERTING McKinstry - Electrical Div Box 24567 5005 3rd Ave Seattle, WA 98124 Seattle 2757 6TH Ave S Seattle, WA 98134 2190 Telephone: 206-624-4083 10 6 1 1 20 1 1 Many Platt manufacturing partners have advised that unti" further noti they reserve the right to amend the delivery date, the price, the scop or quantity of supply and/or other terms and conditions set out in the or quotation to the extent affected by the COVID-19 pandemic. Be advi that Platt considers any COVID-19 related changes imposed by manufactu as outside its reasonable control and subject to to Force Majeure prov FT 0065867 CONDUIT 1/2 -IN EMT C 37.17000 FT 0065872 1/2 -IN STEEL FLEX 1000FT C 48.24000 EA 0065249 FLEX 1/2 D/C SCREW-IN CONN C 27.17000 EA 0065257 FLEX 1/2 FLEX/EMT SCREW-IN CP C 224.49700 CPLG FT 0802744 14/2 LOW VOL LIGHTNG GNC X100 M 310.82700 EA 0036141 LEV 88014 1G WHT BLANK PLATE EA .21000 EA 0369296 ARL LV1 LOW VOL MT. DEVICE C 117.58500 ce e ir offer sed rers isions. 3.72 2.89 .27 2.24 6.22 .21 1.18 Prices quoted, unless otherwise specifically noted on this quotation, are subject to availability and must be accepted and released for immediate shipment within 48 hours. Prices are subject to change without notice. Platt Electric Supply's Standard Terms and Conditions apply, available at htto://www.olatt.com/servicelterms.htrn1 Full phone, support 7 days/week, 4am - 8pm PT, 5am - 9pm MT Subtotal 16.73 Tax .00 Bid Total 16.73 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 RECEIVED Aug 31 202( WEINSTEIN A+U LLC RFI #349 Project: 30125-43 - TFS#51 GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Relocation of App Bay Alerting Strobe TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 08/28/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: A615 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 09/04/2020 TBD RECEIVED FROM: Griffin Small (MCKINSTRY CO.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) uestion from `David White (Lydig Construction, ,Inc.:- Bellevue 01 a 03:44 PM on 08/28/2020 Per discussions with Fire, the alerting strobe on the south wall of the App Bay needs to be relocated in order to provide better visibility. The current location of the alerting strobe in the App Bay is 8'-0" AFF on the east side of the south wall. Fire has stated that the strobe will not be visible from the north side of the App Bay as they will be parking their reserve engine in the same corner of the App Bay, and the engine is taller than 8'-0". Two locations have been identified as possible areas to relocate the strobe to. These areas have been identified as they minimize drywall damage, and will limit exposed conduit runs to being in the, riser room (133) or the storage room (203). These two locations are shown on the attached interior elevation. If the alerting strobe is to be relocated, please provide revised dimensions showing the new location. Attachments: RFI 349_- Relocation of_ App., Bay Alerting Strobe_pdf Awaiting an Official Response All Replies: Relocate alerting strobe to location noted on attached interior elevation, centered above exit sign. -Thayer W. WAU. 9/1/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 08/28/2020 03:44 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #109 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potentia Change Order #109: CE #157 - #333: Elec - Data Outlet In Captains Bunk TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 109 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CREATED BY: CREATED DATE: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 9/23 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amoun Based PAID IN FULL: No TOTAL AMOUNT: $1,779.42 POTENTIAL CHANGE ORDER TITLE: CE #157 - #333: Elec - Data Outlet In Captains Bunk CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #157 - #333: Elec - Data Outlet In Captains Bunk Conduit and data cable run through corridor to South wall of Captains Bunk (112) per direction provided in RFI 333. ATTACHMENTS: RFI_333_-_Added_Data n Captain's_Bunk.pcifCOP 030 Data Outlet in captain 6unis _AccuOici e_Npost 8.3.20.c5v.pglf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/23/ 2020 02 :58 PM Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor- BP 11 Add Data to Capt Bunk Subcontractor $ 1,669.67 Subtotal: $1,669.67 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. $ 75.14 GL insurance: 0.75% Applies to all ilne Item types. $ 13.09 P&P Bond: 0.75% Applies to all line item types. $ 13.18 B&O Tax: a 0.47% Applies to all line Item types. $ 8.34 Grand Total: $1,779.42 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/23/ 2020 02 :58 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 3 Contractor: McKinstry Contract°r Date: 912:12° Project No. 30125-43 Document Reference::2: Description: Data Outet in Captains Bunk 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, Journeymen, & laborers) b. foreman c. lead foreman Supervision: d. direct supervision e. safety erintact all costs on attached COP Cost Breakdown form. DIRECT LABOR SUBTOTAL $ 993.26 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) $ 60.31 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) $ 148.99 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 1-8 $ 1. CRAFT LABOR COSTS $ 993.26 2. MATERIAL COSTS $ 402.06 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 209.30 6. SUB -SUBCONTRACTORS $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 24.94 9. Permit $ 24.94 TOTAL COST COP 030 Data Outlet in Captain Bunk 7.28.20.xlsx Page of 1,669.67 Issued 9/21/2020 OZOZ/tZ/6 PanssI 'Total Cost of Work 2 a A° 3 n m Q m o O m lat 9 in o A s) x m v m Labor total hrs Ub 00 Ob cn U'I in Uf ti, Uf N UT U1. to in V} N Vr: i/i iry i/1 U! Uf U} iM to N 1R 1A i!Y in Vb U4 Vi iA W os '4/t tIr f1 a S C a u+anato in U)uti in in Us io OF U+yr tai vF rrt in to itt in en ii'to in rn tn. U) v+ur aro yr Cost Equipment Unit $ I U4 UT U) U) t/4 lA Us in in io N an N W U) U) UY in U) t/1 iM1 UI UY Uf N i/? Vi V1 Uk if1 Vf Uti if) 4n PY 0 U'I M v NW ~tf tN in Ut in to to to i/t U) to UI U) UY OF tl1 Ui U) U) IA K If) to to Uf IR t/Y OF tri UT W N�ga� .C.p. N W H A N th T U) G o rt b unnopieei81S03 d03 b002/i/9 Pasinay wJoj a � CD O Z 0 m 0 a o CD co g CD TOTAL (incl. payroll taxes) 7. WC (insert $ amount per hour) I6. SUI % of 1 (insert correct % to right) 5. MEDICARE % of 1 14. FICA % of 1 13. FUI % of t SUBTOTAL 12. Hourly Benefits 11. Hourly Wage Rate (forman) IPrevailing Wage (inch Benefits) IRate Schedule Date* Trade & Position PPPPZ b O 0 0 :O 0 O O 0 O O 0 m �p fA CD C) : ifl EA : fA fA ft3 fA C CC)) fA ? CO fA W IV 0) O 0 is--.) Cr Electrical Foreman M 4 )D fA fA fA $ 82.09 0) CO $ 57.51 O o N O m 47 n 6) fA fi9 fA fA fN:: 89.: fA fA b4 fA fA fA ffl : fA fA fJ9 fA:. fA ffl fA fdj ffl 6f fA fA fA fA 469. dA fA ffl fA fR 4f0 fA :: fA 4A 4A fR b? sales a6eM d03 sC 3 8 0 7.1 3 9 JIM SNI QO W -Z Od1S n a 0 8 5 S S 8 s S 5 S S S 0 P 3 0 s 3 0 S 3 S P O 41 a0 O 0 9 S 8 8 8 8 8 S 8 N C n S S rn 3 S 3 0 s G 2 ET S 3 3 3 0 0 G, ci 0 E Q S LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #333 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - Data Outlet In Captains Bunk TO: Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 07/16/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: E401 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 07/23/2020 TBD RECEIVED FROM: Griffin Small (MCKINSTRY CO.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shlels 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 David White (Lydig Construction, Inc. - Bellevue Of) at 02:44 PM on 07/16/2020 Confirmation of the addition of a data line in the Captain's Bunk (112) is needed. During a site walk with Tukwila Fire, WAU, SOJ, and Lydig, it was discovered the Fire Department requires a telephone to be installed in the Captains Bunk. Currently, there is not a data outlet in the Captains Bunk to allow for the installation of phone. Per conversations with McKinstry, installing a data line is possible at this point but will require removing ceiling tile in the corridor in order to run the new line, and the data outlet will need to be installed on the south wall of the bunk room. Installing the data outlet on any other wall would require cutting out the GWB ceiling. Please advise if a data outlet is to be added to the south wall of the Captain's Bunk. If so, please provide number of cables and a final location. Attachments: RFI 333 - Data Outlet In Captains Bunk.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Tuesday, July 21st, 2020 at 5:52PM PDT Per SOJ response on ProCore, provide data outlet at south wall of Captain's Bunk (112). See following page for location, aligned with power below desk. -Thayer W. WAU. 7/21/20 Attachments: RFI 333 - Data Outlet In Captains Bunk - WAU response.pdf All Replies: 1tffil#gf#11Rtififthi,a,ora##CIC,„:.:4110Z;oosw—„Idtg. Per SOJ response on ProCore, provide data outlet at south wall of Captain's Bunk (112). See following page for location, aligned with power below desk. -Thayer W. WAU. 7/21/20 Attachments: RFI 333 - Data Outlet In Captains Bunk - WAU response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 07/28/2020 08 :55 AM RFI #333 LYDIG 515 Owner approves Lydig to move forward with this work. 1) Alerting system is not connected to internet system. In the event of power outage generator and back up generator will manage alerting system. 2) Lydig provided ROM from McKinstry of $1,200 for this work. Attachments: 5545 555 55555 ar The Owner's intent is to provide this requested data outlet in the Captain's Bunk to provide per Fire's request phone service in the event that the alerting system is down. Two things need to happen prior to Owner approving this change: 1) Lydig to confirm with Jaymarc that VOIP phone service will work in the event that alerting system is down - assuming that if alerting system is down then internet would also be down? 2) Lydig to provide pricing from McKinstry. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 07/2812020 08:55 AM ILYDI0 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #111 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #111: CE #058 - #154: Mech - Vehicle Exhaust System Dampers 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: 111 / 0 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED BY: CREATED DATE: Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 9/28 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($1,100.00) POTENTIAL CHANGE ORDER TITLE: CE #058 - #154: Mech - Vehicle Exhaust System Dampers CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #058 #154: Mech - Vehicle Exhaust System Dampers Credit for omission of redundant damper in the vehicle exhaust system per RFI 154. ATTACHMENTS: COR 015, Credit for RedundantDamperpdF_ RFI 154: Vehicle Exhaust uSystem Dampers response.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/28/ 2020 02 :57 PM Cost Code Description Type Amount 1 23-001-99- - Mechanical MCCM Credit: Removal of Damper in Vehicle Exhaust Duct Subcontractor ($1,100.00) Subtotal: ($1,100.00) 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: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line Item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line Item types. $ 0.00 Grand Total: ($1,100.00) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/28/ 2020 02 :57 PM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Tukwila FS 51 BILLING CONTRACTOR Lydig Construciton JOHANSEN JOB # D30600 DATE: J0!DOR #t] 8015 DESCRIPTION: :Credit for redundant damper for the Vehicle Exhaust System ; EXCLUSIONS: REFERENCE: SCHEDULE IMPACT: ; , I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF U. MATERIAL AND EQUIPMENT A. MATERIAL B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (io%mLABOR rr) III. SUBCONTRACTORS A. ALL SUBS @ @ @ 0 00 HRS @ HRS @ HRS@ 0.00 HRS @ 0.00 HRS @ LABOR TOTAL $ 92.51 = $ $ 86.81 = $ $ 99.72 = $ $ 75.09 = $ $ 99'73 = $ $ 92.51 =$ $ 98.45 = $ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS OTHER DIRECT COSTS TOTAL 2% OF LABOR El - ' / � (1,100.00) V. TOTAL ITEMS I, II, III, AND IV $ (1,100.00) VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP O. B&OTAX@ VALID FOR 30 DAYS TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � � Q � $ (1.100.00) 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 wor, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract. From: To: Subject: Date: Attachments: Daniel Tunav Ivv LeVangie RE: RFI: #154: Mech - Vehical Exhaust System Dampers Wednesday, January 15, 2020 2:49:17 PM imane001.jnq Hi Ivy — Yes I got your voicemail.I've already sent the cancellation in, it shouldn't be a problem. It would be a deduct of $1,100.00 Thanks, DANIEL TUNAY I Technical Sales I Dorse and Company I 5000 1st Ave S. Seattle WA 98134 I T: 206.218.1323 I F: 206.284.4523 I www dor,,e cnm From: Ivy LeVangie Sent: Wednesday, January 15, 2020 2:37 PM To: Daniel Tunay Subject: FW: RFI: #154: Mech - Vehical Exhaust System Dampers Daniel, I left you a message. We don't want the damper for that louver can you cancel just he damper? Also, what would the credit be for the damper? Ivy LeVangie I Executive Assistant - Project Coordinator I Johansen Mechanical, Inc. I wwwjohansenmech.com Direct: (425) 527-10261 Cell: (425) 320-8935 1 Office: (425) 481-22661 Fax (425) 486-6933 Energy Services "Making a Difference" From: Weston Blackburn (Lydig Construction, Inc. - Bellevue Office) [mailto:notifications_Lydig_Construction@procoretech.corn] Sent: Wednesday, January 15, 2020 12:12 PM To: Ivy LeVangie <ivyl@johansenm ech. corn> Subject: FW: RFI: #154: Mech - Vehical Exhaust System Dampers More details: VieNv onlinc I Vie Av PDF From: Date: Sent To: Weston Blackburn (Lydig Construction, Inc. - Bellevue Office) Wednesday, January 15, 2020 at 12:11 pm PST Karl Abrahart (SIMONET WOODWORK LTD.) Carlos Alvarez (GK KNUTSON) Kevin Bell (EMERALD FIRE, LLC) Jon Bennion (CRAWFORD DOOR COMPANY LLC) Jackie Bergman (GK KNUTSON) Kaleb Craig (AXIOM DIVISION 7 INC) Rob Crawford (MCICINSTRY CO.) Josh Erickson (AXIOM DIVISION 7 INC) Dan Ericson (MCKINSTRY CO.) Zoram Garcia (Evergreen Construction Specialties) Mike Hallengren (EMERALD FIRE, LLC) Greg Hasenoehrl (PROSTEEL, INC.) LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED Jan 14 2020 WEINSTEIN A+U LLC RFI #154 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Mech - Vehical Exhaust System Dampers TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 01/14/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: M801 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 01/21/2020 TBD RECEIVED FROM: Ivy LeVangie (JOHANSEN MECHANICAL, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc - Bellevue Of) at 07:11 AM on 01/14/2020 This RFI pertains to dampers in the Mechanical Porch (room 203). Currently the contract design, as seen on M801 and Johansen Mechanical shop drawing MD2.L2.S1, is calling for two separate dampers in the mechanical porch for the vehicle exhaust system. One at the louver and one at the Duct Silencer. With this being redundant Johansen Mechanical would like to eliminate the damper at the louver while keeping the damper in line in the duct system. Please confirm if it is acceptable to remove the damper the L-1 Louver. Attachments: REI 154 _-Yebicle Exhaust S_ystero_Darnpers.pdf Awaiting an Official Response All Replies: No exceptions to removing the L-1 Louver damper. J. Greenlaw, 1 15_2020 Remove L-1 damper as described. Please provide credit. -Thayer W. VVAU. 1/15/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 01/14/2020 07:11 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #112 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #112: CE #153 - #343: Mech - RHRV Temperature Sensor Relocation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 2/1 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: 9/28 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,892.81 POTENTIAL CHANGE ORDER TITLE: CE #153 - #343: Mech - RHRV Temperature Sensor Relocation CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #153 - #343: Mech - RHRV Temperature Sensor Relocation The RHRV comes with a factory installed temperature sensor. During commissioning it was determined that there is a 5° rooftop temperature difference between the west side of the building and the east side. Since the sensor is located on the east side of the unit, it is giving off a higher outside air temperature than the actual OSA. The commissioning agent suggested relocating the sensor to the west side of the unit and out of the direct sunlight. This is a factory installed item in a factory determined location by the manufacturer. The sensor was relocated per direction provided in RFI 343. Review Comments: Provide clarification on breakdown of troubleshooting vs. relocation hours Response: Johansen has clarified that troubleshooting accounted for 16 hours total (8 hrs Journeyman + 8 hrs Service Technician) and relocation of the sensor plus functionality testing took a service technician 8 hrs to complete. ATTACHMENTS: RFI 343_RHRV Temperature Sensor Relocation Re_sponsepdf_ JMI COR 8022 -RFI 343:- RHRV Relocate Temperature Sensor.pdf_ Lydig Construction, Inc. page l of 2 Printed On: 10/12/ 2020 11 :14 AM Cost Code Description Type Amount. 23-001-99-- Mechanical MCCM Relocate Temp Sensor Subcontractor $ 2,714.40 Subtotal: $2,714.40 Fee - Self Perform Work: 15.00% Aoolles'to Labor. Materials F_puloment. Other. Overhead and Profit and Unwritten Sub's/PA's S ii no. Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 122.15 GL insurance: 0.75% Applies to all line Item types. $ 21.27 P&P Bond: 0.75% Applies to all line Item types. $ 21.43 B&O Tax: = 0.47% Applies to all line Item types. $ 13.56 Grand -Total: $2,092:01- Lydig Construction, Inc. page l of 2 Printed On: 10/12/ 2020 11 :14 AM LV DIG Owner Signature Date PCO #112 Lydig Construction, Inc. page 2 of 2 Printed On: 10/12/ 2020 11 :14 AM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Tukwila FS 51 DATE: BILLING CONTRACTOR Lydig Construciton JMI COR #: JOHANSEN JOB # O30600 13 -Aug -20 e022, outdoor' '-- DESCRIPTION: sensor on RHRV unit and re-tessensor � EXCLUSIONS: ' REFERENCE: 343 SCHEDULE IMPACT | -' —=---� ` - I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) O. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF U. MATERIAL AND EQUIPMENT A. MATERIALS O. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (iomcxLABOR "r) III. SUBCONTRACTORS A. ALL SUBS .@ @ 0.001HRS 0.061HRS @ 16.00IHRS@ 0.00IHRS HRS @ HRS @ LABOR TOTAL $ 92.51 =$ $ 86.81 = $ $ 99.72 = $ $ 75'90 = $ $ 99.72 = $ $ 92.51 = $ $ 98.45 ~$ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL 694.48 1,595.52 $ 2,290.00 SUB SUBTOTA� IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR C. PERMITS OTHER DIRECT COSTS TOTAL 50.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD O. PROFIT C. SUBCONTRACTOR MARKUP D. B&OTAX@ t 19/01 2,340.00 351.00 23.40 VALID FOR 30 DAYS This change proposal only includes costs that can be identified at this time.This chaproposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items »fcVotphorhnfivaLoctt]ementofthe-contract. LY 0 G Lydig Construction, Inc 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEOYED Aug 05 2020 WEINSTEIN A+U LLC RFI #343 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Mech - RHRV Temperature Sensor Relocation TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 08/04/2020 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), 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) 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 08/11/2020 TBD Question from David White (Lydig Construction, Inc - Bellevue Of) at 05:36 PM on 08/04/2020 Direction is needed on relocating a temperature sensor in the RI-IRV. During the commissioning process KBA and Johansen established that a sensor internal to the Daikin RHRV unit is reading the outside temperature approximately 5 degrees (F) higher than the actual outside air temperature. It is believed that this faulty reading is caused by the metal extior of the unit being exposed to direct sunlight and heating up beyond the outside temperature. The temperature sensor is currently located internally on the east facing side of the unit. Johansen had previously built and installed a cover over the sensor to shield it from the sun, but this did not reduce the incorrect reading enough. KBA recommends relocating the sensor within the unit from the east side to the west side to further shield it from the sun. Please advise if Johansen is to relocate the outside air temperature sensor in the Daikin RHRV. Attachments: RFI 343_- RHRV Ternperature Senspr Relocation,pdf Awaiting an Official Response All Replies: We agree to relocate the sensor within the unit from the east side to the west side to further shield it from the sun. Please proceed with this solution. -Dali Yu, Greenbusch 2020.08.12 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 08/04/2020 05:36 PM ILV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #113 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #113: CE #162 Backup for Alerting System #344: Elec - UPS TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 113 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE -Suite 110 Bellevue Washington, 98005 30125 -Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 9/28 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,066.40 POTENTIAL CHANGE ORDER TITLE: CE #162 #344: Elec - UPS Backup for Alerting System CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #162 -#344: Elec - UPS Backup for Alerting System Supply/install UPS to provide backup power for the alerting system as directed in RFI 344. ATTACHMENTS: RFI 344,- UPS Backup for Alerting System :-_Response.pdf COP 032 Added UPS for Alerting Panel 9 28 20.pdf_ # Cost Code Description Type Amount 26-001-99- - Electrical Subcontractor - BP 11 Subcontractor $ 1,000.63 Subtotal: $1,000.63 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. $ 45.03 GL Insurance: 0.75% Applies to all line item types. $ 7.84 P&P Bond: 0.75% Applies to all line item types. $ 7.90 B&O Tax: a 0.47% Applies to all line Item types. $ 5.00 Grand Total: $1,066.40 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/28/ 2020 05 :43 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125.43 Document Reference: Contractor: McKinstry Description: Added UPS for Alerting Panel RFI 344 COP: 32 Date: 9/2802020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 308.21 b. foreman c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 308.21 Supervision: d. direct supervision e. safety 2. MATERIAL COSTS (Including Time Clock Itself) a. UPS (see attached Eaton purchase order) b. 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 528.00 5. OVERHEAD & PROFIT a. 15% on Materials (2) S 79.20 b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 46.23 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 0.00 % of 1-8 1. CRAFT LABOR COSTS $ 308.21 2. MATERIAL COSTS $ 528.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 125.43 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - 24.04 8. Bond $ 24.04 14.95 9. Permit $ 14.95 TOTAL COST 1,000.63 COP 032 Added UPS for Alerting Panel 9.28.20.xlsx Page of Issued 9/28/2020 IV poi Sdfi PaPPV ZEO d07 \ 7 ( 0 in oo cn & IA th lh OZ/9216 panssl tA # 411. } to 8 oo 5 O. o / z 3 t # to I 1.4IIeH aJ! umopieaa8 1s03 d0C OZOZ/8Z/6 Panssl TOTAL (incl. payroll taxes) 7. WC (insert $amount per hour) 6. SUI % of 1 (insert correct % to right) 5. MEDICARE % of 1 4. FICA % of 1 W -n c 0 0 SUBTOTAL 2. Hourly Benefits 1. Hourly Wage Rate (forman) (Prevailing Wage (incl. Benefits) Trade & Position Rate Schedule Date* a o : 0 o 0 o 0 0 0 o 0 of 0; a z m m P Tai $ 88.06 a w 0 Cra 00)) `o N 0 m m o C &A oo r.) [a0 #) Efl &rO co ro 3 $ 24.58 en v - o C. -f") N. m g n& 4)9 &A a a 0 :aweN aaafoJd co se;ej e6eM d0O 0 0 CC :#133 road uogelS at id el!Aolnl :103f0Mc PROJECT CONTACT: GRIFFIN T SMALL FOB Destination, Freight Prepaid and Invoiced 1.9 :SNOLLOIDJISNI ONIddIRS 03 M c4 0 <CC70 cm In cri > Z 0 > CCm (0-4 03 -0 Cn 0 0 < m 0 0 X all '00 tifsul>oW Direct inquiries to purchasing@mckinstry.com or 1-800-669-62 C 01 N 00 N Ergo sselu fl se quoted and agreed upon, payment terms are NET 60. (515" CD 5 g. O a N O j N c a 5-4:1 c O 'Z m 0, wv" J N a a. Ilegs hied Bulgy �y � g m m A m d m w o < c N O m m O m m N N o � o a m c a ro @ y is 2 aro a .0 a 8 m m O C a O y m 5 o m F m m om o - m t-ro =gig m' a O 0- =0 a m m N d N O .5-94 m m 3' m w a a c ro O m CO m m D a CO 3 o m O 2 m 3 v a m a a g §.(n m 2 m 2 t� a y a y CO N n .-. N a 2-0,1 N 32 w 42-2- m a w maintain insurance coverage typical for that hi •uogoesueJj Jo p 0 P -a All UL certified material shall carry a UL label. N N O tti m d a P to taw patperer ro anlloafa0 •91. I shall bereturned to Seller at Seller's expense. M ul paarBe aswuagio sselult Ig 6q patonb saoud lie '6u! er will remain in effect for 48 hours. A w NJ N (n 70 'ED= O. m p�a�^' ;�- a 051 N G 0 m m ao K g m N n < O a m : x Z M'm w N4. -9, w , 2 N v g, 3r a c TA- ga3a 5 0 ma a tIH y r• S O p1 0a vm T o a o' of c a 0 'N a n O N a m "1w a c ro ag Fi O = c W. Ci Fig m „ Z.6 RE"- O m mm 30' vm C p O S1. a 0, y d -o S 0. a o twn p1 m 'C O ro o a v ( x m 1 a m N m 'm= oo...s U4 E m N a 0m Si r 0 a REL.' m 'p o 3 m = S.S. -,1 3 con 2 Paso' o c m' a a a r o m m 3 a m• a o � m V w n a r N d m C'C _ fg o o m D. o ro n i 3 m s j tY N e • woo•Agsu ppw@©alge4edst O uogaadsul Jat}e Igun pa a reasonable time after arrival at the 98124 {" Purchaser") agree CD pus suolllpuo0 pus suuel6ulMo 1ONO3 ONb' S ONS AND. SPECIAL CONDITIONS/OPTIONS :JegwnN Od ?�3a2iO 3SVHO Ifld LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEINED Aug 13 2020 WEINSTEIN A+ULLC RFI #344 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Elec - UPS Backup for Alerting System TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: Thayer Wild (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 08/13/2020 TBD Griffin Small (MCKINSTRY CO.) Bellevue, Washington 98005 STATUS: Open DUE DATE: 08/20/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shlels 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 David White (Lydig Construction, Inc. - Bellevue Of) at 03:33 PM on 08/13/2020 Clarification is needed on the addition of a UPS backup to the Alerting System. During the Owner Training, the lack of a battery backup for the Alerting System was discussed. In response, McKinstry and JayMarc have identified a possible UPS that can be installed for the alerting system. This install has a ROM of $1,300 from McKinstry. Please note that this would be for the situation that utility power and the generator power both failed. During the start up and commissioning process, the generator consistently turned on in under 7 seconds after utility power was lost. The fire department would be without alerts between the moment of the utility power failing and the generator turning on. Please advise if a UPS is to be installed for the Alerting System. Attachments: f3,F1 344: .UPS Backup for Alerting System.pdf Awaiting an Official Response All Replies: Provide and install IJPS to serve as back-up power for Alerting System as directed by the Owner. Rocxy Juan - TFWB 8,-13-2020 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 08/13/2020 03:33 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #114 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #114: CE #174 - #351: Elec - Bluetooth in the PT Room 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: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 9/29 /2020 None Amount Based PAID IN FULL: No TOTAL AMOUNT: $1,286.47 POTENTIAL CHANGE ORDER TITLE: CE #174 - #351: Elec - Bluetooth in the PT Room CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #174 - #351: Elec - Bluetooth in the PT Room Added bluetooth receiver in PT Room per client request and direction provided in RFI 351. ATTACHMENTS: COP )36Bluet©oth Gonnectign.in_PTRoom.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 08 :33 PM Cost Code Description Type Amount 1 26-001-99- - Electrical Subcontractor- BP 11 Supply/install bluetooth receiver Subcontractor $ 1,207.13 Subtotal: $1,207.13 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. $ 54.32 GL Insurance: 0.75% Applies to all line Item types. $ 9.46 P&P Bond: 0.75% Applies to all line item types. $ 9.53 B&O Tan: =.0.47% Applies to all line Item types. $ 6.03 Grand Total: 51,286.47 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 08 :33 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila Project No. 30125-43 Document Reference: Contractor: McKinstry Description: Bluetooth connection in PT room COP: 36 Date: 9/29/2020 Contractor Ref. No. 30125-43 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) 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. JAYMARC b. C. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 8% for each sub 8. Bond a._tiorus Permit a. Permit 1,016.39 1. CRAFT LABOR COSTS 2. MATERIAL COSTS 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL I thru 4 5. OVERHEAD & PROFIT $ - 6. SUB -SUBCONTRACTORS $ 1,016.39 81.31 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 81.00 0.00 % of 1-8 $ 109.74 9. Permit $ TOTAL COST 109.74 1,207.13 COP 036 Bluetooth Connection in PT Room.xisx Page of Issued 9/29/2020 design build integrate I support PROJECT: 19-161 Tukwila Fire Station 51 FAST CUSTOMER: McKinstry, C13041 CHANGE ORDER PROPOSAL Add Blue Tooth Receiver in Fitness Room Change Order Creation Date: 9/8/2020 Change Order Revision Date:9/8/2020 PRESENTED BY:Jack Calderon Jaymarc AV Internal Reference Number: 8 This is a change order Proposal to : McKinstry for the project listed as Tukwila Fire Station #51 Change Order Date: 9/8/2020 Change Order Title: Add Blue Tooth Receiver in Fitness Room Change Order Details: Scope of work would be to provide and install a Bluetooth recevier in the abandoned 1 -Gang box that was originally intended for the mulitunit color bar indicator. We will install the unit and program the system, such that when an alert comes in, the bluetooth audio will automatically MUTE. We will keep the audio Muted for the full duration of the announcement and then restore audio to its original level. All audio levels on the Bluetooth audio will be controlled from the bluetooth source. Jaymarc AV will handle the full install. This Change Order, if accepted, will modify the contract value by: $1,016.39 This change order provides a modification in the original scope of work contracted for. All terms and conditions as previously agreed upon are not altered except as noted in this document. If this project is a progress billing project, the added/modified scope of work will become part of the overall project total and the billings will be adjusted accordingly. The completion date on the project MAY be affected by the additions and/or modifications in this change order. Both parties agree to discuss completion time modifications if necessary. If no discussions are made, there shall be an assumption of 10 working days added to the contract completion date if this change order is executed. It is up to the client to verify that the scope of work of this change order matches the desired changes. If the Change Order Details listed above are not clear or do not match your desires; DO NOT SIGN THIS DOCUMENT. This change order is accepted as presented: McKinstry Jack Calderon Date: Date: aregewpwwwnwrosmovermagmawmanowspommelerWWWWWW,WyeanerOMPUMMIIMMONWHOMMOORMINIMIMMigneMMOVERONWARWPWWWW1 de5igr, build ntegroto pport Fitness Room 1 EA QSC UNBT2A-White Stereo Bluetooth to Analog Interface, 1 -Gang, White 1 Lot JAYMARC LABOR ASSEMBLY Assembly of Various Additional labor: Shop Drawing Submittals O&M's As -Built DSP Programming Control Programming Commissioning .25 JAYMARC O&M'S .5 JAYMARC AS-BUILTS 1 JAYMARC DSP PROGRAMMING 1 JAYMARC CONTROL PROGRAMMING 1 JAYMARC COMMISSIONING Fitness Room Parts: $373.75 Labor: $543.75 Total: $917.50 McKinstry, C13041 Date: Misc Parts: $3.74 Project Management: $65.25 Freight / Shipping: $29.90 Parts: $373.75 Labor: $543.75 Parts No Tax: Labor No Tax: $,00 $.00 Subtotal: $1,016.39 Sales Tax: $0.00 Total: $1,016.39 JOSH LITREJOHN 1 SENIOR ESTIMATOR JAYMARC30 14400 INIERURRAN AVESOU111 I SEM1�.W 8163 206.602.6111 108 1 C.: 3.6072/.1932 1 F,206.763,1M, Joshua Littlejohn Date: LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #116 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #116: CE Protection Design at Court Yard Can #181 - #132: Fire - Fire opy - Paint TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 116 / 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: No 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) 9/29 /2020 None Amount Based $514.77 POTENTIAL CHANGE ORDER TITLE: CE #181 - #132: Fire - Fire Protection Design at Court Yard Canopy - Paint CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #181 - #132: Fire - Fire Protection Design at Court Yard Canopy - Paint RFI 132 added an overhead sprinkler pipe spanning the full length of the courtyard canopy in lieu of sidewall fire sprinkler heads under the canopy. This change order proposal is associated with costs to prime, prep, and paint the new exposed exterior vertical and horizontal sprinkler line. ATTACHMENTS: PCO 116 SP Combined,pdf_ _REI132 Fire_ ProtectionDesignat Court Yard Canopy WAU_response,pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 10 :17 PM Cost Code Description Type Amount 03-001-99- - Structures, Enclosure & Mlsc Sub -BP 03$07 Prime, prep, paint sprinkler pipe Subcontractor $ 483.02 Subtotal: $483.02 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. $ 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: e 0.47% Applies to all line item types. $ 2.41 Grand Total: $514.77 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 10 :17 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #116 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #116 SP: CE #181 - #132: Fire - Fire Protection Design at Court Yard Canopy - Paint TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 116 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #51 Self -Perform Prime Contract CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 9/29 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $483.02 POTENTIAL CHANGE ORDER TITLE: CE #181 - #132: Fire - Fire Protection Design at Court Yard Canopy - Paint CHANGE, REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #181 - #132: Fire Fire Protection Design at Court Yard Canopy - Paint RFI 132 added an overhead sprinkler pipe spanning the full length of the courtyard canopy in lieu of sidewall fire sprinkler heads under the canopy. This change order proposal is associated with costs to prime, prep, and paint the new exposed exterior vertical and horizontal sprinkler line. ATTACHMENTS: Tukwlta_ Fire RFI 132 KTP QQP 7.p if_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 10 :07 PM Cost Code Description Type Amount 1 09-026-99- - Painting Sub prime, prep, and paint sprinkler pipe Subcontractor $ 438.55 Subtotal: $438.55 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. $ 35.08 GL Insurance: 0.75% Applies toall line Item types. $ 3.55 P&P Bond: 0.75% Applies to all line Item types. $:3.58 B&O Tax: .0.47% Applies to all line Item types. $ 2.26 Grand Total: $483.02 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/29/ 2020 10 :07 PM COP Subcontractor Breakdown Summary Project Name: Tukwila Fire Station # 51 Project No. 30125-43 TFS#5 Document Reference: RFI 132 Contractor: KT Painting Description: Prep, prime and apply two coats of finish to fire sprinkler pipe in courtyard area COP: 7 Date: 9/29/2020 Contractor Ref. No. 7 1. CRAFT LABOR COSTS Itemize all costs on attached COP Cost Breakdown form. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 289.08 b. foreman c. lead foreman Supervision: d. direct supervision e. safety 2. MATERIAL COSTS a. material costs b. freight costs (itemize) $ _ $ DIRECT LABOR SUBTOTAL $ 289.08 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. 12% on Materials (2) b. 12% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. b. C. d. 85.00 10.20 43.35 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub $ - 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. Bond Ho 1. CRAFT LABOR COSTS $ 289.00 2. MATERIAL COSTS $ 85.00 3. EQUIPMENT COSTS $ - 4. SMALL TOOLS $ - SUBTOTAL 1 thru 4 374.00 5. OVERHEAD & PROFIT $ 53.55 6. SUB -SUBCONTRACTORS $ - 9. B&O Tax a. B&O Tax 0.00 % of 1-8 $ - 9. B&O Tax $ - TOTAL COST 438.55 Tukwila Fire RFI 132 UP COP 7.xlsx Page of Issued 9/29/2020 0202/62/6 panssl (Total Cost of Work Prep, prime and paint Labor Primer Description . P x 74 Labor total hrs N i/ i t A N N N N N i M1 N N N i Y ti N N N N N N N N N N N N N N N N 41, N .... I Cost $ GI GI W $40.00 $45.00 11111111 Gal $ EA $0.00 N o ilR V.. V, 1.41. lk 9.A. 4h N N N N N tl1 N N VI. N ttf N !s! A o oOp. Cost $ $ Equipment _......... C N N NNN N tM1NN NN tr. NN Nin, NNNNt/r tlANNNNNN Cost $ $ 374.08 NN N t! 4 L M1 N N N N i f) N N N N N V i N N N h i N N in N N N A Ippn p O N N N Co ID 0 M n O ® 3+ P.) - d a o 1p 0 d Ocri umop)eaa81S03 d03 eooz/I/g paslnay WJoj Cn w 3 3 3 _D to A T n c a n N N () _. 7. ill N 0 N N T N N a g;4') @ A c '0 CD c N a. 0 o n o. O is o m 3 @ 3 co 'O 9 N @ CD 8CO N @ 0 3@ O 0 O. @ o n c) D O m O o co CO N CDCDV CO CD U1 C z 9 @ ' K J d 8 A 9 @ 8 a z 0. 0 O V1 w 17- I. 9 L suoglpuoo iejaua6 fT R° I N oz/6z/6 Panssi Z 0 m N a o 0" LD m o 0 0 0 m_ _. 0 3 3 3 N V Q w a 5 ? � c @ co 2 0. c>, � m cm a a ' a O @ Co u CD -.a@ 0. to CD N o O. N a CD O .0 d 3 m 5- o Q CD N6 O • 0 m r d CD .G iC @ 3 _ C o. N K 3 5 D' O.CD CD'N O „, -0 m cn 9 CO 0 0 La O a 3 NC N r N @ •O C NN a CZ. N O @ @ coso n 0. @ 0'71 0 _ `< CD g a 3• 3 S co 9 • O^ e a. —a CD N S O N ? N a m @ CO s m d o m < . @ 3 O. @ cr8 p CD w 0 0 o N N 0 a S d N a C a- @ v a o @ CD •a O TOTAL (incl. payroll taxes) 17. WC (insert $ amount per hour) 16. SUI % of 1 (insert correct % to right) Is. MEDICARE % of 1 4. FICA % of 1 w T C 0 0 SUBTOTAL 12. Hourly Benefits 11. Hourly Wage Rate (forman) 'Prevailing Wage (incl. Benefits) Rate Schedule Date* Trade & Position a G 0 1' o 0) m cAn q 01 o ® a xim @ CO *-1. CO - o D C71 o 0 01 $ 0.60 w CO $ 2.50 M 05 0 fA 4A 0 0 m 49 44 !A �9 fA Hf ffl: fA W (A {A EA HD. fq 4R EA 6H iA K} :. 4A" v1 Fn cA EA EA' EA fn CA EA eA :. eA YA Hi cA !fi va' LY DIG RECEOWED Dec 13 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 #132 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Fire - Fire Protection Design at Court Yard Canopy TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: M403, 8/A453 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) Jose Lorenzo -Torres (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 12/12/2019 Kevin Bell (EMERALD FIRE, LLC) 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 12/19/2019 TBD 21 10 00 - Fire Suppression Question from David White (Lydig Construction, Inc, - Bellevue Of) at 05:29 PM on 12/10/2019 This RFI pertains to the fire suppression design under the canopy in the court yard. The current contract design on the attached M302 and 8/A453 call for sidewall fire sprinkler heads under the canopy. This design conflicts with specification section 211000 Fire Suppression paragraph F.1 which states, "[Provide a] Dry fire protection system for balconies, covered walkways, overhangs, and unconditioned spaces". Additionally, the contract design on the aforementioned sheets is in conflict with the NFPA code. NFPA language states that sidewall heads are for use "In obstructed construction consisting of flat smooth ceilings". Due to the exposed C -Channel and L Angle steel members that make up the canopy steel, the canopy is not a classified as a flat smooth ceiling. Attached is a code compliant design with the use of overhead sprinkler heads for under the canopies. This design has been approved by the AHJ. Also attached is the NFPA (NFPA 2019, 13-94 paragraph 11.3.2) language for the use of sidewall sprinkler heads. Please advise if the code compliant design (attached) and submitted in the latest fire suppression shop drawings (211000-2-1 - Fire Suppression - SD Revision) is acceptable. Attachments: RFI 152 Fire Protection Design at Court Yard Canopy,pdf Awaiting an Official Response All Replies: Route sprinkler lines per markups on attached plan. Line to exit building at height per 6/A453. Run line parallel below centerline of 2x2x114 HSS Stiffener, with overhead sprinkler heads at locations noted per markups on attached plan. Submit line hangers/attachments for review. -Thayer Wild, WAU. 12/23/2019 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 12/12/2019 04:15 PM LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #119 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #119: CE #156 - #335: ARCH - SCBA Equipment/Casework Coordination 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: 119 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CONTRACT: 30125- Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 9/30 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No Amount Based TOTAL AMOUNT: $997.76 POTENTIAL CHANGE ORDER TITLE: CE #156 - #335: ARCH - SCBA Equipment/Casework Coordination CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #156 - #335: ARCH - SCBA Equipment/Casework Coordination Lydig coordinated installation of SCBA mask testing equipment onsite with the fire department. The coordinated design required Lydig to route out the countertop to create a housing for SCBA equipment using HVVVP panels. Display Manufacturing provided a finished edge at all sides of HWVP panels and brackets to support the countertop at (2) studs nearest to equipment cutout. ATTACHMENTS: PC0_119 SP - Combined.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 02 :49 PM Cost Code Description Type Amount 1 03-001-99- - Structures, Enclosure & Misc Sub - BP 03 8,07 SCBA Custom Cutout Shelf Subcontractor $ 936.22 Subtotal: $936.22 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. $ 42.13 GL Insurance: 0.75% Applies to all line Item types. $ 7.34 P&P Bond: 0.75% Applies to all line item types. $ 7.39 B8.0 Tax: ..: 0.47% Applies to all line item types. $ 4.68 Grand Total: $997.76 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 02 :49 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #119 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #119 SP: CE #156 - #335: ARCH SCBA Equipment/Casework Coordination TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 119 SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 9/30 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $936.22 No POTENTIAL CHANGE ORDER TITLE: CE #156-#335: ARCH - SCBA Equipment/Casework Coordination CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #156 - #335: ARCH - SCBA E• ui. ment/Casework Coordination Lydig coordinated installation of SCBA mask testing equipment onsite with the fire department. The coordinated design required Lydig to route out the countertop to create a housing for SCBA equipment using HWVP panels. Display Manufacturing provided a finished edge at all sides of HWVP panels and brackets to support the countertop at (2) studs nearest to equipment cutout. ATTACHMENTS: CO_SAFire Station51.pdf_ # Cost Code Description Type Amount 06-716-99- - casework Sub Design/Fabricate/Install custom housing for SCBA equipment Subcontractor $ 850.00 Subtotal: $850.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead andProfit, Unwritten Sub's/PA's, and Project. Contingency. $ 0.00 Fee - Sub Tier Work: B.00% Applies to Subcontractor and Purchase Agreements. $ 68.00 GL Insurance: 0.75% Applies to all line Item types. $ 6.89 P&P Bond: 0.75% Applies to all line item types. $ 6.94 B&O Tax: .0.47% Applies to all line Item types. $ 4.39 Grand Total: $936.22 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 02 :46 PM 3330 McDougall Ave C. Everett, Wa 90201 PH 425.204-0482 FX 425-304-0794 eMall: CuctomerServiceZdisplaymfg.com DISPLAY NIANT_1F4.CTURING LLC specialized commercial cabinets & custom store display fixtures CHANGE ORDER No. C05 THIS AGREEMENT, Made as of 7/20 , In the Year of 2020, Between the Contractor: Lydig And the Sub -Contractor: Project Name & Location: Jobsite Super -attendant: Display Manufacturing LLC 3803 136th St. NE Marysville WA 98271 360-653-0990 The Contractor authorizes the Sub -Contractor to make the following changes to the current project: QTY DESCRIBE WORK, MATERIALS OR LABOR UNIT PRICE/RATE AMOUNT Drop down counter in SCUBA room. Cut opening, build drop down counter and install. $850.00 Laminate 80.00 Plywood 50.00 Shop Labor 200.00 Labor cut out and install 350.00 Delivery 100.00 MU 70.00 TOTAL 850.00 $850.00 Attachments: Page 1 of 2 M Dougall Ave ID, Everett, We 90201 PH 425-304-0482 FX 4 eMall: CuotomerServiceedlqloyrrifg,com DISPLAY MANUFACI URING LLC specialized commercial cabinets & custom ewe display fixtures The following is based on information provided by the contractor. Contract Sum Original Contract Amount Revised Contract Amount Prior to this Change Order $ Cost for this Change Order The New Contract Total including this Change Order $ Contract Time Change in Contract Time for this Change Order 10 Days Date of Substantial Commencement for this Change Order shall be Adjusted Date of Substantial Completion, including this Change Order shall be ACCEPTANCE This agreement is not valid until signed by General Contractor or Job Super -attendant. Signature indicates agreement herewith, including any adjustment in the Contract Total and Contract Time. General Contractor/Super-attendant Dated Display Manufacturing LLC Dated Page 2 of 2 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEINIED July 21 2020 WEINSTEIN A+U LLC RFI #335 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - SCBA Equipment/Casework Coordination TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 07/21/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 07/28/2020 TBD RECEIVED FROM: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) 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 09:46 AM on 07/21/2020 Lyidg, WAU, and TFD have coordinated installation of SCBA mask testing equipment onsite. Please review attached sketch and provide direction on how to proceed with fabricating a support structure and cutout for testing equipment to sit in the SCBA countertop. Attachments: FZEI _3352 cyLQApdf Awaiting an Official Response All Replies: Route out countertop to dimensions noted on sketch. Provide housing for SCBA equipment using HWVP panels as shown. Verify dimensions with equipment prior to fabrication. Provide finished edge at all sides of I-IVVVP panels, Provide brackets to support countertop at (2) studs nearest to equipment cutout. -Thayer W. WAU. 7/21/20 BY DATE COPIES TO Lydig Construction, Inc. Page 1 of 1 Printed On: 07/21/2020 09:47 AM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #120 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #120: CE #160 - #322: ARCH - Refrigerator Clearance at Kitchen 104A TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 120 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending- In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: 9/30 /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 Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $176.06 POTENTIAL CHANGE ORDER TITLE: CE #160 - #322: ARCH - Refrigerator Clearance at Kitchen 104A CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #160 - #322: ARCH - Refrigerator Clearance at Kitchen 104A Insufficient clearance was provided for three fridges to open adjacent to each other. The casework was reconfigured to provide additional space between fridges. The existing removable cabinet was shifted East, and the Easternmost cabinet was modified to allow this. ATTACHMENTS: PCO 120 SP Combinedpdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 03 :26 PM Cost Code Description Type Amount 1 03-001-99-- Structures, Enclosure & Aliso Sub - BP 03:& 07 Re -configure casework at fridges Subcontractor $ 165.21 Subtotal: $165.21 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. $ 7.43 GL Insurance: 0.75% Applies to all line Item types. $ 1.29 P&P Bond: 0.75% Applies to all line item types. $ 1.30 B&O Tax: = 0.47% Applies to all tine Item types. $ 0.83 Grand Total: $176.06 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 03 :26 PM LVDiG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #120 SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #120 SP: CE #160 Refrigerator Clearance at Kitchen 104A #322: ARCH - TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: PCO NUMBER/REVISION: 120 SP /0 CONTRACT: REQUEST RECEIVED FROM: CREATED BY: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) 9/30 /2020 None Amount Based No $165.21 POTENTIAL CHANGE ORDER TITLE: CE #160 - #322: ARCH - Refrigerator Clearance at Kitchen 104A CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #160 - #322: ARCH - Refrigerator Clearance at Kitchen 104A Insufficient clearance was provided for three fridges to open adjacent to each other. The casework was reconfigured to provide additional space between fridges. The existing removable cabinet was shifted East, and the Easternmost cabinet was modified to allow this. ATTACHMENTS: RFI 322 - FRefrigerator Clearance at Kitchen 104A - WAU response.pdf_ _CO -7 Fire Station 51.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 03 :24 PM Cost Code Description Type Amount 1 06-716-99- - Casework Sub Reconfigure kitchen casework Subcontractor $ 150.00 Subtotal: $150.00 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: 8.09% Applies to Subcontractor and Purchase Agreements. $ 12.00 GL Insurance: 0.75% Applies to all line Item types. $ 1.22 P&P Bond: 0.75% Applies to all line item types. $ 1.22 B&O Tax: = 0.47% Applies to all line item types. $ 0.77 Grand Total: $165.21 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 03 :24 PM 3330 McDougall Ave #C, Everett, Wa 90201 PH 425-304-0492 FX 4 CustomerServieedic,ploymfg.com DISPLAY MANT_IFACI LIRING LLC specialized commercial cabinets & custom store display fixtures CHANGE 0 II II ER No. _C07 THIS AGREEMENT, Made as of 9/4 , In the Year of 2020, Between the Contractor: And the Sub -Contractor: Project Name & Location: Jobsite Super -attendant: Lydig Display Manufacturing LLC 3803 136th St. NE Marysville WA 98271 360-653-0990 The Contractor authorizes the Sub -Contractor to make the following changes to the current project: QTY DESCRIBE WORK, MATERIALS OR LABOR UNIT PRICE/RATE AMOUNT Re work in kitchen to create room for the refrigerator's $150.00 Materials 50.00 Labor 100.00 TOTAL 150.00 $150.00 Attachments: Page 1 of 2 3330 McDougall Ave #D, Everett, Wa 98201 PH 425-304-0482 FX 42 eMall: CuctomerServiceSdlcplaymfg com DISPLAY MANT_TFACI UJUNG LLC specialaed commercial cabinets & custom store display fixtures The following is based on information provided by the contractor. Contract Sum Original Contract Amount Revised Contract Amount Prior to this Change Order $ Cost for this Change Order The New Contract Total including this Change Order $ Contract Time Change in Contract Time for this Change Order 10 Days Date of Substantial Commencement for this Change Order shall be Adjusted Date of Substantial Completion, including this Change Order shall be ACCEPTANCE This agreement is not valid until signed by General Contractor or Job Super -attendant. Signature indicates agreement herewith, including any adjustment in the Contract Total and Contract Time. General Contractor/Super-attendant Dated Display Manufacturing LLC Dated Page 2 of 2 LV DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEIVED June 25 2020 WEINSTEIN A+IJ LLC RFI #322 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Refrigerator Clearance at Kitchen 104A TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 06/24/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 07/01/2020 TBD RECEIVED FROM: Tom Pitman (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shlels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydlg 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 02:21 PM on 06/24/2020 Insufficient clearance is provided at the three refrigerators located in Kitchen 104A. Detail 6/A612 specifies a clearance dimension of 110 3/4" from wall to casework for the three fridges to sit in. Casework shop drawings indicate that this spacing is 110 1/4" based on field verification measurements. 110 1/4" is the as -built dimension measured on-site between the wall and casework. When installed, the three fridges fit in this space per the contract docs when the doors are closed, however, there is not enough clearance between fridges and adjacent items (wall, casework, and/or another fridge) to open the fridge doors past a 45 degree angle. As the refrigerator doors open, the width of the fridge increases due to the hinge configuration. In order to accommodate the specified refrigerators, the adjacent casework can be reconfigured so that proper space is provided for all 3 fridges when doors are in the open position. This will cause the upper and lower cabinet doors to no longer be in alignment. An alternate solution would be to change the refrigerator product selection. Please advise on how to proceed. Attachments: RFI 322 - Refrigerator Clearance at Kitchen 104A.pdf Awaiting an Official Response All Replies: See attached casework shop drawing markups. Retain uppers as currently installed. Shift existing removable cabinet to allow room for refrigerators as dimensioned. Provide fixed PLAM panel in lieu of left most lower cabinet. Field verify panel dimension. -Thayer W. WAU. 6/26/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 06/24/2020 03:01 PM Ls/DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #121 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #121: CE #158 - #328: ARCH - Lighting Configuration at Entry Canopy TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 121 / 1 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 9/30 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $6,385,59 POTENTIAL CHANGE ORDER TITLE: CE #158 - #328: ARCH - Lighting Configuration at Entry Canopy CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #158 - #328: ARCH - Li htin Confl uration at Ent Cano. RFI 328 provided additional information on the lighting configuration at the entry canopy for the SL -6 (top of canopy) and SL -6A (bottom of canopy) fixtures. • SL -6 Fixtures o These fixtures are shown on the lighting plan E201 as four equal, continuous light fixtures spanning the full length of the top of the canopy. The submitted and approved fixtures were 48" in length with a submittal review note stating "coordinate total light length with canopy length. see A321. The light fixtures come in lengths based on 6" increments. McKinstry ordered 4 total lights (3 ea @ 48" and 1 ea @ 24") at a total light length of 14' to fit within the canopy length of 14-5 5/8". After the steel canopy was installed, it was apparent that this light configuration would not work based on the vertical support members that supported the steel canopy frame. These supports require the light fixtures to be sized in 40" increments to span between vertical steel supports. RFI 328 addressed this issue by specifiying 40" fixtures in lieu of 48" fixtures. The previously supplied 48" and 24" fixtures were not returnable and have been turned over to the Owner as part of Owner Stock. o Neither architectural or electrical details illustrated a mounting method for the SL -6 light fixtures at the top of the canopy. RFI 328 directed McKinstry to provide and weld a metal angle to span beneath the light fixtures for support. McKinstry supplied and installed these angles. • SL -6A Fixtures o Lighting Plan sheet E201 indicated that two (2) SL -6A fixtures were to span the storefront opening on the bottom -side of the canopy to illuminate the entrance. RFI 328 directed McKinstry to provide three (3) 30" light fixtures in lieu of the previously specified two fixtures that were in-place at the time of RFI 328 issuance. McKinstry removed the two existing SL -6A light fixtures and replaced them with the three new 30" SL -6A fixtures. • RFI 328 also directed McKinst to irovide and install a metal channe h appearance ""Y nstry-supptied ai rdinsta REVISION: Pricing revised to remove costs for 4ea SL -6 fixtures 2ea SL -6A fixtures and doubled -u material marku channel and L -Brackets. 1.11 * .• • • on material costs for Ii hting . - Lydig Construction, Inc. page 1 of 2 Printed On: 10/9/ 2020 05 :53 PM LYDIG ATTACHMENTS: RFI 328-LlghtinyConfiguration at Entry Canopy WAU Response.pdf PCO #121 # Cost Code Description Type Amount 26-001-99- - Electrical Subcontractor - BP 11 Supply/Install Subcontractor S 5;991.75 Subtotal: $5,991.75 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. $ 269.63 GL Insurance: 0.75% Applies to all line item types. $ 46.96 P&P Bond: 0.75% Applies to all line item types. $47.31 B&O Tax: =0.47% Applies to all line Item types. $ 29.94 Grand Total: $6,355.59 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 10/9/ 2020 05 :53 PM COP Subcontractor Breakdown Summary Project Name: Fire Hall 51 Tukwila COP: 28 Project No. 30125-43 Document Reference: Date: 10/9/2020 Contractor: McKinstry Contractor Ref. No. 30125.43 Description: New SL6 and SL6A lights with McKinstry shop parts 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 $ 1,274.23 Supervision: d. direct supervision e. safety 2. MATERIAL COSTS (Including Time Clock itself) a. Lighting Channel, L -Bracket, one SL -6A Fixture $ 3,473.96 b. 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 (New SL6A fixture only $840.96) b. 15% On Labor, Equipment and Small Tools ( 1, 3, & 4) 6. SUB -SUBCONTRACTORS a. McKinstry Shop Work b. C. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% for each sub 8. Bond 126.14 191.13 $ 686.60 $ $ $ - 1. CRAFT LABOR COSTS $ 1,274.23 2. MATERIAL COSTS $ 3,473.96 3. EQUIPMENT COSTS $ 4. SMALL TOOLS SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT $ 317.27 6. SUB -SUBCONTRACTORS $ 686.60 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ - Permit a. Permit 0.00 % of 1-8 $ 113.05 9. Permit $ 113.05 TOTAL COST 5,991.75 COP 028 SL6-6A Light Fixtures and Parts 10.09.20 REV 4.xlsx Page of Issued 10/9/2020 COP 028 5L6 -6A Light Fixtures and xspqr A38 02'60OT sue 1I Total Cost of Work Bond Permit Overhead McKinstry Shop Work t Description ..... . a o A E W 111111111Mite MIME 6° s.o... 0 C, al th tIT to Cost 11•111111Ell $ X c tn. ' :I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11111111M1=1111 111111110111111111111 IBMIN1111111111 Equipment Unit $ I Cost IA ti, 9J, tfl. .1.A. IA IA . tn CO al o NJ Lel cn . e al CU el -I umopieale ;sop d03 5 Fr 0 d by the contractor at the sti he contractor at the start of z 0 m m o 0 m C. N? W a • c 2 a _." D) fD N co CDD CD D. � o m • ga5r N CD SIS' O rN << o cr0 v• o N a 7 c a CD N CD m m 9• 1• 7 co co m vi m mm m m n CD a `< am n a • 0 CD CL 5 5 c o C CD 7 D g tD co 3 0{;OZ/OE/6panssi TOTAL (incl. payroll taxes) 7. WC (insert $ amount per hour) 6. SUI % of 1 (insert correct % to right) 5. MEDICARE % of 1 14. FICA % of 1 54 -n c 0 0 SUBTOTAL 12. Hourly Benefits 11. Hourly Wage Rate (forman) Prevailing Wage (incl. Benefits) Rate Schedule Date* Trade & Position 0 a'0 0 0 0 o 0 0 0 a o 0 0 a z DC m $ 88.06 HD &3 b9 H3 b) 4R O CS $ 24.80 $ 63.26 O 0 N O Electrical Foreman $ 82.09 ® t0 : ffl oi W $ 57.51 o K.)." 0 m g i _ dA fH b4 EA fH fA : to: w Hf HD fA ff3 N3' N to :' (a ( (a3 fn va [fi iH (a :JotoeJtuo3 0 7D C, Z 0 C4 W se;ej a6eM d0O 011 00 CD czft co (o 0) (7, CJ)(J) < 7 c F0 C0 Fj; • > c) O (0- 2. 3 3 a. 0 CD— CD 133 CD 0 CD 0 94. 0 0 rt U) 0 0 00 cn 00 0) oo 0 8 3 C') 0 0 I . IIF▪ a „IF IF; 7:7 rn )). z 00 *4). co co 0) oo 00 oqei Slare.19-1 Axle] lauuein 2upy2n iNnoD Rnixid dlUIS 17Ram 01A130 13A NNOJ 31:11M A43133S dVI-d135 H/d m 0 CD U) LU LU 00 1. NJ 0 NJ0 CO NJ 0 NJ0 NJ 0 0 NJ0 0 00 NJ N.) NJ0 NJ 0 NJ NJ NJ0 NJ0 LU 0 00 0 0 1—‘ cC of )f CD a) co_ CD LU 0 NJ i)o LU kr) 0 co co 03 p r tip 0) 03 00 CO NJ NJ 0 0) CD 0) 0 0 McKinstry Cost Breakdown Summary Tukwila Fire Station 51 Architectural Metal Change Proposal To: McKinstry Subject: Lighting Channel Reference: email Attention: Griffin Small 1.5"x1"x93" aluminum channel, 1/8" wall, painted black. No hole cut outs. 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 #: 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. Total Amount of This Change Proposal: $1, 477. 18 • Detailed breakdown attached 0 Excludes all engineering costs 1=I Work performed during regular hours unless noted otherwis 0 Work performed on expedited basis • Awaiting written direction to proceed with this work 0 Work in Progress • Inclusion and Exclusions as listed in base contract (Specific Inclusion & Exclusions per above) Work already completed Rrapos.11--e—s-timated—aT-- or--rLa-es ▪ Proceeding Per: expected at the time of work cc: Labor rates adjusted to reflect revis Isaac Wastman contracts forLocal_32 66 and699 Project Manager JOB NAME: JOB NO. DESCRIPTION: Change Proposal Breakdown Tukwila Fire Station 51 DATE: 0 McK COR NO. Subject: Lighting Channel Reference: email 1. LABOR (Rates through 5/31/18 for sheet metal) 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) LABOR TOTAL 7/30/2020 0000 0.0 hours @ $127.00 0.0 hours @ $108.71 $0. 00 $0. 00 3.5 hours 4 $115.00 $402.50 0.0 hours 4 $90. 95 $0. 00 1.0 hours 4 $127.00 $127.00 0.0 hours 4 $159.12 $0.00 0.0 hours 4 $193.33 $0.00 O.0 hours 4 $106.08 $0.00 0.0 hours 4 $84.61 $0. 00 0.0 hours 0 $120.83 $0. 00 0.0 hours M $96. 76 $0. 00 1.0 hours 4 $85. 00 $85. 00 5.5 hours $614. 50 II. LABOR BURDENS (INCLUDED IN RATES ABOVE) A. Labor Tax & Insurance: 0. 00% of Union Labor B. Labor Tax & Insurance: 0. 00% of Non-union Labor C. Shop Operating Cost: 0. 00% of Shop Labor D. Safety Meetings: 0.00% of Total Labor E. Warranty: 0. 00% of Union Labor LABOR BURDEN TOTAL III. MATERIALS & EQUIPMENT A. Materials: B. Post -paint C. Consumables: D. Small Tools: 0% of Union Labor 0% of Union Labor $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0.00 $370.00 $300. 00 $0. 00 $0. 00 MATERIAL & EQUIPMENT TOTAL $670. 00 IV. SUBCONTRACTORS Spectrum $0 $0. 00 Caulking $0 $0. 00 $0 SUBCONTRACTOR TOTAL $0. 00 V. OTHER DIRECT COSTS A. McKinstry Rentals 4 3.5% of Field Labor: $0.00 B. Other Direct Costs (document reproductions...etc) $0. 00 OTHER DIRECT COSTS TOTAL $0. 00 VI. SUBTOTAL: (Items I through V) $1, 284.50 VII. OVERHEAD & FEES: Overhead & Fee: Overhead & Fee (Subcontractors): Bond (excluded from our scope) B & 0 Tax Permits 15. 00% 5. 00% 0. 00% 0. 70% $192. 68 $0. 00 $0. 00 $6.83 0. 00% $0. 00 TOTAL PROPOSED CHANGE AMOUNT FOR CONSTRUCTION ONLY $1,477.18 Tukwila Fire Station 51 Architectural Metal Change Proposal To: McKinstry 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 Subject: Lighting Channel- L -Bracket McK JOB No: 0 Reference: email Attention: Griffin Small (4) Steel L -Brackets, 1.5"x1.5x1/8", 42" long each. Painted black No hole cut outs. McK COP #: 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. Total Amount of This Change Proposal: ID Detailed breakdown attached • Work performed during regular hours unless noted otherwis • Awaiting written direction to proceed with this work Li Inclusion and Exclusions as listed in base contract (Specific Inclusion & Exclusions per above) $1,156 • Excludes all engineering costs o Work performed on expedited basis • Work in Progress • Work already completed Ikamolexwmumzummillinimulmemempor-vamirwmarmowL Proceeding Per: Isaac Wastman expected at the time of work Labor rates adjusted to reflectrevis contracts for Local 32, 66 and 699 Project Manager cc: JOB NAME: JOB NO. DESCRIPTION: Change Proposal Breakdown Tukwila Fire Station 51 0 Subject: Reference: DATE: McK COR NO. Lighting Channel- L -Bracket email I.. LABOR (Rates through 5/31/18 for sheet metal) 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 & P1bFtg 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: 0. 0 0. 0 3.0 0.0 1.5 0.0 0.0 0.0 0. 0 0.0 0. 0 1.0 hours M hours @ hours @ hours @ hours @ hours hours hours hours @ hours @ hours hours LABOR TOTAL 5.5 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: (. 125 aluminum sheet) 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) B & 0 Tax Permits 15. 00% 5. 00% 0. 00% 0. 70% 0. 00% $127.00 $108. 71 $115. 00 $90. 95 $127. 00 $159. 12 06.0 $84. 61 $120.83 $96. 76 $85. 00 TOTAL PROPOSED CHANGE AMOUNT FOR CONSTRUCTION ONLY 7/30/2020 0000 $0. 00 $0. 00 $345. 00 $0. 00 $190. 50 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $85. 00 $620. 50 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $85. 00 $300. 00 $0. 00 $0. 00 $385. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $1, 005. 50 $150. 83 $0. 00 $0. 00 $5. 85 $0. 00 $1,156. 00 Tukwila Fire Station 51 Architectural Metal Change Proposal To: McKinstry McKinstry Co. 5005 3rd Ave S. P. O. Box 24567 Seattle, WA 98124 P: (206) 832-8368 F: (206) 832-8768 Date: 8/18/2020 Subject: Lighting Channel- L -Bracket - Labor McK JOB No: 0 Reference: email McK COP #: Attention:Griffin Small Price for labor to weld (4) L -brackets to steel canopy onsite. 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. Total Amount of This Change Proposal: $686.60 0 Excludes all engineering costs CI Work performed during regular hours unless noted otherwis 0 Work performed on expedited basis Awaiting written direction to proceed with this work 0 Work in Progress 1:3 Detailed breakdown attached LI Inclusion and Exclusions as listed in base contract (Specific Inclusion & Exclusions per above) Work already completed Proceeding Per: expected at the time of work Isaac Wastman Labor rates adjusted to reflectrevis contracts for Local 32, 66 and 699 Project Manager cc: JOB NAME: JOB NO. DESCRIPTION: Change Proposal Breakdown Tukwila Fire Station 51 DATE: 0 McK COR NO. Subject: Lighting Channel- L -Bracket - Labor Reference: email I. LABOR (Rates through 5/31/18 for sheet metal) A. Detailing (Layout and field verificat B. Pipe Shop Fabrication (PlbgFtg JM) C. SM Shop Fabrication (JM 1st & 2ndShi 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) LABOR TOTAL 0.0 hours @ $127.00 0.0 hours 4 $108.71 0.0 hours 0.0 hours 4 $90.95 0.0 hours 0.0 hours 4 $159.12" 0.0 hours M $193.3: 4.0 hours 4 $106.08 0.0 hours 4 $84.61 0.0 hours 4 $120.83 0. 0 hours 4 $96.76 1.0 hours 4 $85.00 8/18/2020 0000 $0. 00 $0.00 $115.00 $0.00 $127. 00 $0. 00 $0. 00 $0. 00 $0. 00 $424. 32 $0. 00 $0. 00 $0. 00 $85. 00 9.0 hours $509. 32 II. LABOR BURDENS (INCLUDED IN RATES ABOVE) A. Labor Tax & Insurance: 0.00% of Union Labor B. Labor Tax & Insurance: 0.00% of Non-union Labor C. Shop Operating Cost: 0.00% of Shop Labor D. Safety Meetings: 0.00% of Total Labor E. Warranty: 0.00% of Union Labor LABOR BURDEN TOTAL III. MATERIALS & EQUIPMENT A. Materials: B. Post -paint C. Consumables: D. Small Tools: 3% of Union Labor 3% of Union Labor MATERIAL & EQUIPMENT TOTAL $0.00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $0. 00 $25. 46 $25. 46 $50. 92 IV. SUBCONTRACTORS Spectrum $0 $0.00 Caulking $0 $0. 00 $0 SUBCONTRACTOR TOTAL $0.00 V. OTHER DIRECT COSTS A. McKinstry Rentals ® 3.5% of Field Labor: B. Other Direct Costs (document reproductions...etc) $29. 70 $0.00 OTHER DIRECT COSTS TOTAL $29.70 VI. SUBTOTAL: (Items I through V) VII. OVERHEAD & FEES: Overhead & Fee: Overhead & Fee (Subcontractors): Bond (excluded from our scope) B & 0 Tax Permits 15. 00% 5. 00% 0. 00% 0.70% $589. 94 $88. 50 $0. 00 $0. 00 $8. 16 0. 00% $0. 00 TOTAL PROPOSED CHANGE AMOUNT FOR CONSTRUCTION ONLY $686. 60 North Coast A Sonepar Company Page: 1 of 3 Quotation (Revision TO: MCKINSTRY CO. - SEATTLE SEA (BT/ST) 5005 3RD AVE S. SEATTLE, WA 98134-2423 Change Type Quantity Description Quotation Project: Fire Station #51 Date: 07/16/20 PO #: 19203175 Change #: 55 Freight in Exempt : Yes Total Change: -5354659- Unit or Lot# Unit Price Ext Price Change Amt SL6-A-30" 3 WSL105W LSL 2FT6 MSL2/6 100FMC 100DEG LLP4A 30K 24 SGB Prey Qty Change Qty 0 3 New Qty 3 443.646/EA 1,330.94 1,330.94 ** Item type changed from SL6-A-42" to SL6-A-30" ** ** Description Changed from WSL105W LSL 42" MSL4 100ADJ 100DEG LLP4A 30K 24 SGB ** ** Price changed from 0.000 to 443.646 ** - Quantity changed from 0 to 3 ** SL6-A-30" 3 TW50 [INDIVIDUALLY MOUNTED] Prey Qty Change Qty New Q y 0 3 3 ** Item type changed from SL6-A-42" to SL6-A-30" ** ** Description Changed from TQ120 120 ** ** Price changed from 0.000 to 186.208 ** ** Quantity changed from 0 to 3 ** 186.208/EA 558.62 558.62 4.40 SL6-A-30" 1 From: 1. 1 TW75 [SINGLE ROW CONFIGURATION] Prey Qty Change Qty New Qty 0 1 1 ** Item type changed from to SL6-A-30"** ** Description Changed from FREIGHT ALLOWANCE ** ** Price changed from 0.000 to 211.104 ** ** Quantity changed from 0 to 1 ** MAIN PHONE 206-436-4444 2424 - 8TH AVENUE S. P.O. BOX 80566 (98108) SEATTLE, WA 98134-2005 Printed By: Jacob Farris 211.104/EA 211.10 211.10 Subtotal for one (lea) SL -6A per initial review comments 2Air smeheitesiti:miwtaii ii;fina'aurari:ennommumme SL6-A 42" length These items are not ordered! To complete this order, sign below and provide a the order. Signature: ilill ii ILI Oil I . flU( J Ri i ll( VVEINISTEINA+U ARCH.TECI-S+ URBAN DESIGNERS al 5 '9 9! g: 0.1 J WEINSTEINIA+U ARUM...1'5+W*. DESIGNERS 2 2 5 -I G G 74 V 5 . 1 WEINSTEINIA+U ARUM...1'5+W*. DESIGNERS w WEINISTEINA+U ARcH TEcrs-FUtami DESIGNERS 26 5 ED Fixtures Submitted by The Lighting .Group LLCBecky Hettman Catalog Number.: WSL105W LSL 4FT MSL4 100FMC 100DEG LLP4A 40K 24 SGB Nates: Type: LGNW79-68876 Job Name: Architect: Tukwtct: Weinstein Ai -U a Department- Fire Station 57 Phase (Seattle) Engineer: TFWB Engineers (Travis Fitzmaurice Wartelle Balangue Engineers,'Mc) (Seattle) iProject: Type: Q . {r.FF�{ i„Y, ,i.,x. ��l�rs ea G� ?4."s.'.?~.,rv'4`aF•,.=t.vS4i•J"Y`alsi"rtF.`.'i1* 'tiL'`i's`s ,�aY4L ev,:•s..kY'.`.a`:i+�. , Ytty a4' . t}•, 4P4.tdC: W`y€`Si`lFi v~tit.,,�4i tT'�v?''.,. Y",'",tX4i,.ia�Z.;,.. "i ;� r\st.'rn'�.'3i`.L'�':`v'�;"r",siS�tc ��a,:i�6�\�`1.i,+R.iY,4`'A1`w��'u`Ai�.�;,N'�a"Y.�.���W�*�Ft,Y,? U:.� �i%x� \�'. �Yth} 'Y�.".ka�t`�..#y�kym�.' The Milne 100 Series are small scale linear LED luminaires designed to be powerful, reliable, and easy to implement as a linear LED"solution. The model WSL105W/107W is a performance luminaire with robust construction suitable for exterior illumination. Each fixture section supplied .with(2) 18AWG.Wire feeds exiting end cap at 6 -feet long. Beam Spreads: Model WSL 105/107 is availablein 30 and 100 degree beam spreads. See page 4 for photometric data. Color & Light Output: The 100 Series utilizes Nichia 757 white LEDs in four standard color temperatures. Model WSL 104/106 features (16) LEDs/it.. Model features (16) LEDs/ft. VeSetteSlogrikdetWsuttSW CA4eetWstla7W CeforTemperutere fmffL:W/fC ha/ft W/ft �`,�� � 085l-27WKWhite 161 1.9 317 3D �° ; � AN563000KWhhe iffi 1.9 373 3.0 `��,� 080-3500KWhde 195 1.9 354 3.8 ,Ms*.Wdte9ndte 1.i . y 4r0 -4 3J1 1 10DFMC etsuhs based on test i5F34596& 0134050100' beam spread. Nate:11,979 Teees-see peg 4.1-70>60,000 Power: The Winline 100 series operates on 24VAC using magnetic remote transformers are available in 120V and 277V primary: Dimming: Used with remote mounted 24VACmagnetic transformers 100ADJ/ commonly available low voltage magnetic dimming equipment. Mounting & Adjusting: Both fixed and adjustable mounts allow the anywhere. Thelnstaller locates and fastens the mount clip, runs powerfeed fixture's wire leads tothe feed lines and snaps the fixture in place. only 1/8"high and the adjustable mount allows for 300 degree rotation the fixture. See pages 2-3 for more mounting and adjustment information. Any application of this product should also take into consideration performance nod reliability. Weight 12"-.31lbs 36"-.84 lbs 18" - .441bs 42" - .98 Itis 24".- 58 lbs 48" -1.11 lbs 30"-.71lbs Listing; Wintlne WSL 105W/107W is EEL listed for wet location. Compiles Warranty:5-year limited warranty. Complete warranty terms located www:a5 I trend c_gggL/CustomxrResourcos[l rms and. gop )ntn Note:Actual performance may differ as a result of end-user environment ROHS All valuesare design or typical values, measured under laboratory cons COMPLIANT transformers. A wide range of which can be dimmed with 100 Series to be used almost lines, connectathe The law profile fixed mount is around the centerline of • air flow and ventilation to ensure with UL Standard 2108. at: r.s and application. tionsat 25 "C. COORDINATE TOTAL LIGHT LENGTH WITH %Ordedn c11b h1B ►tl11 s lk v CANOPY LENGTH SEE A321 EXAMPLE: WSL1O7WLCB 22Fi MSL4 100ADJ 100DEG LLPSA 30K24 NM tas $) Y t ee 1 I wSL705W WOOii"9rnfam UsreatW41� LCB Lin car Center ealence 4r Total non Length of Iuod lee' MSL1 1ltvorbon 1ehft6 100AOJ adlustble 300100 30 deoiees WSL107W • Wisilos Surface Linear We LLP Linear Leng•est Pnssihle -.'nrremenls starting of t 2' iM01.116 i•ll 6msdchon length :rtoun1 i70A ytmi}6c ta0 i#d(rrCes� LNnaar0000Lanry:h r ex. 25176 20Fr6/0LSL MSL2 20 seo6en 10ngm 001011) t Seepage 3 rorainrrmum no tmrpths MSL276 2It bin sectinn length PA013 311 soman laggth 1a6FMC used naunl '�eaJ MS13/0 31110>000000 length ' 641L4 411 sac100 /00 001 flan )std a?C y 3} =t1 y2F1 tett Lt.P4A 17/000 /#111111 1140 u e�A 704nn>ch.i 4n i mea. % 27x 2700 Kelvin 3881 '0010 0100:1 124 !24 rut NAA euiu2l (typo lm anon ae/ainmirum Loan ,,, 4hsa h(r.11 aOd J ... 6400 640311111001 10.11 raft 3SK 3500 Kelvin SGW semi g os s vrnne paint 92/1 ':' kilt 810 10 "� CPF custom paIntlinish ^(' i f �A. 1 4 Winona Lighting •.3760 West Fourth Street •. Winona, MN 55987 • 088.834.5684 • www.wlnonellghnnn.com ii V "IIt10 ;ce ion rtsrry 6th? 0 2012-2010 Multy @rands Lighting, Inc. All nights neserved.'Wioena° Is a registered: trademark of Acuity arandsLb0htinn. Products E[11tty&.+3r,tk herein may be covered by one or mare U.S..Patents cod Patents Pending. Speglilpatlons subject to change without notice. 1 Submitted by The Lighting Group LLCBecky Hettman Job Name: Tukwila Fire Department - Fire Station 51 Phase Architect: Weinstein A+U (Seattle) Engineer: TFWB Engineers (Travis Fitzmaurice WadeIle Balangue Engineers, Inc) (Seattle) Catalog Number: WSL105W LSL 4FT MSL4 100FMC 100DEG LLP4A 40K 24 SGB Notes: Type: SL -6A LGNW19-68876 Winona LED winline surface Itnear 105W/107W wet The Winline 100 Series is available in lengths up to 48" in 6" increments starting at 12". Each fixture section supplied with (2) 18AWG wire feeds exiting end cap at 6 -feet long. aunting The 100 Series can be mounted end-to-end with no shadows between units. Two unique mounting methods allow for flexible, quick and easy installation. Both mounts can can be installed in any position. Fixed Mount (100FMC) Fined Mount Nominal Installed Length Length MSL1 12.39' 314,71mm M51.1/6 18.39' 467,12mm MSL2 24.39' 619.51mm MSL2/6 30.39' 771.91mm M5L3 36.39' 924.31mm rSL316 4/39" 1076.71mm MSL4 48,39' 1229,12mm 1 tiLa Adjustable Mount (100ADJ) Adji,,,V,I,fe Moo ot a mount clips can be mounted anywhere along luminaire Nominal Installed Length Length MSL1 12.52' 318.01mm MSL116 18.52" 470,41mm MSL2 2452' 622.81mm MSL2/6 3032' 776,21mm MSL3 36.52' 927.61mm MSL316 42,52" 1080,01mm MSL4 48.52" I 232.41mm screw holes located .5112.70mm) from end of luminaire Luminaires can be mounted as close as .125" min.(3.18mm) Luminaires can be mounted as close 80 .125' min,(3.18mm) 30° Fixed Mount. .90' 22 35mm 22.8mm 1100" Fixed Mount I 2280aw, 30' Ad'ustable Mount 1.17" 29.81mm 1.19' 30.18mm 100' Adjustable Mount 1.19' 30.18mm The 100 Series Adjustable Mount allows for 300 degree continuous rotation. Linear 1* an Winona offers the ability to provide a continuous run plan to suit your requirements by optionally offering three methods of configuration. LSL Linear Same Length: In this configuration each segment is the same length is standardized based on the longest length available and is the only option provided. Because it is dependent on one segment length there are mathematical limitations on what overall row lengths can be achieved. Example: 20 FT row would be achieved with (5) 4FT long segments equaling 20 FT (nominal). LCB Linear Center Balanced: This configuration incorporates the longest center segment(s) along with any additional lengths required to fill located at each end. Example: 22FT row would have (2) 3FT segments (one at each end) and (4) 4FT intermediate segments located in between. LLP Linear Longest Possible: In this plan the longest length available is optimized resulting in the fewest segments and mounting locations. Caution should be used where balanced appearance is a concern. Example: 22FT row would have (5) 4 FT segments and (1) 2 FT segment located at one end. LSL 20FT LCB 22FT LLP 22FT 4' 4' 4' 4' 4' 3' 4' 4' 4' 4' 3' 2' 4' 4' 4' I I I 4' 4' I I WINONA\ Winona Lighting • 3760 West Fourth Street • Winona, MN 55987 • 888.834.5684 • www.winonalighting.corn 1,11.1110, loose teeM © 2013-2018 Acuity Brands Lighting, Inc. All Rights Reserved. "WinonaIs a registered trademark of Acuity Brands Lighting. Products .McuttyBrands herein may be covered by one or more 11.5. Patents and Patents Pending. Specifications subject to change without notice. Rev. 031218 W01.,105W_107IN 2 Quote # 0219-057 - FIRE STATION 51 TUKWILA Page 2 Qty Type Mfg Description Unit Price Extd.Price 3 SL2-12' LMNI APPROX. 12' LINEAR FIXTURE C/O: 4 SL2-16' LMNI APPROX. 16' LINEAR FIXTURE C/O: 1 SL3-30' WAC 1 RUN @ 30FT CONSISTING OF: 3 SL -6 WINO WSL105W LSL 4FT MSL4 100ADJ 100DEG LLP4A 30K 24 SOB 1 SL -6 WINO WSL105W LSL 2FT MSL2 100ADJ 100DEG LLP4A 30K 24 SOB 1 SL -6 ; WINO TQ150 120 2 SL 6A WINO WSL105W LSL 4FT MSL4 100FMC 100DEG LLP4A 30K 24 SGB 1 SL -6A WINO TQ150 120 2 UC -6' KELV 409-1-72-[OUTPUT]-35K-WH-CP-SV-ULV 6 UC -12' KELV 409-1-144-[OUTPUT]-[KELVIN]-[LENS]-CP-SV-ULV 2 WL -1 WAC WS -77624 -35 -AL 6 WL -2 WAC BL -1630 -WT 12 WL -3 ALGT EIW11906-L57W [PT02] 120-277V 4000K- HZT 4 WL -4 GARD 101L-16L-1000MA-NWGI-4-UNV-PCB(VOLTAGE TBD) -XX 6 WL -4A GARD 111 L-16L-350MA-NWG2-4-UNV-PCB(VOLTAGE TBD)- XX 2 WL -5 BEGA 33581 -K3 -BLACK 1 WL -6 ALGT A4 -M48 -LH -35 -U -D -A -X -STANDARD FINISH -1-D 6 WL -7 BIRC NOL-125-SLO-35-3-SC-FW-UNV-D10-SM 9 X EMER ER45VXL-X-1-GW-W 1 X2 EMER ER45VXL-X-2-G-GW-W 1 SPARES MISC SPARE ALLOWANCE 1 COLSF2® SENS LOT LIGHTING CONTROLS PER BELOW BOM 9 COLSRO SENS NBRG 8 KIT 1 CONTROS SENS ARP INTENCI6 NLT 12FCR MVOLT SC SM 1 CONSRO SENS ARP INTENC48 NLT 48FCR MVOLT HLK SM 19 C®LSRO SENS NPP16 D EFP 29 COLSTR® SENS NPP16 EFP 2 COLS 0 SENS NPP20 PL 1 COLS SENS NPS 80 4 TRO C®LSS S SENS NCM 6 RJB 11 COLSRO SENS NWSX PDT LV WH 24 CONTROS S SENS NCM PDT 9 RJB 1 CONTRO SENS NCM PDT 10 RJB 1 CONTRO SENS NWS PDT LV DX WI LS 7 CONTROS SENS NCM ADCX RJB 1 COLSR® SENS NECY MVOLT ENC GFXK COLSRO SENS--L-SA APS-OL age z o ILYDIG RECENED July 07 2020 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 #328 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 ARCH - Lighting Configuration at Entry Canopy TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 07/06/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: FROM: Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Open DUE DATE: 07/13/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Mark Palmer (MCKINSTRY CO.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 04:41 PM on 07/06/2020 Confirmation is needed on the configuration of the SL -6 and SL -6A light fixtures at the entry canopy. 1. Per onsite discussion with Thayer Wild, a housing is desired to conceal the SL -6A light fixtures at the bottom side of the canopy. The potential solution that was discussed was to install an aluminum channel painted to match the canopy that would conceal the fixtures. The channel would be installed from inside face of brick return on the south, to the inside face of brick return on the North, and flush with the face of brick on the West elevation. A penetration would be drilled in the canopy and channel housing to run conduit above the canopy to point of connection at the exterior of the building. Please provide dimensions/sizing for the channel housing. 2. Per onsite discussion, the SL -6 light fixtures are to be installed between the vertical webs of each steel support. The current SL -6 light fixtures will need to be re -ordered at a 42" length in order to fit within the 43" span between support webs. Please confirm See attached sketch for reference Attachments: 13FI„.326.7. Ljg Wing configuration ALE illy Ca nopy.pdf Awaiting an Official Response All Replies: Per submittal 265100-1.0 comments, SL -6 and SL -6A light fixture lengths are to be coordinated with canopy length. 1. Provide SL -6A fixture as described in attached markups, using 1" tall by 1.5" wide alum channel, painted black to match canopy. Provide sealant at attachment screws on top of canopy. Refer to forthcoming RFI -325 response for battery backup at SL -6A fixture. 2. Provide (4) ea. SL -6 fixtures in 42" length to span between vertical webs. Provide 1.5" alum angle welded to canopy frame per attached markups to support each fixture. -Thayer W. VVAI.J. 7/8/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 07/06/2020 04:41 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #122 Project: 30125-43 TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #122: CE #183 - As -Built Building Height Survey for Certificate of Occupancy TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 122/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 -Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Weston Blackburn (Lydig Construction, Inc. Bellevue Off) 9/30 /2020 None Amount Based PAID IN FULL: No TOTAL AMOUNT: $740.14 POTENTIAL CHANGE ORDER TITLE: CE #183 - As -Built Building Height Survey for Certificate of Occupancy CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #183 - As -Built Buildin. Hei. ht Surve for Certificate of Occu.anc As part of the Certificate of Occupancy process, Lydig was provided a closeout list by Jerry Height. This list indicated that a final building height was to be provided by a licensed survey engineer. ATTACHMENTS: Letter7001 pdfe Final Inspectior. and Certificate of Occupancy fo ity Projects.pdf_ _ESM _Sept 2020;Invoice„-1404- Tukwila Fire Station #51.pdf_ # Cost Code Description Type Amount 1 44-204-99-- Licensed Survey Sub (NSS) Final Building Height Survey Subcontractor $ 694.50 Subtotal: $694.50 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 31.25 GL Insurance: 0.75% Applies to all line Item types. $ 5.44 P&P Bond: 0.75% Applies to all line item types. $ 5.46 e&o Tax: = 0.47% Applies to all tine item types. $ 3.47 Grand Total: $740.14. Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/30/ 2020 05 :23 PM E S M Consulting EngineerLLC 33400 8th Avenue S., Suite 205 Federal Way, WA 98003 253-058'6113 LYDIG CONSTRUCTION, INC ATTN: KATIE MARTINSON VIA EMAIL: KMartinson@lydig.com Professional Services From August 1, 2020 through August 31, 2020 Invoice number Date �� ���� �, ur ` iNQ[NE.E81.tic 108781 09/17/2020 Project 2078-001'019 TUKWILA FIRE STATION #51 TASK 0001 CONSTRUCTION STAKING LABOR 2 -MAN SURVEY CREW AS-BUILTS PROJECT SURVEYOR AS-BUILTS CALCULATIONS SR. SURVEY TECHNICIAN EXHIBIT DESIGN/DRAFTING REIMBURSABLE MILEAGE Contract Summary Description Hours Billed Rate Amount 2.00 3.50 153.00 0.50 152.00 0.00 532.00 76.00 Subtotal 4.00 608.00 0.50 122.00 61.00 Labor subtotal 6`50 669.00 Billed Amount Invoice total 694.50 Contract Total Prior Current Percent Amount Billed Billed Billed Complete 0001 Construction Staking 42,165.00 42,859.50 42,165.00 694.50 101.65 Total 42,165.00 42,859.50 42,165.00 694.50 101.65 Aging Summary Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120 105481 05/17/2013 146.58 105777 06/18/2019 417.68 105985 07/23/2019 248.98 107195 01/202020 86.50 107570 03/12/2020 323.13 108008 05/21/2020 82.30 LYDIG CONSTRUCTION, INC. 3% FEE ON CREDIT CARD PAYMENTS 146.58 417.68 248.98 86.50 323.13 82.30 THIS INVOICE DUE UPON RECEIPT August 13, 2020 Mr. Tom Pitma Senior Superintendent Lydig Construction 318O139mAve SE, Ste 110 Bellevue, WA 98005 C O N5 U L T|NG ENG L-N]E E RL L c RE: Tukwila Fire Station51 Height Varificodon, Building Permit No. C18-0321 Dear Tom: Job No. 2078'001'019 ESM perfoed a Building Height the Tukwila Fire Station 51, City of Tukwila Building Permit Number C18-0321 on August 12, 2020. Basis of Vertical Datum: NorthAmerican Vertical Datum of 1988 (NAVD 88) utilizing the WashingtonState Reference Network (WSRN) in May of 2019. The Datum is also noted onSheet C0.0 of the Civil Design drawings. The noted as -built elevations below were obtained on August 12, 2020. Horizontal locations of the obtained elevations are noted on the accompanying exhibit. Engine Bay Roof Elevation = 60.54 Engine Bay Parapet Elevation = 60.84 Engine Bay Finish Floor Elevation = 35.02 Living Quarters and Support Space Roof Elevation = 47.94 Living Quarters and Support Space Parapet Elevation = 49.48 Living Quarters and Support Space Finish Floor Elevation 35.02 Please let me know if you need any additional information and/or if you have any questions. Sincerel Karlen, PLS Washington State License #41959 Senior Survey Project Manager ESM CONSULTING ENGINEERS, LLC xn 33400 8th Ave. S. Ste 205 Tel n,w000^no ---'— Everett (425) 297 w°°°"�""^="� � 9900 m'um` / w",p��v^°o ,nI "s" {~ "y r, °^p.°""., m� '.~..__", ""_`"" JOB NO. 2078-001-019 DRAWING NAME : SR -01 DATE : 8/13/2020 DRAWN . RFG SHEET 1 OF 1 1 Ole *IP oloWinoreltotiree,..:0,,WAARAWilikt 0' TUKWILA FIRE STATION 51 17915 SOUTHCENTER PARKWAY TUKWILA, WA 98188 BUILDING HEIGHT VERIFICATION AUGUST 12, 2020 BUILDING FINISH FLOOR EL.=35.02 PARAPET EL.=49.48 LIVING QUARTERS & SUPPORT SPACES ilwwwsm.w.vroworme ' ROOF HEIGHT EL.=47.94 BASIS 0 VERTICAL DATUM: NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD 88) UTILIZING THE WASHINGTON STATE REFERENCE NETWORK (WSRN) IN MAY OF 2019 ENGINE BAY Abh ROOF HEIGHT EL.=60.54 BUILDING FINISH FLOOR EL.=35.02 PARAPET E .=60.84 S M CONSULTING ENGINEERS LLC 33400 8th Ave S. Suite 205 Federal Way, WA 98003 www.esmcivil.com Civil Engineering Public Works Land Surveying Project Management :41 FEDERAL WAY EVERETT I I ?,113N87:M AV:L Land Planning Landscape Architecture August 6, 2020 City of Tukwila Department of Community Development Rachel Bianchi, Deputy City Administrator Project Manager City Buildings 6300 Southcenter Boulevard Tukwila, Washington 98188 (206) 454-7566 rachel.bianchitukwilavva.gov Re: Final Inspection and Certificate of Occupancy Criminal Justice Center Fire Station 51 Fire Station 52 Allan Ekberg, Mayor Jack Pace, Director The Justice Center and Fire Station 51 are approaching competition. In order to help you complete your projects on time we are providing a standard list of items to guide you through the final inspection process. We recommend that you contact all departments a minimum of two -weeks in advance of scheduling a final inspection. Final inspection, and approval, from all departments could take one to two weeks. There are several requirements that must be met in order to achieve approval for final inspection and receive the Certificate of Occupancy. Please note that this is only a partial list and you will need to contact each department below for specific requirements. Also, site specific items cannot be addressed until final inspection from each department has been requested and performed. If duplicate items are listed for similar corrections, both are to be addressed as separate items. All outstanding corrections, requests for approval of materials, revised plans/documents, et cetera, must be submitted and approved prior to calling for final inspection of any permit. Contact each department to receive additional specific requirements for final inspection, or clarification of any items below as soon as possible. Occupancy cannot be granted until all items, corrections, and requests are completed, approved. No Temporary Certificate of Occupancy will be granted. NO EXCEPTIONS! Below are items listed by department with contact information: Planning and Community Development Lynn Miranda, Planning Supervisor. lynn.miranda@tukwilawa.gov 206 433-7162 FS 51: 1. All landscaping installed per the approved Landscape Plan 2. All soils installed per the approved landscape Plan. 3. Irrigation installed per the approved Landscape Plan. 4. All parking installed/striped per the approved site plan. Parking standards per the Development Agreement shall be met. 6300 Southcenter Boulevard, Suite #100 • Tukwila, Washington 98188 • Phone 206-431-3670 • Fax 206-431-3665 5. All lighting installed per approved plans. 6. All site furniture including benches, planters, fence, metal mesh etc. installed per approved plans. 7. Any signs installed will need a sign permit approved and meet the stipulations of the Development Agreement. Justice Center: 8. All landscaping installed per the approved Landscape Plan 9. All soils installed per the approved landscape Plan. 10. Irrigation installed per the approved Landscape Plan. 11. All parking installed/striped per the approved site plan. 12. All lighting installed per approved plans. 13. All site furniture including benches, seating walls, bollards, planters, bicycle parking, trash enclosure, fence, metal mesh etc. installed per approved plans and land use permit conditions. 14. Any signs installed will need a sign permit approved and meet the stipulations of the Design Review. Public Works Contact Joanna Spencer, Development Engineer Joanna.Spencer@TukwilaWA.gov 206-431-2440 for public works requirements. Fire Department Ben Hayman, Fire Marshal ben.haymantukwilawa.gov 206-971-8723 1. Complete all Fire conditions of Land Use permits. Tukwila FMO 2. Complete all Fire Inspection deficiencies/corrections. Tukwila FMO 3. Pass functional test of Fire Apparatus Exhaust System, and connections are sized to Fire Apparatus (Fire Stations). Tukwila FD 4. Pass functional test of all Fire Department access gates (Click 2 Enter working correctly). Tukwila TPD and TFD 5. Pass functional test of building's security system/restricted access areas (Justice Center). Tukwila PD 6. Pass functional test of 800 MHz Radio System (Justice Center) Tukwila FD and PD. 7. Pass functional test of 800 MHz Radio System, Alert System/House Tones (Fire Stations) includes gas appliance shut down. Tukwila FD 8. Buildings with an elevator have been inspected/certified. L & I 9. Complete Final Testing and Receive Fire Final for Fire Tank Permit. Tukwila FMO 10. Complete Final Testing and Receive Fire Final for Fire Emergency Responder Radio Coverage System Permit. Tukwila FMO 11. Complete Final Testing and Receive Fire Final for Fire Sprinkler Permit. Tukwila FMO 12. Complete Final Testing and Receive Fire Final for Fire Alarm Permit. Tukwila FMO Page 2 of 5 13. Complete Fire Final Inspection of Building Permit after all other Fire Permits have been signed -off. Tukwila FMO Finance Department Vicky Carlsen, Finance Director vicky.carlsen@tukwilavva.gov 206 433-1839 1. All outstanding fees are to be paid. 2. Justice Center added to WCIA for insurance coverage Building Division Lee Sipe, Senior Plans Examiner Lee.Sipe@TukwilaWA.gov 206-431-3656 1. All outstanding RFI's are to be completed and approved. 2. As -built Mylars and electronic copy of as-builts reflecting all RFI's and other improvements. 3. All revisions are to be documented and incorporated into an as -built set of plans. 4. Height of building to be certified by a Washington State licensed surveyor. 5. All elevators installed, tested, and approved by the Department Labor and Industries (L&I). 6. All equipment, appliances, water heaters, furnaces, boilers, to have manufacturers installation guides on site and installed per manufacturer. 7. Final air balancing letter wet signed by mechanical engineer of record, on company letterhead, stating that air balancing has been tested and conforms with the mechanical design and complies with Washington State Codes and approved plans. 8. Final letter of approval is required from engineer of record plumbing system. The letter is to be on company letterhead, stamped and wet sealed. The letter is to state that the plumbing system has been installed and inspected and is in strict compliance with the engineer's design and submittal documents. 9. Structural Observation letter wet signed by engineer of record, on company letterhead, stating that the structure conforms with the structural design and complies with Washington State Codes and approved plans. 10. Final Special Inspection Report, wet signed on company letterhead, stating that all required Special Inspections per the 2015 International Building Code have been made, approved, and complies with Washington State Codes and approved plans. 11. All special inspection reports with "low breaks" or non-compliance are to be completed and approved. 12. Final Special Inspection Report, wet signed on company letterhead, stating that all building Special Inspections for fire stopping have been made, approved, and complies with the manufacture's installation requirements, Washington State Codes and approved plans. 13. Mechanical system to be commissioned verified by certified commissioning professional (not the contractor). Preliminary report from the certified commissioning professional to be provided. 14. All finish material to be installed and completed. 15. Emergency backup generator and fuel storage tank to be installed, tested, and approved. 16. All backflow devices installed, tested, and approved. Page 3 of 5 17. Water main pressure reducing regulator installed, tested, and approved. 18. All plumbing cleanouts to have covers and clearances per 2015 Uniform Plumbing Code (UPC). 19. In addition to the international symbol of accessibility, each unisex toilet or bathing room shall be identified by a tactile sign including raised letters and Braille. 20. All accessibility requirements installed (grab bars, handrail returns, parking spaces, signage, etc). 21. All suspended ceilings installed and completed. 22 Accessible parking space(s), signage, loading zone(s), van spaces are to be installed per ICC/ANSI A117.1-09. 23. Clarify the locations and widths of a clear and unobstructed exit discharge from the building to the to the public way or street. 24. Exterior grad shall be sloped to drain surface water away from foundation walls. The grade shall fall a minimum of 6 inches within the first 10 feet. 25. All stairway communication systems installed, tested, activated, and approved. 26. All stairway identification signage installed. 27. All stairway luminous markings installed and approved. 28. All rated doors, smoke seals, and self-closing hardware installed and approved. 29. All smoke detectors in each sleeping room installed, tested and approved. 30. Testing of smoke detectors are to include HVAC shutdown and be approved by the Fire Department. 31. Exit discharge paths at grade clear and unobstructed leading to a public way. 32. Provide average of lft-candle along all paths of egress (test/inspection required). 33. Emergency lights installed, tested, and approved per plans. 34. Exit signs correctly located per code, tested, and approved per plans. 35. Fire barrier walls and shafts finished. 36. All signage for accessibility, stairways, floor levels, exiting, rooms to be labeled / identified, egress, laundry chutes, et cetera, shall be correctly installed and approved. 37. Roof access stairway completed. 38. All floor loads posted. 39. All occupancy loads posted. Electrical Division Jim Benner, Senior Electrical Inspector JimBenner(&,TukvvilaWA.gov 206-431-3679 1. Electrical panels shall have all breakers identified and working clearances. Page 4 of 5 2. All AFCI/GFCI breakers installed. 3. Test all GFCI outlets and outlets fed by GFCI. 4. All grounding/ Bonding installed. 5. Test GFI breaker 1000 -amp 277/480 volt or more 3rd party. 6. Electric vehicle charging spaces identified and system equipment tested. 7. Equipment installed is to be listed, tested and approved. 8. Receptacles in wet locations require bubble covers. 9. All electrical work done by other than electrical contractor will require permits and inspections. 10. Exterior lights are to be mounted and installed so as to not shine on adjacent properties. 11. All electrical work done that is not on the approved plans will require revised plans and additional permits. 12. All electrical work to be done according to approved plans and in compliance with applicable codes. 13. All electrical permits require final inspection and approval. Again, this is not a complete list. If you do not understand, or have questions regarding any of the above items, please contact the depai intent contact listed above for clarification as soon as possible. Note: After the above items have been addressed, final inspections have been called for and approved by each depattu►ent, the building division will then issue the Certificate of Occupancy, No Exceptions. Page 5 of "5 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax (425) 881-2903 PCO #126 Project: 30125-43- TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #126: CE #185 - Change in Contractual Completion Date TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 126 / 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) Alex Carey (Lydig Construction, Inc. Bellevue Off) 10/16 /2020 #015 -Change Order #15 Amount Based No $0.00 POTENTIAL CHANGE ORDER TITLE: CE #185 - Change in Contractual Completion Date CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #185 - Change in Contractual Completion Date The following items have delayed the project: 1. Casework supplier (Simonet) experienced a fire at their facility which delayed the delivery of the casework 2. The DAS system scope of work was added to the project The agreed to completion dates are now: • Substantial completion 09/01/2020 which requires 107 calendar days be added to the schedule This PCO serves to update the actual substantial completion date of 09/01/2020 and supersedes PCO 074 previously approved for changing the completion date to 08/04/2020. Cost impacts related to the extension of time have been negotiated and approved in PCO 078 (attached for reference). ATTACHMENTS: Lydig Construction, Inc. page 1 of 2 Printed On: 10/16/ 2020 12 :46 PM Cost Code Description Type Amount 1 50-004-02-- MACc Contingency No Cost Change Order Project Contingency $ 0.00 Subtotal: $0.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all lineitem types. $ 0.00 P&P Bond: 0.75% Applies to all line item types. $ 0.00 B&O Tax: =0.47% Applies to all line item types. $ 0.00 Grand Total: $0.00 Lydig Construction, Inc. page 1 of 2 Printed On: 10/16/ 2020 12 :46 PM ILYNG PCO #126 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 10/16/ 2020 12 :46 PM t LYDIG PCO #078 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #078: CE #142 - Extended Specified General Conditions and NSS TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 078 / 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: 7/29 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $0.00 POTENTIAL CHANGE ORDER TITLE: CE #142 - Extended Specified General Conditions and NSS CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE#142 - Extended Specified General Conditions and NSS The following items have delayed the project: 1. Casework supplier (Simonet) experienced a fire at their facility which delayed the delivery of the casework 2. The DAS system scope of work was added to the project The agreed to completion dates are now: • Substantial completion 08/04/20 which requires 79 calendar days be added to the schedule • Physical completion 08/14/20 Extended Specified General Conditions 6/23 -8/4 (6 weeks): $55,843.00 Extended NSS 6/23 - 8/4 (6 weeks): $9,831.00 Extended SGC and NSS amounts have been agreed upon by Craig Greene, Justine Kim, and Julie DeDonato ATTACHMENTS: TFS51-Extended GCs Cost Breakdown .pd(_ # Cost Code Description Type Amount 1 01-008-01-- Project Engineer Sr PE, PE, Sr Supt. (6 weeks) Labor $ 55,843.00 2 44-310-01- - Temp. Sanitary Facilities (NSS) Bathrooms (6 weeks) Materials $1,178.00 3 44-312-07-- Temp Power Consumption (PSE) Power Consumption (6 weeks) Materials $ 547.00 4 44-506-01- - Trash Haul (NSS) Trash Haul (6 weeks) Materials $ 2,771.00 5 44-830-01- - Gas & Oil for Equipment (NSS) Gas and Oil for Forklift and Equipment (6 weeks) Materials $ 346.00 6 44-308-99- - Temporary Fencing Sub (NSS) Security Camera and Dispatch Service (6 weeks) Subcontractor $ 416.00 Lydig Construction, Inc. page 1 of 2 Printed On: 7/30/ 2020 10 :45 AM LYDIG PCO #078 7 03--001-99-- Structures, Enclosure & Misc Sub. -BP03:&07 Forklift (ee) (6 weeks) Subcontractor $ 4,573.00 8 50--004-02-- MACC Contingency MACC Contingency Usage. Project Contingency ($65,674.00) Subtotal: $0.00 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance:. 0.75% Applies to all line item types. $ 0.00 P&P Bond: 0.75% Applies to all line item types. $ 0.00 B&O Tax: = 0.47% Applies to all line item types. $ 0.00 Grand TotaL:. $0.00 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 7/30/ 2020 10 :45 AM G TFS 51- Extended GC's Cost Breakdown NSS Temp Sanitary Facilities Temp Power Consumption Trash Haul Gas and Oil for Equipment Temp Fencing Self Perform NSS Forklift NSS Budget Specified General Conditions Cost Delay Period Total Weeks Extended NSS Extended SGC's Monthly Budget $ 850 395 $ 2,000 $ 250 $ 300 3,300 7,095 Monthly $ 7,095 40,300 Weekly (Month/4.33) 1,639 9,307 Lydig COT 5/4 - 6/23 6/23 8/4 7 weeks 6 weeks $ 11,470 $ 9,831 $ 65,150 $ 55,843 76,620 $ 65,674 sAIA Document G704 — 2017 Certificate of Substantial Completion PROJECT: (name and address) Tukwila Fire Station 51 Tukwila WA OWNER: (name and address) City of Tukwila 6200 Southcenter Boulevard Tukwila WA 98188 CONTRACT INFORMATION: Contract For: General Construction / Construction Management Date: 3/26/19 ARCHITECT: (name and address) Weinstein A+U LLC dba: Weinstein A+U Architects + Urban Designers LLC 2200 Western Avenue Suite 301 Seattle, Washington 98121 CERTIFICATE INFORMATION: Certificate Number. 001 Date: 10/7/2020 CONTRACTOR: (name and address) Lydig Construction, Inc. 3180 139th Ave SE, Suite 110 Bellevue WA 98005 The Work identified below has been reviewed and found, to the Architect's best knowledge, information, and belief, to be substantially complete. Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of the Project or portion designated below is the date established by this Certificate. (Identify the Work, or portion thereof that is substantially complete,) The entirety of the project, with the excc ion of the items noted "to be completed" below. Weinstein A+U LLC ARCHITECT (Firm Name) SIG A Emma C. Nowinski, Project Manager September 1, 2020 PRINTED NAME AND TITLE DATE OF SUBSTANTIAL COMPLETION WARRANTIES The date of Substantial Completion of the Project or portion designated above is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below: (Identift warranties that do not continence on the date of Substantial Completion, if any, and indicate their date of commencement) WORK TO BE COMPLETED OR CORRECTED A list of items to be completed or corrected is attached hereto, or transmitted as agreed upon by the parties, and identified as follows: (Identi.& the list of Work to be contpleted or corrected.) See attached list for open items and their estimated contract values. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Unless otherwise agreed to in writing, the date of commencement of warranties for items on the attached list will be the date of issuance of the final Certificate of Payment or the date of final payment, whichever occurs first. The Contractor will complete or correct the Work on the list of items attached hereto within sixty (60) days from the above date of Substantial Completion. Cost estimate of Work to be completed or corrected: S5,365.00 The responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to the Work, insurance, and other items identified below shall be as follows: (Note: Owner's and Contractor's legal and insurance counsel should review insurance requirements and coverage.) Owner use of the building began on September 10, 2020. All maintenance and security of the project, with the exception of the to -be -completed items, are the responsiblity of the Owner from that date forward. The Owner and Contractor hereby accept the responsibilities assigned to them in this Certificate of Substantial Completion: AIA Document G704' — 2017. Copyright © 1963, 1978, 1992. 2000 and 2017 by The American Institute of Architects. Alt rights reserved. The "Arnencan institute of Architects," 'AIR,' the AIA Logo and 'MA Contract Documents' are registered trademarks and may not be used without permission. This document was produced by AIA software at 19:29:16 ET on 10107/2020 under Order No.3151090590 which expires on 09/11/2021, is not for resale, Is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail copyright©ala.org. User Notes: (309ADA48) „ z' Craig Greene, VP of Lydig Construction, Inc. Operations CONTRACTOR (Firm PRINTED NAME AND TITLE DATE Name) Rachel Bianchi, Deputy 10/8/2020 City of Tukwila City Administrator 10/8/2020 OWNER (Firm Name) SIGNATURE PRINTED NAME AND TITLE DATE AIA Document G704” — 2017. Copyright @ 1963, 1978, 1992, 2000 and 2017 by The American Institute of Architects. All rights reserved. The *Argonne Institute ot Architects," 'MA," the AlA Logo, and "AIA Contract Documents- are registered. trademarks and mny not be used without perrnission This document was produced by AIA software at 192916 ET on 10/07/2020 under Order No.3151090590 which expires on 09/11/2021, is not for resale, is licensed for one -lime use only, and may only be used in accordance with the AIA Contract DocumentsTerms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (3139ADA48) TFS 51 - Open MI CMI th 4 12-2 (13 2/) -a C C E LU 0 C "" c.c0 .0 a z 12J 42 < 1-1 MIC CCC 2 02 M:2 .... Ta a, Sc ; ‘ a a a 0 1:3.2 8 8°'';' .''.'222 .-, 1'1 g ,t:;-, La a. VIE •a o u c a , o. . E e 8 . , 41 0 2 ood ,.,`MI ' l.2 (.2 (-1 (.0 . > " ' 5 , . ... 1 tfl 40 Z R GC 0 1— . .„, . , z z z . 3", 8t5 a z 6 0 KIRKLAND LANDCARE g a - 1.`,.11 il g 1 . i F ,- - 'I: 'If, °,. g g at !',4.4 7.74. C' a. 2 a D ; i Li-!: 12; 173 0 . 8 1,2 ... , , c 0261a Vt2,; t9t1.4 -2-'q gll g i! E g',u,-,=',.g.z.• g-• '-'5'..'''3 '...i2ti r, .,z6-s.p. g 4,F.,E,..g2 ‘,1;f„g ox'aoi:k:;i2.. O. -0.--"e• tlr a-§Ta'e8 . •.3_t,. ..... ,,,_.E... ,.. 3Zt.,---awilriStXtitga-g -i•B-g9= tA.2"1.2; Eo