Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment AL-AP)
TO: 18-001 (ap) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 020 DATE: 1/2212021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( ap ) AMENDMENT NO: 042 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 1/26/2021 Contractor Lydig Construction By Craig Greene Title VP of Operations Original Contract FS52 (without tax) $ 16,029,260.00 I APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 926,485.18 Date This Change Order FS52 (without tax) $ 56,465.86 By REV. CONTRACT AMOUNT FS52 $ 17,012,211.04 z - Z, Mayor riginal Contract Time FS52: 521 days (Dec 17, 2020) Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 565 days (Jan 29, 2021) Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 01/2M40 Exhibit "At► CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 20 90830402 Contract # 18-001.2 (ap ) Date 1/22/21 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 239 CE #300 - RFI #458: Architectural - Motorized Swing Gate Clarifications. Addition of a field painted pedestal and Request to Exit (REX) button at the interior side of the motorized swing gate G15 per the response to RFI 458. DC $558.17 COP 240 CE #292 - RFI #519: Architectural/Electrical - Generator Annunciator Panel Location. The generator annunciator panel was not identified in the electrical or architectural drawings. RFI 519 directed it to be installed in Captains Office 221. Pricing includes providing pathway and wiring from the electrical room to the captains office. DC $7,645.55 COP 242 CE #302 - RFI #543: Electrical - App Bay Lighting Circuit Clarification. Addition of 2 circuits and rewiring of apparatus bay light fixtures due to incorrect circuit breaker size (amperage too low for load of lighting) as shown on the electrical drawings and per the response to RFI 543. DC $11,943.63 COP 243 CE #287 - ASI -025 Exterior Striping and Signage. Clarifications on exterior striping and exterior signage. DC $1,995.50 COP 244 CE #286 - ASI -023 App Bay Striping. Added striping in the apparatus bay, including 4" wide yellow line, 3M Safety Walk Slip Resistant General Purpose Tape (600 Series, Safety Yellow 4" wide), and Wooster Flex-Tred self-adhesive anti -slip safety surface, ocean gray. DC $2,685.57 COP 245 CE #303 - RFI #550: Electrical/Mechanical - Power and Data For Battery Management System (BMS) Devices. Addition of power and data for Data Collection Device (DCD) and BMS devices in Sprinkler/Mechanical room 103 and Shop 138 per the response to RFI 550. DC $3,401.81 COP 246 CE #304 - RFI #589: Electrical - Nederman Power Connection Discrepancy. The power connections for the nederman magnarails required to be relocated from the location shown on E302N per the response to RFI 589. The RFI states that this could have been coordinated in the shop drawing review process, but no matter if this was coordinated there is still additional run of conduit, wire and labor to extend the power to the opposite side of the apparatus bay from panel M in Shop 138. Regardless of coordination there is added cost to the electrician's scope of work per this RFl. DC $4,132.89 COP 247 CE #305 - RFI #586: Architectural - Interior Signage Clarifications. Addition of sign types 14 & 15 in the app bay per the response to RFI 586. Pricing includes: (3) ea "Ceiling Fan", (2) ea "Lights", (10) ea "DOM WATER", (13) ea "Comp Air", (28) total signs. DC $939.06 COP 248 CE #306 - RFI #561: Electrical - Dedicated 20A Circuit for Distributed Antenna System (DAS). Removal of plywood and demo of 4 gang receptacle to facilitate a hard wire connection for the DAS panel per the response to RFI 561. OC $974.08 Project Name Project # Fire Station 52 CO # 20 $9,806.86 90830402 Contract # 18-001.2 ( op ) Date 1/22/21 DC COP 249 CE #308 - RFI #268: Mechanical/Architectural - Confirmation of Valve and Access Panel Locations. RFI 268 confirmed the addition of hot water circuit balance valves throughout the building that were not shown on the drawings and added during the submittal review process by GS/WALJ. COP 250 CE #309 - RFI #475.1: Electrical - Re-routing of Antenna Conduit. Relocation of (2) 2" Electrical Metallic Tubing (EMT) antenna conduits to HAM (amatuer radio) and grounding of Antenna Mast in the low roof area per the response to RFI 475.1/475.2/475.3. OC $5,062.22 COP 251 CE #313 - RFI #346: Architectural - Fixed and Removable Bollard Footings. Additional concrete for removable and fixed bollards to follow the manufacturer's detail instead of detail 3/C3.1. DC $541.39 COP 252 CE #270 - RFI #521: Mechanical - Thermostat Control Clarifications. Removal of thermostat rough -in restrooms 118-121, 207, 208, 223 including drywall repaires and paint touch up; Re -wire thermostat in Gear Wash 128 to control the unit heater that was originally controlled via a self contained thermostat; Locate a thermostat to the rough -in location for the Heat Recovery Ventilator (RHRV) unit in Gear Storage 127. DC $2,132.53 COP 253 CE #299 - RFI #575: Civil - 5" Storz Pumper Discharge Port with Knox Locking Cap. Per the D19-0253 permit conditions, the fire hydrants require 5" knox storz locking caps. Per discussionwith Tukwila Fire Marshall a 5" knox storz cap is also required at the Fire Department Connection (FDC). OC $2,179.43 COP 254 CE #315 - RFI #605: Electrical - Rescue Phone and Battery Lowering Device Clarifications. Connection of automatic transfer switch to the elevator system per the response to RFI 605. Costs split 50/50 between the city and Lydig. DC $2,467.17 Lydig Change Order No. 20 $56,465.86 Lydig Construction, Inc. 3180 139th Ave SESte 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 U������������� xn�n��������� Project: 30129-43 - TFS#52 - GCCM 154465th Ave S Tukwila, Washington 98188 Phone: 300907245e Fax: 4258812903 P^�����������������������K� ' Contract -- Change Order#020:Change Order#20 TO: DATE CREATED: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 CONTRACT STATUS: Pending In Review DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: CONTRACT FOR: DESCRIPTION: Change Order 20 ATTACHMENTS: FROM: CREATED BY: REVISION: REVIEWED BY: REVIEW DATE: PAID DATE: EXECUTED: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: Contract Lydig Construction, Inc - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 Alex Carey (Lydig Construction, Inc. - Be levue Of) 0 No $ 56,465.86 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 239 CE #300 RFI #458: Arch - Motorized Swing Gate Clarifications 558.17 240 CE #292 - RFI #519: Arch/EIec - Generator Annunciator Panel Location 7,645o5 242 os#uou'RFI #s43:s|eo'App Bay Lighting Circuit Clarification 11.e43.63 243 CE #287 - ASI -025 Exterior Striping and Signage 1,995.50 244 CE #286 - ASI -023 App Bay Striping 2.685o7 245 os*muu'RFI #s5o:s|oc/monh'Power and Data For BMS Devices 3.401.81 2*6 CE #304 - RFI #589: E|ec'modennanPower Connection Discrepancy 4.132.e9 247 CE #305 - RFI #586: Arch Interior Signage Clarifications 939.00 248 CE #306 - RFI #561: EIec - Dedicated 20A Circuit for DAS 974o8 249 CE#3oe'RFI #288`mech/Amh'Confirmation ofValve and Access Panel Locations 9.808.86 250 CE #309 RFI #47s.1:slon'Re-routing o,Antenna Conduit 5,062.22 251 CE#313'RFI #340: Arch - Fixed and Removable Bollard Footings 541.39 252 CE #270 - RFI #521: Mech - Thermostat Control Clarifications 2.132.53 253 os#2ou'RFI #57»:Civil 's^Storz Pumper Discharge Port with Knox Locking Cap 2.179.43 254 cE#o1*'RFI #aonBon Rescue Phone and Battery Lowering Device Clarifications 2,487'17 TOTAL: $ 56,465.86 CHANGE ORDER LINE Lydig Construction, Inc. TEMS: page 1 of 5 Printed On: 1/16/ 2021 08 :22 AM LYDIG PCO # 239 : CE #300 - RFI #458: Arch - Motorized Swing Gate Clarifications PCCO #020 # Description Amount 1 NWCC COR 09 $ 254.00 2 PCO 239 -SP $ 269.74 $11,207.00 Subtotal: $523.74 0.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 504.32 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 23.57 87.83 GL Insurance: 0.75% Applies to all line item types. 4.10 88.49 P&P Bond: 0.75% Applies to all line item types. 4.14 55.99 B&O Tax: = 0.47% Applles to all line Item types. 2.62 511,943.63 Grand Total: 5558.17 PCO # 240 : CE 292 - RFI #519: Arch/Elec - Generator Annunciator Panel Location PCO # 242 : CE #302 - RFI #543: Elec - App Bay Lighting Circuit Clarification Description Amount 1 PCEC COR 055 $ 7,174.00 $ 11,207.00 Subtotal: $7,174.00 $11,207.00 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 0.00 Fee - Sub Tler Work: 4.50% Applles to Subcontractor, Purchase Agreements, and Project Contingency. 322.83 504.32 GL Insurance: 0.75% Applies to all line item types. 56.23 87.83 P&P Bond: 0.75% Applies to all line item types. 56.65 88.49 B&O Tax: = 0.47% Applies to all line Item types. 35.84 55.99 Grand Total: 57,645.55 PCO # 242 : CE #302 - RFI #543: Elec - App Bay Lighting Circuit Clarification Lydig Construction, Inc. page 2 of 5 Printed On: 1/16/ 2021 08 :22 AM Description Amount 1 PCEC COR 057 $ 11,207.00 $ 1,872.42 Subtotal: $11,207.00 Subtotal: 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. 504.32 GL Insurance: 0.75% Applies to all line item types. 87.83 84.26 P&P Bond: 0.75% Applies to all line item types. 88.49 GL Insurance: 0.78% Applies to all line item types. B&O Tax: = 0.47% Applies to all line Item types. 55.99 Grand Total: 511,943.63 PCO # 243 : CE #287 - ASI -025 Exterior Striping and Signage Lydig Construction, Inc. page 2 of 5 Printed On: 1/16/ 2021 08 :22 AM Description Amount 1 PCO 243 -SP $ 1,872.42 Subtotal: $1,872.42 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 Tler Work: 4.50% Applles to Subcontractor, Purchase Agreements, and Project Contingency. 84.26 GL Insurance: 0.78% Applies to all line item types. 14.68 P&P Bond: 0.75% Applies to all line item types. 14.79 B&O Tax: = 0.47% Applies to all line Item types. 9.35 Grand Total: 51,995.50 Lydig Construction, Inc. page 2 of 5 Printed On: 1/16/ 2021 08 :22 AM LYDIG PCO # 244: CE #286 - ASI -023 App Bay Striping PCCO #020 PCO # 245 : CE #303 - RFI 550: Elec/Meeh - Power and Data For BMS Devices Description Description Amount 1 PCO 244 -SP Subtotal: $ 2,519.93 Fee - Self Perform Work: 15.00% Applles to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Subtotal:. $2,519.93 GL Insurance: 0.75% Applles to all line Item types. 25.02 Fee - Self Perform Work: 15.00% Applles to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. 0.00 B&O Tax: = 0.47% Applies to all line item types. 15.95 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 113.40 GL Insurance: 0.75% Applles to all line Item types. 19.75 P&P Bond: 0.75% Applies to all line item types. 19.90 B&O Tax: = 0.47% Applies to all line. Item types. 12.59 Grand Total: $2,685.57 PCO # 245 : CE #303 - RFI 550: Elec/Meeh - Power and Data For BMS Devices PCO # 246 : CE #304 - RFI #589: Elec - Nederman Power Connection Discrepancy Description Amount 1 PCEC COR 058 $ 3,192.00 Subtotal: $3,192.00 Fee - Self Perform Work: 15.00% Applles 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 Protect Contingency. 143.64 GL Insurance: 0.75% Applles to all line Item types. 25.02 P&P Bond: 0.75% Applies to all line item types. 25.20 B&O Tax: = 0.47% Applies to all line item types. 15.95 Grand Total: $3,401.81 PCO # 246 : CE #304 - RFI #589: Elec - Nederman Power Connection Discrepancy PCO # 247 : CE #305 - RFI #586: Arch - Interior Signage Clarifications Description Amount 1 PCEC COR 061 $ 3,878.00 Subtotal: $3,878.00 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. 174.51 GL Insurance: 0.75% Applies to all line Item types. 30.39 P&P Bond: 0.75% Applies to all line item types. 30.62 B&O Tax: = 0.47% Applies to all line item types. 19.37 Grand Total: $4,132.89 PCO # 247 : CE #305 - RFI #586: Arch - Interior Signage Clarifications Lydig Construction, Inc. page 3 of 5 Printed On: 1/16/ 2021 08 :22 AM Description Amount 1 PCO 247 -SP $ 881.14 Subtotal: $881.14 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. 39.65 GL Insurance: 0.75% Applles to all line Item types. 6.91 P&P Bond: 0.75% Applies to all line item types. 6.96 B&O Tax: = 0.47% Applies to all line item types. 4.40 Grand Total: $939.06 Lydig Construction, Inc. page 3 of 5 Printed On: 1/16/ 2021 08 :22 AM LYDIG PCO # 248 : CE #306 - RFI #561: Elec - Dedicated 20A Circuit for DAS PCCO #020 Description Amount 1 PCEC COR 062 $ 914.00 Subtotal: $914.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 41.13 GL Insurance: 0.75% Applies to all Ilne Item types. 7.16 P&P Bond: 0.75% Applies to all line Item types. 7.22 B&0 Tax: = 0.47% Applies to all line item types. 4.57 Grand Total: $974.08 PCO # 249 : CE #308 - RFI #268: Mech/Arch - Confirmation of Valve and Access Panel Locations PCO # 250 : CE #309 - RFI #475.1: Elec - Re-routing of Antenna Conduit Description Amount Amount JMI COR 8023 $ 9,202.02 Subtotal: $9,202.02 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. 414.09 GL Insurance: 0.75% Applies to all line Item types. 72.12 P&P Bond: 0.75% Applies to all line item types. 72.66 B80 Tax: = 0.47% Applies to all line item types. 45.97 Grand Total: 59,806.86 PCO # 250 : CE #309 - RFI #475.1: Elec - Re-routing of Antenna Conduit Lydig Construction, Inc. page 4 of 5 Printed On: 1/16/ 2021 08 :22 AM Description Description Amount 1 PCEC COR 064 $ 4,750.00 Subtotal: Subtotal: $4,750.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 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. Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 213.75 GL Insurance: 0.75% Applies to all line Item types. GL Insurance: 0.75% Applies to all line item types. 37.23 P&P Bond: 0.75% Applies to all line item types. P&P Bond: 0.75% Applies to all line item types. 37.51 B80 Tax: = 0.47% Applies to all line item types. B80 Tax: = 0.47% Applies to all line item types. 23.73 Grand Total: Grand Total: 55,062.22 PCO # 251 : CE #313 - RFI #346: Arch - Fixed and Removable Bollard Footings Lydig Construction, Inc. page 4 of 5 Printed On: 1/16/ 2021 08 :22 AM Description Amount 1 LaRusso COR 08 $ 508.00 Subtotal: $508.00 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. 22.86 GL Insurance: 0.75% Applies to all line Item types. 3.98 P&P Bond: 0.75% Applies to all line item types. 4.01 B80 Tax: = 0.47% Applies to all line item types. 2.54 Grand Total: 5541.39 Lydig Construction, Inc. page 4 of 5 Printed On: 1/16/ 2021 08 :22 AM LYDIG PCO # 252 : CE #270 - RFI #521: Mech - Thermostat Control Clarifications PCCO #020 # Description Amount 1 Vandedlp 040 $ 894.00 2 NWCC COR 07 $ 164.00 3 PCEC COR 046 $ 943.00 GL Insurance: 0.75%Applies to all line Item types. Subtotal: $2,001.00 16.15 Fee -Self Perform Work: 15.0D% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. 0.00 Grand Total: Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 90.05 Grand Total: GL Insurance: 0.75% Applies to all line item types. 15.68 P&P Bond: 0.75% Applies to all line item types. 15.80 B&O Tax: = 0.47% Applies to all line item types. 10.00 Grand Total: $2,132.53 PCO # 253: CE #299 - RFI #575: Civil - 5" Storz Pumper Discharge Port with Knox Locking Cap PCO # 254: CE 15 - RFI #605: Elec - Rescue Phone and Battery Lowering Device Clarifications # Description Amount 1 PCO 253 $ 2,045.00 Subtotal: $2,045.00 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. 92.03 GL Insurance: 0.75%Applies to all line Item types. 16.03 P&P Bond: 0.75% Applies to all line Item types. 16.15 B&O Tax: = 0.47% Applies to all. line Item types. 10.22 Grand Total: 12,179.43 PCO # 254: CE 15 - RFI #605: Elec - Rescue Phone and Battery Lowering Device Clarifications # Description Amount 1 PCEC COR 067 $ 4,630.00 2 Contingency Use (50/50 split) ($2,315.00) Subtotal: $2,315.00 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tler Work: 4.50% Applles to Subcontractor, Purchase Agreements, and Protect Contingency. 104.18 GL Insurance: 0.75% Applies to all line Item types. 18.14 P&P Bond: 0.75% Applies to all line item types. 18.28 B&O Tax: = 0.47% Applies to all line Item types. 11.57 Grand Total: 12,467.17 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE Lydig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 926,485.18 $ 16,955,745.18 $ 56,465.86 $ 17,012,211.04 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 5 of 5 Printed On: 1/16/ 2021 08 :22 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #239 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #239: CE #300 - RFI #458: Arch - Motorized Swing Gate Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 239 / 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) 12/11 /2020 None Amount Based No TOTAL AMOUNT: $558.17 POTENTIAL CHANGE ORDER TITLE: CE #300 - RFI #458: Arch - Motorized Swing Gate Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #300 - RFI #458: Arch - Motorized Swing Gate Clarifications Addition of a field painted pedestal and REX button at the interior side of the motorized swing gate G15 per the response to RFI 458. ATTACHMENTS: tfs 52-<gccm-rfi 458 -arch - motorized swin ate clarifications-202012111742.«df PCO 239 -SP Combined.pdf CE 300 - COR 9 R1.pdf Owner Signature Date Cost Code Description Type Amount 09-030-99-- BP -12 Painting and Coatings NWCC COR 09 Subcontractor $ 254.00 2 03-001-99- - BP -03 - Structures Subcontractor PCO 239 -SP Subcontractor $ 269.74 Subtotal: $523.74 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 23.57 GL Insurance: 0.75% Applles to all line item types. $ 4.10 P&P Bond: 0.75% Applies to all line Item types. $ 4.14 B&O Tax: =0.47% Applies to all line Item types. $ 2.62 Grand Total: 6558.17 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 #239 -SP Project: 30130-10 - TFS#52 Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #239 -SP: Arch - Motorized Swing Gate Clarifications CE #300 -SP - RFI #458: TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 239 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 2/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $269.74 POTENTIAL CHANGE ORDER TITLE: CE #300 -SP - RFI #458: Arch - Motorized Swing Gate Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #300 -SP - RFI #458: Arch - Motorized Swing Gate Clarifications Addition of a field painted pedestal and REX button at the interior side of the motorized swing gate G15 per the response to RFI 458. ATTACHMENTS: CE 300 -SP. df # Cost Code Description Type Amount 1 32-600-01-- Site Furnishings Installation of pedestal Labor $ 230.00 Subtotal: $230.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 34.50 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 1.98 P&P Bond: 0.75% Applies to all line item types. $ 2.00 B&O Tax: = 0.47% Applies to all line item types. $ 1.26 Grand Total: $269.74 Owner Signature Date COP Cost Breakdown Contractor O M E E V E E O 0 M Q' V w S L O M O O O O O a a 0 Excavate, Drill, In 0 a 0 Ilydig COR Tern COP Subcontractor Breakdown Summary Project Name: Fire Station 52 , Project No. 30129.43 Source Documents: 1 1 Date: 11/20/2020 1 1 I Subcontractor: N.VV.Coa)plete Contracting i Contractor Ref. No. COR 9 RI Description: Prime and paint automated gate pedestal i 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) $ 149.00 $ 149.49 b. foreman 1 - c. lead foreman 1 $ DIRECT LABOR SUBTOTAL i $ 149.49 Labor Markups Supervision markup should be zero if any d. direct supervison (NTE 15% of la) $ foreman time is included in direct labor costs. 2. MATERIAL COST (from attached cost breakdown form) $ 68.00 3. EQUIPMENT COST (from attached cost breakdown form) $ - 14. SMALL TOOLS (NTE 5% of la & b) $ - SUBTOTAL 1 thru 4 $ 217.00 15. OVERHEAD & PROFIT $ 33.00 a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 $ 32.55 b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 $ - 6. SUB -TIER SUBCONTRACTORS a, 17. OVERHEAD & PROFIT ON SUB -TIER SUBCONTRACTORS $ a. NTE 8% of Line 6 up to $50,000 for each sub $ - I b. NTE 6% of Line 6 in excess of $50,000 for each sub $ 18. INSURANCE OUTSIDE OF OCIP (offsite liability, workerscomp, etc. on10, $ 4.00 a. payroll driven liability insurance 2.501% of 1 $ 3.73 b. volume driven liability insurance I% of 1-7 1 $ 9. BONDING 0.001% of 1-8 Forrn Revised 9/26/18 CDR 9 R1.xls Page of $ 1 I TOTALCOST $ 254.00 Printed 12/2/2020 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Subcontractor. i N.W.Complete Contracting Subcontractor: Unit( Labor Description Quantity Type Unit $ T Cost 3 j hrs $49.83,1 $ 149.49 1Labor Epoxy Primer iDTM Finish Date: Contractor Ref. No. aterial Equipment Cost Unit $ Cost /20/2020 COR 9 R1 Total Cost 49 49 5.00 $35.00 $32.80 $ 'Freight/Delivery Costs Subtotal =foreman Foreman Lead Foreman :Lead Foreman ;Total Cost of Work 149.49 i $ 67.80: $ $217.29 COR 9 R1:xls Form Revised 9128198 49.49 Page of 67.80 Printed 12/2/2020 7.29 COP Wage Rates Project No: O 0 0 m 0. Ei C Subcontractor: N 0 ' J N C O F h C 4= m .O O U a, �L 0 c m 0 0 °� c •5 0 79 , N C C O O O a N To. 7 4= 0) e41b C N C 'O c t.- 0) •O E >' :0 2 A 01• T. .� o > a "� N a) 8.' O �"YO •C D. J0 > E • a uco N V) C N Q) C. O N U 0 -o V �> 'CO C 0) 0) 0) O N U d C m a a O. O N O 0) EX 0) . • C L O m a. i- a 0) F n o: m O 0) C ` a) O) N i 0) 0) N 0) . 'C •t=0:1)- ) ti: .0 c h N m NCa ® 0) `,,, O U - N O. T Q y ~' O g' o N +. =. N '.-. i0 0) 0) d o •v U c 'v 0) c •c o c c o a) V 0 C U O. N C C 0@ U O f0 N c. t0 C (n C O t. 'O otf i0 O C 0) ..�.. 3 0) O) U U O)— n c 0)< 0) 2 E -c 0 0 O N .N. 0) E 01 o 0) 0 .(0 c y v E m N U 2 q c :rn C 0 w0) a x m w co rm c a) p H a V 0 E m 4 E N m w c w °: 13 "C' E d , c - °) ± ' m O m o c 0 t iUn0 — vE 0E — li)- 45 '11 N3a Uc `• ` N U) _ D U 0 1102 0) O M 2N N_) C a C11A NL. a N _, Q.- •• . 0) .-0) O N U s ^ .c °45 a V 2 m H -J 1- .0 ---- 0 N r) v G) CD r CcCLC C c e J J J J J J rinted 12/2/2020 K rn U LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #458 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Motorized Swing Gate Clarifications TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 07/14/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A003, E101 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 07/22/20 07/21/2020 TBD RECEIVED FROM: Dave Krah (SECURE A SITE 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 03:15 PM on 07/14/2020 Following a coordination meeting for the motorized gate (G15), the following questions/clarifications need to be addressed: 1. The gate operator requires a thickened concrete pad to rest on. The standard pad is 3'W x 3'L x 2•D. The gate operator is scheduled to sit inside the gate on the southern jamb per El 01. Please confirm that a concrete pad is to be provided at the gate operator. 2. There are ground loop sensors shown on E101. The gate automotive subcontractor has clarified that there are two sets of sensors that serve different purposes. The first set of sensors are exit sensors that detect when a car inside the gate is pulling up to leave. The first sensor is required to be 4off the end of the max. swing radius of the gate, with the second sensor slightly further to the west. The second set of sensors is used for presence sensors to restrict the gate from closing when a vehicle is blocking the swing radius of the gate. The first sensor must be installed within the swing radius, and the second must be 4' from the centerline of the horizontal plane of the gate when closed. These locations are shown on the attachment. Please confirm layout of sensors. 3. There is no way to operate the gate from inside the rear apron area when closed for pedestrians/personnel on foot. A possible way to operate the gate would be to provide a request to exit button . A possible location to have a request to exist button would be in the landscaped area to the west of G12 mounted on a pedestal. Please advise if a request to exit button is to be provided for the gate and if so, provide location of pedestal. 4. The pedestal shown on E101 is not clear on the make or model of the pedestal. There are standard low pedestals typically used for standard cars or foot traffic, and high/low pedestals for trucks and standard cars (height of +72" and +42"). The firetrucks will be using the click2enter system so it is unclear if a high -low sensor would be required. The pedestal will have a keypad and card reader combination integrated with the access control system. If a high -low is used, an additional keypad and card reader combination will be rqeuired. Please clarify the type of pedestal to be used at the entry gate key pad/card reader. Attachments: RFI 458 - Arch - Motorized Swinq Gate Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, July 21st, 2020 at 7:51PM PDT 1. Provide gate operator for each gate leaf as required. Provide concrete pad flush with driveway as required by gate operator. 2. See comments on plan regarding locations of ground loop sensors. Confirm with gate manufacturer. 3. Install a pedestal with a low button only for pedestrian exit. Provide at location shown on the attached plan. Pedestal Pro 42-9C. Color: P-10 4. Per RFI -432 response, provide dual -height pedestal for gate entry. Pedestal Pro 72 -9C -D. Color: P-10 L. Rock, Weinstein A+U 7/21/2020 Attachments: RFI 458 - Arch - Motorized Swin. Gate Clarifications WAU Res onse. df All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 12/11/2020 09 :42 AM RFI #458 LYDIG .0adozsm,„,„.41 sa, 1. Provide gate operator for each gate leaf as required. Provide concrete pad flush with driveway as required by gate operator. 2. See comments on plan regarding locations of ground loop sensors. Confirm with gate manufacturer. 3. Install a pedestal with a low button only for pedestrian exit. Provide at location shown on the attached plan. Pedestal Pro 42-9C. Color: P-10 4. Per RFI -432 response, provide dual -height pedestal for gate entry. Pedestal Pro 72 -9C -D. Color: P-10 L. Rock, Weinstein A+U 7/21/2020 Attachments: RFI 458 - Arch - Motorized Swing Gate Clarifications WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 09:42 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #240 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #240: Arch/Elec - Generator Annunciator Pa CE #292 - RFI #519: nel Location TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 240 / 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) 12/11 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $7,645.55 POTENTIAL CHANGE ORDER TITLE: CE #292 - RFI #519: Arch/Elec - Generator Annunciator Panel Location CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #292 - RFI #519: Arch/Elec - Generator Annunciator Panel Location The generator annunciator panel was not identified in the electrical or architectural drawings. RFI 519 directed it to be installed in Captains Office 221. Pricing includes providing pathway and wiring from the electrical room to the captains office. ATTACHMENTS: tfs 52 - •ccm-rfi 519 -arch elec - enerator annunciator anel location -202012 1747. df CE 292 - COR055.pdf Owner Signature Date Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 055 Subcontractor $ 7,174.00 Subtotal: $7,174.00 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. $ 322.83 GL Insurance: 0.75% Applies to all line item types. $ 56.23 P&P Bond: 0.75% Applies to all line Item types. $ 56.65 B&O Tax: = 047% Applies to all line Item types. $ 35.84 Grand Total: $7,645.55 Owner Signature Date Pese November 23, 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# 519 PCEC RFI# PCEC COR# 055.0 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 $7,174.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pepe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Pricing for Generator Annunciator Panel Location in Captains Office. 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 direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight $ 1,147.46 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) $ $ 94.97 129.78 164.59 107.02 116.83 $ 4,908.05 $ COP# PCEC COR# 055.0 Date: 11/23/2020 CC D# RFI# 519 PCEC RFI# 51.68 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. O& PON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. O& PON INSURANCE/TAXES a. 0% portion of 8 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX $ 69.64 $ 140.67 TOTAL COST 1 THRU 8 4,908.05 1,147.46 908.33 210.31 7,174.00 �,po ------- Job NameFS#52 Tukwila Job Number: 1429 Extension Name: COR Item # ` Item Name [Items and Byproducts] Quantity Label Set: Combined, Combined, Combined, Combined, Combined 67 14 THHN CU STRANDED 1,047 3/4 EMT 1.200 3/4 EMT CONN S/C/I 1,319 3/4EMT [OUPLS/C 1,368 3/4 EMT LB BODY 1,458 3/4 EMT 1 HOLE STP/STL 3,671 1/4^ALL THREAD 3,993 8X 1/2 WAFER HD DRL TEK SCR 4,291 #10 / 3/16 FLAT CUT WASHER -ZINC 4,559 1/4^ NUT 4,626 BOX SUPPORTS -CLIP ON 5,513 3/4 5TL[ONDHGRNVBOLT 6,517 3/4 FLEX STEEL 6.586 3/4 FLEX 1 SCREW CONN 6,651 3/4 FLEX -EMT COUPLING 7,178IDEAL 462RED WIRE NUT 17,467 4/SBOX Z'1/8^[l 1/2&3/4"KO 18,773 GRD PIGTAIL #1Zx 10'1/2^ 20'862 18/2 SHIELD RISER CMR/CL3R/FPLR-CMX Courtesy of McCormick Systems Inc. 600.00 $262.24 M 190.00 $161,35 C 6.00 $664.05 C 30.00$692.48 C 1.00 12.73 E 36.60 20.00 $248.94 C 100.00'$4.68 C 26.60 $344 C 30.00 2.00 15.00 10.00 1,00 $2,662.'3-3-C 2.00 $453.35 C 2.00 $55.40 C 600.00 $467.97 M Ext Price $1'147.46 $157.34 $306.57 $39.84 $207.74 $12.73 $10.51 $49.79 $4.68 $5.26 $0.00 $10.57 $13.36 $9.96 $26.02 $1.21 $9.07 $1.11 $280.78 $1,147.46 Material Filter: <None> Report: COR 2/2 Labor �� ;1.0) • Labor Ext 51.68 3.72 11.78 2.22 5.10 0.75 1,83 3.00 6.25 0.23 0.98 0.15 4.22 0.62 0.34 0.18 0.48 0.70 0.14 9.00 51.68 Page 2 11/23/2020 11:56 AM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #519 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Elec - Generator Annunciator Panel Location TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/17/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: A102S.A, A621, E302S.A 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 09/18/20 09/24/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 01:45 PM on 09/17/2020 A location for the for the recess mounted or surface Cummins Annunciator panel is needed. The location for the generator annunciator panel is not shown on the electrical or architectural drawings. The panel measures 7 1/4"L x 6 1/4"W x 3 1/4"D. At TFS 51, this panel was located in the captains office. Please provide a location and advise if the panel is to be surface mounted or recessed. Attachments: RFI 519 - Arch Elec - Generator Annunciator Panel Location.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, September 17th, 2020 at 4:35PM PDT Install recessed generator annunciator panel on south wall of Captain's Office as shown on the attached interior elevation. L. Rock, Weinstein A+U 9/17/2020 Attachments: RFI 519 - Arch Elec - Generator Annunciator Panel Location WAU Response.odf All Replies: Naa"talatirlrieb7ar'iPVIR, mfalpppmmoNmstftwOw SMAL..."4i*AUA. ,AtroJAA w AFAVIRIVuwa, qmsg7gRRNWPTT'''''' — 4446:0044ftiN"W04,WRIOVA7MM,70Twlm", ' "'"10140.A'WV,00*Weo,**Oto0ANU&OVIA0k0000iVii"!!! nstall recessed generator annunciator panel on south wall of Captain's Office as shown on the attached interior elevation. L. Rock, Weinstein A+U 9/17/2020 Attachments: RFI 519 - Arch Elec - Genera or Annunciator Panel Location WAU Res onse. df BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 12/11/2020 09:47 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #242 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #242: CE #302 RFI #543: Elec - App Bay Lighting Circuit Clarification TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 242 / 0 Pending --In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE -Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/11 /2020 ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No ,943.63 POTENTIAL CHANGE ORDER TITLE: CE #302 - RFI #543: Elec - App Bay Lighting Circuit Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #302 - RFI #543: Elec - App Bay Lighting Circuit Clarification Addition of 2 circuits and rewiring of apparatus bay light fixtures due to incorrect circuit breaker size (amperage too low for load of lighting) as shown on the electrical drawings and per the response to RFI 543. PCO Review comments received 118/21: 242: TFWB noted that there were costs for new conduit in the PCO, when it should have just included new wiring. They ask that the 34" EMT conduit and the associated fitting and labor be deleted. PCEC Response: We had to use new conduit for wire fill issues. We had 6 #10 wires in the' " EMT to begin with then added 6 more. ATTACHMENTS: tfs 52 - occm-rfi 543-elec - app bay lighting circuit clarification-202012111804.pdf CE 302 - COR057.pdf Owner Signature Date Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 057 Subcontractor $11,207.00 Subtotal: $11207.00 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. $ 504.32 GL Insurance: 0.75% Applies to all line Item types. $ 87.83 P&P Bond: 0.75% Applies to all line item types. $-88.49 B&O Tax: .0.47% Applies to all line item types. $ 55.99 Grand Total: $11,943.63 Owner Signature Date Ee December 2, 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# 0 RFI# 543 PCEC RFI# PCEC COR# 057.0 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 $11,207.00 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 w itten approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: r 19066 Work Pricing for RFI 543 - Rework and addition of 2 circuits to the Description: App Bay fixtures. Tukwila Fire Station 52 1. CRAFT LABOR COSTS a. craft labor costs from b. craft labor costs from c. craft labor costs from d. craft labor costs from e. craft labor costs from Supervision d. direct supervision (includes payroll taxes & burden) breakdown breakdown breakdown breakdown breakdown DIRECT LABOR SUBTOTAL 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight $ 2,265.27 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) $ 94.97 129.78 164.59 107.02 116.83 $ 6,794.15 $ COP# PCEC COR# 057.0 Date: 12/2/2020 CCD# 00 RFI# 543 PCEC RFI# 71.54 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS Scissor Lift 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7.0 & PN SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ 400.00 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9, O& P ON INS / TAX $ 108.78 $ 219.74 TOTAL COST 1 THRU 8 6,794.15 2,265.27 400.00 1,418.91 328.53 11,207.00 o'.(0) Job NameFS#52TukwUa Job Number 1429 Extension Name: COR Item#` Item Name Quantity [Items and Byproducts] Price Ext Price Labor U Material Filter: <None> Report: COR 2/1 Labor Ext Label Set: Combined, Combned, Combined, Combined, Combined 69 10 THHN CU STRANDED 1,047 3/4 EMT 1'200 3/4 EMT CONN S/C/I 1,319 3/4 EMT COUPL S/C 1'458 3/4 EMT 1 HOLE STP/STL 4,126 10 X 1-1/2 COMB PAN HD TAP 4,194 8 X 1/2 HEX HD TAP SCR 4,291 #10 / 3/16 FLAT CUT WASHER - 6.989 10(SATERMINATION 7,178IDEAL 4E2RED WIRE NUT 17,467 4/SBOX Z'1/8^O' 1/2&3/4"KO 17,491 4/S BLANK COVER 18,773 GRD PIGTAIL #1Zx1O'1/7" 47,067 1 HOUR LABOR (RE -WORK) 47.085 OPEN (E) PANEL COVER Courtesy of McCormick Systems Inc. 3,330.00 $592.67 M $2,265.27 $1'973.5D $161.35 $26.56 $83.10 14.00 $28.72 C 2.00 $55.40 C $4.02 $0.74 $0.12 $0.48 $0.00 $1.21 $9.07 $3.93 $0.00 $2,265.27 �� , , ,f)1,91 �'0(91 71.54 23.31 5.00 0.56 1.68 &56 0.84 0.20 0.10 480 0.36 0.60 0.16 0.12 32.00 1,25 71.54 Page 2 12/2/2020 3:44 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #543 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - App Bay Lighting Circuit Clarification TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/07/2020 TBD E202N, E801 E801 FROM: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/23/20 10/14/2020 STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 01:42 PM on 10/07/2020 Clarification is needed on circuit A-11 for lighting in the App Bay. The PL -1, PL -1E and WL -3 fixtures are installed and wired via A-11 as shown on E302N. This circuit is currently drawing a total of 32 Amps. Circuit A- 11 currently is wired with 2#10 and a 20 Amp circuit breaker per E302N and E801. The 20 A breaker for this circuit has been tripped multiple times due to the load being at 32 A. PCEC recommends moving some of the fixtures to a spare circuit and updating the lighting controls to maintain the same design intent. PCEC estimates the current total run length of the 2#10 at 300to the last light fixture. Please provide revised circuitry and controls information for the lighting in the App Bay that is currently on A-11. Attachments: RFI 543 - Elec - App Bay Lighting Circuit Clarification. (af Official Response: Lauren Rock (Weinstein A+U) responded on Friday, October 23rd, 2020 at 10:36AM PDT Add circuits A-43 and A-45 to serve light fixtures (PL -1, PL -1E & WL -3) in the Apparatus Bay. Refer to Attached Sheet E202N for circuit assignments and control. Rocxy Juan - TFWB 10-23-2020 Attachments: RFI 543 - Elec - App Bay Lighting Circuit Clarification TFWB Response.pdf All Replies: 24.atieogiatakka 1W7W7W,T.T Vaz,ItiN tlefgratrogglardVIK Aiik,i0,44106wim,*06,444:44§0,44kosg 4.4444,10444.40,Ift,,AVg, "'N''qN"'',1"I'''ItteetinliCite;:nni4ePAY:PY?Str'111,0tVe*OINASNIt'lliktfe Add circuits A-43 and A-45 to serve light fixtures (PL -1, PL -1E & WL -3) in the Apparatus Bay. Refer to Attached Sheet E202N for circuit assignments and control. Rocxy Juan - TFWB 10-23-2020 Attachments: RFI 543 - Elec - App Bay Lighting Circuit Clarification TFWB Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 12/11/2020 10:04 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #243 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #243: CE #287 - ASI -025 Exterior Striping and Signage TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 243 / 0 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) 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No ,995.50 POTENTIAL CHANGE ORDER TITLE: CE #287 - ASI -025 Exterior Striping and Signage CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #287 - ASI -025 Exterior Striping and Signage Clarifications on exterior striping and exterior signage: 1. Added fire lane striping curb painting (Eagle Asphalt) 2. Added fire lane striping (Eagle Asphalt) 3. Revised wheelstops (Eagle Asphalt) 4. Revised Exterior Signage (Eagle Asphalt) 1. (4) No Parking Fire Lane, (1) Do Not Enter Authorized..., (1) Pole mounted ADA parking sign, (1) fence mounted ADA parking sign, (1) stop sign 5. Added Visitor Sign (D10) 6. Added PIV Sign (D10) 7. Added FDC Sign (D10) ATTACHMENTS: TFS52 ASI -025 R1 Exterior Stri.in and S'• aee..d _PCO 243 -SP Combined.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 12/11/ 2020 11 :27 AM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 243 -SP Subcontractor $ 1,872.42 Subtotal: $1,87142 Fee - Self Perforin 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. $ 84.26 GL Insurance: 0.75% Applies to all line Item types. $ 14.68 P&P Bond: 0.75% Applies to all line Item types. $ 14.79 B&O Tax: . 0.47% Applies to all line item types. $ 9.35 Lydig Construction, Inc. page 1 of 2 Printed On: 12/11/ 2020 11 :27 AM LYDIG PCO #243 Grand Total: 51,995.50 Owner Signature Date YDJO Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #243 -SP Project: 30130-10 - TFS#52 Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #243 -SP: CE #287 -SP - ASI -025 Exterior Striping and Signage TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract 243-SP/0 Pending In Review No CONTRACT: CREATED BY: CREATED DATE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,872.42 POTENTIAL CHANGE ORDER TITLE: CE #287 -SP - ASI -025 Exterior Striping and Signage CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #287 -SP - ASI -025 Exterior Striping and Signage Clarifications on exterior striping and exterior signage: 1. Added fire lane striping curb painting (Eagle Asphalt) 2. Added fire lane striping (Eagle Asphalt) 3. Revised wheelstops (Eagle Asphalt) 4. Revised Exterior Signage (Eagle Asphalt) 1. (4) No Parking Fire Lane, (1) Do Not Enter Authorized..., (1) Pole mounted ADA parking sign, (1) fence mounted ADA parking sign, (1) stop sign 5. Added Visitor Sign (D10) 6. Added PIV Sign (010) 7. Added FDC Sign (D10) ATTACHMENTS: CE 287 -SP - Eagle Asphalt - Tukwila Fire Station #52 Striping Change Order #1.pdf_ CE 287 -SP - D10 CO #3 - ASI -025 R1 Visitor Sign.pdf_ fF Cost Code Description Type Amount 32-502-99- - Parking Lot Striping, Signs, Parking Bumpers, ADA Stuping Eagle Asphalt COR 01 Subcontractor $ 150.00 2 10 -018 -99 --Signage Subcontractor D10 COR 03 Subcontractor $ 1,550.00 Subtotal: $1,700.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 136.00 GL Insurance: 0.75% Applies to all line item types. $ 13.77 Lydig Construction, Inc. page 1 of 2 Printed On: 12/11/ 2020 11 :20 AM LVD G PCO #243 -SP P&P Bond: 0.757 Applies to all line Item types. $ 13.87 B&O Tax: = 0.47% Applies to all line item types. $ 8.78 Grand Total: $1,872.42 Owner Signature Date Project: Contractor: Subject: ASI -025_R1 Tukwila FS #52 Lydig Change Order Proposal Date: 11/24/2020 D10 Change Order # 3 Please provide a change order for the following work: 1) 11" x 26" Visitor Sign w/Alum Lettering & Arrow - (1), excludes core drilling 2) 3" tall white vinyl building address @ FDC - (1) 3) 7" x 14" acrylic laser etched sign @ PIV - (1) Total price per attached breakdown: 1,550 State and local sales tax: included X not included Extension of time: 0 We have proceeded with the work X Work will not proceed without formal authorization This price is good for: 30 days from above date, after which, this proposal is subject to revision. Submitted By: D10 Signs & Graphics Dustin Deer Cell: (206) 696-6990 Email: dustin@d-10.com DESCRIPTION: SIGNS R. GRAPHICS LABOR PROJECT MANAGER SIGN INSTALLER - NON ELECTRIC SIGN INSTALLER - ELECTRIC SUBTOTAL CHANGE ORDER PROPOSAL SUMMARY DATE: ASI -025_R1 - Added Visitor Sign, FM Sign, & Vinyl HOURS BATE TOTAL 2 X 120.00 = $ 240.00 4 X 80.00 = $ 320.00 0 X 95.00 = $ S 560.00 SMALL TOOL ALLOWANCE CO 01600-200-001E 0.0% SUBTOTAL 560.00 MARK-UP @ TOTAL LABOR 12.0% $ 67.20 $ 627.20 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 11" x 26" Visitor Sign w/Alum Lettering 1 X 624.00 = $ 624.00 7" x 16" Acrylic Fire Marshal Sign 1 X 100.00 = $ 100.00 3" tall white vinyl address # 1 X 100.00 = $ 100.00 X = $ X = $ X = $ = $ - SUBTOTAL $ 824.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT PROPOSAL SUBTOTAL 0.0% 12.O% $ 98.88 $ 922.88 $ 1,550.08 CONTINGENCY (before markup) 0.00% $ PROPOSAL SUBTOTAL $ 1,550.08 LIABILITY WRAP INSURANCE 0.O0% $ B&O TAX 0,00% $ BONDS 0.00% $ CITY LICENSE FEE 0.00% $ INFORMATION TECHNOLOGY 0.00% $ TOTAL INSURANCE, ETC. 0,00% PROPOSAL TOTAL $ 1,550.08 COMMENTS: Eagle Asphalt Sealcoating Co.,LLC Change Order December 3, 2020 Contractor Lydig Construction Address 15447 65th Ave S Tukwila, WA 98188 Phone 425-885-3314 Fax 425-881-2903 Change Order Number: 1 Job Number: 6180 PROJECT: Tukwila Fire Station #52 Change Order Amount erycA, W• • 1) (8) Signs ($275.00 EA - Originally 10) 2) (13) Wheelstops 3) Additional NPFL Curb Striping 4) Gate Stop Line Crosshatching 5) Additional ADA Stencil 12/2/2020 -$550.00 -$150.00 $450.00 $250.00 $150.00 $150.00 Authorized Signature Date: Authorized Signature Date: Bryce Wilson Eagle Asphalt Sealcoating Company LLC Office: (253)-862-9554 Fax: (253)-862-3855 Eagle Asphalt Sealcoating Company LLC - P.O. Box 1564 Sumner, WA 98390-1564 E NSTE A+U. ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: A001, A002, A452, A920, A921, A922 ASI -025_R1 Project No. 17012 Issue Date: 11/19/2020 ❑ 1. The work described herein is a clarification of the Contract Documents. Proceeding with the work indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. ❑ 2. You are NOT authorized to proceed with this work. Submit an itemized proposal for changes (Increase or Decrease) in the Contract Sum and Contract Time, prepared in accordance with the General and Supplementary General Conditions of the Contract, within fifteen (15) days. 3. You are hereby directed to proceed as outlined herein. Submit an itemized proposal for change (Increase or Decrease) in the Contract Sum & Contract Time, prepared in accordance with the General & Supplementary General Conditions of the Contract, within fifteen (15) days. A formal Change Order will be issued after approval of the proposal by the Owner & the Architect. ❑ 4. You are hereby directed to proceed with the work herein, to be performed on a Time & Materials basis; General Contractor's overhead and profit shall be per the Owner/Contractor agreement. Submit a proposal for changes in Contract Time, if any, within fifteen (15) days. Description: This ASI provides clarification on exterior striping and exterior signage: 1. As confirmed with the Fire Marshal, fire lanes shall be designated according to the revised attached site plan, in accordance with City Ordinance #2435. Curbs shall be either: a.) Painted bright yellow where noted on east side of building, or b.) Painted bright yellow and identified with 18" high block lettering stating: "FIRE LANE NO PARKING" and a 4" line on the pavement, where noted in the rear apron. See the attached site plan for extents and locations of painting. Centerline of the text and lettering should be 4'-0" from the face of the curb. Architect to select typeface from the painting subcontractor's standard options. Color of all fire lane painting to be bright yellow. 2. Revise parking striping at rear firefighter parking area to include an ADA stall and fence -mounted signage. See revised site plan, attached. 3. Notation of post -mounted site signs previously only shown on Civil drawings have been added to Architectural Site Plans for clarity. Signs include: a. Accessible Parking sign at accessible visitor parking stall (1 sign per C3.0) b. No Parking Fire Lane (4 signs, per C3.1) c. Do Not Enter Authorized Vehicles Only (1 sign per C3.1) d. OMIT (1) "Do Not Enter Authorized Vehicles Only" sign that had been shown on C3.1 in front of flagpole concrete plinth and provide credit. 4. Install (1) additional "Visitor Parking" sign as shown on the attached revised site plan and detail. Submit shop drawings for Architect's review. 5. Provide wall -mounted PIV signage as shown on revised sheet A922. 6. Provide 3" white vinyl numerals for FDC as shown on revised sheet A922 and as described in spec section 33 10 00 2.6B. Numerals: "15447." Follow proper installation recommendations for vinyl 2200 Western Aveni WeinsteinAU.com 01, Seattle,WA 98121-1921 76 F 206 243 1218 numerals to ensure proper adhesion to FDC. Mount numerals vertically down the FDC post, facing the direction of vehicular access. 7. Paint FDC "safety red" to comply with TMC 16.42.070 I. PLEASE NOTE that the following signs are currently under permit review with the City of Tukwila and have not yet been approved. 8. Entry canopy signage: Revised size and mounting details have been provided. 9. Monument sign: Revised size, design, and details have been provided. 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinALcom 1 206 443 8606 F 206 443 1218 2 / 2 7°,52 AS1-025_R1 Exterior Stuping and Signageicionx 54TH AVE S (PUBLIC ROW) vJ Z Ci O J (/) < CO DO 0 I— Z Q U 9.00 = J m M C/) I— w (e) (1) oo (D m i- 0 0 - 0 rw w w0 LU GO CL 0 Q = w w I- -I 0 - z 0 N w 0 0 J • \ •\ • \ \ \ • • • \ ••\ •\ •\ • • \ •\ • • •\ • • \ \ \ •\ \ \ \ \ \ \ \ •• • N \\ \\ \\ \> » y w = zF_ c< 0o o1- w zz_ -w a v w O Q < (ncep 0 „s-sz LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #244 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Ch nge Order #244: CE #286 - ASI -023 App Bay Striping TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 244/0 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 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/11 /2020 None Amount Based No TOTAL AMOUNT: $2,685.57 POTENTIAL CHANGE ORDER TITLE: CE #286 - ASI -023 App Bay Striping CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #286 - ASI -023 A• Ba Stri.in Added striping in the apparatus bay, including 4" wide yellow line, 3M Safety Walk Slip Resistant General Purpose Tape (600 Series, Safety Yellow 4" wide), and Wooster Flex-Tred self-adhesive anti -slip safety surface, ocean gray. Exact dimensions were not given in the ASI, so for pricing purposes Lydig has assumed 50 LF of 4" striping per apparatus bay (3 total, 150 LF), 20 LF of 26" wide Wooster Products Flex -Tread Self -Adhered anti -slip safety surface, and 24'6" of 3M Safety Walk Slip Resistant General Purpose Tape (600 series, Safety Yellow 4" wide) ATTACHMENTS: TFS52 ASI -023 App Bay Striping.pdf PCO 244 -SP Combined.pdf p Cost Code Description Type Amount 03-001-99-- BP -03 - Structures Subcontractor PCO TBD Subcontractor $ 2,519.93 Subtotal: $2,519.93 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 113.40 GL insurance: 0.75% Applies to all line item types. $ 19.75 P&P Bond: 0.75 % Applies to all line item types. $ 19.90 B&O Tax: = 0.47% Applies to all line item types. $ 12.59 Grand Total: $2,685.57 Owner Signature Date LY lG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #244 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #244 -SP: CE #286 -SP - ASI -023 App Bay Striping TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 244 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/11 /2020 ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No 2,519.93 POTENTIAL CHANGE ORDER TITLE: CE #286 -SP - ASI -023 App Bay Striping CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #286 -SP - ASI -023 App Bay Striping Added striping in the apparatus bay, including 4" wide yellow line, 3M Safety Walk Slip Resistant General Purpose Tape (600 Series, Safety Yellow 4" wide), and Wooster Flex-Tred self-adhesive anti -slip safety surface, ocean gray. ATTACHMENTS: CE 286-SP.pdf CE 286 -SP - Eagle Asphalt -Tukwila Fire Station #52 Striping Change Order #2.pdf_ Owner Signature Date Cost Code Description Type Amount 1 10-002-01-- Misc Div 10 Work (3) ea 3M 4"x60' Anti -Slip Tape Materials $ 256.19 2 10-002-01-- Misc Div 10 Work (2) ea Wooster Flex-Tred 24"x60' Ocean Gray Materials $ 823.42 3 10-002-01-- MIsc Div 10 Work Anti -Slip Tape and Flex-Tred Install (8 hrs) Labor $ 693.36 4 32-502-99-- Parking Lot Striping, Signs, Parking Bumpers, ADA Striping Eagle Asphalt COR 02 Subcontractor $ 400.00 Subtotal: $2;172.97 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 265.95 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 32.00 GL Insurance: 0.75! Applies to line item types. $ 18.53 P&P Bond: 0.75% Applies to all line Item types. $ 18.67 B80 Tax: = 0.47! Applies to all line item types. $ 11.81 Grand Total: 12,519.93 Owner Signature Date COP Cost Breakdown en sr N 0 0 I lfl � Q { en E Z as z d 0 a V m N CO c E E a P W 0 u E 7.13 a 8 m 4.0 vs 4J O O ri N 00 O O O Q N 0 V +/f to to m m m a 0 0 O O O O O OQ 40 ii 9 2. a` N tn. 0 212 a C O 6 d 0 01 a 0 Wooster Flex-Tred 0 O O 0 O O O O 9 O tal Cost of Work Ilydig COR Templat 11/18/2020 Uline: Order Submitted el ORDER SUBMITTED Order Date: 11/18/2020 ORDER # 45802133 Thank you for shopping with Uline! Your order has been successfully submitted. You will receive an email confirmation at acarey@lydig.com once this order has been processed. You will also receive an email with your new account information. Sign in to track shipments, change your password and pay invoices online. Order Details Billing Address LYDIG CONSTRUCTION 11001 E MONTGOMERY DR SPOKANE VALLEY, WA 99206-4714 Uline Account #: New Customer Item Summary Shipping Address LYDIG CONSTRUCTION 15447 65TH AVE S ATTN ALEX CAREY TUKWILA, WA 98188-2534 Anti -Slip Tape - 4" x 60', Yellow S-13767 Ship Via: UPS GROUND Will Ship: 11/18/2020 $73.00 / RL Payment Method: MasterCard PO #: 3 Subtotal Tax = Shipping/Handling = Total = $219.00 $219.00 $23.29 $13.90 $256.19 https://www.uline.com/Ordering/Step5OrderSubmitted?ywAAAB+LCAAAAAAABAAtjssOgjAQRf+ma5RH3MzGGh1XCAnlAyodOWNpm2F1508FdXtyz81... 1/1 WOOSTER PRODUCTS INC 1000 Spruce St / PO Box 6005 / Wooster, Ohio 44691 Phone: 330-264-2844 / Fax; 330-262-4151 / Toll Free: 800-321-4936 email: sales@wooster-products.com / website: www.wooster-products.com QUOTE BILL TO: LYDIG CONST BAYLEY GOODWIN 11001 E MONTGOMERY DR SPOKANE VALLEY, WA 99206 QUOTE NO 00012958 SHIP TO: LYDIG CONST Alex Carey 15447 65th Ave S Tukwila, WA 99206 PAGE NO QUOTE DATE 11/18/2020 QUOTED BY: Ben CUSTOMER # REP # TERMS 1992009 104 NET 30 DAYS ESTIMATED MFG TIME SHIPPING UPS EST WEIGHT in LBS 60 Job Name: Tukwila Fire Station 52 QUANTITY j UOM ITEM NO & DESCRIPTION 2 RL OCE.2460.R 24" x 60' / Ocean Gray -Roll $339.21 / RL EXTENDED PRICE $678.42 Shipping and handling is an estimate only and may vary. Sales tax will be added where applicable. Estimated Shipping/Handling $145.00 Sales Tax $0.00 Total $823.42 Price is valid for 45 days. Wooster Products standard terms and conditions apply. Please sign and return 1 copy of this quote to place the order. Accepted By: SHIP TO: (if other than SHIP TO address listed above) Signature: Date: Purchase Order:# Eagle Asphalt Sealcoating Co.,LLC Change Order December 3, 2020 Contractor Lydig Construction Address 15447 65th Ave S Tukwila, WA 98188 Phone 425-885-3314 Fax 425-881-2903 Change Order Number: 2 Job Number: 6180 PROJECT: Tukwila Fire Station #52 1) App Bay Striping $400.00 150 LF of striping, 4" wide yellow stripe, location TBD by TFD on site at time of other striping installation Change Order Amount $400.00 f3ryc& 12/2/2020 Authorized Signature Date: Authorized Signature Date: Bryce Wilson Eagle Asphalt Sealcoating Company LLC Office: (253)-862-9554 Fax: (253)-862-3855 Eagle Asphalt Sealcoating Company LLC - P.O. Box 1564 Sumner, WA 98390-1564 H STE1 A+U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI —023 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Striping Diagram Project No. 17012 Issue Date: 9/17/2020 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 provides clarification to the note on sheet Al01 N of the Construction Documents, which reads: "Provide striping at App Bay. Line locations to be marked on site w/TFD." The attached diagram should be used to coordinate the layout of the striping with TFD and with the apparatus that will be stationed in each bay. Product specification: 1. 3M Safety Walk Slip Resistant General Purpose Tape — 600 Series, Safety Yellow, 4" wide for long backing lines and 2" wide around the step-off boxes (per attached diagram). 2. Wooster Products, Flex-Tred self-adhesive anti -slip safety surface, Ocean Gray, for the step-off boxes. All surfaces to be marked shall be thoroughly cleaned before application of the tape. 7.200 Western Avenue Suite 301, Seattle, WA 98 1 2 1-1 921 WeinsteinAU_com 206 0438606 r 7.0644:31218 4" Wide Yellow Lin 26" Wide ,^ —.26" 6/id Length Depends on Size of Veh -,.... Length Depends on Size of Vehicle Yellow Line may extend on the back of wall S' above 4" Wide I: across the Top 26 6/id " Space from Tire Length Depends on Size of V `..---.7-26" Wide ds on Size of Vehicle-- Drigm Unco K©n-01-s me;A'gun g@TI717-(DiTrIod LYOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #245 Project: 30129-43 - TFS#52 - GCCM 1544765th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Elec/Mech - Power and Order #245: CE #303 - RFI #550: Data For BMS Devices TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 245 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. —Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/11/2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $3,401.81 POTENTIAL CHANGE ORDER TITLE: CE#303 - RFI #550: Elec/Mech - Power and Data For BMS Devices CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #303 - RFI#550: Elec/Mech Power and Data For BMS Devices Addition of power and data for DCD and BMS devices in Sprink/Mech 103 and Shop 138 per the response to RFI 550. ATTACHMENTS: tfs 52 - gccm-rfi 550-elec mech -_power and data for bms devices-202012112022.pdf CE 303 - COR058.pdf # Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 058 Subcontractor $ 3,192.00 Subtotal: $3,192.00 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. $ 143.64 GL Insurance: 0.75% Applies to all line item types. $ 25.02 P&P Bond: 0.75% Applies to all line Item types. $ 25.20 B&O Tax: = 0,47% Applies toall line Item types. $ 15.95 Grand Total: $3,401.81 Owner Signature Date nese December 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 ILL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 550 PCEC RFI# PCEC COR# 058.0 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 53,192.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is validfor 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract, I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 3 worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# - PCEC Job No.: 19066 1 PCEC COR# 05 L 8.0 L I Work Power and Data for BMS Devices per RFI 550. Date: 12/4/2020 Description: CCD# 550 PCEC 1. CRAFT LABOR COSTS (includes payroll taxes & burden) RFI# RFI# a. craft labor costs from breakdown $ 94.97 14.27 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 $ 1,355.22 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 1,355.22 2. MATERIAL COSTS a. scheduled material $ 533.68 d. permits $ - b. quoted material $ e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 533.68 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. Integrated Tech Group 858.00 b. c. d. 7.0 & PON SUBCONTRACTORS a. 8% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ 283.34 6. SUBCONTRACTORS 858.00 7. 0 & P ON SUBS 1.00% (of 1 through 7) $ 30.99 2.00% (of 1 through 7) $ 62.60 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 $ 68.64 93.59 3,192.00 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 U Ext Price Labor Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined $533.68 68 12 THHN CU STRANDED 485.00 $387.54 M $187.96 1,047 3/4 EMT 120.00 $161.35 C $193.62 1,200 3/4 EMT CONN S/C/I 6.00 $664.05 C $39.84 1,319 3/4 EMT COUPL S/C 15.00 $692.48 C $103.87 1,458 3/4 EMT 1 HOLE STP/STL 17.00 $28.72 C $4.88 4,126 10 X 1-1/2 COMB PAN HD TAP 17.00 $5.30 C $0.90 4,291 #10 / 3/16 FLAT CUT WASHER- 17.00 $3.44 C $0.58 7,153 IDEAL 452 RED WIRE NUT 10.00 $201.37 M $2.01 $533.68 -MOO 1141 (a0 (03 0 14.27 M 2.91 C 6.00 E 0.84 E 2.10 C 0.68 C 1.02 C 0.12 E 0.60 14.27 Courtesy of McCormick Systems Inc. Page 2 12/4/2020 10:42 AM aii-)Integrated Technologies Group INFORMATION TRANSPORT 'iSOLUTIONS October 26, 2020 Attn: Scott Driscoll RE: Tukwila Fire Station #52 COP 3 RFI 550 STATEMENT OF WORK • Provide and install (1) location oft cat 6 cables to Sprink/Mech room 103 • ASSUMPTIONS/CONDITIONS : • All conduit/wire mold and associated hardware necessary for cable run are free of obstructions and a 2001b -pull cord is installed prior to our beginning work in each area of the building. EXCLUSIONS • State and local sales tax. • Hidden conditions. • Bringing other existing work up to code (if required and/or directed). • Any work not specifically identified. • Changes or additions. • Costs due to delays or acceleration not created by The Integrated Technologies Group, Inc. • Core Drilling, Firewall penetrations and related hardware. • Conduits, backboxes, sleeves. • Provision and installation of plywood backboards. • Fire Stop and/or fire pathways and putty. • Demark extensions. • Provision and installation of CCTV, or TV cable or equipment PRICING: Cost $858.00 Thank you for considering The Integrated Technologies Group for your communication needs. If you have any questions, please contact James Worley. Sincerely, James Worley The Integrated Technologies Group, Inc Email: James.WorleycrThelTGroup-Inc.com Phone: 206.405.0800 Fax: 425.951.0670 206.235.8580 office 1 425.951.0670 fax PO Box 1267 Bothell, WA 98041-1267 LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #550 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec/Mech - Power and Data For BMS Devices TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/09/2020 TBD E401S, A101N, M501S 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 10/22/20 10/16/2020 TBD RECEIVED FROM: Bill Cantor (C & C SOLUTIONS) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:39 PM on 10/09/2020 120V power and data are needed for various DCD/BMS related devices. 1. Previously in RFI 392, TFWB provided direction on providing 120V power to the AE200, Jace and PSH300 panels. C&C also needs two data drops for two of these panels to tie into the CoT network for user control of mechanical equipment. C&C has existing low voltage conduit ran to these locations that could also be used to pull cabling for the data. Please confirm two data drops are to be added. 2. 120V power is needed for the GPC panel located in Shop 138. Please advise of circuitry information to provide 120V. 3. Sheet M501S shows a thermostat in Laundry 117. This thermostat has been roughed in. Please advise what this thermostat location is intended to be tied to, or advise if the thermostat should be drywall patched and repaired. Attachments: RFI 550 - Elec Mech - Power and Data For BMS Devices.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, October 22nd, 2020 at 10:23AM PDT 1. two data drops are to be added. 2. Connect GPC Panel to circuit M-71. 3. thermostat in Laundry 117 should be removed. Dali Yu - Greenbusch Rocxy Juan - TFWB 2020.10.22 Attachments: RFI 550 - Elec Mech - Power and Data For BMS Devices - TFWB-Greenbusch Res onse. d All Replies: "4104A$44,4 d,,,,*4 14.v4N SO% 4A4tt...A 41,441v4,4,41,, 1. two data drops are to be added. 2. Connect GPC Panel to circuit M-71. 3. thermostat in Laundry 117 should be removed. Dali Yu - Greenbusch Rocxy Juan - TFWB 2020.10.22 44.0014.1440, 4004161 Mko;k At4t,\,4044,4441.8tot4o4 444404400141tOg Int44*V44A:4404 4,it04.44444,M4$4hrs4, '-‘1,4104414WW0440$40444010M0* Attachments: RFI 550 - Elec Mech - Power and Data For BMS Devices - TFWB-Greenbusch Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 12/11/2020 12 :22 PM LYDIG BY Lydig Construction, Inc. RFI #550 DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 12:22 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #246 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #246: CE #304 - RFI #589: Elec - Nederman Power Connection Discrepancy TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 246 / 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: 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: TOTAL AMOUNT: $4,132.89 No POTENTIAL CHANGE ORDER TITLE: CE #304 - RFI #589: Elec - Nederman Power Connection Discrepancy CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #304 - RFI #589: Elec - Nederman Power Connection Discrepancy The power connections for the nederman magnarails required to be relocated from the location shown on E302N per the response to RFI 589. The RFI states that this could have been coordinated in the shop drawing review process, but no matter if this was coordinated there is still additional run of conduit, wire and labor to extend the power to the opposite side of the apparatus bay from panel M in Shop 138. Regardless of coordination there is added cost to the electrician's scope of work per this RFI. ATTACHMENTS: tfs 52 qccm-rfi 589-elec - nederman power connection discrepancy-202012112134.pdf CE 304 - COR061.pdf Owner Signature Date Cost Code Description Type Amount 1 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 061 Subcontractor $ 3,878.00 Subtotal: $3,878.00 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. $ 174.51 GL Insurance: 0.75% Applies to all line item types. $ 30.39 P&P Bond: 0.75% Applies to all line item types. $ 30.62 B&O Tax: = 0.47% Applies to all line Item types. $ 19.37 Grand Total: $4,132.89 Owner Signature Date pese December 8, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 589 PCEC RFI# PCEC COR# 061.0 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 S3,878.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is validfor 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pege Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: I 19066 t Work Relocation of Power for nederman to back of app bay. Description: 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 $ 764.82 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) $ 94.97 $ 129.78 164.59 107.02 116.83 $ 2,508.16 COP# - PCEC COR# 061.0 Date: 12/8/2020 CCD# RFI# 589 PCEC RFI# 26.41 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding - $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 1.00% (of 1 through 7) 2.00% (of 1 through 7) $ . SUBCONTRACTORS . 0 & P ON SUBS $ 37.64 $ 76.03 $ 2,508.16 764.82 490.95 $ c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE/TAXES a. 0% portion of 8 0 (of 1 through 7) 0 (of 1 through 7) 8 INSURANCE 9. 08, P ON INS/TAX TOTAL COST 1 THRU 8 113.67 3,878.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] Item # Item Name Quantity Price U 1 f. Ext Price i Labor Label Set: Combined, Combined, Combined, Combined, Combined $764.82 68 12 THHN CU STRANDED 610.50 $387.54 M 1,047 3/4 EMT 180.00 $161.35 C 1,200 3/4 EMT CONN S/C/I 8.00 $664.05 C 1,319 3/4 EMT COUPL S/C 21.60 1,458 3/4 EMT 1 HOLE STP/STL 26.00 4,126 10 X 1-1/2 COMB PAN HD TAP 26.00 4,194 8 X 1/2 HEX HD TAP SCR 6.00 4,291 #10 / 3/16 FLAT CUT WASHER- 26.00 7,153 IDEAL452RED WIRE NUT 20.00 17,467 4/S BOX 2-1/8"D, 1/2&3/4"KO 3.00 17,491 4/S BLANK COVER 3.00 18,773 GRD PIGTAIL #12x 10-1/2" 3.00 $55.40 C 47,065 1 HOUR LABOR (DEMOLITION) 4.00 $0.00 X $692.48 C $28.72 C $5.30 C $2.93 C $3.44 C $201.37 M $453.35 C $196.42 C Courtesy of McCormick Systems Inc. Material Filter: <None> Report: COR 2/1 Labor Ext 26.41 $236.59 3.66 $290.43 OO C 9.00 $5312'k14?E 1.12 $149.58``Q14rtE 3.02 $7.47 OIC 1.04 $1.38 00! C 1.56 $0.18 N� C 0.30 $089(! ti7QC 0.18 $4.03 1.20 $13.60 COQ® C 0.90 $589 00?C 0.24 $166F 16OO C 0.18 $0.00 L ,' 1 00' E 4.00 $764.82 26.41 Page 2 12/8/2020 3:53 PM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #589 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Nederman Power Connection Discrepancy TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E302N LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 11/06/2020 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 Closed on 11/10/20 11/13/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 02:25 PM on 11/06/2020 Clarification is needed on the equipment connection for the three Nederman Magnarails in the App Bay. According to E302N, the equipment connections for the Magnarails are to be on the east side of the App Bay near the four fold doors, which is the exiting side of the App Bay. This does not align with the manufacturer's cut sheets that were submitted, as they show the equipment connection to be at the entrance side of the App Bay, which would be the west side in our application. Currently all three circuits are roughed in per E302N. Please advise if the equipment connections are to be relocated to the west side of the App Bay. Attachments: RFI 589 - Elec - Nederman Power Connection Discre anc ..d Official Response: Lauren Rock (Weinstein A+U) responded on Monday, November 9th, 2020 at 12:45PM PST Relocate power connections to Magnarails as required by supplier/installer. Note that the power rough -in installations should have been coordinated with the supplier/installation prior to commencement of work since the supplier/installer shop drawings was not available during the design phase. Refer to Sheet Note #2 on Sheet E302N. Rocxy Juan - TFWB 11-9-2020 Review proposed conduit routing with WAU prior to installation. L. Rock, WA+U 11/9/20 Attachments: RFI 589 - Elec - Nederman Power Connection Discrepancy TFWB Response.pdf All Replies: AlitetAt 3istVITSN'T 7.** rrn 411RATZW.Reroa kt‘ IMagraFttlanifV*WOVM+1,Mrs+rrwM,mwrk+rirrr+++‘ ++++.1 Ini.0004NziltAMt*Wwv, \*,*\tro \\MytO.Mtmoottkook, ,,Tovvh. AqlwArwt*,*,4*,,,444t,ttn*4000004,A4WSIVi'oeli*: ,W4ePk‘t44' s AWAkt.vo,sacm anua, Wkats`,1,taitexl sala4 tA*1,644.1aCtalilva&tatkitathaittalt,44kOVV44` 1V"*V444'*,,er."4 WO— Relocate power connections to Magnarails as required with the supplier/installation prior to commencement of Refer to Sheet Note #2 on Sheet E302N. Rocxy Juan - TFWB 11-9-2020 by supplier/installer. Note that the power rough -in installations should have been coordinated work since the supplier/installer shop drawings was not available during the design phase. Review proposed conduit routing with WAU prior to installation. L. Rock, WA+U 11/9/20 Attachments: RFI 589 - Elec - Nederman Power Connection Discre anc TFWB Res onse d Lydig Construction, Inc, Page 1 of 2 Printed On: 12/11/2020 01 :34 PM LY DIG BY Lydig Construction, Inc. RFI #589 DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 01:34 PM YDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #247 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #247: CE #305 - RFI #586: Arch - Interior Signage Clarifications TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 247/0 Pending - In Review FROM: 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) CONTRACT: CREATED BY: CREATED DATE: 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $939.06 POTENTIAL CHANGE ORDER TITLE: CE #305 - RFI #586: Arch - Interior Signage Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #305 - RFI #586: Arch - Interior Signage Clarifications Addition of sign types 14 & 15 in the app bay per the response to RFI 586. Pricing includes: (3) ea "CEILING FAN", (2) ea "LIGHTS", (10) ea "DOM WATER", (13) ea "COMP AIR". (28) total signs added. ATTACHMENTS: tfs_52 - occm-rfi 586 -arch - interior signage clarifications-202012112151.pdf PCO 247 -SP Combined.pdf Owner Signature Date Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 247 -SP Subcontractor $ 881.14 Subtotal: $881.14 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 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 39.65 GL Insurance: 0.75% Applies to all line item types. $ 6.91 P&P Bond: 0.75% Applies to all line Item types. $ 6.96 B&O Tax: = 0.47:/ Applies to all Ilne Item types. $ 4.40 Grand Total: $939.06 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 #247 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907.2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #247 -SP: CE #305 -SP - RFI #586: Arch - Interior Signage Clarifications TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULEIMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 247 -SP / 0 Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: CREATED DATE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $881.14 POTENTIAL CHANGE ORDER TITLE: CE #305 -SP - RFI #586: Arch Interior Signage Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #305 -SP - RFI #586: Arch - Interior Signage Clarifications Addition of sign types 14 & 15 in the app bay per the response to RFI 586. Pricing includes: (3) ea "CEILING FAN", (2) ea "LIGHTS", (10) ea "DOM WATER", (13) ea "COMP AIR". (28) total signs added. ATTACHMENTS: Owner Signature Date Cost Code Description Type Amount 1 10-018-99-- Signage Subcontractor D10 COR 04 Subcontractor $ 800.00 Subtotal: $800.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 64.00 GL Insurance: 0.75% Applies to all line Item types. $ 6.48 P&P Bond: 0.75% Applies to all line Item types. $ 6.53 B&O Tax: = 0.47% Applies to all line item types. $ 4.13 Grand Total: $881.14 Owner Signature Date Project: Contractor: Tukwila FS #52 Lydig Subject: Added Sign Type 14 & 15 Change Order Proposal Date: 12/8/2020 D10 Change Order # 4 Please provide a change order for the following work: 1) Added sign type 14 & 15: - "CEILING FAN" = Qty: 3 - "LIGHTS" = Qty: 2 - "DOM WATER" = Qty: 10 - "COMP AIR" = Qty: 13 Total price per attached breakdown: 800 State and local sales tax: included X not included Extension of time: 0 We have proceeded with the work X Work will not proceed without formal authorization This price is good for: 30 days from above date, after which, this proposal is subject to revision. Submitted By: D10 Signs & Graphics Dustin Deer Cell: (206) 696-6990 Email: dustin@d-10.com DESCRIPTION: SIGNS GRAPHICS LABOR PROJECT MANAGER SIGN INSTALLER - NON ELECTRIC SIGN INSTALLER - ELECTRIC SUBTOTAL Added Sign Type 14 & 15 CHANGE ORDER PROPOSAL SUMMARY DATE: HOURS RATE TOTAL 1 X 120.00 = $ 120.00 2 X 80.00 160.00 0 X 95.00 $ 280.00 SMALL TOOL ALLOWANCE @ 01600-200-001E 0.0% MARK-UP CO SUBTOTAL 280.00 TOTAL LABOR 12.0% $ 33.60 $ 313.60 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Added Sign Type 14 & 15 28 X 15.50 = $ 434.00 X X X X X $ SUBTOTAL $ 434.00 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 12.0% $ 52.08 TOTAL MATERIAL/EQUIPMENT $ 486.08 PROPOSAL SUBTOTAL $ 799.68 CONTINGENCY (before markup) 0.00% $ PROPOSAL SUBTOTAL $ 799.68 LIABILITY WRAP INSURANCE 0.00% $ B&O TAX 0.00% $ BONDS 0.00% $ CITY LICENSE FEE 0.00% $ INFORMATION TECHNOLOGY 0.00% $ TOTAL INSURANCE, ETC. 0.00% $ PROPOSAL TOTAL 799.68 COMMENTS: LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #586 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Interior Signage Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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), 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) 11/05/2020 TBD A923 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 11/16/20 11/12/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:56 PM on 11/05/2020 Clarification is needed on signage types 14 and 15 as shown on the interior signage schedule on 2/A923. Item numbers 14 and 15 are for the plumbing and electrical related devices, respectively. The attached shows as -built rough -in locations on the north and south walls of the App Bay. Please provide updated quantities and specific text for signage associated with these devices. Please note, there is also domestic water and compressed air hose reels on the east and west sides of the App Bay, as well as two compressed air connections in Shop 138, compressed air and domestic water in both airlocks, and domestic water in Decon 134. Attachments: RFI 586 - Arch - Interior Signage Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, November 10th, 2020 at 5:03F'M PST SEE COMMENTS THROUGHOUT FOR SIGNAGE TEXT, QUANTITIES, AND MOUNTING CLARIFICATIONS FOR SIGNAGE TYPES 14 AND 15. SUBMIT SHOP DRAWINGS OF EACH SIGNAGE TYPE. SUBMIT FULL SIZE SAMPLE, INCLUDING TEXT AND COLOR. L. ROCK, WEINSTEIN A+U 11/10/2020 Attachments: RFI 586 - Arch - Interior Signage Clarifications WAU Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 12/11/2020 01 :51 PM RFI #586 LYDIG ONM vitalas"44.1•1 'NIX\ tittri4,,t,.**0.4aNttztWvesitfrklttsyitAkso:iiroiZ,v,k044 tko miatHia0i#A,44,0vv.4.0tAk14,9040,040:0,14,40Ai;:,,,40,0,44,41:,: ,6a41.2046fAi&lkii-,12.4latioALuiiiataiWkstk. azuaKatki4:mudattatt,t2aykdettAtaiik na'"A's",4m4q:"`4***'t‘t""'%'\&' AACwym,m04.A4aa,4.a0..U.WLuomU4thl,.,,,IVA SEE COMMENTS THROUGHOUT FOR SIGNAGE TEXT, QUANTITIES, AND MOUNTING CLARIFICATIONS FOR SIGNAGE TYPES 14 AND 15. SUBMIT SHOP DRAWINGS OF EACH SIGNAGE TYPE. SUBMIT FULL SIZE SAMPLE, INCLUDING TEXT AND COLOR. . ROCK, WEINSTEIN A+U 11/10/2020 Attachments: RFI 586 - Arch - Interior Signage Clarifications WAU Resuonse.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 01:51 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #248 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #248: CE #306 - RFI #561: Elec - Dedicated 20A Circuit for DAS TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 248/0 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129- Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $974.08 POTENTIAL CHANGE ORDER TITLE: CE #306 - RFI #561: Elec - Dedicated 20A Circuit for DAS CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #306 - RFI #561: Elec - Dedicated 20A Circuit for DAS Removal of plywood and demo of 4 gang receptacle to facilitate a hard wire connection for the DAS panel per the response to RFI 561. ATTACHMENTS: tfs 52 - gccm-rfi 561-elec - dedicated_20a circuit for das-202012112158.pdf CE 306- COR062.pdf_ Owner Signature Date Cost Code Description Type Amount 1 26-001-99-- BP -11 -Electrical Subcontractor PCEC COR 062 Subcontractor $ 914.00 Subtotal: $914.00 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 41.13 GL insurance: 0.75% Applies to all line item types. 5 7.16 P&P Bond: 0.75% Applies to all line Item types. $ 7.22 B&O Tax: = 0.47% Applies to all line Item types. $ 4.57 Grand Total: 5974.08 Owner Signature Date PeEe December 9, 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# 561 PCEC RFI# PCEC COR# 062.0 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 5914.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# _ P��ECJob ���z: |'18O66 ! PCEC COR# W6�.� Work Remove plywood and demo receptacle to facilitate hard wire Date: 13V9/2020 Description: connection to DAS Panel. CCD# RFI# 561 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 7.00 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 $ 164.58 0.00 Hrs. OT 2 Time d. craft labor costs from breakdown $ 10702 0.00 Hrs. 2nd Shift Time e. craft labor costs from breakdown $ 116.83 0J00 Hrs. 3rd Shift Time DIRECT LABOR SUBTOTAL $ 66479 Supervision d. direct supervision 0% (of direct labor) � e. safety 0% (of labor) � f. travel (if applicable, itemize) parking � 1. CRAFT LABOR COSTS 664.79 2. MATERIAL COSTS a. scheduled material $ 106.75 d. permits $ b. quotematerial $ e. dumpster $ c. freight $ f. coordination drawings $ 2.MATERIAL COST a $ 106.75 3. EQUIPMENT COSTS a. owned equipment (spec approved source b. rental equipment (per invoices attached) 4. SMALTOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SRS a. b. c. d. � 15%overhead & profit of1 15% overhead & profit of 2, 3 & 4 7.O&PONSUBCONTRACTORS 0% overhead & profit of 6 8, INSURANCE/TAXES a. volume driven Iiability insurance b. Bonding c. State B&0 Tax d.City 8&OTax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 � s 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 115.73 � � � � 6. SUBCONTRACTORS 1.00% (of 1 through 7) $ 8.87 2.00% (of 1 through 7) $ 17.92 0 (of 1 through 7) � 0 (of 1 through 7) � a.mounAwoE TOTAL COST 1 THRU 8 26.80 � 914.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Item # I Item Name ! Quantity Price Label Set: Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 33.30 $387.54 M 6,516 1/2 FLEX STEEL 6,585 1/2 FLEX 1 SCREW CONN 6,988 12 GA TERMINATION 7,153 IDEAL452 RED WIRE NUT 17,491 4/S BLANK COVER 17,500 4/S 2-1/8"D, EXT R 1" KO 1.00 $7,459.64 C 47,065 1 HOUR LABOR (DEMOLITION) 2.00 $0:00 X 47,078 1 HOUR LABOR (COORDINATI( 2.00 $0.00 X 47,085 OPEN (E) PANEL COVER 1.00 $0.00 X 10.00 2.00:. 3.00 3.00 1.00 $98.98 C $339.33 C $0,00 X $201.37 M $196.42 C Courtesy of McCormick Systems Inc. Ext Price Labor l 1 $106.75 $12.9 $9.90 $6.79 $0.00 $0.60 $1.96 $74.60 $0.00 $0.00 $0.00 $106.75 Labor Ext 7.00 M 0.20 C 0.40 C 0.24 E 0.45 E 0.18 C 0.08 0.20 2.00 E 2.00 E 1.25 7.00 Page 2 12/9/2020 12:16 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #561 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Dedicated 20A Circuit for DAS TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/21/2020 TBD E302S.A 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 11/18/20 10/28/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 11:03 AM on 10/21/2020 Per conversations on site with Day Wireless, Pacific Coast Electrical, and Lydig, a dedicated 20A circuit is needed in the Comm Room 209 near where the DAS system will be located. The BDA and battery backup will be installed on the north wall of Comm Room 209, and will require a 20 A circuit with the following details: • The 20A circuit should be terminated in a j -box on the spot indicated on the attached and as marked in the field during the site walk (roughly 3'- 0" AFF). • The j -box should be covered with a blank faceplate and labeled with the panel and circuit number. • The circuit in the panel should have an individually locking circuit breaker, and the circuit labeled ERRCS. • Day Wireless will provide flex and any required wiring downstream of the j -box and will make the connections to their panel. Please confirm the above is acceptable and advise which circuit the 20A service will be provided on. Attachments: RFI 561 - Elec - Dedicated 20A Circuit for DAS.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, November 18th, 2020 at 11:51AM PST Use the 20A, 120V dedicated circuit A-77 along the north wall of Comm Room 209 for DAS BDA equipment power Remove the double duplex as required to provide hardwired connection to DAS BDA equipment. Rocxy Juan - TFWB 11-18-2020 Attachments: RFI 561 - Elec - Dedicated 20A Circuit for DAS-TFWB Response.pdf All Replies: Ai§*4'kk*,*o,tVpipt"taarNt<kkOfa004::,,toittk,g*t**;*Mwvz Nvia-4r. gelasse 24,416.1164°0140,4,1411Meivit'''''. 14-11....*116116A4MAA41.424\4.4004kY'+' **VRIVI""*"4" "4"44414"1"4"*"' **** '444 — \ ;nmakAottestainatitAtiiiiiiiitattAtafiNatt\10104 n r Use the 20A, 120V dedicated circuit A-77 along the north wall of Comm Room 209 for DAS BDA equipment power. Remove the double duplex as required to provide hardwired connection to DAS BDA equipment. Rocxy Juan - TFWB 11-18-2020 Attachments: RFI 561 - Elec - Dedicated 20A Circuit for DAS-TFWB Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 12/11/2020 01 :58 PM RFI #561 LY D I G 7.www, SOO tuttua.kat, r ,441.1.11 sinTMWS:Frit.1711n17' ,,m,h,21.'AtLazt,,ciaLkel,"&a..4taivitat„, Arirqv „Waiwkaa04,4MACU:16 -prm • WrgrprfraM4704 A ViiMOW**i\ Nt40414 'n %WS:1,1.1.04'1 \-4,* iglitt Per TFWB's request during the DAS design review meeting on 11/6, it is confirmed that the double duplex receptacle on the north wall of the Comm Room is installed and is a dedicated circuit. Attachments: Comm Room.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 01:58 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #249 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 TO: Prime Contract Potential Change Order #249: CE #308 RFI #268: Mech/Arch - Confirmation of Valve and Access Panel Locations City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 249 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: 12/11 /2020 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station#52 GCCM Prime Contract Alex Carey (Lydig Construction, Inc.- Bellevue Off) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $9,806.86 POTENTIAL CHANGE ORDER TITLE: CE #308 - RFI #268: Mech/Arch - Confirmation of Valve and Access Panel Locations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #308 - RFI #268: Mech/Arch —Confirmation of Valve and Access Panel Locations RFI 268 confirmed the addition of hot water circ balance valves throughout the building that were not shown on the drawings and added during the submittal review process by GB/WAU. ATTACHMENTS: tfs 52 - gccm-rfi 268-mech arch - confirmation of valve and access panel locations-202012112225.pdf CE 308- JM COR 8023 - RFI 268 Added Circuit Setter Valves.pdf Owner Signature Date Cost Code Description Type Amount 23-001-99-- MCCM Subcontractor JMI COR 8023 Subcontractor $ 9,202.02 Subtotal: $9,202.02 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead. and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 414.09 GL Insurance: 0.75% Applies to all line item types. $ 72.12 P&P Bond: 0.75% Applies to all line item types. $ 72.66 B&O Tax: = 0.47% Applies to all line Item types. $ 45.97 Grand Total: 69,806.86 Owner Signature Date Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # D30660 DATE: 8'Deo-20 JMI COR #: | 8023 DESCRIPTION: Added Circuit Setter Vaives - Domestic water balance vaives were not indicated on the original bid ]plano.Per RFI 268 circuit setter valves were to be included on the finalized shop drawings. ;This proposal includes furnishing and installing domestic hot water circuit balance valves per the approved REV 3 domestic water shop drawings EXCLUSIONS: REFERENCE: RFI SCHEDULE IMPACT: --^- L LABOR: A. LABOR (FIELD FOREMAN) O. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (1ommLABOR "r} III. SUBCONTRACTORS A. ALL SUBS - Redline RS @ 1.001HRS O RS@ 0.00|HR8@ O.00|HRS@ ] 0.60|HRS@ HRS @ HRS @ LABOR TOTAL $ 97.49 =Q $ 91.35 = $ $ 104.95 = $ $ 70.69 = $ $ 104.92 = $ $ 97'78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL 91.35 $ 8,34500/ IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR I' ] B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR C. PERMITS |$ OTHER DIRECT COSTS TOTAL � 91.35 � V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VA ID FOR 30 DAYS 15% 8% 1% TOTAL AMOUNT FOR THIS CI-IANGE ORDER PROPOSAL � 8,436.35 � 13.70 � - � 667.60 u 84.36 $ 9,202.02 This change proposal only includes costs that can beidondfiededthis time. This change proposal does not include any amount for changes in the sequence of wor, delays, disruptions, rescheduling, extnded overhead, acceleration or impact cost . 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. MECHANICAL Change Order Proposal 004 May 29, 2020 Attn: Ivy LeVangie Johansen Mechanical Project: Tukwila Fire Station # 52 RE: RFI 268 — Added Circuit Setter Valves Dear Ivy, Domestic water balance valves were not indicated on the bid plans. Per RFI 268 circuit setter valves were to be included on the finalized shop drawings. This proposal includes furnishing and installing domestic hot water circuit balance valves per the approved REV 3 domestic water shop drawings. Exclusions: • Plumbing insulation COP -004 Cost: $ 8,345 Sincerely, 73 REDLINE MECHANI 425-586-0553 jon@redlinemec.com BID RECAP SHEET RED1INE flA E C H. N I C A L 12/9/2020 Company: Redline Mechanical JobName: C:\Users\JBenedict\SyncedFolderlAdmin\FastEST-Local.site\Jobs\Jon\TUKWILA FIRE STATION.job Bid Date Bid: COP -004 RI PLUMBING/PIPING SUMMARY FASTPIP.,mmary Pipe Equipment Total Pipe Fixtures Total Pipe Specialties Total Pipe Other Total Equipment Fixtures General Conditions Drains Hydronic Equipment Med Gas & Lab Equipment Specialties Other Direct Project Labor Plbg/Piping Labor Materials Hours Rate Labor $ Total $2,885 33.3 $92.95 $3,100 $5,985 $0 w/Summary $0 0 $0 w/Summary 0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 0.0 j $92.95 $0 $0 $0 0.01 $92.95 $0 $0 $181 $181 $0 0.01 $92.95 $0 $0 $0 0.00 $92.95 $0 $0 $0 0.0! $92.95 $0 $0 $0 0.0! $92.95 $0 $0 $0 11.31 $89.79 $1,018 $1,018 Overtime $0 0.0 ! $0.00 $0 $0 Sub Total $3,067 44.7 $4,118 $7,185 MATERIALS SUMMARY Plumbing/Piping Materials/Equipment Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL 0.0 Cost OH&P $ Total $3,067 $460 $3,527 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $3,067 $460 $3,527 $0 $0 $0 $3,067 $460 $3,527 OH&P % 15% 15% 15% 15% 15% 10.0 15% LABOR SUMMARY Plumbing/Piping Labor Sub Total Sales Tax LABOR TOTAL Hours Rate Cost OH&P $ Total 44.71 $92.15 $4,118 $618 $4,736 0.0 $4,118 $618 $4,736 0.0 % $0 $0 $0 $4,118 $618 $4,736 OH&P % 15% 15% 0% 15% SUBCONTRACTS SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1.0 %o Cost OH&P $ Total 15% 15% #DIV/0! 15% % $0 0 0 0.0 0 0 $0; 0 0 0 15% 15% #DIV/0! 15% % OTHER JOB COSTS Company: Redline Mechanical JobName: CAUaers\JBenedict1SyncodFw|dmr1Adnn|n\FaetEST-Looa|.site\Joba\Jmn\TUKmULAF|FXE COP -004 R1 Materials P|bo/Piping Fqumbing/Pi Rate Labor Total PL Hours `Oeooipdon 1 Pennits-P|umbing $0 $0 2 Permits - Plumbing Base add $ 150 $0 $0 3 Permits - Backflows $0 4 Permits - Pressure Vessels $0 5 Sewer Tap Fees $O 6 Gas Permit Base add $140 $O 7 Gas Permit Outtet $0 $0 8 Pressure Testing $0 9 Balancing $0 10 Draining & Refilling $O 11 Welding Qualification $U 12 $0 13 Trench Preparation $0 14 Barricades $0 15 Shoring $U 16 $O 17 JobOfficel Trailers / $U 18 Job Storage Trailers $0 19 Job Fabrication Facility $8 20 Utilities: Sewer, Water, Power, Phone $O 21 Equipment Cartage $0 22 Temporary Services 8Fuel $0 23 Ventilation $0 24 Clean-up $0 25 $O 26 Engineering 0.0 $125.00 $O 27 Project Engineer O.0 $50.00 $0 28 Detailing 0.0 $96.44 $0 29 Project Manangement 5.0 $80.00 $450 30 $0 31 Supervision 4.0 $105.00 $420 32 Material Handling 0.0 $50.00 $0 33 Delivery 1.7 $50.00 $83 34 $0 35 Parking $ Per Man Day $0 $O 36 Scheduling $0 37 Safety $58 0.7 $96.44 $64 38 $0 39 Foreman Truck & Fuel /Week $0 $O 40 $0 41 Tools & Consumables $124 $0 42 $0 $181 11.3 $89.79 $1.018' .D.j O -7 CD CD CD CD en co CO u) (4 CD CD CD C4 0) e- CV CDCDCD mt Ul In . . • Z O T- CD 01 CD CD 0 i= mt CD CT) UD Ul et < - c4 4 cNi to F- 15 1.° cy 04 g3 co z 0 — w 1- 0.; a c:C t_i_ te. 40 40 40 40 03 403 < CO CD OD CD CD -J 0 CO 04 r- UD UD 15 .(•) C4 CD ci , r--: z .7. r - D 4/3 03 ff3 04 40 40 I-- '-'6 O 74 .9 0 0 0 cp c t0 w OD CD CD CD CD CD -7 r- . . . . u) In o NO 01 CD CD -700 C4 T- UP UP .:t,, a) 16 c .2 oci c5 ' c) .,-- r, :.- C) .1.- M = ft 1-. —ca if3 V> V} 48 El} tn. 0 —1 o en. CD CD CD Cg CD Og 7= . g 01 CD CD CD 44 CD .t.„ as F- C) co a) O w en a) 1) ca O. ca a. E. u.. -- a) > c E > 1D CP 5 c 'if) 7.3 c 1D 4 a) 6 c Tu -cn a) 43 ()o ..c, la° ›NC13 a :3 22 E To e) (..) .— - --) f..128 a) 1- _c (D us al, s "c'..c ) • Tyi 6: CL c.) 2 n ,r 41.3 g c 1- o ) cn au o 2 II 9 >< l— a) Of (5 LL v- 0 5, a; nic vsE Ea' .az g • 'F) O 0 as co 2 s•N ,•s! $,1 ssDc CD CO CO 01 01 00 et r- ..4" C4 C4 CV 0)0 to.. El= 0 0 0 0 o_ (1) (1) 3 ""E .::,MOe„Z/l:: . ro Mo® MHco co (V mr— CO xbl4 6.2 1, .919 9 .9/£ 6-,E LY 010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #268 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech/Arch - Confirmation of Valve and Access Panel Locations TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) 03/20/2020 TBD M702 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/30/20 03/27/2020 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), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 12:51 PM on 03/20/2020 Per submittal review comments, Johansen/Redline Mechanical have identified the locations of isolation valves and access panels. 1. Please confirm the layout of valves and location of access panels are acceptable. Sheet M702 does not indicate locations or quantities of hot water circ balance valves. 2. Please show locations and quantities of circuit setters on the attached plans. Attachments: RFI 268 - Mech Arch - Confirmation of Valve and Access Panel Locations.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Sunday, March 29th, 2020 at 8:54PM PDT Per resubmittal 22 10 00-3.1, domestic water shop drawings have been revised and attached plans have been superseded. WAU and Greenbush will indicate locations and quantities of circuit setters in submittal review with current drawings. WAU and Lydig to confirm layout and location of access panels in submittal review. -Thayer W. WAU. 3/29/20 Attachments: RFI 268 - Mech Arch - Confirmation of Valve and Access Panel Locations - WAU response.pdf AU Replies: 4.41.1MAdia, e",k10,1a, istAilettktft LOA 16' ,kitukktit, Utale230* .v;z44,,4.ottlat 11 5 1,-Ot 44*, 1.40**008*OP,* ittWaaelritteintl* Ns ti'e'*;441 4,1441$ ittanitakintiarkt k1/41% Per resubmittal 22 10 00-3.1, domestic water shop drawings have been revised and attached plans have been superseded. WAU and Greenbush will indicate locations and quantities of circuit setters in submittal review with current drawings. WAU and Lydig to confirm layout and location of access panels in submittal review. -Thayer W. WAU. 3/29/20 Attachments: RFI 268 - Mech Arch - Confirmation of Valve and Access Panel Locations - WAU response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 12/11/2020 02 :25 PM RFI #268 LYD1G A A lAkiV,17 .47vi ,14 tett4400, ttatttlittttititt‘ttt tyimiWoOrat,v, stkoikW*WsRiiktkilktikiN$04)4400vots opm1AA,KoNktaktwevq4i10,60,040440 •A• kv*,,,,o,r,tmaw,"4,00,4,wv.vste. 4ittvtrAtkvkit,t,f,knvik vato,A AtAt 4AVIVONWPA,,,,Vs.St, Per resubmittal 22 10 00-3.1, domestic water shop drawings have been revised and attached plans have been superseded. WAU and Greenbush will indictate locations and quantities of circuit setters in submittal review with current drawings. WAU and Lydig to confirm layout and location of access panels in submittal review. -Thayer W. WAU. 3/29/20 Attachments: RFI 268 - Mech Arch - Confirmation of Valve and Access Panel Locations - WAU response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 02:25 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #250 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #250: CE #309 - RFI #475.1: Elec - Re-routing of Antenna Conduit TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 250 / 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: 12/11 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No 85,062.22 POTENTIAL CHANGE ORDER TITLE: CE #309 - RFI #475.1: Elec - Re-routing of Antenna Conduit CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #309 - RFI #475.1: Elec - Re-routing of Antenna Conduit Relocation of (2) 2" EMT antenna conduits to HAM and grounding of Antenna Mast in the low roof area per the response to RFI 475.1/475.2/475.3. ATTACHMENTS: tfs 52_- qccm-rfi 475.1-elec - re-routinq of antenna conduit-202012112235.pdf CE 309 - COR064.pdf Owner Signature Date Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 064 Subcontractor $ 4,750.00 Subtotal: $4,750.00 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. $ 213.75 GL Insurance: 0.75% Applies to all line item types. $ 37.23 P&P Bond: 0.75% Applies to all line item types. $ 37.51 B&O Tax: = 0.47% Applies to all line Item types. $ 23.73 Grand Total: 65,062.22 Owner Signature Date PeEe 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# 475.1 PCEC RFI# PCEC COR# 064.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $4,750.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets PeEe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Sum a Project Name: Tukwila Fire Station 52 COP# _ PCECJob No.: PCECCOR# 064.0 Work Relocation of 2 2" EMT to Ham and grounding of Antenna Mast Date: Description: cc[# RFI# 475.1 1 CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94'97 27.54 Hrs. Normal Time b. craft abor costs from breakdown $ 129.78 0.00Hrs. OT 11/2Timn c. craft labor costs from breakdown $ 164'53 0U00 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 $ 2.615.47 Supervision d. direcsupervision 0% (of direct labor)� e. safety 0% (of labor) w f. travel (if applicable, itemize) parking � CRAFT LABOR COSTS 2,615.47 2. MATERIAL COSTS a. scheduled material $ 1,394.23 d. permits $ - b. quoted material $ e. dumpster $ - c. freight $ f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. � � 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 - � - � 3. EQUIPMENT COSTS 4. SMALL TOOLS 1,394.23 5. OVERHEAD & PROFIT 601.46 6. SUBCONTRACTORS a. � D. � c. � d. � 6. SUBCONTRACTORS� 7. 0 & P ON SUBCONTRACTORS m. 0% overhead & profiof 6 roupowSUBS � 8. INSURANCE / TAXES a. volume driven Iiability insurance 1.00% (of 1 through 7) $ 46.11 b. Bonding 2.00% (of 1 through 7) $ 93.15 c. State B&O Tax 0 1 through 7) $ d. City B&O Tax 0 (of 1 through 7) $ oINSURANCE 139.26 9.0&PONINSURANCE /TAXES TOTAL COST 1nHuuo 4,750.00 Job NameFS#52 Tukwila Job Number: 1429 Extension Name: COR Item Name ----------------' Label SetCombined, CombinedCombined 70 8 THHN CU STRANDED ]583V16^x14''LCABLE TIE 1,051 2 EMT 1,063 2 EMT 90 ELBOW 1,323 2EMT COUPE. I/[ 1,499 2 EMT 2 HOLE STP/STL 1,511 2 EMT CHNL STRAP W/BOLT 3,175 2 BUSH PLASTIC 3,672 ]/8''ALL THREAD 4,278 3/8 X1 1/2"FENDERVYASHER 4,293 5/16 FLAT CUT WASHER -ZINC 4,493 HX LAG BLT 5/16X1-1/4 4,540 1/4'x2^ROD HANGER SAK4K4Y 4,560 3/8^ NUT 4,753 BK/BK 1-5/8 STRUT CHNL 12 GA 4,882 3/8-16 SS DROP-IN ANCHOR 5,518 2 -IN O3NDHGRwVBOLT 6,990 8 GA TERMINATION 7,272 14-2/0 ALCU LUG 47,067 1 HOUR LABOR (RE -WORK) Material Filter: <None> [Items and ByProductsReport: COR 2/2 � | | QuantityG t Price Labor U Labor Ext , Combined, Combined $1,394.23 27.54 70.00 $998.26 M 15.00 $24.50 C 50.00 $626.03 C 18.00 $3,677.07 C 7.00 $284.42 C 4.00 $396.80 C 2.00 $394.01 C 10.00 $303.89 C 10.00 $108.26 C 14.00 .'�.'$5.84[ 14.00 $14.22 C 2.00 $78.54 C 10.00 $31.88 C 10.00 $1,300.00 C 2.00 $249.60 C $69.88 � 0.79 $3.67 [ 0.90 $313.02 7 5.00 $74.94 tILAI E 2.48 $661.87 1,2, §1;:i E 6.66$19.91C 0.44$15.87[ 0.20 :.*''s!gl,r2' el 2.00 1.75 0.09 0.12 0.00 0.16 0.35 IC 2.25 $40.35 0.90 $3.05 [ 0.62 Courtesy of McCormick Systems inc. Page 2 12/10/2020 11:13 AM Lydig Construction, Inc. 3180 139th Ave SESte 110 Bellevue, Washington 9800 Phone: (425) 885-3314 Fax: (425) 881-2903 ���U#475.1 RFI Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 ��U Re-routing of Antenna Conduit ^� n�n��� - "��������Uu TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) 09/24/2020 TBD A626.A E403N 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 10/09/20 10/01/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie Justine Kim (Smemometz Johnsen), Don LehConstruction, IBellevue Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:01 PM on 09/24/2020 Per the TFS 52 Antenna Conduit routing meeting on 09/24/2020, Fire requests that two conduit are re-routed to HAM 213. Currently, there are four conduit routed from the low roof antenna structure to the Comm Room. Based on the meeting, Mark Lium and Fire request that two of these conduit are re-routed and terrninated in HAM 213, in lieu of terminating in the Comm Room. Please provide the foliowing: 1. Please advise which wall the conduit are to be terminated at and provide a final elevation. 2. A detail for the requested uni-strut antenna mast (see RFI 390 for direction to use uni-strut) with dimensions showing overall length. 3. An attahment detail showinhow the mast is to attach to the building structure. There is currently siding and z-girts installed. 4. Advise how the antenna brackeis to be grounded. Attachments: RFI 475.1 - Elec - Re-routing of Antenna Conduit.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, October 9th, 2020 at 10:00AM PDT WAU Response -R1: 10/9/2020 Per email from Mark Lium, CoT, install (8) runs of Times Microwave LMR400 coaxial cable with male N connectors at each end and also (2) CAT6A network cables from roof antenna mounting structure to HAM Closet. It is understood that the conduit capacity is Iimited and that if 8 wont fit, they will make do with the number that will fit. Please provide email update to WAU after installation. L. Rock, Weinstein A+U 10/9/2020 Attachments: RFI 47S-1-Eleo-Remm|n~vfAntenna Conduit R1 mAURes °nmso R1*d� Official Response: Lauren Rock (Weinstein A+U) responded on TuesdayOctober 6th, 2020 at 2:26PM PDT 1. Per discussions on site with Lydig, VVAU, and TFD, (2) 2" conduit are to be re-routed from the Comm Room to HAM 213. Conduit to terminate at +g'-O^AFF against east wall. 2. In the low roof area, two of the four 2" conduit are to be extended toward the east and supported with unistrut. Thenduit are to be cad with 2" weather heads where the coax specified byFire will be coiled and left for the FOtO antennas.See markup by DW, Lydig, on the attached S203N. 3. Per R. Juan, TFWB, antenna mast will need to be grounded by attaching #10 wire with a clamp at the bottom of antenna mast. If painted antenna mast is installed, portion of the paint will need to be scraped before clamping the #10 ground wire. Both ofthese #10 wire will be connected to the main ground wire (#2 wire). The #2 main ground wire is to be connected to the building grounding system. L. Rock, Weinstein A+U 10/6/20 Attachments: RFI 475.1 - Elec - Re-routing of Antenna Conduit R1 WAU Response.pdf Lydig Construcon, Inc. Page 1mo Printed On: 12/11/2020 02 :35 PM RFI #475.1 LYL 1G All Replies: WAU Response -R1: 10/9/2020 Per email from Mark Lium, CoT, install (8) runs of Times Microwave LMR400 coaxial cable with male N connectors at each end and also (2) CAT6A network cables from roof antenna mounting structure to HAM Closet: It is understood that the conduit capacity is limited and that if 8 won't fit, they will make do with the number that will fit. Please provide email update to WAU after installation. L. Rock, Weinstein A+U 10/9/2020 Attachments: RFI 475.1 - Elec - Re-routin Conduit R1 WAU Response R1:+df 1. Per discussions on site with Lydig, WAU, and TFD, (2) 2" conduit are to be re-routed from the Comm Room to HAM 213. Conduit to terminate at +9'- 0" AFF against east wall. 2. In the low roof area, two of the four 2" conduit are to be extended toward the east and supported with unistrut. The (2) conduit are to be capped with 2" weather heads where the coax specified by Fire will be coiled and left for the FOTO antennas. See markup by DW, Lydig, on the attached S203N. 3. Per R. Juan, TFWB, antenna mast will need to be grounded by attaching #10 wire with a clamp at the bottom of antenna mast. If painted antenna mast is installed, portion of the paint will need to be scraped before clamping the #10 ground wire. Both of these#10 wire will be connected to the main ground wire (#2 wire). The #2 main ground wire is to be connected to the building grounding system. L. Rock, Weinstein A+U 10/6/20 Attachments: RFI 475.1 - Elec - Re-routing of Antenna Conduit R1 WAU Response.pdf In addition to a final conduit location in HAM 213, please provide: 1. A detail for the requested uni-strut antenna mast (see RFI 390 for direction to use uni-strut) with dimensions showing overall length. 2. An attachment detail showing how the mast is to attach to the building structure. There is currently siding and z-girts installed. 3. Advise how the antenna bracket is to be grounded. Attachments: RFI 390 - Elec - Radio Antenna Mast Information WAU response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 02:35 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 PCO #251 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #251: CE #313 - RFI #346: Arch - Fixed and Removable Bollard Footings TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 251 / 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: 12/16 /2020 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: TOTAL AMOUNT: Amount Based No 41.39 POTENTIAL CHANGE ORDER TITLE: CE #313 - RFI #346: Arch - Fixed and Removable Bollard Footings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #313 - RFI #346: Arch - Fixed and Removable Bollard Footings Additional concrete for removable and fixed bollards to follow the manufacturer's detail instead of detail 3/C3.1. ATTACHMENTS: tfs 52 - gccm-rfi 346 -arch fixed and removable bollard footings-202012161554.pdf CE 313- LaRusso COR 08.pdf # Cost Code Description Type Amount 1 32-400-99- - BP -02 - Site Concrete Subcontractor LaRusso COR 08 Subcontractor $ 508.00 Subtotal: $508.00 Fee - Self Perform Work: 15.00% Applles to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. $ 0.00 Fee - Sub Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 22.86 GL Insurance: 0.75% Applies to all line item types. $ 3.98 P&P Bond: 0.75% Applies to all line Item types. $ 4.01 B&O Tax: =0.47% Applies to all line item types. $ 2.54 Grand Total: $541.39 Owner Signature Date LaRusso Concrete Inc PortlandlSeattle 8536 SW St. Helens Dr. Ste. D Wilsonville, OR. 97070 Phone: (503) 563-6780 Fax: (503) 563-6786 CCB# 169176 JOB: Lydig/Tukwila Fire Station #52 COR08 Added Concrete for Bollards RFI 346 Revised Item: Concrete - Provide & Install Concrete for Fixed & Removable Bollards 14 locations - $36.29/location Page 1 of 1 Quantity Units Unit Price 3.5 CY $145.00 12/16/20 Amount $508 LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #346 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Fixed and Removable Bollard Footings TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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) 04/27/2020 TBD A003, A101N, 3/C3.1 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 05/05/20 05/04/2020 TBD 05 50 00 - Metal Fabrications Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 09:18 AM on 04/27/2020 Clarification is needed for the fixed and removable bollard footings. Detail 3/C3.1 shows the detail for the removable bollards (1'-2.5" square footing to 1'-6" with no rebar). The drawings do not indicate a detail for the fixed bollards. Section 05 50 00 2.12 and 2.13 call out for Traffic Guard Fixed and Removable Bollards. The bollard details for these bollards are included in the RFI attachment and call out for a 18" D round footing to 54" depth with vertical and hoop rebar. Please advise if 1. the Traffic Guard bollard detail is to be followed or 2. if detail 3/C3.1 is to be followed. If 2., please confirm detail 3/C3.1 is to be used for fixed bollards or provide alternate detail. Attachments: RFI 346 - Arch - Fixed and Removable Bollard Footings.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Monday, May 4th, 2020 at 2:05PM PDT Per email correspondence between LPD and WAU, for each bollard type use footing details as provided by bollard manufacturer. -Thayer W. WAU. 5/4/20 Attachments: 05 50 00-1 Fixed and Removable Bollards WAU Review.pdf All Replies: Pc"7"Walro"V 1171k," 411&, "nrAtivr ,,,,,tt,rq,,zgtaz,crotoywt,k,,t -,*-7,71-77proArammksravte, wtzw°7"" ,A,s,4\‘‘'*,,M"o; \.0.leAsla kkl(NoiA*NOVA kO'9404"1‘4' ,..tkagtalltalraaii%4W31, AA, t“' klak.VItilltalkAttitakatAtAttQlatittig4q Per email correspondence between LPD and WAU, for each bollard type use footing details as provided by bollard manufacturer. -Thayer W. WAU. 5/4/20 Attachments: 05 50 00-1 Fixed and Removable Bollards WAU Review.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 12/16/2020 07:54 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #252 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #252: CE #270 - RFI #521: Mech - Thermostat Control Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 252 / 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: 12/16 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $2,132.53 POTENTIAL CHANGE ORDER TITLE: CE #270 - RFI #521: Mech - Thermostat Control Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #270 RFI #521: Mech - Thermostat Control Clarifications Per RFI 521, the following items were revised: • Removal of thermostat rough -in in restrooms 118-121, 207, 208, 223 including drywall repairs and paint touch up • Re -wire thermostat in Gear Wash 128 to control the unit heater that was originally controlled via a self contained thermostat. • Locate a thermostat to the rough -in location for the RHRV unit in Gear Storage 127 ATTACHMENTS: tfs 52 gccm-rfi 521-mech - thermostat control clarifications-202012161907.pdf_ _CE 270 - COR 7 R1.pdf_ CE 270 - Van #40- Patching at Thermostat Controls.pdf CE 270 - COR046.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 12/16/ 2020 11 :09 AM Cost Code Description Type Amount 1 Sub:010-99-- BP -06 - GWB, Insulation & ACT Vanderlip 040 Subcontractor $ 894.00 2 09-030.99-- BP -12 Painting and Coatings NWCC COR 07 Subcontractor $ 164.00 3 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 046 Subcontractor $943.00 Subtotal: $2,001.00 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. $ 90.05 GL Insurance: 0.75% Applies to all line item types. $ 15.68 P&P Bond: 0.75%Applies to all line item types. $ 15.80 B&O Tax: ="0,47%Applies to all line item types. $ 10.00 Grand Total: $2,132.53 Lydig Construction, Inc. page 1 of 2 Printed On: 12/16/ 2020 11 :09 AM LY DIG Owner Signature Date PCO #252 #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 40 Submitted By: Mark Davis Document Reference: RFI #52/ Company: Vanderlip & Co., Inc Date: 11/2/2020 Description of Change: Additional taping required for patch work related to the Thermostat Controls as indicated in RFI #521. Work was performed on a time & material basis. Signed EWR is attached. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 $85.22 $85 Demo $79.82 Framing $79.82 Hang Drywall Tape/Plaster 2 6 $79.82 $79.82 $160 $479 Stock/Stagg $79.82 Protection/Clean-up $79.82 Install WPP $79.82 Install Comer Guards $79.82 Delivery $79.82 Subtotal: $724 2. MATERIALS QTY UNIT RATE COST Track UFT $1.52 UFT $1.26 Water Resistant GWB 48 SQ/FT $0.75 $36 Ta.in. 48 SQ/FT $0.22 $11 Color Match Caulkin• ea $12.79 SQ/FT $4.19 SHIPPING ea $75.00 Cornerbead UFT $1.19 Hot Mud UFT $0.98 Subtotal: $47 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $8 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $116 Subtotal: $123 TOTAL COST OF THIS CHANGE: $894 14535 NE 914 Street - Redmond, WA 08052 - 425-885-4110 - Fax 425485-4110 VANDERLIP & COMPANY 14535 N.E 91st STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT Attention: LYDIG DATE: 10/13/2020 JOB #1046 THIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY: Per direction from Lydig to proceed with RFI#521 Thermostat Control patch work. 10/13 — To patch the drywall in Bathrooms 118, 119, 120 and 121. 10/13 — Tape lst and 2nd coat in all bathrooms. 10/14 — Skim coat, vacuum sand and touch up. MATERIAL USED: TYPE SIZE GAUGE L/F S/F AMOUNT ********** 5/8" MG Type X HRS HRS HRS 4 OMAR GARCIA 10/13 Taping 2 4 4 4 HERIBERTO REYES 10/14 2 2 EQUIPMENT USED: SIGNED: Omar Garcia. NAME FRAME GYP TAPE DEMO TOTAL ********** HRS HRS HRS HRS HRS OMAR GARCIA 10/13 2 2 HERIBERTO REYES 10/13 4 4 HERIBERTO REYES 10/14 2 2 TOTALS 8 ACKNOWLEDGED BY: COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Project No. 30129-43 Source Documents: Subcontractor: N.W.Cornplete Contracting 1 RFI 521 Date: ' 11/5/2020 Contractor Ref. No., COR 7 R1 Description: PrIme and first coat GWB at removed thermostats per RFI 521 1 1 1 11. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) 1 $ 99.66 b. foreman ,. $ - c. lead foreman 1 $ - DIRECT LABOR SUBTOTAL It $ 99.66 I Labor Markups SuPentision markup should be zero if any d. direct supervison (NTE 15% of 1a) forerrlan time is included in direct labor costs. $ 100.00 — - - 2. MATERIAL COST (from attached cost breakdown form) $ 40.00 13. EQUIPMENT COST (from attached cost breakdown form) $ - 4. SMALL TOOLS (NTE 5% of 1a & b) $ SUBTOTAL 1 thru 41 $ 140.00 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 $ 21.00 b. NTE 10% portion of 1, 2, 3, &4 in excess of $50,000 $ 16. SUB -TIER SUBCONTRACTORS. • c. • d.. I 17. OVERHEAD & PROFIT ON SUB -TIER SUBCONTRACTORS $ - 1 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 $ - 18. INSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) $ 3.00 I a. payroll driven liability insurance 2.50 % of 1 $ 2.50 b. volume driven liability insurance 9. BONDING 0.00 % of 1-8 $ Form Revised 9/26(18 COR 7 Rl.xls Page of TOTAL COST $ 164.00 Printed 12/2/2020 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Date: 11/5/2020 Subcontractor: N.W.Complete Contracting Contractor Ref. No. COR 7 R1 Subcontractor: 1 ' Unit 1 Labor ; , Material 1 Equipment 1 Total I Description 1Quantityi Type 1 Unit $ j Cost 1 Unit $ 1 Cost i Unit $ 1 Cost ', Cost 1 i ' Labor 2 hrs $49.83 .1 $ 99.66 1 1 $ - iI 1 $ - $ 99.66 ,t 1 1 , Speedhide Primer 1 gal $ - i $18.00 ' $ 18.00 , 1. $ - $ 18.00 ' 1 i ; • • Speedhide Finish 1 gal 1., $ - I $22.00 $ 22.00 i 1 $ . it $ 22.00 1 $ - !1 $ - ' It. $ - il $ i $ $ - .i $ - ii, :. $ i 1 iiiiiii„ $ - ... , 1 $ - 1, iii. $ - ii 1 $ - $ $ - $ - ''' $ • i i $ - it 1 $ - $ - iiil $ i $ - '1 $ - $ - $ i t , iii $ - !.. $ - 1 $ -ii. $ $ - 1 :i $ - i I $ - ii $ - , i i $ - ', i $ - `ii i $ - !iii $ 1 $ - I ii $ - ii: $ - $ i1 ir $ .. i $ - $ - s . 1 $ - li. $ - . i. $ - iii $ = i i $ $ - i 1 $ - :1 $ i i 1 $ - $ - $ ..iii $ $ _ i $ - i , I $ _ $ 1. i $ - I $ - It I $ - $ $ _ $ - $ . 1 1 $ - '1 $ $ - iiii $ $ - 1 $ - i $ - 11 $ $ - $ - $ $ - $ - I $ - ii $ , 1 $ - t $ - $ - $ $ 1 $ - ii $ - ..i i $ - : i $ - i ; $ - :i $ , ; , $ .. t $ - $ - i $ - ,:i $ ; 1 i , 1 = = I I $ - I I $ - II $ $ - I ; • I " ' 1 I I $ - $ - I • ; $ ..II $ - I 1 $ - $ - I II $ - III $ I , ; I I $ - $ ,.. $ - ., $ $ 4° $ I • = - ; I $ ' 1 ,it• _ , I i I i I $ - - I ' $ 1 = $ $ . , $ - 1 .$ - ',. $ - :i $ t I 1 i $ - i i $ - 1 ' $ - ii $ ii $ " - I $ $ - I 1, $ - ii $ I , , - - $ i , $ i i $ - $ , $- ' l'; $ - $ I I 1 1 I ; I ! $ - ; $ - i $ - : $ FreightiDeliVerY Costs $ - $; $ - ''''' $ I " $ - $ - 1. ' $ - i i $ - 'I I ! ' I: I I 1 I $ - i 'i $ - 1 ! $ - ::' $ Subtotal : 1: i i $ 99.66 : i $ 40.00 i i $ - ' $ 139.66 Foreman i 1 , 1 i $ - : $ - Foreman I 1 $ - $ - Lead Foreman 1 I $ - $ - Lead Foreman , $ - i $ - Total Cost of Work i Form Resod 9/26/18 $ 99.66 $ 40.00 i $ - i $ 139.66 COR 7 R1.xls Page of Printed 12/212020 COP Wage Rates u>• C) 0 N: 0 C N C ca O g tiC m . 9 O U r• .0 > C o O o 0 c..: C y f) O C C o VO E 0 7 0) `0 C 0 C g .O c 4= 00) 10 0 >. V O 0 E 0 pTo E fl y 0 T Q > .c _ E a C E c O 0 i-�0, 0 o c o m c a) y 0 -o -o m t` o 0 :13° 0 a-yi .c0 c m w - o ...° t0) Oh '00 0 25 0) O O o 0 a o o 0 E 0 0 0 0 0 )'C O Ca 0 a) 0. - a a) IL- .0 c0 m ca 0 C ` 0 ' O Q_ .0 0 0 ^ ..0 0 0 1....�.. a1 0 ... c 40--. 0 .. al to N yy 0 (11 CL 0 m 0• m 0 U O` rn rn r. c c r o 0 c) o a _.- c m r` D o n C m 0 y h y n N rO 0 �' mO 0 -OO 0y N =wN 0 C 0 0 Q p y0C O C 0 I- C n NVyVOCO "a c 5) -iii O a) O_ .0y a0aU_c o c 0o °:5 ta. a) a) 4c, 3 m 0 Q 0 .0 N N 0 0 0 C j U J 0 O a) a) E oai o 0 u N N U o O v Q 0) 0)c m$ o CL x 0 0(0 a) c 0 0 y a7 2 0 7 CO O f` m 4= /-- E .yv co N wC 0 .._y. y.. a) 0 .n E 0 0 c 's_ a) 0 -00 0 C O E 0 E 0 m 'o a) n m a o E -17 m0) ) 3 m U c o L 0 W t� `o () 0 U U V l0 y 0 U tU 0 N �j N .00 0 LL N 0 C a) C o 0 LL y (I)O y O O- 0. 0 N 0 U0 N - 0y ) d' 10 CO r• To 0 0 0 a) 0 a) W C C C C C C i J J J J J J y \. 0 cC- to 0 0 z 0 0 o Subcontractor: O tl) O a 0 0 N O io c ^ o I m; O i0 ai 0 O I 2 0 0 - Q. Oa 1 U tl CO t 14 I (0 ila- 0 rm Revised 9/26/18 Panted 12/2/2020 COR 7 R1.xls pese October 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# PCEC RFI# PCEC COR# 046.0 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 5943.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is validfor 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overheag acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# - PCEC Job No.: 1 19066 1 PCEC COR# 046.0 Work Portion of conduit for out of wall scope, wire for t stat to EUH. Date: 10/22/2020 Description: CCD# RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 6.39 Hrs. Normal Time b. craft labor costs from breakdown $ 129.78 0.00 Hrs. OT 1-112 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 $ 606.86 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 606.86 2. MATERIAL COSTS a. scheduled material $ 189.33 d. permits $ b. quoted material $ e. dumpster $ c. freight $ - f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. b. c. d. $ 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 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 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) $ 9.16 2.00% (of 1 through 7) $ 18.50 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 08. P ON INS/TAX TOTAL COST 1 THRU 8 189.33 $ 119.43 27.65 943.00 Job NameFS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Item # / 1�nnName � � Price Label Set: Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 1,047 3/4 EMT 1,188 3/4 EMT CONN S/C 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 4,126 10 X 1 1/2 COMB PAN HD TAP 4,291 #10 / 3/16 FLAT CUT WASHER - 6,651 3/4 FLEX -EMT COUPLING 6,988 12 GA TERMINATION 47,078 1 HOUR LABOR (COORDINATI( Courtesy of McCormick Systems Inc. Price o U =+e | onu= | ' $189.33 $103.24 $3227 $5.90 $20.77 $0.86 $0.16 $&10 $26,02 $0.00 $0.00 $189.33 266.40 $387.54 M 20.00 C 1l0^'$590.10 C 3.00 $692.48 C 3.00 C 3.00 $5.30 C 3.00 $3.44 C 1.00'$2,602.33C 4.00 $0.00 X Labor 4,46 0014 U Labor Ext 6.39 � 1.60 [ 1.00 E 0.30 E &42 C 0.12 [ 0.18 [ 0.02 [ 0.15 E 0.60 E 2.00 6.39 Page 2 10/22/2020 4:06 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #521 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech - Thermostat Control Clari !cations TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) 09/18/2020 TBD M501 S, M501 S.A 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 10/05/20 09/25/2020 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 David White (Lydig Construction, Inc. - Bellevue Of) at 02:20 PM on 09/18/2020 Clarification is needed on thermostats in the following rooms: • Bathrooms 118, 119, 120 and 121: • M501S shows each of these rooms as having a thermostat on the south wall of the room. These thermostats were moved north to the wing wall during shop drawing review (230923-2-0). • These rooms only have an exhaust and a transfer grill, no supply air. - Please advise what these thermostats are intended to control. Gear Wash 128 o The Gear Wash room shows a thermostat on the north wall, but there does not appear to be any items in this room for the thermostat to control as the electric unit heater in the room is controlled via a self contained thermostat per M004. Johansen Mechanical proposes using this rough -in as the location for the thermostat for the RHRV. • Please confirm it is acceptable for this location to be used for the thermostat for the RHRV. Gear Storage 127 • The Gear Storage room shows a thermostat on the north wall. The only item in this room is an electric unit heater, but M004 shows EUH- 8 as being controlled via a self contained thermostat. • Please advise what this thermostat is intended to control. • Bathrooms 223, 207, and 208 • Thermostats are not installed in these rooms or shown on the mechanical drawings. • Please advise if these bathrooms need thermostats similar to the level 1 bathrooms, and what these thermostats are intended to control. Attachments: RFI 521 - Mech - Thermostat Control Clarifications.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Friday, October 2nd, 2020 at 10:45AM PDT Lydig Construction, Inc. Page 1 of 2 Printed On: 12/16/2020 11 :07 AM RFI #521 LY 01 G Bathroom 118-121: These thermostat can be removed. Gear Wash 128: Re -wire the unit heater to pair with the selected thermostat per attachment in the end. Gear Stor 127: Please locate the RHRV remote control to the rough -in location. RHRV thermostat shall be placed inside the main exhaust duct to gather the average temperature of all areas in the zone. Bathroom 223, 207, 208: No thermostat is needed in these rooms. - Dali Yu, Greenbusch 2020.10.02 Attachments: RFI 521 - Mech - Thermostat Control Clarifications - Response 2020 1002.pdf All Replies: WA' Atm ttesqktial 4.4 Yikla 'T'Tfirsz Imvanra,171 .11 SakA,Zig, ,Atit nuaMtiagitttegiatitaa 14R 4-0;„ 7,41KKOMPOV rnr,43)7-ANOti0.04**,14.12,' ,,,,vrvRIN7747 AV\ ***41t0V4-: 7911,540**Nittq' rrk 04-c, tail& ktittelathkatu,..... Bathroom 118-121: These thermostat can be removed. Gear Wash 128: Re -wire the unit heater to pair with the selected thermostat per attachment in the end. Gear Stor 127: Please locate the RHRV remote control to the rough -in location. RHRV thermostat shall be placed inside the main exhaust duct to gather the average temperature of all areas in the zone. Bathroom 223, 207, 208: No thermostat is needed in these rooms. - Dali Yu, Greenbusch 2020.10.02 Attachments: RFI 521 - Mech - Thermostat Control Clarifications - Response 2020 1002.pdf lidet4U4:414taane 16,11414.411A41.. ,dao.asiekokaA.A. 7,k,, Oef#VPSW.Iirpfrl.IMMTWerr.r. " 10*,,,Awl,rk,o,vvoam4rollosTailk ommitqwwftim,,eNrwermmmor,, •,414wootm,404,4‘4.4svok14.14$44%******04".440,4,,m4"vm ,),evelAvak,NAA,OV00,zo***.ow,mvek yvo"vowsAttoolATee—w,,,, ,Aglalsr tido* , 'ek.4tAckvitakitiabliftlktitlatifittaigikkagetnrillagia Bathroom 118-121: These thermostat can be removed. Gear Wash 128: RHRV shall be controlled via DDC per Control Spec. Please remove the thermostat. EUH-7 shall be controlled via self-contained thermostat. Gear Stor 127: Thermostat can be removed. Bathroom 223, 207, 208: No thermostat is needed in these rooms. - Dali Yu, Greenbusch 2020.09.21 Thermostats noted by Greenbusch for removal are to be removed and walls are to be patched and painted. L. Rock, Weinstein A+U 9/22/20 Attachments: RFI 521 - Mech - Thermostat Control Clarifications - WAU-Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/16/2020 11:07 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #253 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #253: Storz Pumper Discharge Port with CE #299 - RFI #575: Civil - 5" Knox Locking Cap TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 253 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending In Review FROM: CONTRA CT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 12/16/2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $2,179.43 POTENTIAL CHANGE ORDER TITLE: CE #299 - RFI #575: Civil 5" Storz Pumper Discharge Port with Knox Locking Cap CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #299 - RFI #575: Civil - 5" Storz Pumper Discharge Port with Knox Locking Cap Per the D19-0253 permit conditions, the fire hydrants require 5" knox storz locking caps. Per discussion with Ben Hayman (Tukwila Fire Marshall) a 5" knox storz cap is also required at the FDC. ATTACHMENTS: tfs 52 - qccm-rfi 575 -civil - 5 storz_pumper discharge port with knox locking cap-202012162002.pdf PCO 253 -SP Combined.pdf Owner Signature Date Cost Code Description Type Amount 03-001-99-- BP -03 - Structures Subcontractor PCO 253 Subcontractor $ 2,045.00 Subtotal: $2,045.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. $ 0.00 Fee- Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 92.03 GL Insurance: 0.75% Applies to all line item types. $ 16.03 P&P Bond: 0.75% Applies to all line Item types. $ 16.15 B&O Tax: = 0.47% Applies to all fine Item types. $ 10.22 Grand Total: $2,179.43 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 #253 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #253 -SP: Civil - 5" Storz Pumper Discharge Port with TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 253 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending In Review FIELD CHANGE: No LOCATION: SCHEDULE IM PACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: CE #299 -SP - RFI #575: Knox Locking Cap 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) 12/16 /2020 None Amount Based No $2,045.00 POTENTIAL CHANGE ORDER TITLE: CE #299 -SP - RFI #575: Civil - 5" Storz Pumper Discharge Port with Knox Locking Cap CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #299 -SP - RFI #575: Civil - 5" Storz Pumper Discharge Port with Knox Locking Cap Per the D19-0253 permit conditions, the fire hydrants require 5" knox storz locking caps. Per discussion with Ben Hayman (Tukwila Fire Marshall) a 5" knox storz cap is also required at the FDC. ATTACHMENTS: CE 299-SP.r df Owner Signature Date Cost Code Description Type Amount 1 32-600-01-- Site Furnishings (3) 5" Knox Storz Caps Materials $ 1,657:00 2 32-600-01- - Site Furnishings Install Knox Storz Caps Labor $ 86.67 Subtotal: $1,743.67 Fee - Self Perform Work:, 15.00:/ Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 261.55 Fee - Sub Tier Work :8.00 % Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 15.04 P&P Bond: 0.75% Applies to all line item types. $ 15.15 B&O Tax: = 0.47% Applies to all line item types. $ 9.59 Grand Total: $2,045.00 Owner Signature Date COP Cost Breakdown Contractor: 0 0 ifl ri S n E E a 0 u of E E 0 n u 8 ri ri H N h 8 8 E O a 8 ih CO V1 0 0 rl 0 0 0 0 0 u 0 0 u 0 0 0 so N 0 0 Total Cost of Work E 1c cc 8 u Alex Carey From: orders@knoxbox.com Sent: Monday, December 7, 2020 4:29 PM To: Alex Carey Subject: Order Confirmation: 699262 K N OX Order Confirmation Knox Company 1601 W. FROM: Deer VaIiey Road Phoenix, AZ 85027 (800) 552-5669 EnlaU:o[dersRknoxbom.00nn Phone: 800-552-5669 Fax: 623- 687-3290 Sean VVomnnon11OO1 E Order Date: December 07,2020 ORDERED Montgomery Dr Order Number: 699262 Invoice BY: 5095340451 Number: 1257292970 Credit Card: acarey@lydig.com Model Description Price Quantity Amount Total Knox Storz Model SO02—Knox Storz Lock `$538.00 3 ��6l4lD} �IGI4�O Locks 5 -inch -- - Install at: Tukwila Fire Station 52, Bldg: 15447 Tukwila Fire Station 52, 15447 65th Ave 5, Tukwila, WA 98188 Install at: Tukwila Fire Station 52, Bldg: 15447 Tukwila Fire Station 52, 15447 65th Ave S, Tukwila, WA 98188 Install at: Tukwila Fire Station 52, Bldg: 15447 Tukwila Fire Station 52, 15447 65th Ave 5, Tukwila, WA 98188 Shipping $43.00 Tax $0 Total $1657.00 Tax Exempt Customers IMPORTANT: P/ease FAX a copy of your tax exempt certificate AND order number to Knox at 623-687-2309. If we do not receive your 1 certificate within 24 hours, your order will be automatically taxed in the amount shown in the table above. Knox FDC, Storz, and Standpipe Locks will be shipped by the Brooks Equipment Company. All other Knox products will be shipped by Knox. Browse our si,te Knox Company 0 2020 All Rights Reserved. 2 LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #575 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - 5" Storz Pumper Discharge Port with TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) 10/29/2020 TBD C4.0, C4.4 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Knox Locking Cap Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/30/20 11/05/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:05 PM on 10/29/2020 Clarification is needed for the type of fire hydrant pumper discharge port. C4.0 calls out the fire hydrant assembly to match the City of Tukwila standard WS -13. WS -13 calls out for the hydrant to be installed with one 5" storz pumper discharge port. The permit condition letter for permit number D19-0253, item 50 calls out that the storz pumper discharge port is to be installed with a knox lacking cap. Please confirm that the pumper discharge port for the two fire hydrants is to be replaced with a knox locking cap version. Please advise if a similar condition applies at the Fire Department Connection pumper discharge port. Attachments: RFI 575 - Civil - 5 in Storz Pum.er Dischar.e Portwith Knox Lockin. Ca. .df Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Friday, October 30th, 2020 at 7:41AM PDT Ben Hayman (Fire Marshall) required that storz knox locking caps be installed at all fire hydrants and the FDC at TFS 51. Lydig will proceed with replacing the 5" pumper discharge ports with the knox locking cap model. Attachments: Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, October 29th, 2020 at 7:18PM PDT The FH at FS #51 is below, which indicates a Knox Locking Cap.Confirm the FDC withthe Fire Dept. M. Servizi 10/29/2020 Attachments: RFI 575 - Civil - 5 in Storz Pum.er Dischar.e Port with Knox Locki • Ca. LPD Res itonse..df All Replies: rvv,trAs mtkok,,,,,mgrwm„, NUINs.',46:\1161.4"wus. ..wmankIlSaltakftlonteki "'""4. "*44,104744;722145' 4,44o.womoid,,„ Igattatto h4114141266,W Ben Hayman (Fire Marshall) required that storz knox locking caps be installed at all fire hydrants and the FDC at TFS 51. Lydig will proceed with replacing the 5" pumper discharge ports with the knox locking cap model. Attachments: Mar ' 'twit\ , sArN .41* `kaato skVAtua.rt&L'Ait....i414A. 11.42,1"..aw 14141, 4,,r1P wg4sata,.' The FH at FS #51 is below, which indicates a Knox Locking Cap.Confirm the FDC withthe Fire Dept. M. Servizi 10/29/2020 Attachments: RFI 575 - Civil - 5 in Storz Pumper Discharge Port with Knox Locking Cap LPD Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 12/16/2020 12 :02 PM LYD1G BY Lydig Construction, Inc. RFI #575 DATE COPIES TO Page 2 of 2 Printed On: 12/16/2020 12:02 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #254 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #254: CE #315 - RFI #605: Elec - Rescue Phone and Battery Lowering Device Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 254 / 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) 12/16 /2020 PRIME CONTRACT #020 - Change Order #20 CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,467.17 POTENTIAL CHANGE ORDER TITLE: CE #315 - RFI #605: Elec - Rescue Phone and Battery Lowering Device Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #315 - RFI #605: Elec - Rescue Phone and Bette Lowerine Device Clarifications Connection of automatic transfer switch to the elevator system per the response to RFI 605. Per emails between Julie Dedonato, Emma Nowinski and Alex Carey on 1/14/21, the costs are to be split 50/50. ATTACHMENTS: tfs 52 - gccm-rfi 605-elec - rescue phone and battery lowering device clarifications-202012162018.pdf CE 315 - COR067.pdf # Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 067 Subcontractor $ 4,630.00 2 50-001-01- - Project Contingency Contingency Use (50/50 split) Project Contingency ($2315.00) Subtotal: $2,315.00 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 104.18 GL Insurance: 0.75% Applies to all line item types. $ 18.14 P&P Bond: 0.75% Applies to all line Item types. $ 18.28 B&O Tax:.-- 0.47% Applies to all line item types. $ 11.57 Grand Total: $2,467.17 Owner Signature Date nese December 15, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 605 PCEC RFI# PCEC COR# 067.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $4,630.00 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: ( 4 ) worksheets PeEe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: 19066 Work Elevator revisions due to Schindler and PCEC Coordination. Description: ATS connection to elevator system 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 $ 94.97 129.78 $ 164.59 107.02 116.83 $ 2,441.68 $ COP# - PCEC COR# 067.0 Date: 12/15/2020 CCD# RFI# 605 PCEC RFI# 25.71 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 2. MATERIAL COSTS a. scheduled material $ 632.65 d. permits $ b. quoted material $ 82.74 e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. Cummins b. c. d. 0% (of direct labor) 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PN SUBCONTRACTORS a. 8% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 800.00 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 $ 2,441.68 715.39 $ 473.56 800.00 $ 44.95 90.79 64.00 135,74 $ 4,630.00 Job Name: FS#52Tukwila Job Number: 1429 Extension Name: COR Item# Item Name Quantity [Items and ByProducts] Price Price U Ext * Labor Materia! Filter: <None> Report: COR 2/1 Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined 68 1,047 1,176 1,319 1,368 1,458 12 THHN CU STRANDED 3/4 EMT 3/4EMT CONN S/S/| 3/4 EMT COUPL S/C 3/4 EMT LB BODY 3/4 EMT 1 HOLE STP/STL 4,126 10 X 1-1/2 COMB PAN HD TAP 4,194 8 X 1/2 HEX HD TAP SCR 4,Z91#10/3/16FLAT CUT VVASHER- 4,36G 1/4^x2-1/4"SLEEVE ANCHOR 6,988 12 GA TERMINA11ON 7,178IDEAL 452RED WIRE NUT 11.300 1P.20A120/24OV[8 17,467 4/S BOX 2-1/8"D, 1/2&3/4^KO 17,491 4/S BLANK COVER 18,773 GRD PIGTAIL #12x 10'1/2^ 20,052 FA MONITOR MODULE 20,089 FA HEAT DET (FT) 135 20'328 FA 16/2 RISER FPLR ALARM CB 47,085 OPEN (E) PANEL COVER Courtesy of McCormick Systems Inc. 543.90 $387.54 M 120.00 $161.35 C 4D0 $86.40 C 18.00 C 2.00�� � $12.73 E 19.00$28.72 C 16.80$5.30 C 8.00 $2.93 C 16.80� '� ^$l44'[ 10.00 $107.05 C 6.00 $0.00 X 12.00 $201.37 M 1.00 � ��� .$0.00 ---{l 4.00 $453.35 C 4.00 $196.42 C 4.00 $55.40 C 2l0� ``�$0.00 Cl 1.00 Q 70.00 -W 1l0� ' $0.00 X $632.65 $210.78 $193.62 $3.46 $12465 $25.46 $5.46 $0.89 $0.23� $0.58 $10.70 $0.00 $2.42 $0.00 $18.13 $7.86 $2.22 $0.00 $0.00 $26.20 $0.00 $632.65 ..g,f)st.'1[4,k 0 IMO ��� = • 25.71 � 3.26 [ 6.00 E 0.40 E 2.52 E 1.20 [ 0.76 [ 1.01 [ 0.40 � 0.12 � 1.60 E 0.90 E 0.72 E 0.34 [ 1.20 [ 0.32 [ 0.24 E 1.50 E 0.85 M 1.12 E 1.25 Page 2 12/14/2020 1:57 PM 11/23/2020 PLA, platt.com Shopping Cart (206) 624-4083 Shopping Cart - Platt Electric Supply Pacific Coast Elect Constr Inc (Account # 101881) Cart# 22643391 Ship Location - Availability Qty UOM Price Total Tax CD QBHW1015 Item #: 0060863 Mfr: Eaton Cost Code: Assign 15 Amp, 1 -Pole, Miniature Industrial Circuit Breaker, Type QBHW, Quicklag, Bolt -On, 22 kAIC, 120/240 VAC QL123PL Item #: 0500984 Mfr: Eaton Cost Code: Assign Handle Lock, Padlockable, Locks in 'Onor Comments Save For Later 'Off' position, Used with 1, 2 & 3 -Pole Plug -In, Bolt -On and Ground... More Seattle: 0 Comments Save For Later Seattle: 0 Update Remove 1 Jpdate Remove EA $ 75.64 $75.64 EA $ 7.105 $7.10 LI Subtotal $82.74 Your Saved Carts () Sorted newest to oldest Top @ Copyright 2001-2020 Platt Electric Supply, Al Rights Reserved. httns.//nlatt.camishoonincicart.asnx 1/1 December 15, 2020 Cummins 4711 N. Basin Portland, Oregon, 97217 e Tukwila ,Fire Station.#52 < Pacific Coast Electrical Contractors, Inc. 16620 North Road Bothell, Washington, 98012 1 harrge Order No:, CHANGE ORDER NO: 11 54-6 ST24265CSS1 Tukwila F5 52 ATS Programming $800.00 $800.00 Grand Total: $800.00 Total Does Not Include Sales Tax Cummins Terms & Conditions AS A RESULT OF THE OUTBREAK OF THE DISEASE COVID-19 ARISING FROM THE NOVEL CORONAVIRUS, TEMPORARY DELAYS IN DELIVERY, LABOUR OR SERVICES FROM CUMMINS AND ITS SUB -SUPPLIERS OR SUBCONTRACTORS MAY OCCUR. AMONG OTHER FACTORS, CUMMINS' DELIVERY OBLIGATIONS ARE SUBJECT TO CORRECT AND PUNCTUAL SUPPLY FROM OUR SUB -SUPPLIERS OR SUBCONTRACTORS, AND CUMMINS RESERVES THE RIGHT TO MAKE PARTIAL DELIVERIES OR MODIFY ITS LABOUR OR SERVICE. WHILE CUMMINS SHALL MAKE EVERY COMMERCIALLY REASONABLE EFFORT TO MEET THE DELIVERY, SERVICE OR COMPLETION OBLIGATIONS SET FORTH HEREIN, SUCH DATES ARE SUBJECT TO CHANGE. NOTES Please use this as a reference for the "note" column in the quote. a. Factory Assembled. b. Assemble at Cummins facility. c. Shipped loose items. Assemble/Install by Cummins at Job Site. d. Shipped loose items. Assemble/Install by customer at Job Site. e. Start and Test performed by Cummins. f. Start and Test performed by customer. OPTIONS List here or delete line This quote is based on written specifications Section pages , Section , pages through , drawings and with the following exceptions and clarifications. This quote was based on verbal requests and this package may may not fit the owner's application. EXCEPTIONS List here or delete line INTERNATIONAL BUILDING CODE (IBC) CERTIFICATION Page 1 of 7 YD 1 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #605 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Rescue Phone and Battery Lowering Device Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) FROM: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 12/01/2020 TBD 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 12/07/20 12/08/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 12:56 pm on 12/01/2020 Per conversations with Schindler and PCEC on site, the following changes need to be made to support the elevator installation: 1. The battery lowering device (EL -6,8) is not required since the building is backed up by generator power, not batteries. Schindler stated that 4 wires need to be pulled from the ATS to the elevator controller. These four wires should connect to normally closed contacts that monitor the status of the ATS. See attached sheet for more information. • Please confirm pulling four wires from the ATS and installing normally closed contacts is acceptable. 2. PCEC has already pulled and installed circuits EL -6,8. Schindler and PCEC discussed using the wires pulled on circuit 6 for the Rescue Phone (located in RFI 602). Circuit 6 should be revised to be a dedicated 15A circuit and should be pulled to the elevator controller. Schindler will provide the connection from this circuit to the Rescue Phone. Circuit 8 will be abandoned as spare circuits are not allowed by elevator code. • Please confirm circuit EL -6 can be revised to be a dedicated 15A circuit with a 15A 110V 1P breaker for the Rescue Phone and that circuit EL -8 can be deleted. Attachments: RFI 605 - Elec - Rescue Phone and Battery Lowering Device Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, December 4th, 2020 at 12:03PM PST 1. The design intent is to have emergency battery back-up for the elevator as shown in construction document Sheet E301S indicating power connection (circuit EL -6,8) for battery back-up charger and as noted in Specification Section 142123 (F) (2). However, we understand that emergency battery back-up is not required since the whole building is power backed -up by on-site generator. We feel that a credit should be given to the Owner for not providing the emergency battery back-up for the Elevator. With no emergency battery back-up, providing normally close contact and pull 4#12 wires from the ATS to elevator controller is acceptable. 2. Provide 15A, single pole breaker on circuit 6 at Panel EL and blank circuit EL -18 is confirm. RJ - TFWB 12-4-2020 Attachments: RFI 605 - Elec - Rescue Phone and Battery Lowering Device Clarifications TFWB Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 12/16/2020 12 :18 PM RFI #605 LYDIG 7 sbf tUr1,4, WW1' 1,1"' '1741,7717RN; ,vitaattErta t&k, ett",1 '47'"‘"Fl leMITURPRANTIWW4TRAN,RIMMART pf004k rtrOxitrAkhArtpit.0,44' vv.144:4**400WW401.101,t4 IVOS UV"' '4 tlIti4leitAvAlikt*VokititakAA Av,'kv.a.140 “Atke,VEA,Atimikv 1. The design intent is to have emergency battery back-up for the elevator as shown in construction document Sheet E301S indicating power connection (circuit EL -6,8) for battery back-up charger and as noted in Specification Section 142123 (F) (2). However, we understand that emergency battery back-up is not required since the whole building is power backed -up by on-site generator. We feel that a credit should be given to the Owner for not providing the emergency battery back-up for the Elevator. With no emergency battery back-up, providing normally close contact and pull 4#12 wires from the ATS to elevator controller is acceptable. 2. Provide 15A, single pole breaker on circuit 6 at Panel EL and blank circuit EL -18 is confirm. RJ - TFWB 12-4-2020 Attachments: RFI 605 - Elec - Rescue Phone and Battery Lowering Device Clarifications TFWB Response.odf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/16/2020 12:18 PM TO: 18-001 (ao) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 016 DATE: 1/22/2021 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.1 ( ao ) AMENDMENT NO: 041 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 1/26/2021 Contractor Lydig Construction By Craig Greene Title VP of Operations Original Contract FS51 (without tax) $ 9,587,314.00 c APPROVED BY THE CITY OF TUKWILA Previous Change Order FS51 $ 1,061,617.41 Date « 1 This Change Order FS51 (without tax) $ 1,502.58 By REV. CONTRACT AMOUNT FS51 $ 10,650,433.99 \,0 'ginal Contract Time FS51: 420 days (May 19, 2020) A-dditional Contract Time for this Change Order FS51: 107 days Updated Contract Time FS51: 527 days (September 01, 2020) My 1 Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 16 014) Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 51 LYDIG CO # 16 K 90830402 Contract # 18-001.1 ( ao ) Lydia Construction Date 1/22/21 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 151 CE #206 - ASI-013 - Linear Wood Ceiling Changes. ASI 013 added/changed details 3, 4, and 5 on sheet A704. Details 3 and 4 changed the vertical transition panels between the wood ceiling and adjacent assembles from an Axiom metal trim material to wood paneling. This detail required additional wood material to be ordered, and additional labor to miter the edges at the corner details. Additional work was required by added detail 5/A704 showing recessed light fixtures in the middle of linear veneer panels. This required cutting and shimming these panels in order to guarantee a tight fit. DC $1,502.58 Lydig Change Order No. 16 $1,502.58 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #151 Project: 30125-43 - TFS#51 -GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #151: CE #206 - ASI -013 - Linear Wood Ceiling Changes TO: FROM: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 151 /1 REQUEST RECEIVED FROM: STATUS: REFERENCE: ^ 0. Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: -V- y.--, CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING 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) 12/18 /2020 None Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,502.58 POTENTIAL CHANGE ORDER TITLE: CE #206 - ASI -013 - Linear Wood Ceiling Changes CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #206 - ASI -013 - Linear Wood Ceiling Changes ASI 013 added/changed details 3, 4, and 5 on sheet A704. Details 3 and 4 changed the vertical transition panels between the wood ceiling and adjacent assemblies from an Axiom metal trim material to wood paneling. This detail required additional wood to material to be ordered, and additional labor to miter the edges at corner details. Additional work was required by added detail 5/A704 showing recessed light fixtures in the middle of linear veneer panels. This required cutting and shimming these panels in order to guarantee a tight fit. Revised Markups to not calculate compounding percentages ATTACHMENTS: COP 006R2 - ASI 013 - Linear Wood Ceiling Changes.pdf # Cost Code Description Type Amount 09-010-99- - GWB, Insulation 3. ACT Sub - BP 06 Added material and labor for wood ceiling installation Subcontractor $ 1409.91 Subtotal: 91,409.91 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwriften Sub's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 63.45 GL Insurance: 0.75% Applies to all fine Item types. 9 11.05 P&P Bond: 0.75% Applies to all item types. $ 11.13 B&O Tax: = 0.47% Applies to all line item types. 9 7.04 Grand Total: 91,502.55 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 1/5/ 2021 03 :45 PM KNUTSON METAL FRAMING & DRYVVALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 006R2 JOB NAME Tukwila Fire Station #51 DATE 12/08/20 General Contractor Lydig Construction Reference Documents ASI -013 DESCRIPTION Linear wood ceiling Change Axiom Edge to Linear Wood Edge per ASI -013. Extra time is in Mittering and aligning all joints in wood seams. Prepared by: Jackie Bergman 1. Direct Labor Cost (from attached cost breakdown form) a. crew (apprentices, journeymen, and laborers) 327,00 b. foreman/superintendent 85.00 Direct Labor Subtotal S 412.00 Labor Markups c. direct supervision (NTE 15% of la) d. safety (NTE 2% of lines la & 1 b) 2. Material Cost (from attached cost breakdown form) 3. Equipment Cost (from attached cost breakdown form) $ 412.00 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) $ 118.70 b. NTE 5% portion of 1,2,3, and 4 (profit) 59.35 6. Sub -Tier Subcontractors a. b. c. 7. Overhead & Profit on Sub -Tier Subcontractors a. NTE 8% portion of 1,2,3, and 4 (overhead) b. NTE 4% portion of 1,2,3, and 4 (profit) 8. Insurance (1.85% portion of 1,2,3,4,5,6, and 7) 9. Bonding (1.41% portion of 1,2,3,4,5,6,7, and 8) $ 775.00 1,187.00 178.05 25.25 19.60 Total Cost $ 1,409.91 KNUTSON METAL FRAMING & DRYWALL 2232 Pacific St. Bellingham, WA 98229 PHONE: (360) 384-2539 FAX: (360) 384-5629 COP 6 JOB NAME Tukwila Fire Station #51 DATE 12/08/20 General Contractor Lydig Construction Reference Documents ASI -013 Linear wood ceiling Change Axiom Edge to Linear Wood Edge per ASI -013. Extra time is in Mitering and aligning all joints i Pricing Documents N/A Description Labor Qty Unit Rate Cosf Material Rate Equipment Rafe Cost Total Cost Wood Edge Install 8 HR $ 79.00 $ 632.00 $ - $ - $ 632.00 Axiom Installer -4 FIR $ 79.00 $ (316.00) $ 14.25 S - $ - $ (316.00) Taper -100 FIR $ 79.00$ - 6.50 $ - $ - $ - Clean -Up FIR $ 79.00$ - $ - $ - 5 - Stock HR $ 79.00 $ - $ - $ - $ - Labor & Industries 4 HR 2.75 $ 11.00$ - $ - $ 11.00 Foreman Superintendent Subtotal $ 327.00 1 hr $ 85.00 $ 85.00 0 hr $ 91.00 $ - Total $ 412.00 $ 775.00 $ 775.00 $1,102.0o $ 85.00 $ - $1,187.00 - $ - S - $ - Straight Trim 100 LF $ - $ 14.25 $1,425.00 $ - S1,425.00 4" Axiom Trim edge -100 LF - 6.50 $ (650.00) $ - $ (650.00) - - $ - $ - - $ - $ - $ - $ - $ - $ - - $ - $ - - $ - $ - $ - - - $ - $ - - $ - $ - $ - - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - $ - $ - $ - S - - $ - $ - - $ - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - - - $ - $ - - $ - $ - $ - Foreman Superintendent Subtotal $ 327.00 1 hr $ 85.00 $ 85.00 0 hr $ 91.00 $ - Total $ 412.00 $ 775.00 $ 775.00 $1,102.0o $ 85.00 $ - $1,187.00 E NSTE A+U ARCHITECTS + URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI -013 Project Name: Tukwila Fire Station 51 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Revised sheets A201, A704 Revised RL -7 product data Project No. 17001 Issue Date: 1/13/2020 1. The work described herein is a clarification of the Contract Documents. Proceeding with the work indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. 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. 0 4. You are hereby directed to proceed with the work herein, to be performed on a Time & Materials basis; General Contractor's overhead and profit shall be per the Owner/Contractor agreement. Submit a proposal for changes in Contract Time, if any, within fifteen (15) days. Description: Revised A201 clarifies the Linear Wood Ceiling layout and dimensions, including mounting and locations for sprinkler heads, diffusers, and lights that should be integrated with the wood planks, Revised A704 clarifies ceiling edge details, recessed light fixture mounting detail (RFI -145), and transition details. Light fixture RL -7 should have a 2 1/4" width (previously 4"). Cut sheet is attached. 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAU.curn T 206143 8606 F 206"113 1218 -, --.-- w Y I s o PEMOO 00 Or A201 WEINSTEINA+U ® WIMPmertnmu ,t,1_mw ( au�•nssm�Y 7-1 (;) gmrnrsoic mum. Aftil. NI.. MILE '" A704 WEINSTEINA+U 14.8.114E RAMS. F0111.111400 mroaexmgv�maa 1.749..r 44.01 o a Pamsam ta+Crl.leou On rl voaxcaumm ERWITRnu11101 Nor AN,,Anommumm BID SET 1/17/2019 QS+se.mk..4.110,441. Om,waroma+mw PRELIMINARY CONSSTRUCTION law llaatita BM Sat Vaa Saell H.. OCAS A704 WEINSTEINA+U TO: 18-001 (an) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 019 (COVID)/ DATE: 12/22/2020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( an ) AMENDMENT NO: 040 \/ 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 12/23/2020 Contractor Lydig Construction By Craig Greene Title VP of Operations APPROVED BY THE CITY OF TUKWILA Date zcz-I Original Contract FS52 (without tax) $ 16,029,260.00 Previous Change Order FS52 $ 918,627.33 This Change Order FS52 (without tax) $ 7,857.85 v REV. CONTRACT AMOUNT FS52 $ 16,955,745.18 riginal Contract Time FS52: 521 days (Dec 17, 2020) dditional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 565 days (Jan 29, 2021) By Mayor Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File / 51 /614114-4-& (11/2014) Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 019 (COVID) ILA tv , 90830402 Contract # 18-001.2 ( an) Date 12/22/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD Description Reason Code Amount COP 173 CE #229 - COVID-19 Impacts - August Electrical. Cost impacts from added work planning, safety measures, reporting, tool disinfecting and lowered labor efficiency due to the conditions caused by added COVID-19 work protocols for the electrical scope of work for the month of August. Proposal is based on an impact of 0.75 hr per 8hr working shift per worker on site. COVID $7,857.85 Lydig Change Order No. 019 (COVID) $7,857.85 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #173 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #173: CE #229 - - August Electrical COVID-19 Impacts 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 NUMBERJREVISION: 173 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 9/2 /2020 REFERENCE: PRIME CONTRACT None REQUEST RECEIVED FROM: STATUS: CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $7,857.85 POTENTIAL CHANGE ORDER TITLE: CE #229 - COVID-19 Impacts - August Electrical CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Fofiows) CE #229 - COVID-19 Impacts - August Electrical Cost impacts from added work planning, safety measures, reporting, tool disinfecting and lowered labor efficiency due to the conditions caused by added COVID-19 work protocols for the electrical scope of work for the month of August. Proposal is based on an impact of 0.75 hr per 8 hr working shift per worker on site. ATTACHMENTS: CE 229 - COR045.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 12/2/ 2020 07 :59 AM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 045 Subcontractor $ 7,705.00 Subtotal: 97,705.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 5 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. 5 57.79 P&P Bond: 0.75% Applies to all line Item types. $ 58.22 B&O Tax: = 0.47% Applies to all line item types. $ 36.84 Grand Total: 97,857.85 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 12/2/ 2020 07 :59 AM nese September 25, 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# 045.0 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 57,705.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence ofwork, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 44 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: [ 19066 Work COVID-19 Labor impacts. Dailies provided. Impacts due to Description: Social distancing and redistribution of manpower to maintain social distancing for August. 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) $ 94.97 129.78 164.59 107.02 116.83 $ 7,478.89 $ COP# - PCEC COR# 045.0 Date: 9/25/2020 CCD# RFI# PCEC RFI# 78.75 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 0% overhead & profit of 1 0% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 08 P ON INS / TAX $ 74.79 $ 151.07 TOTAL COST 1 THRU 8 $ 7,478.89 225.86 7,705.00 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL ?_t Job No.: 19066 Journal No.: 00108 DATE: 8/3/2020 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 Joumeymen 2 Apprentices 0 Stockmen 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 August 3rd 2020. 1st Fir lighting and Low voltage piping - Jim. Benches, bollard piping, installed MTS strut - Tom. 2nd Fir Low Voltage - Joel. 2nd Fir lighting - Stefan. 1st Fir lighting, roof unit - Derek, Tom. RL -6E needs to be rewired before installation/manufacturer. 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 Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 01. 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00109 DATE: 8/4/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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 August 4th 2020. 1st floor north lighting and low voltage piping, Jim. Bollard piping and MTS work, Tom. 2nd floor low voltage, Joel. 2nd floor lighting support, Stefan. 1st floor lighting and low voltage, Derek. 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 Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rah all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00110 DATE: 8/5/2020 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 flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for work date 8/5/2020 - Outdoor work (bollards, benches, EV chargers, MTS), Tom. 1st floor lighting and trim, Derek. 2nd floor power, Joel. 2nd Floor lighting, Stefan, Jim. 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. VanderLip - Ceiling guy failed to show up as agreed to(last week) for the installation. JMI - Required moving of lighting conduit and LV in RM 210 to allow for installation of return air. 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: Crimper from North Coast(Ancient and Clumsy). WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rah all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00111 DATE: 8/6/2020 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 Joumeyrnen 2 Apprentices 0 Stockmen 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 work date 7/07/2020 Elevator/Pit, Jim and Derek. 2nd floor exits and LV, Joel. 2nd Floor, Stefan. Gate power, sprinkler control crossings, electrical RM, MTS, Tom. 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. Curbs to be removed, replaced per Lydig - obstructs installation of MTS. Elevator pit light on south side doesnt fit, Alex from Lydig is sending RFI for alternate. Informed by Alex that Shindler has deleted non-fused disconnects at top of shaft. 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL ?_t Job No.: 19066 Journal No.: 00112 DATE: 8/7/2020 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 Joumeymen 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? Work Date 8/7/2020 MTS tower, Tom/Jim. Elevator and Elevator RM, Derek/Stefan. Joel 2nd floor power. 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. Misinformation from Don - told me that curbing used for MTS Support was being replaced. Today Alex told me to move ahead with MTS Installation. 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 2 Mostly Sunny A Calm 5 Cloudy Mostly Rain 6 Rah all Day B Windy C Stormy 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00113 DATE: 8/10/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS o GF 0 Stockmen 0 Foremen 3 Joumeymen 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. Digging Hazards. TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for 8/10/2020 2nd floor lighting, Tom and Stefan. Elevator, Derek and Stefan. MTS, Tom and Jim. Joel Roof power. 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. Lack of ceiling tile - ceiling guy was supposed to return wednesday. Did walk thru w/ managers - they indicated that he would return this week. 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: Crimper still here. WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rah all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00114 DATE: 8/11/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS o GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/11/2020. Ceiling cover prep, Joel and Stefan. MTS, Tom and Jim, Derek. 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. Tom injured right foot stepping onto uneven ground while carrying a ladder. 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: Crimper still here. 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00115 DATE: 8/12/2020 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 Joumeymen 2 Apprentices 0 Stockmen 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 8/12/2020. Ceiling cover prep, Joel, Mitch, Stefan and Shane. MTS, Tom and Jim. 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 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00116 DATE: 8/13/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF VVORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/13/2020. Ceiling cover pre, Joel, Stefan, Mitch and Shane. MTS - Tom, Jim. Wirepull for MTS - Tom, Jim, Joel, Stefan and Mitch. 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: Crimper still here. 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00117 DATE: 8/14/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REFf Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/14/2020. Ceiling cover prep - Joel, Stefan, Mitch and Shane. Bollards and benches - Tom, Jim and Derek. Elevator - Derek. 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 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00118 DATE: 8/17/2020 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 Joumeymen 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 8/17/2020. 1st floor corridor fixes - Joel. Empty connection to gear storage room - Stefan. Lighting in gear storage room - Stefan. Exterior benches/bollards - Tom, Jim and Derek. Disconnect Redline trailer - Jim, Derek. *Don "discovered" improper box mounting methods. Don and Frank had guided us in the installation on 8/13. This caused Don to call off part of the planned work(then we were able to complete on schedule today). 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. Lydig - see above. 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00119 DATE: 8/18/2020 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 Joumeymen 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 8/18/2020. moving Trailers - Tom, Jim, Derek. Pulling in wire to MTS - Tom, Jim, Stefan. Install lighting in gear storage - Stefan. Trim 1st Fir - Derek. Trim 2nd Fir - Joel. Material Handling - Joel and Jim. Power connectors to new trailers - Lydig, Don wanted new service to his new location, we solved using extension cords. Lydig agreed to provide a splitter for small trailers, had none on-site. 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 Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rah all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00120 DATE: 8/19/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/19/2020. 1st Fir Trim - Derek. Material handling and gear storage - Stefan, Jim. 2nd Fir LV, Elect RM, Outside Ltg, 1st Fir trim - Tom, Joel. 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 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00121 DATE: 8/20/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS o GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/20/2020. MTS, Temp pourer revision - Tim, Jim. 1st Fir Trim - Derek. 2nd Fir trim - Joel. 1st Fir Lighting, material moving - Stefan. Lydig supplied extension cords for the trailers for us to use when relocating, I found one that was wired incorrectly after it was connected to Lydigs main trailer. 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 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00122 DATE: 8/21/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/21/2020. Temp power panel removal, Trailer power troubleshooting - Tom, Jim. 1st Fir trim - Derek. 1st Fir ceiling - Joel. 1st Fir lighting, material handling - Stefan. 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 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Ent DATE: 8/24/2020 Job No.: 19066 Job Name: Tukwila Fire Station 52 Location: Tukwila Fire Station 52 NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Journeymen 2 Apprentices 5 Crew Total Joumal No.: 00123 WEATHERTYPE: #REF! TEMPERATURE: 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. Demolition safety issues. TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 8/24/2020. 1st Fir trim - Derek, Mitch, Shane. 1st Fir Ltg in open areas - Stefan. MTS + ATS - Tom and Derek. 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: Still have the crimper from Electrical supply. WEATHER TYPES: A Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Rah all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00124 DATE: 8/25/2020 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 MI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex. Demolition concerns. TYPE OF WORK IN PROGRESS: AND: EXTRAWORK REQUESTED or REQUIRED? Daily for Date 8/25/2020. ATS - Mitch, Jim. ATS + Generator - Tom. 1st Fir trim - Derek. 1st Fir lighting - Stefan. Lydig (Don) indicated that we need to add an additional P-1 in the garden (not on our electrical prints). Agreed to submit an RFI. 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: Rec'd final on service equipment. 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 Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00125 DATE: 8/26/2020 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 Joumeymen 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 8/26/2020. Test gear, panels, ATS, MTS and Generator continuity - Mitch, Tom and Jim. Turn on hall and bank outlets - Tom and Jim. Trim 1st Fir and 2nd Fir - Derek. Material handling and trim - Stefan. 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 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 JOURNAL Job No.: 19066 Joumal No.: 00126 DATE: 8/27/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF VVORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 2 Apprentices 5 Crew Total 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 8/27/2020. 1st Fir trim - Derek. 2nd Fir trim - Jim. Outside Iighting(parking lot), EV, Gate - Mitch, Tom, Stefan. Curbing Contractor not on-site, causing delays in site works for parking lot pours. 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 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 JOURNAL Job No.: 19066 Joumal No.: 00127 DATE: 8/28/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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 8/28/2020. 1st, 2nd Fir Trim - Derek. 1st Fir Trim - Trim. Outdoor Lighting - Mitch, Shane, Tom, Stefan. Moving materials from gear storage to app bay - Stefan. 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 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 11. 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00128 DATE: 8/31/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF 0 Stockmen 0 Foremen 3 Joumeymen 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. Use of portabands on jobsite. TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 8/31/2020. 2nd Fir lighting - Derek. 1st Fir lighting - Jim. Outdoor lighting - Tom. Repair of West lot lighting - Mitch, Tom and Jim. 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 2 Mostly Sunny 6 Rain all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature TO: 18-001(am) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 018 DATE: 1212212020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( am AMENDMENT NO: 039 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 12/23/2020 Contractor Lydig Construction Craig Greene VP of Operations By Title Original Contract FS52 (without tax) $ 16,029,260.00 Previous Change Order FS52 $ 872,633.89 This Change Order FS52 (without tax) $ 45,993.44 REV. CONTRACT AMOUNT FS52 $ 16,947,887.33 r ginal Contract Time FS52: 521 days (Dec 17, 2020) Additional Contract Time for this Change Order FS52: 44 days Updated Contract Time FS52: 565 days (Jan 29, 2021) APPROVED BY THE CITY OF TUKWILA Date —.Z°z I By Mayor Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File C (11/2014) Exhibit "A" CHANGE O ER CITY OF TUKWILA Project Name Project# TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 018 �* 90830402 Contract # 18-001.2 ( am ) Date 12/22/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD 4 Description Reason Code Amount COP 201 CE #255 - ASI-020 Interior Signage. Revised signage schedule per ASI-020 dated 9/24/2020 and credit back for original bid amount for interior signage. Costs do NOT include sign types 14 or 15 as these are not quantifiable at this time. $600 has been allocated to GCCM Contingency for bid delta in quantity of interior room signs (15 each at $40/sign). DC $3,785.88 COP 202 CE #256 - Exterior Signage Revisions. Signage revisions per forthcoming ASI for exterior signage. Pricing and submittals have been released early as agreed upon between the project team to reduce the potential for schedule impact in signage submittals and procurement. Signage revisions are currently in review with City of Tukwila. Any permit revisions affecting the costs of the signs will be priced accordingly in the future. $1,000 has been allocated to GCCM contingency to cover costs of the original monument sign substrate, that was not identified in the bid drawings and was later revised to aluminum sheet and HSS posts. DC $3,864.33 COP 203 CE #258 - RFI #511.1: Architectural - Push to Exit Button Model Clarification. The specified push to exit button is wider than the storefront mullion where it is to be mounted. RFI 511.1 changed the type of push to exit button to the 413NU model at doors 101 and 102. DC $293.46 COP 204 CE #259 - RFI #504: Architectural - Door Closer Mount Side at Airlocks 126 and 130. Revisions of door closers at openings 126B and 130B to model 4111 Metal Cover (MC) Extra Duty Arm (EDA) closer perthe response to RFI 504. DC $909.70 COP 209 CE #257 - RFI #408: Architectural - Exterior Door Thresholds. The type of threshold for doors 101, 105, 116, 134, 231A and 23 I B were revised to a deeper model to span the gap from interior floor finish to exterior slab finish at all exterior doors per RFI 408. DC $967.21 COP 219 CE #275 - RFI #348: Architectural - Ceiling Finish in Elevator Control Closet. Additional framing, Gypsum Wall Board and taping to finish ceiling in Elevator Control Closet room 123 per RFI 348 that was originally shown to be exposed to structure ceiling finish. DC $1,725.42 COP 220 CE #276 - #464: Architectural - Great Room 224 Furring Wall Revisions. Additional demo, framing, Gypsum Wall Board and finish taping to relocate the furring wall as indicated in RFI 464 to accommodate the refrigerator clearance and future addition of 4th refrigerator. DC $1,179.77 COP 221 CE #278 - RFI #559: PRIORITY - Electrical - Confirmation of Wireless Access Points (WAP) Installation. By request of City of Tukwila, PCEC is installing the (4) wireless access points as indicated in RFI 559. OC $514.75 COP 222 CE #279 - RFI #565: Electrical - Ground-Fault Circuit Interrupters (GFCI) Protection in Laundry 117 and Gear Wash 128. Outlets in Laundry/Jan 117 are to be replaced with Ground-Fault Circuit Interrupter (GFCI) protected outlets per the response to RFI 565. DC $475.32 COP 223 CE #277 - RFI #501: Architectural - Wall Mounted Baby Changing Station. Additional demo, framing, Gypsum Wall Board, finish taping, priming and painting to relocate the recessed baby changing station per RFI 501. DC $1,256.50 COP 224 CE #274 - RFI #524: Architectural/Mechanical - Shop 138 Generator Paralleling Controller (GPC) Panel Conflict. Relocate the Shop 138 GPC panel to remove conflict with the FOIO flame cabinet, including reframing, taping, priming and painting of affected wall. DC $1,500.55 Project Name Project # Fire Station 52 CO # 018 OC $3,760.97 90830402 Contract # 18-001.2 ( am ) Date 12/22/20 COP 225 CE #280 - RFI #588: Civil/Electrical - Restoring Power to Cowlitz Street Light. Restoration of power to the Cowlitz parking lot street light, tied -in to the TFS 52 project pole light circuits, as directed in the response to RFI 588. The existing Cowlitz street light was tied into a circuit in the former driveway that was removed during the excavation and grading of the new driveway profile and therefore could not be salvaged or maintained with the new driveway. COP 226 CE #282 - RFI #564: Electrical - Uninterrupted Power Supply (UPS) Backup for Alerting System. Addition of an uninterrupted power supply for the alerting system per the response to RFI 564. OC $1,210.67 COP 227 CE #283 - RFI #580: Electrical - Confirmation of Revised Controlled Receptacles. Revision of 26 outlet receptacles to controlled receptacles on Level 2 per the response to RFI 580. Other cost impacts that will be tracked on a separate PCO/CE include: ceiling tile removal and replacement, Gypsum Wall Board removal and repairs, repainting. DC $13,787.34 COP 229 CE #285 - RFI #576: Civil - Existing Sewer and Storm Manhole Cover Replacement. Replacement of existing manhole covers with new manholes including City of Tukwila (CoT) seals per the response to RFI 576 and direction by CoT inspector. Total of (4) locations. AD $1,269.19 COP 230 CE #289 - RFI #594: Electrical - Fire Alarm Control Panel (FACP) Cat6 Tie In For Distributed Antenna System (DAS). PCEC contractor to terminate the (2) CAT6 cables installed by Day Wireless to FACP to serve communication lines to their DAS Bi -Directional Amplifier (BDA) equipment as directed in the response to RFI 594. OC $592.55 COP 231 CE #290 - RFI #582: Civil - 65th Ave S Sidewalk Restoration. Removal of cold patch installed by Puget Sound Energy (PSE) during electrical power trenching and utility tie-in, preparation of sidewalk for concrete replacement, concrete placement of curb & gutter and sidewalk. OC $6,097.04 COP 232 CE #281 - RFI #572: Architectural - Epoxy Floor Coating at 126 and 130. Addition of epoxy paint systems in rooms 126 and 130 per the response to RFI 572. DC $1,954.54 COP 233 CE #291 - RFI #590: Architectural/Electrical - 52 Building Sign Light Temperature. Credit for SL -3 light fixture provided and installed by the electrician as shown on the electrical drawings per RFI 590. The signage subcontractor requires use of a sign -type LED fixture in lieu of the strip lights shown on the electrical drawings. DC ($1,987.67) COP 234 CE #293 - RFI #556: Electrical - 15 Amp Breakers in Panel EL. Per the approved elevator shop drawings, utilized to create ASI -007b "Schindler Elevator Revisions - Electrical", the elevator car light/receptacle/ventilation power requires a 120V/1PH/60hz/15A breaker and lock out in the elevator panel. The revised electrical panel schedule showed a 20 amp breaker. Per RFI 556, the breaker was changed out for the appropriate amperage. DC $217.41 COP 236 CE #295 - RFI #598.1: Mechanical - Added Supply Grills in Corridor 217. Addition of (2) linear slot diffusers as required for Heat Recovery Ventilator (HRV) 2.3 to provide adequate supply air as directed in the response to RFI 598.1. DC $2,618.51 COP 237 CE #296 - Trade Damage Repairs - Painting Level 2. Allowance. PCO 10 - Trade damage repairs on Level 2 on 11/18-11/19. This is to authorize usage of 32 of the remaining 132 hours of the trade damage allowance in NWCC's contract managed by the GCCM. Revised number of hours remaining is now 100. AL $0.00 COP 255 CE #318 - Substantial Completion Revision. Revision of the substantial completion date for Tukwila Fire Station 52 from 12/17/2020 to 1/29/2021. Extension of the specified general conditions and negotiated support services from the original contract duration will be addressed in a separate PCO. UFC $0.00 Lydig Change Order No. 018 $45,993.44 LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #018 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #018: Change Order #18 TO: DATE CREATED: CONTRACT STATUS: DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: CONTRACT FOR: DESCRIPTION: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 12/ 09 /2020 Pending - In Review FROM: CREATED BY: REVISION: REVIEWED BY: REVIEW DATE: PAID DATE: EXECUTED: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: Contract Change order #18 for owner changes in the month of December 2020. ATTACHMENTS: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 Alex Carey (Lydig Construction, Inc. - Bellevue Of) 0 No $ 45,993.44 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 201 CE #255 - ASI -020 Interior Signage 3,785.88 202 CE #256 - Exterior Signage Revisions (ASI forthcoming) 3,864.33 203 CE #258 - RFI #511.1: Arch - Push to Exit Button Model Clarification 293.46 204 CE #259 - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 909.70 209 CE #257 - RFI #408: Arch - Exterior Door Thresholds 967.21 219 CE #275 - RFI #348: Arch - Ceiling Finish in Elevator Control Closet 1,725.42 220 CE #276 - #464: Arch - Great Room 224 Furring Wall Revisions 1,179.77 221 CE #278 - RFI #559: PRIORITY - Elec - Confirmation of WAP Installation 514.75 222 CE #279 - RFI #565: Elec - GFCI Protection In Laundry 117 and Gear Wash 128 475.32 223 CE #277 - RFI #501: Arch - Wall Mounted Baby Changing Station 1,256.50 224 CE #274 - RFI #524: Arch/Mech - Shop 138 GPC Panel Conflict 1,500.55 225 CE #280 - RFI #588: Civil/Elec - Restoring Power to Cowlitz Street Light 3,760.97 226 CE #282 - RFI #564: Elec - UPS Backup for Alerting System 1,210.67 227 CE #283 - RFI #580: Elec - Confirmation of Revised Controlled Receptacles 13,787.34 229 CE #285 - RFI #576: Civil - Existing Sewer and Storm Manhole Cover Replacement 1,269.19 230 CE #289 - RFI #594: Elec - FACP Cat6 Tie In For DAS 592.55 231 CE #290 - RFI #582: Civil - 65th Ave S Sidewalk Restoration 6,097.04 232 CE #281 - RFI #572: Arch - Epoxy Floor Coating at 126 and 130 1,954.54 233 CE #291 - RFI #590: Arch/Elec - 52 Building Sign Light Temperature (1,987.67) Lydig Construction, Inc. page 1 of 7 Printed On: 12/18/ 2020 07 :15 AM LY D I G PCCO #018 234 CE #293 - RFI #556: Elec - 15 Amp Breakers in Panel EL Description 217.41 236 CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 $ 4,152.38 2,618.51 237 CE #296 - Trade Damage Repairs - Painting Level 2 Subtotal: 0.00 TOTAL: $ 45,993.44 CHANGE ORDER LINE ITEMS: PCO # 201 : CE #255 - ASI -020 Interior Si na e # Description Description Amount 1 PCO 201 -SP $ 4,152.38 2 15 signs at $40/ea ($600.00) Subtotal: Subtotal: $3,552.38 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. Fee - Sub Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 159.86 GL Insurance: 0.75% Applies to all line item types. GL Insurance: 0.75% Applies to all line item types. 27.84 P&P Bond: 0.75% Applies to all line item types. P&P Bond: 0.75% Applies to all line item types. 28.05 B&O Tax: = 0.47% Applies to all line item types. B&O Tax: = 0.47% Applies to all line item types. 17.75 Grand Total: Grand Total: $3,785.88 PCO # 202 : CE #256 - Exterior Signage Revisions (ASI forthcoming) # Description Amount Amount PCO 202 -SP $ 4,625.99 2 Monument Sign Substrate (51,000.00) Subtotal: $3,625.99 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 163.17 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. GL Insurance: 0.75% Applies to all line item types. 28.42 P&P Bond: 0.75% Applies to all line item types. 28.63 B&O Tax: = 0.47% Applies to all line item types. 18.12 2.17 Grand Total: 53,864.33 PCO # 203 : CE #258 - RFI #511.1: Arch - Push to Exit Button Model Clarification # Description Amount 1 PCO 203 -SP $ 275.36 Subtotal: $275.36 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 12.39 GL Insurance: 0.75% Applies to all line Item types. 2.16 P&P Bond: 0.75% Applies to all line Item types. 2.17 B&O Tax: = 0.47% Applies to all line item types. 1.38 Grand Total: 5293.46 PCO # 204 : CE #259 - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 Lydig Construction, Inc. page 2 of 7 Printed On: 12/18/ 2020 07 :15 AM Description Amount 1 PCO 204 -SP $ 853.60 Subtotal: $853.60 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. 38.41 GL Insurance: 0.75% Applies to all line item types. 6.69 P&P Bond: 0.75% Applies to all line Item types. 6.74 B&O Tax: = 0.47% Applies to all line item types. 4.26 Grand Total: 5909.70 Lydig Construction, Inc. page 2 of 7 Printed On: 12/18/ 2020 07 :15 AM LYDIG PCO # 209 CE #257 - RFI #408: Arch - Exterior Door Thresholds PCCO #018 # Description Amount 1 PCO 209 -SP $ 907.56 Subtotal: $907.56 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. 40.84 GL Insurance: 0.75% Applies to all line Item types. 7.11 P&P Bond: 0.75% Applies to all line item types. 7.17 B&0 Tax: = 0.47% Applies to all line item types. 4.53 Grand Total: $967.21 PCO # 219: CE #275 - RFI #348! Arrh - Cailinn Finich in Finunfnr Cnntrni (Incn4 # Description Amount 1 Van #37 $ 1,619.00 Subtotal: $1,619.00 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. 72.86 GL Insurance: 0.75% Applies to all Ilne Item types. 12.69 P&P Bond: 0.75% Applies to all line item types. 12.78 B&O Tax: = 0.47% Applies to all line item types. 8.09 Grand Total: $1,725.42 PCO # 220 : CE #276 - #464: Arch - Great Room 224 Furring Wall Revisions # Description Amount 1 Van #38 $ 1,107.00 Subtotal: $1,107.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 49.82 GL Insurance: 0.75% Applies to all Ilne Item types. 8.68 P&P Bond: 0.75% Applies to all lineitem types. 8.74 B&O Tax: = 0.47% Applies to all line Item types. 5.53 Grand Total: $1,179.77 PCO # 221 : CE #278 - RFI #559' PRIORITY - Flan - Cnnfirmatinn of WAP Incfnlinfinn Lydig Construction, Inc. page 3 of 7 Printed On: 12/18/2020 07 :15 AM Description Amount 1 PCEC COR 047 $ 483.00 Subtotal: $483.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 21.74 GL Insurance: 0.75% Applies to all line Item types. 3.79 P&P Bond: 0.75% Applies to all line item types. 3.81 B80 Tax: = 0.47% Applies to all line item types. 2.41 Grand Total: $514.75 Lydig Construction, Inc. page 3 of 7 Printed On: 12/18/2020 07 :15 AM LYDIG PCO # 222 : CE #279 - RFI #565: Elec - GFCI Protection In Laundry 117 and Gear Wash 128 PCCO #018 PCO # 224 : CE #274 - RFI #524: Arch/Mech - Shop 138 GPC Panel Conflict Description Amount 1 PCEC COR 048 $ 446.00 Subtotal: $446.00 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. 20.07 GL Insurance: 0.75% Applies to all line Item types. 3.50 P&P Bond: 0.75% Applies to all line Item types. 3.52 B&O Tax: = 0.47% Applies to all line item types. 2.23 Grand Total: 5475.32 PCO # 223 : CE #277 - RFI #501: Arch - Wall Mounted Baby Changing Station PCO # 224 : CE #274 - RFI #524: Arch/Mech - Shop 138 GPC Panel Conflict Description Amount 1 Van #39 $ 1,015.00 2 NWCC COR 05 $ 164.00 Subtotal: $1,179.00 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% Applles to Subcontractor, Purchase Agreements, and Project Contingency. 53.06 GL Insurance: 0.75% Applies to all line item types. 9.24 P&P Bond: 0.75% Applies to all line Item types. 9.31 B&O Tax: = 047% Applles to all line Item types. 5.89 Grand Total: 51,256.50 PCO # 224 : CE #274 - RFI #524: Arch/Mech - Shop 138 GPC Panel Conflict PCO # 225 : CE #280 - RFI #588: Civil/Elec - Restoring Power to Cowlitz Street Light # Description Amount 1 Van #36 $ 1,244.00 2 NWCC COR 06 $ 164.00 Subtotal: $1,408.00 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. 63.36 GL Insurance: 0.75% Applies to all line item types. 11.04 P&P Bond: 0.75% Applles to all line Item types. 11.12 B&O Tax: = 0.47% Applies to all line item types. 7.03 Grand Total: 51,500.55 PCO # 225 : CE #280 - RFI #588: Civil/Elec - Restoring Power to Cowlitz Street Light # _ Description Amount 1 PCEC COR 049 $ 3,529.00 Subtotal: $3,529.00 Fee - Self Perforrn Work: 15.00% Applles 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. 158.81 GL Insurance: 0.75% Applies to all line item types. 27.66 P&P Bond: 0.75% Applies to all line Item types. 27.87 B&O Tax: = 0.47% Applies to all line item types. 17.63 Grand Total: 53,760.97 Lydig Construction, Inc. page 4 of 7 Printed On: 12/18/ 2020 07 :15 AM LYDIG PCO # 226 : CE #282 - RFI #564: Elec - UPS Backup for Alerting System PCCO #018 # Description Amount 1 PCEC COR 050 $ 1,136.00 Subtotal: $1;136.00 Fee - Self Perform Work; 15.001 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. 51.12 GL Insurance: 0.75% Applies to all line Item types. 8.90 P&P Bond: 0.75% Applies to all line item types. 8.97 B&O Tax: = 0.47% Applies to all line Item types. 5.68 Grand Total: 51,210.67 PCO # 227 : CE #283 - RFI #580: Elec - Confirmation of Revised Controlled Receptacles # Description Amount PCEC COR 051 $ 12,937.00 Subtotal: $12,937.00 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. 582.17 GL Insurance: 0.75% Applies to all line item types. 101.39 P&P Bond: 0.75% Applies to all line Item types, 102.15 B&O Tax: = 0.47% Applies to all line item types. 64.63 Grand Total: 513,787.34 PCO # 229: CE #285 - RFI #576: Civil - Existing Sewer and Storm Manhole Cover Replacement # Description Amount 1 PCO 229 -SP $ 1,190.92 Subtotal: $1,190.92 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. 53.59 GL Insurance: 0.75% Applies to all Ilne Item types. 9.33 P&P Bond: 0.75% Applies to all line item types. 9.40 B&O Tax: = 0.47% Applies to all line item types. 5.95 Grand Total: 51,269.19 PCO # 230 : CE #289 - RFI #594: Flan . FACP CatR Tia In Fnr nes # Description Amount PCEC COR 053 $ 556.00 Subtotal: $556.00 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, 25.02 GL Insurance: 0.75% Applies to all line Item types. 4.36 P&P Bond: 0.75% Applies to all line item types. 4.39 B&O Tax: = 0.47% Applies to all line item types. 2.78 Grand Total: 5592.55 Lydig Construction, Inc. page 5 of 7 Printed On: 12/18/ 2020 07 :15 AM LYDIG PCO # 231 :CE #290 - RFI #582: Civil - 65th Ave S Sidewalk Restoration PCCO #018 # Description Amount 1 LaRusso COR 11 $ 1,148.00 2 Pellco COR 65 $ 4,573.00 0.00 Subtotal: $5,721.00 GL Insurance: 0.75% Applies to all line Item types. 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 14.48 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 257.45 Grand Total: GL Insurance: 0.75% Applies to all line item types. 44.84 (14.73) P&P Bond: 0.75% Applies to all line item types. 45.17 (9.32) B&O Tax: = 0.47% Applies to all line Item types. 28.58 (81,987.67) Grand Total: $6,097.04 PCO 232 : CE #281 - RFI #572: Arch - Epoxy Floor Coating at 126 and 130 # Description Amount Amount NWCC COR 08 $ 1,834.00 Subtotal: $1,834.00 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. 82.53 GL Insurance: 0.75% Applies to all line Item types. 14.37 P&P Bond: 0.75% Applies to all line item types. 14.48 B&O Tax: = 0.47% Applies to all line Item types. 9.16 Grand Total: 81,954.54 PCO # 233 : CE #291 - RFI #590: Arch/Elec - 52 Building Sign Light Temperature # Description Description Amount 1 PCEC COR 054 ($1,949.00) Subtotal: Subtotal: ($1,949.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. Fee - Sub Tler Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 0.00 GL Insurance: 0.75% Applies to all line item types. GL Insurance: 0.75% Applies to all line item types. (14.62) P&P Bond: 0.75% Applies to all line item types. P&P Bond: 0.75% Applies to all line item types. (14.73) B&O Tax: = 0.47% Applies to all Ilne Item types. B&O Tax: = 0.47% Applies to all line Item types. (9.32) Grand Total: Grand Total: (81,987.67) PCO # 234 : CE #293 - RFI #556: Elec - 15 AMP Breakers in Panel EL # Description Amount 1 PCEC COR 056 $ 204.00 Subtotal: $204.00 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 9.18 GL Insurance: 0.75% Applies to all line item types. 1.60 P&P Bond: 0.75% Applies to all line item types. 1.61 B&O Tax: = 0.47% Applies to all Ilne Item types. 1.02 Grand Total: 8217.41 Lydig Construction, Inc. page 6 of 7 Printed On: 12/18/ 2020 07 :15 AM LYDIG PCCO #018 PCO # 236 : CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 Description Description Amount 1 JMI 8022 2,457.00 Subtotal: :$2,457,00 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: 4.50% Applles to Subcontractor, Purchase Agreements, and Project Contingency. 110.57 GL Insurance: 0.75% Applies to all line item types. 19.26 P&P Bond: 0.75% Applies to all line item types. 19.40 B&O Tax: = 0.47% Applles, to all line Item types, 12.28 Grand Total: $2,618.51 PCO # 237: CE #296 - Trade Damage Repairs - Paintinn Level 2 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE Lvdig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 872,633.89 $ 16,901,893.89 $ 45,993.44 $ 16,947,887.33 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Daae 7 of 7 Printed On. 12/18/2020 07 .15 AM Description Amount NWCC COR 10 $ 0.00 Subtotal: $0.00 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% Applles 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% Applles to all line Item types. 0.00 Grand Total: $0.00 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE Lvdig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 872,633.89 $ 16,901,893.89 $ 45,993.44 $ 16,947,887.33 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Daae 7 of 7 Printed On. 12/18/2020 07 .15 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #201 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #201: CE #255 - ASI -020 Interior Signage TO: PCO NUMBERIREVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 201 / 0 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) 10/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $3,785.88 POTENTIAL CHANGE ORDER TITLE: CE #255 - ASI -020 Interior Signage CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #255 - ASI -020 Interior Si. na. e Revised signage schedule per ASI -020 dated 09/24/2020 and credit back for original bid amount for interior signage. Costs do not include sign types 14 or 15 as these are not quantifiable at this time. $600 has been allocated to GCCM contingency for bid delta in quantity of interior room signs (15 ea at $40/sign). ATTACHMENTS: PCO 201 - Combined Rev 1.pdf 20 0924 TFS52 ASI -020 Interior Si.na.e..df _PCO 201 -SP Combined, Rev 1.pdf # Cost Code Description Type Amount 1 03-001-99-- BP -03 - Structures Subcontractor PCO 201 -SP Subcontractor $ 4,152,38 2 50-001-01-- Project Contingency 15 signs at $40/ea Project Contingency ($600.00) Subtotal: $3,552.38 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 159.86 GL Insurance: 0.75% Applies to all line item types. $ 27.84 P&P Bond: 0.75% Applies to all line Item types. $ 28.05 B&O Tax: = 0.47% Applies to all line item types. $ 17.75 Grand Total: $3,785.88 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 #201 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #201 -SP: CE #255 -SP - ASI -020 Interior Signage TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 201 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/13 /2020 PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station#52 - Self -Perform Prime Contract ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $4,152.38 POTENTIAL CHANGE ORDER TITLE: CE #255 -SP - ASI -020 Interior Signage CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #255 -SP - ASI -020 Interior Signage Revised signage schedule per ASI -020 dated 09/24/2020 and credit back for original bid amount for interior signage. Costs do not include sign types 14 or 15 as these are not quantifiable at this time. ATTACHMENTS: CE 255 -SP - D10 OR 01 Interior Signage.pdf Owner Signature Date Cost Code Description Type Amount 10-018-99- - Signage Subcontractor D10 COR 01 Subcontractor $ 3,770.00 Subtotal: $3,770.00 Fee - Self Perform Work: 15.00! Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor and Purchase Agreements. $ 301.60 GL Insurance: 0.75% Applies to all line item types. $ 30.54 P&P Bond: 0.75% Applies to all line Item types. $ 30.77 B8O Tax: = 0.47% Applies to all line item types. $ 19.47 Grand Total: $4,152.38 Owner Signature Date Project: Contractor: Tukwila FS #52 Lydig Subject: Updated Room Sign Details Change Order Proposal Date: 10/12/2020 D10 Change Order # 1 Please provide a change order for the following work: 1) Updated Sign Details & Quantities - (1) see next page 2) Credit Back for Original Sign Bid - (-$1600) Total price per attached breakdown: 3,770 State and local sales tax: included X not included Extension of time: 0 We have proceeded with the work X Work will not proceed without formal authorization This price is good for: 30 days from above date, after which, this proposal is subject to revision. Submitted By: D10 Signs & Graphics Dustin Deer Cell: (206) 696-6990 Email: dustin@d-10.com DESCRIPTION: Updated Sign Details CHANGE ORDER PROPOSAL SUMMARY DATE: LABOR HOURS RATE PROJECT MANAGER 4 X 120.00 SIGN INSTALLER - NON ELECTRIC 12 X 80.00 SIGN INSTALLER - ELECTRIC 0 X 95.00 SUBTOTAL SMALL TOOL ALLOWANCE @ 01600-200-001E SUBTOTAL MARK-UP @ TOTAL LABOR 0.0% 14IAL $ 480.00 S 960.00 $ 1,440.00 $ 1,440.00 12.0% 172.80 $ 1,612.80 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Sign Type 1 40 X 40.00 = $ 1,600.00 Sign Type 2 9 X 52.00 = $ 468.00 Sign Type 3 0 X 27.00 = $ Sign Type 4 2 X 80.00 = $ 160.00 Sign Type 5 1 X 54.00 = $ 54.00 Sign Type 6 1 X 54.00 = $ 54.00 Bay Signs 6 X 25.00 = $ 150.00 SS Plaque 1 X 950.00 = $ 950.00 Vinyl Signs 2 X 45.00 = $ 90.00 Credit for Original (25) Signs & Install -1 X 1,600.00 = $ (1,600.00) X = $ - X = $ = $ - SUBTOTAL $ 1,926.00 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ - MARK-UP @ 12.0% $ 231.12 TOTAL MATERIAUEQUIPMENT $ 2,157.12 PROPOSAL SUBTOTAL $ 3,769.92 CONTINGENCY (before markup) 0.00% $ PROPOSAL SUBTOTAL $ 3,769.92 LIABILITY WRAP INSURANCE 0 00% B&O TAX 0.00% BONDS 0.00% CITY LICENSE FEE 0.00% INFORMATION TECHNOLOGY 0.00% TOTAL INSURANCE, ETC. O00% PROPOSAL TOTAL $ 3,769.92 COMMENTS: WE1NSTEINA+U ARCHITECTS+URBAN DESIGNERS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI —020 Project Name: Tukwila Fire Station 52 Contractor: Lydig Construction Issued by: Lauren Rock Copies to: Lydig, SOJ Attachments: Revised sheet A612 New sheet A923 Signage Reference Maps Project No. 17012 Issue Date: 9/24/2020 ❑ 1. The work described herein is a clarification of the Contract Documents. Proceeding with the work indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. ❑ 2. You are NOT authorized to proceed with this work. Submit an itemized proposal for changes (Increase or Decrease) in the Contract Sum and Contract Time, prepared in accordance with the General and Supplementary General Conditions of the Contract, within fifteen (15) days. 3. You are hereby directed to proceed as outlined herein. Submit an itemized proposal for change (Increase or Decrease) in the Contract Sum & Contract Time, prepared in accordance with the General & Supplementary General Conditions of the Contract, within fifteen (15) days. A formal Change Order will be issued after approval of the proposal by the Owner & the Architect. ❑ 4. You are hereby directed to proceed with the work herein, to be performed on a Time & Materials basis; General Contractor's overhead and profit shall be per the Owner/Contractor agreement. Submit a proposal for changes in Contract Time, if any, within fifteen (15) days. Description: ASI -020 addresses interior signage, including clarification on room names, signage mounting locations, and miscellaneous interior signage. WA+U will provide specific language for dedication plaque and graphic files for evacuation maps at a future date. Please develop submittal package, samples, and shop drawings for WA+U review. 2200 Western Avenue Suite 301, Seattle, WA 98121-1921 WeinsteinAU.com T 206 443 8606 F 206 443 1218 1- 0 U) F- CO w / /" N N / / / / z o r- N N N N N 1- 0 U) F- CO w Tb. Ok „WC u LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #202 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #202: CE #256 - Exterior Signage Revisions (ASI forthcoming) TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 202 / 0 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc, - CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Bellevue Off) 10/13 /2020 ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $3,864.33 POTENTIAL CHANGE ORDER TITLE: CE #256 - Exterior Signage Revisions (ASI forthcoming) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #256 - Exterior Signage Revisions (ASI forthcoming) Signage revisions per forthcoming ASI for exterior signage. Pricing and submittals have been released early as agreed upon between the project team to reduce the potential for schedule impact in signage submittals and procurement. Signage revisions are currently in review with City of Tukwila. Any permit revisions affecting the costs of the signs will be priced accordingly in the future. $1,000 has been allocated to GCCM contingency to cover costs of the original monument sign substrate, that was not identified in the bid drawings and was later revised to aluminum sheet and HSS posts. ATTACHMENTS: Exterior Si nage ASI - TFS52 • • na e Permit Drawin d PCO 202 -SP Combined.pdf # Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 202 -SP Subcontractor $ 4,625.99 2 50-001-01- - Project Contingency Monument Sign Substrate Project Contingency ($1,000.00) Subtotal: $3,625.99 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 163.17 GL Insurance: 0.75% Applies to all line item types. $ 28.42 P&P Bond: 0.75% Applies to all line Item types. $ 28.63 B&O Tax: = 0.47% Applies to all line item types. $ 18.12 Grand Total: $3,864.33 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 #202 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone. (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #202 -SP: CE #256 -SP - Exterior Signage Revisions (ASI forthcoming) TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 202 -SP /0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: PRIME CONTRACT None CHANGE ORDER: 10/13 /2020 ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $4,625.99 No POTENTIAL CHANGE ORDER TITLE: CE #256 -SP - Exterior Signage Revisions (ASI forthcoming) CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #256 -SP - Exterior Signage Signage revisions per forthcoming ASI for exterior signage. Pricing and submittals have been released early as agreed upon between the project team to reduce the potential for schedule impact in signage submittals and procurement. Signage revisions are currently in review with City of Tukwila. Any permit revisions affecting the costs of the signs will be priced accordingly in the future. ATTACHMENTS: CE 256 -SP - D10 COR 02 Exterior Sionacie.odf Owner Signature Date Cost Code Description Type Amount 10-018-99- - Signage Subcontractor D10 COR 02 Subcontractor $ 4,200.00 Subtotal: $4,200.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 336.00 GL Insurance: 0.75% Applies to all line item types. $ 34.02 P&P Bond: 0.75% Applies to all line Item types. $ 34.28 B&O Tax: = 0.47% Applies to all line Item types. $ 21.69 Grand Total: $4,625.99 Owner Signature Date Project: Contractor: Tukwila FS #52 Lydig Subject: Exterior Sign Changes Change Order Proposal Date: 10/12/2020 D10 Change Order # 2 Please provide a change order for the following work: 1) Credit for 13" tall Lettering @ Canopy - (1) 2) Update to 8.5" tall Lettering @ Canopy - (1) 3) Credit for Lettering @ Monument Sign from Original Bid - (1) 4) Update to Double -Sided Aluminum Monument Sign w/Lettering - (1) Total price per attached breakdown: 4,200 State and local sales tax: included X not included Extension of time: 0 We have proceeded with the work X Work will not proceed without formal authorization This price is good for: 30 days from above date, after which, this proposal is subject to revision. Submitted By: D10 Signs & Graphics Dustin Deer Cell: (206) 696-6990 Email: dustin@d-10.com DESCRIPTION: LABOR PROJECT MANAGER SIGN INSTALLER - NON ELECTRIC SIGN INSTALLER - ELECTRIC SUBTOTAL Updated Sign Details CHANGE ORDER PROPOSAL SUMMARY DATE: HOURS RATE TOTAL 2 X 120.00 = $ 240.00 6 X 80,00 = $ 480.00 0 X 95.00 = $ $ 720.00 SMALL TOOL ALLOWANCE CO 01600-200-001E 0,0% MARK-UP @ SUBTOTAL TOTAL LABOR $ 720.00 12.0% 86.40 $ 806.40 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 8.5" tall Bottom Rail Lettering 13 X 90.00 = $ 1,170.00 Credit for 13" tall Bottom Rail Lettering -13 X 104.00 = $ (1,352.00) Alum. Mon Sign w/Letters & Posts 1 X 4,612.00 = $ 4,612.00 Credit for original Mon. Lettering -1 X 1,400.00 = $ (1,400.00) X = $ X = $ = $ - SUBTOTAL $ 3,030.00 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP © 12.0% $ 363.60 TOTAL MATERIAL/EQUIPMENT $ 3,393.60 PROPOSAL SUBTOTAL $ 4,200.00 CONTINGENCY (before markup) 0.00% PROPOSAL SUBTOTAL $ 4,200.00 LIABILITY WRAP INSURANCE 0.00% $ B&O TAX 0.00% $ BONDS 0.00% $ CITY LICENSE FEE 0.00% $ INFORMATION TECHNOLOGY 0.00% $ TOTAL INSURANCE, ETC. 0.00% $ PROPOSAL TOTAL $ 4,200.00 COMMENTS: SIGNS & GRAPHICS A Division of American Marketing - Certified SBA 12700 NE 124th St. Suite #204 Kirkland, WA 98058 Plans: Specs: Addendum: 10/16/2019 Tukwila Fire Station 52 SIGNAGE SCOPE OF WORK A101A - A102S.A, A301, A613 - A614 10 14 19, 10 14 23.16 #1 - #8 Dimensional Lettering Pricing Exterior Signage Furnish & Install: (Ten Thousand, Eight Hundred Dollars) Base Bid Specific Inclusions 2 Sign Type LED1 148" Tall x 3" Thick Fabricated Alu $10,800.00 Description inum Letters, LED Halo Lit P: (425) 828 - 0177 F: (206) 922 - 5572 www.dlosigns.org "FIRE STATION 52" "52" 13 LTR1 4" Tall x 1/8" Thick Flat Cut Aluminum Letters, Clear Anodized Finish "15447 65TH AVE S" 21 LTR2 6" Tall x 1/8" Thick Flat Cut Aluminum Letters, Clear Anodized Finish "TUKWILA FIRE DEPARTMENT" 9 LTR3 10" Tall x 1/8" Thick Flat Cut Aluminum Letters, Clear Anodized Finish "STATION 52" 13 LTR4 13" Tall x 3/8" Thick Flat Cut Aluminum Letters, Clear Anodized Finish "FIRE STATION 52" �.6-�SZ LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #203 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #203: CE #258 - RFI #511.1: Arch - Push to Exit Button Model Clarification TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 203 / 0 STATUS: Pending - In Review REFERENCE: FIELD CHANGE: Nc 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) 10/13 /2020 None Amount Based No $293.46 POTENTIAL CHANGE ORDER TITLE: CE #258 - RFI #511.1: Arch - Push to Exit Button Model Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #258 - RFI #511.1: Arch - Push to Exit Button Model Clarification The specified push to exit button is wider than the storefront mullion where it is to be mounted. RFI 511.1 changed the type of push to exit button to the 413NU model at doors 101 and 102. ATTACHMENTS: tfs 52 - uccm-rfi 511.1 -arch -_push to exit button model clarification-202010132004.pdf PCO 203 -SP Combined.pdf Owner Signature Date Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 203-5P Subcontractor $ 275.36 Subtotal: $275.36 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 12.39 GL Insurance: 0.75% Applies to all line item types. $ 2.16 P&P Bond: 0.75% Applies to all line Item types. $ 2.17 B&O Tax: = 0.47% Applies to all line item types. $ 1.38 Grand Total: $293.46 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 #203 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Arch - Push to Exit Order #203 -SP: CE #258 -SP - RFI #511.1: Button Model Clarification TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 203 -SP /0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $275.36 POTENTIAL CHANGE ORDER TITLE: CE #258 -SP - RFI #511.1: Arch - Push to Exit Button Model Clarification CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #258 -SP - RFI #511.1: Arch - Push to Exit Button Model Clarification The specified push to exit button is wider than the storefront mullion where it is to be mounted. RFI 511.1 changed the type of push to exit button to the 413NU model at doors 101 and 102. ATTACHMENTS: CE 258 -SP - COP-15.pdf # Cost Code Description Type Amount 08-012-97- - HM Doors, Frames, 8 Hardware Supplier WAH COP 15 Purchase Agreements $ 250.00 Subtotal: $250.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 20.00 GL Insurance: 0.75% Applies to all line item types. $ 2.03 P&P Bond: 0.75% Applies to all line Item types. $ 2.04 B&O Tax: = 0.47% Applies to all line item types. $ 1.29 Grand Total: $275.36 Owner Signature Date PROJECT WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY Attn: Alex Carey Lydig QUOTATION Date: JOB: Quoted by: 1 0/1 2/2 0 1 9-1 0 671 Amy Constantineau (ka) Tukwila Fire Station 52 Change Proposal #1 5 RFI 51 1 .1 DR #'s 101 & 102 Installation — Lump Sum .$250 Includes: 2 ea 413 NU Push Exit Switch Excludes: Installation Delivery: 2 weeks NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #511.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Push to Exit Button Model Clarification TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A101S LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/01/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Amy Constantineau (WASHINGTON ARCH. HARDWARE) David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/06/20 10/08/2020 TBD 08 71 00 - Door Hardware COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:57 PM on 10/01/2020 Clarification is needed on the specified Push to Exit Button in 087100 hardware group 01 and 02. The push to exit button is specified as the 423-U which RFI 511 stated is required to be narrow to fit in the storefront ullions at door 101 and 102. After further review, the 423-U button is 2 7/8" wide where as the mullion measures 2". Please advise if different push to exit button is required for door 101 and door 102. Attachments: RFI 511.1 - Arch - Push to Exit Button Model Clarification.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, October 6th, 2020 at 8:52AM PDT Install push to exit button 413NU in storefront mullions where noted for doors 101 and 102. L. Rock, Weinstein A+U (and G. Aff, WAH) 10/6/2020 Attachments: RFI 511.1 - Arch - Push to Exit Button Model Clarification WAU Response.pdf All Replies: Install push to exit button 413NU in storefront mullions where noted for doors 101 and 102. L. Rock, Weinstein A+U (and G. Aff, WAH) 10/6/2020 Attachments: RFI 511.1 - Arch - Push to Exit Button Model Clarification WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/13/2020 01:04 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #204 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #204: CE Door Closers Mount Side at Airlocks 1 #259 - RFI #504: Arch - 26 and 130 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 204 / 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: $909.70 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) 10/13 /2020 None Amount Based No POTENTIAL CHANGE ORDER TITLE: CE #259 - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #259 - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 Revision of door closers at openings 126B and 130B to model 4111 MC EDA closer per the response to RFI 504. ATTACHMENTS: tfs 52 - gccm-rfi 504 -arch - door closers mount side at airlocks 126 and 0-202010 2209.pdf PCO 204 -SP Combined.pdf Owner Signature Date Cost Code Description Type Amount 03-001-99-- BP -03 - Structures Subcontractor PCO 204 -SP Subcontractor $ 853.60 Subtotal: $853.60 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten sub's/PA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 38.41 GL Insurance: 0.75% Applies to all line item types. $ 6.69 P&P Bond: 0.75% Applies to all line item types. $ 6.74 880 Tax: = 0.47% Applies to all line Item types. $ 4.26 Grand Total: $909.70 Owner Signature Date LYDIG PCO #204 -SP Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #204 -SP: CE #259 -SP - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 204 -SP / 0 Pending - In Review CREATED DATE: PRIME CONTRACT CHANGE ORDER: 10/13 /2020 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $853.60 POTENTIAL CHANGE ORDER TITLE: CE #259 -SP - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #259 -SP - RFI #504: Arch - Door Closers Mount Side at Airlocks 126 and 130 Revision of door closers at openings 126B and 130B to model 4111 MC EDA closer per the response to RFI 504. ATTACHMENTS: CE 258 -SP - COP-15.odf Owner Signature Date Cost Code Description Type Amount 1 08-012-97- - HM Doors, Frames, & Hardware Supplier WAH COP 11 Purchase Agreements $ 775.00 Subtotal: $775.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 62.00 GL Insurance: 0.75% Applies to all line item types. $ 6.28 P&P Bond: 0.75% Applies to all line Item types. $ 6.32 B&O Tax: = 0.47% Applies to all line item types. $ 4.00 Grand Total: $853.60 Owner Signature Date PROJECT WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY Attn: Alex Carey Lydig QUOTATION Date: JOB: Quoted by: 09/25/20 19-10671 Amy Constantineau - AT Tukwila Fire Station 52 Change Proposal #1 1 Add Closers for Door #'s 126B and 130B Hardware — Lump Sum Includes: 2 ea 4111 MC EDA Closer Excludes: Installation, Assembly, and Door Rework Lead Time: 4-5 Weeks after approval $775 NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #504 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Door Closers Mount Side at Airlocks 126 and 130 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/03/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A101S 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) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 09/09/20 09/10/2020 Jess Faubion (HENRIKSEN CONSTRUCTION SERVICE) 08 71 00 - Door Hardware Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:31 PM on 09/03/2020 Clarification is needed for the closer type and mounting location on doors 126A, 126B, 130A and 130B. The hardware group for these doors is number 17, which specifies a LCN 4011 closer. This type of closer is pull side mounted. Typically a closer is mounted on the room side of a door opening, which would require a parallel arm closer (LCN 4111). Please confirm that the specified closer (LCN 4011) on the pull side of these doors is to be used. Attachments: RFI 504 - Arch - Door Closers Mount Side at Airlocks 126 and 130.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, September 9th, 2020 at 12:51PM PDT Install room -side closers: 126A: LCN 4011 126B: LCN 4111 130A: LCN 4011 130B: LCN 4111 L. Rock, Weinstein A+U 9/8/2020 Attachments: RFI 504 - Arch - Door Closers Mount Side at Airlocks 126 and 130 WAU Response.pdf All Replies: 00$0,,,f,Ktmitatirett. stes0 Install room -side closers: 126A: LCN 4011 126B: LCN 4111 130A: LCN 4011 130B: LCN 4111 L. Rock, Weinstein A+U 9/8/2020 Attachments: RFI 504 - Arch - Door Closers Mount Side at Airlocks 126 and 130 WAU Response.pdf BY DATE Lydig Construction, Inc. COPIES TO Page 1 of 1 Printed On: 10/13/2020 03:09 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #209 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #209: CE Exterior Door Thresholds #257 - RFI #408: Arch - TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 209 / 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: $967.21 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) 10/20 /2020 None Amount Based No POTENTIAL CHANGE ORDER TITLE: CE#257 - RFI #408: Arch - Exterior Door Thresholds CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #257 - RFI #408: Arch - Exterior Door Thresholds The type of threshold for doors 101, 105, 116, 134, 231A and 231B were revised to a deeper model to span the gap from interior floor finish to exterior slab finish at all exterior doors per RFI 408. ATTACHMENTS: PCO 209 -SP Combined.pdf ifs 52 - gccm-rfi 408 -arch exterior door thresholds-202010132007.pdf # Cost Code Description Type Amount 1 03-001-99-- BP -03 - Structures Subcontractor PCO 209 -SP Subcontractor $907.56 Subtotal: $907.56 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. $ 40.84 GL Insurance: 0.75% Applies to all line item types. $ 7.11 P&P Bond: 0.75%Applies to all line. Item types. $ 7.17 B80 Tax: = 0.47% Applies to all line Item types. $ 4.53 Grand Total: $967.21 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 #209 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #209 -SP: CE #257 -SP - RFI #408: Arch - Exterior Door Thresholds TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 209 -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 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Oft) 10/20 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No X907.56 POTENTIAL CHANGE ORDER TITLE: CE #257 -SP - RFI #408: Arch - Exterior Door Thresholds CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #257 -SP - RFI #408: Arch - Exterior Door Thresholds Revision of door threshold types at exterior doors (101, 105, 116, 134, 231A, 231 B) to increase the depth of the threshold per RFI 408. ATTACHMENTS: CE 257 -SP - COP-14.pdf Owner Signature Date Cost Code Description Type Amount 08-012-97- - HM Doors, Frames, & Hardware Supplier WAH COP 14 Purchase Agreements $ 824.00 Subtotal: $824.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 65.92 GL Insurance: 0.75% Applies to all line item types. $ 6.67 P&P Bond: 0.75% Applies to all Ilne Item types. $ 6.72 B&O Tax: = 0.47% Applies to all line item types. $ 4.25 Grand Total: $907.56 Owner Signature Date PROJECT WASHINGTON ARCHITECTURAL HARDWARE A KEN DELL COMPANY Attn: Alex Carey Lydig QUOTATION Date: 10/20/20 JOB: 1 9-1 0 6 7 1 Quoted by: Amy Constantineau (ka) Tukwila Fire Station 52 Change Proposal #1 4 Installation — Lump Sum .$824 Includes: Dr 101:1 ea Threshold 176A x 44" Dr 105: 1 ea Threshold 196Ax228Ax192Ax196A TAC Lines x DOW +4 Dr 116: 1 ea Threshold 176A x 36" Dr 134: 1 ea Threshold 196Ax228Ax192Ax196A TAC Lines x DOW +4 Dr 231A & 231B: 2 ea 2550A x 36" Excludes: Installation Delivery: 2-3 weeks NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #408 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Exterior Door Thresholds TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 05/21/2020 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Amy Constantineau (WASHINGTON ARCH. HARDWARE) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/01/20 05/28/2020 TBD 08 71 00 - Door Hardware COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from Alex Carey (Lydig Construction, inc. - Bellevue Of) at 01:22 PM on 05/21/2020 Per conversation between Lydig and WAU, the specified door thresholds for exterior door openings are not the correct model as they are not deep enough. Please provide a revised door hardware specification section to change the door thresholds for the following openings: 1. Opening 101 - HW Set 01 - 5-1/8" deep (PE 252x3AFG) specified, 5" deep approved in 08 71 00-1 (ZI 625AxAFG) 2. Opening 105 - HW Set 06 - 5-1/8" deep (PE 252x3AFG) 3. Opening 116 - HW Set 10 - 5-1/8" deep (PE 252x3AFG) 4. Opening 134 - HW Set 24 - 5-1/8" deep (PE 252x3AFG) 5. Opening 231A - HW Set 03 - 5-1/8" deep (PE 252x3AFG) 6. Opening 231B - HW Set 03 - 5-1/8" deep (PE 252x3AFG) Attachments: RFI 408 - Arch - Exterior Door Thresholds.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, May 29th, 2020 at 10:21AM PDT Door hardware spec 08 71 00 has been revised to reflect updated door thresholds. See attached. L. Rock, Weinstein A+U 5/29/2020 Attachments: RFI 408 - Arch - Exterior Door Thresholds WAU Response.pdf AU Replies: , „„ " •-•• einS„:;„ „„i„ • 16.4.465,afingsaidgmaajdousgma,„.„,„„„ Door hardware spec 08 71 00 has been revised to reflect updated door thresholds. See attached. L. Rock, Weinstein A+U 5/29/2020 Attachments: RFI 408 - Arch - Exterior Door Thresholds WAU Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 10/13/2020 01:07 PM LYDIG Lydig Construction, Inc.. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #219 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #219: CE #275 - RFI #348: Arch - Ceiling Finish in Elevator Control Closet TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERJREVISION: 219 / 0 CONTRACT: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review 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) 11/3 /2020 None Amount Based No TOTAL AMOUNT: $1,725.42 POTENTIAL CHANGE ORDER TITLE: CE #275 - RFI #348: Arch - Ceiling Finish in Elevator Control Closet CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #275 - RFI #348: Arch - Ceiling Finish in Elevator Control Closet Additional framing, GWB and taping to finish ceiling in Elevator Control Closet room 123 per RFI 348 that was originally shown to be exposed to structure ceiling finish. ATTACHMENTS: tfs 52 - gccm-rfi 348 -arch - ceiling finish in elevator control closet-202011031807.pdf CE 275 - Van #37- Finish Ceiling at Elevator Control Closet.pdf Owner Signature Date Cost Code Description Type. Amount Sub 09-010-99-- BP -06 -GWB, insulation &ACT Van #37 Subcontractor $ 1,619.00 Subtotal: $1,619.00 Fee - Self Perform Work: 15.00%. Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA''s, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 72.86 GL Insurance: 0.75% Applies to all line item types. $ 12.69 P&P Bond: 0.75% Applies to all line Item types. $ 12.78 B&O Tax: = 0.47% Applies to all line item types, $ 8.09 Grand Total: 51,725.42 Owner Signature Date #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 37 Submitted By: Mark Davis Document Reference: RR #348 Company: Vanderlip & Co., Inc Date: 11/2/2020 Description of Change: Additional framing, GWB and taping to finish ceiling in Elevator Control Closet as indicated in RFI #348. Work was performed on a time & material basis. Signed EWR Is attached. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 $85.22 $85 Demo $79.82 Framing 3 $79.82 $239 Hang Drywall 4 $79.82 $319 Tape/Plaster 8 $79.82 $639 Stock/StagAg Protection/Clean-up $79.82 $79.82 Install WPP $79.82 Install Comer Guards $79.82 Delivery $79.82 Subtotal: $1,283 2. MATERIALS QTY UNIT RATE COST Track 24 UFT $1.52 $36 Studs 24 UFT $1.26 $30 Water Resistant GWB 48 SQ/FT $0.75 536 Taping 48 SQ/FT $0.22 $11 Color Match Caulking ea $12.79 C/S Acrovyn Wall Panels SQ/FT $4.19 SHIPPING ea $75.00 Top Caps/Trims LIFT $1.19 Hot Mud LIFT $0.98 Subtotal: $113 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS 58.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $14 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $209 Subtotal: $223 TOTAL COST OF THIS CHANGE: $1,619 14595 NE 914 Street - Redmond, WA 08052 - 425485-4110 - Fax 425-885-4110 .ttentt L`± AT JO THIS "C 10/21)- Talo. a . area, /22 fug and arcund -Ad,21,14:•reata%a sanditiOnd VA.Nbtz i' COMPANY 145M E9i41 STREET art, . MMMO' . ',W DA EXTRA REPORT IOR D T D Y Perdie ti ,Penetrati s. i' S tar t G digt aged; axig dty a. T`It;I`1' .. . t Trti E !UIP 'LEN_USED .H R1BERTO REYES 10/28 A 'NOW ,P, Yd . armt ' #tiffs tt i *u tra',tn1't tthe n tic h r was p#etr 1# xauntt'. duty ttry t Le e $[ et end tkr a tptr rt. a eha dieei AtonOE DATE: 6/16/2020 10B-01046 • aa d • • • , pIrt ,...„,•...• ftsted bt • 1/-''' ' ' * ,, .:,grei.o, m.,'i:,..rt.1......;y1Iit „tii,., ,i:11`.0.* t4' ti ' ' L ' the - ' :t.,.(0.,':/ r- °(16,,e,IPtc1;'4114' 'W7o': 01 Cf°,44.'4ii:;11 :Oft: , 0,41. tiY.Y.....e, thi61*taik ti ,,8!2',..i,,,,,tvide due 07. .... tractor '.Pelle7'*'. ‘-ittilt iitit; iLl 17° itti."- s the ..'etl0 00rtt,f.a, P.-. ,-:„. ,.. t mit., 4h c?..,.. . . per,- -..t-iii111"tt. :s9.1,,eqb%;‘tr's-7.'g' .„...011:4)1•,t).0'.., 404.1rilit:C.I'latiVre. . , '. ;...'..,r, , t : r- 11,:rq, cha't pit)PG , , ' - sa, Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #348 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Ceiling Finish in Elevator Control Closet TO: Emma NoG (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) DATE INITIATED: 04/27/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: e201a LINKED DRAWINGS: FROM: STATUS: DUE DATE COST CODE: SCHEDULE IMPAC SPEC SECTION: Alex Carey pyuig Construction, Inc. - Bellevue) 3180 139th Ave SE Suite 110 Bellevue, Washington 98005 Closed on 05/11/20 05/04/2020 TBD REFERENCE: RECEIVED FROM: Stephen Schoenfelder (SCHINDLER ELEVATOR CORP COPIES TO: Julie DeDonato Kim etz JohDon LehBellevue Off), Kiel Lunsford (LydiBellevue- , Bellevue ^ Emma N—(Weinstein -'' Lauren Rock `—^'~~ ^ White off).Thayn Wild (VxrmstwinA+u) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 03:12 PM on 04/27/2020 Per waik with (he elevator subcontractor, elevator inspections require that there be no exposed MEP in the control room other than conduit directly serving the elevator. In order to conceal the overhead MEPF in the Elevator Control Closet, a GWB or ACT ceiling will need to be provided as there is currently no ceiling scheduled in this room. Please advise what the revised ceiling finish is to be in Elev Contrl Closet 123. Please also advise if this will require adjustments to light fixture (SL -4) or exhaust fan (EF -9). Attachments: RFI 348 - Arch - Ceiling Finish in Elevator Control Closet.pdf �ff|da|Response: Lauren Rock (Weinstein A+V}responded noMonday, May Mbh.2020at I:23PMPDr GvYBceiling mboinstalled m+9"-0rAFF. L. Rock, Weinstein A+U 5/11/2020 Attachments: Official Response: Lauren Rock (Weinsten A+U) responded on Monday, May /lu4.202Vatt02FMPDT Weinstein A+U: Install GVYBceiling i Elevator Control C|umoL Light fixture SL -4 is surface mounted to wall above door so will not be affected by the ceiling type, Revise fan EF -9 as noted by Greenbuschbekuvemdmnuohed. L. Rock, Weinstein A+U 5/11/2020 Greenbusch: GrjIIe: Please use TITUS 50F, dimension 18" x 14", Surface mount style. Please follow the installation manual attached at the end for in-line Iow sound installation. Reviewer: Dali Yu 05/11/2020 Attachments: RFI 348 - Arch - Ceiling Finish in Elevator Control Close\aAU-GreeobuedhRmsponoe.odf All Replies: Lydig Construcon. Inc. Page 1 of 2 Printed On: 11/03/2020 10 :07 AM LY 01 G CAr, v.rewaterprvM,V.711,011M1,09M15rnptnenris,MpOnl 00Ael eliZane14,,Mkukaa'gkgama....,,i411,,,reeik,...4,46AggeaeltaViage.ak,420.A......kilkiNatiaggattgajgain&Uvilwalaio...thi.44)..AdigUtiggiallta...14 001.71,,,,,,,,,w,7‘rrp*.er,m.mrprvrem GWB ceiling to be installed at +9'-0" AFF. L. Rock, Weinstein A+U 5/11/2020 RFI #348 Attachments: esponsel 00, ,,,,Me.lfti,A4waldegaagiaotZiaabio;W:gideaajetiniabatailtrOw0affiLgok,„,hMadekatgiaaaAnaazaK Weinstein A+U: Install GWB ceiling in Elevator Control Closet. Light fixture SL -4 is surface mounted to wall above door so will not be affected by the ceiling type. Revise fan EF -9 as noted by Greenbusch below and attached. L. Rock, Weinstein A+U 5/11/2020 Greenbusch: Grille: Please use TITUS 50F, dimension 18" x 14", Surface mount style. Please follow the installation manual attached at the end for in-line low sound installation. Reviewer: Dali Yu 05/11/2020 4494A •OnV{N .SOCE,N eielmauiPd.k.k.kathtv. Attachments: RFI 348 - Arch - Ceiling Finish in Elevator Control Closet WAU-Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 11/03/2020 10:07 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #220 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #220: CE #276 - #464: Arch - Great Room 224 Furring Wall Revisions TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 220/0 Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 CONTRACT: Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. CREATED DATE: Bellevue Off) 11/3 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $1,179.77 POTENTIAL CHANGE ORDER TITLE: CE #276 - #464: Arch - Great Room 224 Furring Wall Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #276 - #464: Arch - Great Room 224 Furring Wall Revisions Additional demo, framing, gwb and finish taping to relocate the furring wall as indicated in RFI 464 to accommodate the refrigerator clearance and future addition of 4th refrigerator. ATTACHMENTS: tfs 52 - gccm-rfii 464 -arch - great room 224 furring wall revisions-202011031811.pdf _CE 276 - Van #38- Relocate -Finish Furring Wall.pdf # Cost Code Description Type Amount - BP -06 - GWB, Insulation &ACT 09-1 Sub Van Van #38 Subcontractor $ 1,107.00 Subtotal: $1,107.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. $ 0.00 Fee- Sub Tler Work: 4.50% Applies to Subcontractor, PurchaseAgreements, and Project Contingency. $ 49:82 GL Insurance: 0.75% Applies to all line item types. $ 8.68 P&P Bond: 0.75% Applies to all line Item types. $ 8.74 B8O Tax: = 0.47% Applies to all line Item types. $ 5.53 Grand Total: $1,179.77 Owner Signature Date #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 38 Submitted By: Mark Davis Document Reference: RFI#464 Company: Vanderlip & Co., Inc Date: 11/2/2020 Description of Change: Additional demo, framing, GWB and finish taping to relocate the furring wall as indicated In RFI #464. Work was performed on a time & material basis. Signed EWR Is attached. 1. CRAFTLABORCOSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 $85.22 $85 Demo 1 $79.82 $80 Framing 2 $79.82 $160 Hang Drywall 2 $79.82 $160 Tape/Plaster 5 $79.82 $399 Stock/Staging $79.82 Protection/Clean-up $79.82 Install WPP $79.82 Install Comer Guards $79.82 Delivery $79.82 Subtotal: $883 2. MATERIALS QTY UNIT RATE COST Track UFT $1.52 Studs 10 UFT $1.26 $13 Water Resistant GWB 48 SQ/FT $0.75 $36 Taping 48 SQ/FT $0.22 $11 Color Match Caulking ea $12.79 C/S Acrovyn Wall Panels SQ/FT $4.19 SHIPPING ea $75.00 Comerbead 10 UFT $1.19 $12 Hot Mud UFT $0.98 Subtotal: $71 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4, SUBCONTRACTORS QTY UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $10 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $143 Subtotal: $153 TOTAL COST OF THIS CHANGE: $1,107 14635 NE Br' 8tr•st - Redmond, WA 58052 - 425-856-4110 - Fax 425-885-4110 VANDERLIP & COMPANY 14535 N.E 91' STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT Attention: LYDIG DATE: 10/12/2020 JOB #1046 "ITIIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY: Per direction from Lydig to re -frame the furring wall per RFI# 464. 10/12 — To demo the drywall and framing, re -frame the furred wall to new location, reinstall new drywall and clean up area. 10/13 — Tape in corner bead and tape 1' and 2" coat. 10/14 — Skim coat, sand and touch up. MATERIAL USED: TYPE SIZE GAUGE L/F S/F AMOUN'F 362SFT-D20 10' HRS 10 1 pc HRS 5/8" MG Type X HRS OMAR GARCIA 10/12 2 6 Corner Bead 10' 5 HERIBERTO REYES 10/13 1 pc Tape 3 12 EQUIPMENT USED: L SIGNED: Omar Garcia. NAME FRAME GYP TAPE DEMO TOTAL ********** HRS HRS HRS HRS HRS OMAR GARCIA 10/12 2 2 1 5 HERIBERTO REYES 10/13 3 3 HERIBERTO REYES 10/14 2 2 TOTALS y signing th s d*menL Lydig Construction 10 ACKNOW GED BY: acknowledgingIs that t e resources Iis(ecl were utilized. This acknowledgement does not constitute Lydig's agreement that this work is an extra to the subcontract, only that the resources were used and work was performed. If the subcontractor believes this work is an extra then it remains the subcontractor's duty to provide due notice per the subcontract and the contract documents, and request a change directive, change order proposal, « request for equitable adjustment. BY DATE LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #464 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Great Room 224 Furring Wall Revisions TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 07/20/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A102S.A LINKED DRAWINGS: A202S.A FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 07/21/20 07/27/2020 Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 10:15 AM on 07/20/2020 Clarification is needed for the revised furring wall dimension in Great Room 224. In order to accommodate the future addition of a 4th refrigerator on the north wall of Great Room 224, the length of the furring wall has to be reduced by 4-3/4" (from 2.-11 1/8" to 2'-6 3/8"). Please confirm that this wall is to be reduced in length by 4-3/4". Attachments: RFI 464 - Arch - Great Room 224 Furring Wall Revisions.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, July 20th, 2020 at 5:59PM PDT Confirmed. Attachments: RFI 464 - Arch - Great Room 224 Furring Wall Revisions WAU Response.pdf All Replies: te re 0 tre AWeiette Confirmed. Attachments: RFI 464 - Arch - Great Room 224 Furring Wall Revisions WAU Response.pdf BY DATE Lydig Construction, Inc. COPIES TO Page 1 of 1 Printed On: 11/03/2020 10:11 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #221 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #221: CE 2 - RFI #559: PRIORITY - Elec - Confirmation of WAP Installation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 221 / 0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 11/3 /2020 None Amount Based No $514.75 POTENTIAL CHANGE ORDER TITLE: CE #278 - RFI #559: PRIORITY - Elec - Confirmation of WAP Installation CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #278 - RFI #559: PRIORITY - Elec - Confirmation of WAP Installation By request of CoT, PCEC is installing the (4) wireless access points as indicated in RFI 559. ATTACHMENTS: tfs 52 - gccm-rfi 559 -priority - elec - confirmation of wap installation-202011031952.pdf _CE 278 - COR047.pdf # Cost Code Description Type Amount 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 047 Subcontractor $ 483.00 Subtotal: $483.00 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 21.74 GL Insurance: 0.75% Applies to all fine item types. $ 3.79 P&P Bond: 0.75% Applies to all line Item types. $ 3.81 B&O Tax: = 0.47% Applies to all line Item types. $ 2.41 Grand Total: $514.75 Owner Signature Date nese November 3, 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 ILL (425) 741-2700 * FAX (425) 741-2600 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# PCEC RFI# PCEC COR# 047.0 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 $483.00 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: ( 2 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066J Install COT Supplied Waps. 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 d. permits COP# PCEC COR# 047.0 Date: 11/3/2020 CCD# RFI# PCEC RFI# 94.97 0.00 Hrs. Normal Time 129.78 0.00 Hrs. OT 1-1/2 Time 164.59 0.00 Hrs. OT 2 Time 107.02 0.00 Hrs. 2nd Shift Time 116.83 0.00 Hrs. 3rd Shift Time $ 1. CRAFT LABOR COSTS b. quoted material e. dumpster c. freight f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. $ 0% overhead & profit of 1 0% overhead & profit of 2, 3 & 4 - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. Integrated Tech Group 434.00 b. c. d. 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&0 Tax 9. 0& PON INSURANCE/TAXES a. 0% portion of 8 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) $ 4.69 2.00% (of 1 through 7) $ 9.47 0 (of 1 through 7) 0 (of 1 through 7) B. INSURANCE 9. O& P ON INS /TAX TOTAL COST 1 THRU $ 434.00 34.72 14.16 483.00 a---'41-) Integrated Technologies Group INFORMATION TRANSPORT SOLUTIONS November 3, 2020 Attn: Scott Driscoll RE: Tukwila Fire Station #52 COP 4 RFI 559 STATEMENT OF WORK • Install customer provided (4) WAPs and patch cord. ASSLTMPTIONS/CONDITIONS : • All conduit/wire mold and associated hardware necessary for cable run are free of obstructions and a 2001b -pull cord is installed prior to our beginning work in each area of the building. EXCLUSIONS: • State and local sales tax. • Hidden conditions. • Bringing other existing work up to code (if required and/or directed). • Any work not specifically identified. • Changes or additions. • Costs due to delays or acceleration not created by The Integrated Technologies Group, Inc. • Core Drilling, Firewall penetrations and related hardware. • Conduits, backboxes, sleeves. • Provision and installation of plywood backboards. • Fire Stop and/or fire pathways and putty. • Demark extensions. • Provision and installation of CCTV, or TV cable or equipment PRICING: Cost $434.00 Thank you for considering The Integrated Technologies Group for your communication needs. If you have any questions, please contact James Worley. Sincerely, James Worley The Integrated Technologies Group, Inc Email: James.Worley@TheITGroup-Inc.com Phone: 206.405.0800 Fax: 425.951.0670 206.235.8580 office 425.951.0670 fax PO Box 1267 Bothell, WA 98041-1267 LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #559 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 PRIORITY - Elec - Confirmation of WAP Installation TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/20/2020 TBD E401 N, E401 S, E402S.A 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 10/30/20 10/27/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 02:22 PM on 10/2012020 Sheet E101 states the WAP locations shown on the drawings are to be a single port data outlet, with a 2-1/8" deep double gang box and a single gang mudring. Sheet E101 also states to provide a blank faceplate at each location. Per conversations with SOJ and Lydig, CoT requests that the WAPs are installed by the contractor rather than CoT IT. Please confirm the WAPs are to be provided by CoT and installed by Lydig. If the WAPs are to installed by Lydig, please confirm how many WAPs will be provided by CoT and confirm the mounting location and height of each one. Attachments: RFI 559 Elec - Confirmation of WAP Installation.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, October 30th, 2020 at 2:OOPM PDT All WAP locations shown on Electrical drawings to be roughed in. Per email correspondence with CoT TIS, CoT will provide 4 WAPs to be installed by Lydig at locations shown on the attached plans. L. Rock, Weinstein A+U 10/30/2020 Attachments: RFI 559 - Elec - Confirmation of WAP Installation WAU Resr onse.pdf All Replies: Wir All WAP locations shown on Electrical drawings to be roughed in. Per email correspondence with CoT TIS, CoT will provide 4 WAPs to be installed by Lydig at locations shown on the attached plans. L. Rock, Weinstein A+U 10/30/2020 Attachments: RFI 559 - Elec - Confirmation of WAP Installation WAU Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 11/03/2020 11:52 AM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #222 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #222: CE GFCI Protection In Laundry 117 and Ge #279 - RFI #565: Elec - ar VVash 128 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERJREVISION: 222 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 11/10 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $475.32 POTENTIAL CHANGE ORDER TITLE: CE #279 - RFI #565: Elec - GFCI Protection In Laundry 117 and Gear Wash 128 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #279 - RFI #565: Elec - GFCI Protection In Laundry 117 and Gear Wash 128 Outlets in Laundry/Jan 117 are to be replaced with GFCI protected outlets per the response to RFI 565. ATTACHMENTS: tfs 52 - _gccm-rti 565-elec - ufci_protection in laundry 117 and gear wash 128-202011102104.pdf CE 279 - COR 048.pdf Owner Signature Date Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 048 Subcontractor $ 446.00 Subtotal: $446.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee • Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 20.07 GL Insurance: 0.75% Applies to all line item types. $ 3.50 P&P Bond: 0.75% Applies to all line Item types. $ 3.52 B&O Tax: = 0.47% Applies to all line item types. $ 2.23 Grand Total: 8475.32 Owner Signature Date Pese November 3, 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# 565 PCEC RFI# PCEC COR# 048.0 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 $446.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 COP# - 19066] PCEC COR# 048.0 Change Laundry 117 receptacles to GFCI Protected. Date: 11/3/2020 CC D# RFI# 565 (includes payroll taxes & burden) PCEC RFI# 1. CRAFT LABOR COSTS a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL $ 94.97 3.40 Hrs. Normal Time $ 129.78 0.00 Hrs. OT 1-1/2 Time $ 164.59 0.00 Hrs. OT 2 Time $ 107.02 0.00 Hrs. 2nd Shift Time $ 116.83 0.00 Hrs. 3rd Shift Time $ 322.90 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 322.90 2. MATERIAL COSTS a. scheduled material $ 53.76 d. permits $ b. quoted material $ - e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 53.76 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) $ 4.33 2.00% (of 1 through 7) $ 8.75 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 08 P ON INS / TAX TOTAL COST 1 THRU 8 $ 56.50 13.08 446.00 Job Name: B#52Tukwila Job Number: 1429 Extension Name: COR Item# Item Name Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Quantity Price � | U .�` Ext Price Labor U Lab& Set: Combined, Combined, Combined, Cornbned, Combined $53.76 17,014 1G SS GFIC RECP PLATE 2.00 ' C $8.48 17,231 W DPLX GFIC N7899 -FW N5-2 280�'' '~' /$22.64 E $45.28 47,067 1 HOUR LABOR (RE -WORK) 2.50 �`' `$O.0O X $0.00 $53.76 Courtesy of McCormick Systems Inc. [ Labor Ext 3.40 0.20 0.70 2.50 3.40 Page 2 11/3/2020 2:24 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #565 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - GFCI Protection In Laundry 117 and Gear Wash 128 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/22/2020 TBD E301S E301S 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 10/28/20 10/29/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 03:20 PM on 10/22/2020 This RFI has been issued to address GFCI protection that was added during the electrical final walk with CoT inspector Jim Benner at TFS 51. At TFS 51, Jim Benner requested that the two receptacles for the washer and future washer were changed to be GFCI protected. Additionally, in Gear Wash 128, he requested the receptacle near the washer extractor was changed to be GFCI protected. Please advise if these locations should be changed to have GFCI protection, and confirm whether or not they are to have GFCI receptacles or GFCI circuit breakers Attachments: RFI 565 - Elec - GFCI Protection In Laundry 117 and Gear Wash 128.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, October 28th, 2020 at 9:17AM PDT GFCI outlets are code -required within Laundry Areas. The outlets noted are to be provided as GFCI receptacles. L. Rock, Weinstein A+U 10/28/2020 Attachments: RFI 565 - Elec - GFCI Protection In Laundry 117 and Gear Wash 128 Response.pdf All Replies: esponsortro einstein GFCI outlets are code -required within Laundry Areas. The outlets noted are to be provided as GFCI receptacles. L. Rock, Weinstein A+U 10/28/2020 Attachments: RFI 565 - Elec - GFCI Protection In Laundry 117 and Gear Wash 128 _Resoonse.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 11/10/2020 01:04 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #223 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #223: CE #277 - I #501: Arch Wall Mounted Baby Changing tation 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: 223 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 11/10 /2020 ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,256.50 POTENTIAL CHANGE ORDER TITLE: CE #277 - RFI #501: Arch Wall Mounted Baby Changing Station CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #277 - RFI #501: Arch - Wall Mounted Baby Changing Station Additional demo, framing, gwb, finish taping, priming and painting to relocate the recessed baby changing station per RFI 501. ATTACHMENTS: CE 277 - COR 5 R1.pdf tfs 52 - gccm-rfi 501 -arch - wall mounted baby changing station-202011102115.pdf CE 277 - Van #39- Relocate Baby Changing Station.pdf # Cost Code Description Type Amount 09-010-99--BP-O6-GWB,Insulation &ACT Sub Van#39 Subcontractor $1,015.00 2 09-030-99-- BP -12 Painting and Coatings NWCC COR 05 Subcontractor $ 164.00 Subtotal: $1,179.00 Fee - Self Perform Work: 15.007 Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Protect Contingency. $ 0.00 Fee . Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 53.06 GL Insurance: 0.75% Applies to all line Item types. $ 9.24 P&P Bond: 0.75% Applies to all Ilne Item types. $ 9.31 B&O Tax: = 0.47% Applies: to all line types. $:5.139 Grand Total: $1,256.50 Owner Signature Date #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 39 Submitted By: Mark Davis Document Reference: RR #501 Company: Vanderlip & Co., Inc Date: 11/2/2020 Description of Change: Additional demo, framing, GWB and finish taping to relocate the recessed baby changing station as indicated in RFI #501. Work was performed on a time 8, material basis. Signed EWR Is attached. 1 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 $85.22 $85 Demo 1 $79.82 $80 Framing 4 $79.82 $319 Hang Drywall 1 $79.82 $80 Tape/Plaster 3 $79.82 $239 Stock/Staging $79.82 Protection/Clean-up $79.82 Install WPP $79.82 Install Comer Guards $79.82 Delivery $79.82 Subtotal: $804 2. MATERIALS QTY UNfT RATE COST Track UFT $1.52 Studs 20 UFT $1.26 $25 Water Resistant Gwa 48 SQ/FT $0.75 $36 Ta.in. 48 SQ/FT $0.22 $11 Color Match Caulking ea $12.79 C/S Acrovyn Wall Panels SQ/FT $4.19 SHIPPING ea $75.00 Comerbead UFT $1.19 Hot Mud UFT $0.98 Subtotal: $72 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNIT RATE COST Acoustical Des'. n, Inc. Subtotal: 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $9 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $131 Subtotal: $140 TOTAL COST OF THIS CHANGE: $1,015 14635 NE Bld Street - Redmond, WA 08052 - 425-585-4110 - Fox 425-885-4110 VANDERL1P & COMPANY 14535 NE 91'STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT Attention: LYDIG DATE: 9/08/2020 JOB 81046 THIS IS TO ACKNOWLEDGE TIIE HOURS WORKED TODAY: Per direction from Lydig to re -frame the opening for the Baby Changing Station. 9/08 — "Fo layout the opening, cut open the dry all and stud framing, frame the recessed opening and clean up the area. 9/09 — Install wood blocking, reinstall the drywall and clean up the area. 9/17 — Tape Ist and double coat. 10/14 — Sand and touch up. MATERIAL USED: TYPE SIZE GAUGE L/F S F AMOUNT DEMO 362T150-33 10' 20 20 2 pc Type X MG HRS OMAR GARCIA 9/08 2 3 Tape 1 6 OMAR GARCIA 9/09 2 EQUIPMENT USED: SIGNED: Omar Galva. NAME FRAME GYP TAPE DEMO TOTAL ********** HRS FIRS HRS HRS HRS OMAR GARCIA 9/08 2 1 3 OMAR GARCIA 9/09 2 ALFREDO RAMOS 9/17 2 HERIBERTO REYES 10/14 TOTALS By signine 1 ckno utilized. this • 'n his do acknowl dge Lykig ent C 1. d. ns ru • es ion 1 were not ACKNOWLEDGED BY: Constitute Lydigs agreement that this work is an extra to the subcontract, only that the resources were used and work was performed. If the subcontractor bei -'.'es this work is an extra then it remain= l'ie subcontractor's duty to provide due notice per the subcontract and the contract documents, a, ,d request a change directive, change order proposal, or a request for equitable adjustment. BY DATE COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Project No. 30129-431-1 Source Documents: Subcontractor: N.W.Complete Contract ng Description: RFI 501 , .1. Date: 1115/2020 Contractor Ref. No. COR 5 R1 • Prime and first coat GWB at reworked framing for changing station per RFI 501 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) $ 99.66 b. foreman $ c. lead foreman $ - DIRECT LABOR SUBTOTAL $ 99.66 Labor Markups d. direct supervison (NTE 15% of la) Supervision markup should be zero if any $ foreman time is Included in direct laborcosts. 12. MATERIAL COST (from attached cost breakdown form) 100.06-] $ 40.00 1[3_. EQUIPMENT COST (from attached cost breakdown form) 4. SMALL TOOLS (NTE 5% of la & b) 15. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 1 $ 21.00 b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 $ 6. SUB -TIER SUBCONTRACTORS a. b. c. d. e. $ 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 I $ $ 18. INSURANCE OUTSIDE OF OCIP (offsite liability, workers° comp, etc. only) a. payroll driven liability insurance 2.501% of 1 $ 2.50 b. volume driven liability insurance 1% of 1-7 $ - 1 rg. BONDING Form Revised 9/26118 r•elln Irt ....., 0.001% of 1 -8 SUBTOTAL 1 thru 4 140.00 $ 21.00 $ 3.00 $ TOTAL COST $ 164.00 Deintrkel 1.7/1/711711 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Subcontractor: N.W.Complete Contracting Subcontractor: Unit Labor , Material Equipment Description _ tQuantityl Type Unit $ j _. Cost ( Unit $ Cost Unit $ 1 Cost Date: Contractor Ref. No. Labor ?Speedhide Primer 'Speedhide Finish 2 hrs $49.83 $ 99.66 11/5/2020 COR 5 Total Cost 99.66; h $18.00! $ 18.00' $ 22.00 Freight!Delive 'Subtotal Foreman Foreman :Lead Foreman !Lead Foreman Total Cost of Work 99.66 ( ! $ 40.00 39.66 j L:OR 5 RI vie Dene. D..��ed �pioran�n. COP Wage Rates Lie LO 5,5 5.5>, 55154 < 0 e 0 e <0 g g (-) III 5 U. u.2 (1) 51 csi vi o:o r55: 0) 55.55 555, 5 ,56 0 5 al (50 , 4= CI) E =. 2'coc ,,, ,,,E c- o) a) W, g: ,0 1'1ca a) a) >s a) c 0 • u) _00. E < .c -0 a 4=>, 2 > 2 a• 15 c 0 a) a) a) -o c -c co 0 .c o -ow o : : nIc (Ts) 75 -8 2 .,S.; 2. a) o o o co .- - •E a as 0 -a 0 > a) -?) a) a 2 & O. 0. r. ,.5 is- 0 .0 u ) 0 0= 0, - 1 _.2 4 (1) 1 _t3 ..) : fs CO ta (0 a) c 2 a) -- rx ,c .-:.• o a, -t. .c 111 -0-6 ) 0 0. 'i..,-* 0 0) • ta TE - a) c 4.,.. as ._ ..c • " - c p._ 1-• ci :,..) t . C 1"2 .,,, 1 3 8) 1%1 0 CD0 ._ EL...) c! 8 .,„ a .0- m 1,.: 0 0 ,.... ,61 1:-... (0 o N 0., 2. '.52....-; . . - 00.5 <0 -0 ..c a - co . ?:-:, 5 N F• a) a) a) a, C o o 0 -o .0 (0 0 F-, CD N.: (s 8_ 2 CO co 0 o 1cZ) 0TO3 1c3 iL .a0 o o _ Ei 0- c -5 o )2(5l'S '68 "c13:‘,.. cza t)3 & !. ca '4a E - fa a).e. a)) < 0 2. cEioco 0 -J (9 •-.., 0 4_, = C 0 0 - 0 ..... E ..c o ocuucam.0 ,28 ..0 f,i,' <>tn ,_ta n)o) c aa irj O. 0. El 0 AD 0 to) 03 D5 a) 4= I- E -0- 0 '-• ii ..c ° --• o : cci' 0E f :1:, .. )... 7, 1,2 ,...„ ..,....- F„ Q. La 'o - : 0 0 . E < E ci, co a) 45 0 3(00 c t..)I:9 .._ o to .w ) A 2 2 2 33i 0 c U- 0 2 (1) o .0 0 3 ..) (-)c..) ...... < 5 — a) -92 a) ° a) D 15 C-6---- 15 01 et 1.0 CO r•-• o 0 a) a) (1) cc c c c ...7, -..: ....= :-.., n date is the date of Lines 1 & 2 ar Printed 12/2/2020 COR 5 R1.xls LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #501 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Wall Mounted Baby Changing Station TO: Emma Nowinski (Weinstein A+U) FROM: Alex Carey (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 DATE INITIATED: 09/01/2020 Bellevue, Washington 98005 LOCATION: STATUS: Closed on 09/02/20 PROJECT STAGE: DUE DATE: 09/08/2020 COST IMPACT: TBD COST CODE: SCHEDULE IMPACT: TBD DRAWING NUMBER: A611 LINKED DRAWINGS: SPEC SECTION: 10 28 00 - Toilet and Bath Accessories REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 11:26 AM on 09/01/2020 Clarification is needed for the model of the baby changing station. A611 states that the baby changing station is to be wall mounted. 10 28 00 2.4 A calls out for a surface mounted folding changing station but lists a recessed model as the basis of design (Bobrick KB110-SSRE). Please provide the specification of a surface mount model for the baby changing station. Attachments: RFI 501 - Arch - WaU Mounted Baby Changing Station.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, September 1st, 2020 at 4:56PM PDT Install recessed baby changing station as approved in submittal 10 28 00-1 on 2/25/2020. L. Rock, Weinstein A+U 9/1/2020 Attachments: RFI 501 - Arch - Wall Mounted Baby Changing Station WAU Response.pdf All Replies: Install recessed baby changing station as approved in submittal 10 28 00-1 on 2/25/2020. L. Rock, Weinstein A+U 9/1/2020 Attachments: RFI 501 - Arch - Wall Mounted Baby Changing Station WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 11/10/2020 01:15 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #224 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #224: Arch/Mech - Shop 138 GPC Panel CE #274 - RFI #524: Conflict TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 224 / Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: $1,500.55 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) 11/10 /2020 None Amount Based No POTENTIAL CHANGE ORDER TITLE: CE #274 - RFI #524: Arch/Mech - Shop 138 GPC Panel Conflict CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #274 - RFI #524: Arch/Mech - Shop 138 GPC Panel Conflict Relocate the Shop 138 GCP panel to remove conflict with the F010 flame cabinet, including reframing, taping, priming and painting of affected wall. ATTACHMENTS: CE 274 - COR 6 R1.pdf tfs 52 - accm-rfi 524 -arch mech - shop 138 apc panel conflict-202011102122.pdf CE 274 - Van #36- Framing -Patch at Recessed Electrical Panel.pdf Owner Signature Date Cost Code Description Type Amount 09-010-99- - BP -06 - GWB, Insulation & ACT Sub Van #36 Subcontractor $ 1,244.00 2 09-030-99- - BP -12 Painting and Coatings NWCC COR 06 Subcontractor $ 164.00 Subtotal: $1,408.00 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. $ 63.36 GL Insurance: 0.75% Applies to all line Item types. $ 11.04 P&P Bond: 0.75% Applies to all line Item types. $ 11.12 B&O Tax: . 0.47% Applies to all line item types. $ 7.03 Grand Total: $1,500.55 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Fire Station 52 RFI 524 Project No. 30129-43 Source Documents: 1 Date: 11/5/2020 Subcontractor:1 N.VV.Complete Contracting Contractor Ref. No. COR 6 R1 Description: Prime and first coat GWB at reworked framing for GPCI)anel per RFI 524 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) $ 100.00 crew (apprentices, journeymen, & laborers) $ 99.66 b. foreman c. lead foreman $ DIRECT LABOR SUBTOTAL [ $ 99.66 Labor Markups d. direct supervison (NTE 15% of la) 2. MATERIAL COST (from attached cost breakdown form) 13. EQUIPMENT COST (from attached cost breakdown form) Supeivislort markup should be zero if any foreman time is included in direct labor costs. $ 40.00 $ 14. SMALL TOOLS (NTE 5% of la & b) $ - SUBTOTAL 1 thru 4 $ 140.00 15. OVERHEAD & PROFIT $ 21.00 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 $ - TIER SUBCONTRACTORS $ - $ 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 $ - 18. INSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) $ 3.00 a. payroll driven liability insurance 2.50 of 1 $ 2.50 b. volume driven liability insurance % of 1-7 [ $ 19. BONDING 1_ Form Revised 9126118 COR 6.xls 0.001% of 1-8 • - Pant:, nf TOTAL COSTr$ 164.00 Printer, 19/2/2(171) COP Cost Breakdown Project Name: Fire Station 52 Project No. 3012943 Subcontractor: N.W.Complete Contracting Subcontractor: Description Labor iSpeedhide Primer 1Speedhide Finish Date: Contractor Ref. No. 11/5/2020 COR 6 Unit 1 Labor Material Equipment Total Quantity Type Unit $ I Cost 2 hrs Unit $ I Cost Unit $ 1 Cost Cost _ $ 99.66 1. I -•,. $49.83 $ 99.66 $ - I $18.00 $ 18.00 $ - ll $ 18.00 i 1 1 , $ - $22.001 $ 22.00 $ - $ 22.00 t I $ -. , $ - _ I $ $ - $ 1 $ - 1 1 $ - _l• $ l....$ - $- ...11'_$ $ - _.$ _. .... .... ,, -_ .. ! 1 $ - $ $ - $ -.. li I - --; $ - $ - $ '------ -1 --$--- I - 1 11 - i ill $ - $ $ - $ $ - I $ - , l $ - 1 $ - i - $ - I $ - $ $ - $ $ - $ $ - $ - $ - $ - ll $ $ - $ $ - $ - $ -•,.. .,.1 : $ - _,.1..i; I ^9 $ - 11$ I $$ : $ - $ - $ - $ $ - '-'11....$$. $ ••: I $ - L $ $ _I $ -s _ 1 $ - I$ L$ - 11 $ $ - $ - 1 i . 1 f 1 $$ ..., ,ii,.11_$ 1 $ - $ - $ - "111$ $ - s - ...-1 $ - L $ - 1 1$ - li$ $ - 1$ - 1 1$ - il$_ $ - 1$ 1 gal 1$ - —1$ $ $ 1$ $ ts $ 1 $ - 1 $ - $ - $ - $ $ - $ - $ - $ $- _ $ - $ 2 $ - L$ $ - _11$ $ _ ..Is _ 1 $ - $ - 1 $ - $ it $ - li$ - i$ - 1$ - 1 1$ - 1,$ $ - 1$ - $ _ 11$ 1$ - ,s - 1 $ - li$ i$ - 1 ,E$ - 1.$ $ f Freight/Delivery Costs • $ -$ - 1 $ - li $ i ?,--, i 1 I $ - .. ; $ - I 1 $ - 1 $ - , „.. 1 ' ' 4 I l$ - $ - I $ - 11$ Subtotal 1 1 1 1 $ 99.66 I i $ 40.00 1" $ - $ 139.66 $ - $ - 1 $ - I il $ 1Foreman Foreman lLead Foreman $ - $ - Total Cost oi Work Forrn Revised 9/26/18 $ 99.66 $ 40.00 $ I139.66 Prinf.r1 so/or/non COP Wage Rates Fire Station 52 Eco z 0 0 0 Project No: n 0 N C O N.; C OD 7 a O U n .0 CO J C 0 p O W c F C 0 0 0 0 U :O tot 0)O 0 f0 B EL c a)C .0 c 4- 0 "o 9 a) 0 d T �O j C g :0 t0 E E En F 'Z. > 4- W C O 0 0 0 O C O ''>0 '"'0 Y .0 v O 0 0 'OO 0 R C 0 "O 0 0 ..c 0 c NN 0 C .-0 L` v O W O 0 0. c O W ` '0 ` O=0. 7 0O j O a) o coma) a) x 2 ep. a`r .c w c _c0 g ,•- Q. 0 I- -0 ) i - o a) c 0, O X .c o 0 -� 0 -o I— v U a M N y..,, N (1.:_ W N .03(1) N ^ F ^ O f0 LR. ea 0 CO 0 [0 O 0 0 O) ^ C C N O 0 .�~... O :v 0 0_ mva 0 0 > NO N n 0 A o. <20+ C N +_ o -00 ) O N c o 0 0 o o 2 W 0. 0 f n U) Q ti., "0 C �O 1:'-2. 71.E?. .2 N 0 V. 0. ..,:a> p0 -- c o r n CU . 'm rn u o w 3 :_o Lo LD ° L0.0 C 0 C.0 0 C 7" -0209-0.EO 0 U t0 0 0 C , vQCD)Ca)KE0. X00f`WC°�omno m _o 15- 6. yC 0 •• t4 0 0 o 01:: o c az c 0 m ecu 0 >, > 0 0 E c E cp E .c o s m 3) m U c o ..x LO 15 m LL `o co N a)"oo:w 0 m2 "0 W l0 12 C 0 0 0 o LL a U" 8 ).-'2... o en N -. Q I 75 — 0 0 LL LL 2 fn H u) 0 W . m v in co r, 0 0 0 0 0 0 0 c e c c c c c • J J J:3 J J W F z Printed 12/2/2020 #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 36 Submitted By: Mark Davis Document Reference: RFI #524 Company: Vanderlip 44 Co, Inc Date: 11/2/2020 Description of Change: Required framing, GWB and patch and finish taping to accommodate recessed electrical panel In Shop #138 as indicated in RFI #524. Work was performed on a time & material basis. Signed EWR is attached. 1 1. CRAFFLABORCOSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 $85.22 $85 Demo $79.82 Framing 3 $79.82 $239 Hang Drywall 1 $79.82 $80 Tape/Plaster 7 $79.82 $559 Stock/Staging $79.82 Protection/Clean-up $79.82 Install WPP $79.82 Install Comer Guards $79.82 Delivery $79.82 Subtotal: $963 2. MATERIALS QTY UNIT RATE COST Track UFT $1.52 Studs 10 UFT $1.26 $13 Water Resistant GWB 48 SQ/FT $0.75 $36 Taping 48 SQ/FT $0.22 $11 Color Match Caulking ea $12.79 C/S Acrovyn Wall Panels SO/FT $4.19 SHIPPING ea $75.00 $50 Top Caps/Trims UFT $1.19 Hot Mud LIFT $0.98 Subtotal: $109 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS $8.75 Subtotal: 4. SUBCONTRACTORS QTY UNR RATE COST Acoustical Design, Inc. Subtotal: MARKUPS SUBTOTAL % CHARGED COST ,5. 5 Bond 1.00% $11 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $161 Subtotal: $172 TOTAL COST OF THIS CHANGE: $1,244 14595 NE 914 Street - Rodmond.WA 98052 - 425-885-4110 - Fax 425-885-4110 VANDERLIP & COMPANY 14535 N.E 91" STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT Attention: LYDIG DATE: 10/13/2020 JOB #1046 THIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY: Per direction from Lydig to proceed with RFI#524 to frame the opening for the electrical recessed panel in Shop 138. 10/13 — To frame the recessed opening and patch the drywall. 10/22 — Tape 1st coat (note: was directed from Lydig to stop taping upon further electrical work). 10/28 — Repair additional patchwork, tape and skim coat. *Estimate time to finish sanding and touch up. MATERIAL USED: TYPE STZE GAUGE L/F S/F AMOUNT ********** 362SFT-D20 10' 20 10 HRS 1 pc 3 5/8" MG Type X 4 1 Taping 2 HERIBERTO REYES 10/28 4 3 EQUIPMENT USED: SIGNED: Omar Garcia. NAME FRAME GYP TAPE DEMO TOTAL ********** HRS HRS HRS HRS HRS OMAR GARCIA 10/13 3 1 4 HERIBERTO REYES 10/22 2 2 HERIBERTO REYES 10/28 3 3 *ESTIMATE HRS. 2 2 TOTALS 11 ACKNOWLEDGED BY: LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #524 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Mech - Shop 138 GPC Panel Conflict TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 09/23/2020 TBD A617 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 09/29/20 09/30/2020 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 04:05 PM on 09/23/2020 Clarification is needed on the location of the GPC panel in Shop 138. Currently, the GPC panel is shown to be 32" from the north wall of Shop 138. Based on the proximity of F010 flame cabinet, there may be a conflict between the flame cabinet and the GPC panel. Please advise if the GPC panel needs to be moved south or semi -recessed. Attachments: RFI 524 - Arch Mech - Shop 138 GPC Panel ConflicLpdf Official Response: Lauren Rock (Weinstein A+U) responded on Saturday, September 26th, 2020 at 4:21PM PDT GPC panel should be semi -recessed. WAU understands panel will protrude 2 3/8" from wall. If greater than 2 3/8", notify architect. L. Rock, Weinstein A+U 9/26/20 Attachments: RFI 524 - Arch Mech - Shop 138 GPC Panel Conflict WAU Response.pdf All Replies: ar,17Znr77,735:4710MsnigMMtrAerr '"'"7.77VAreprOr, ,esponselrortitaure emstei GPC panel should be semi -recessed. WAU understands panel will protrude 2 3/8" from wall. If greater than 2 3/8", notify architect. L. Rock, Weinstein A+U 9/26/20 Attachments: RFI 524 - Arch Mech - Shop 138 GPC Panel Conflict WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 11/10/2020 01:22 PM ILY0IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #225 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #225: - Restoring Power to Cowlitz CE #280 - RFI #588: Civil/Elec Street Light TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 225/0 Pending - In Review FROM: CONTRAC T: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 11/10 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $3,760.97 POTENTIAL CHANGE ORDER TITLE: CE #280 RFI #588: Civil/Elec - Restoring Power to Cowlitz Street Light CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #280 - RFI #588: Civil/Elec - Restoring Power to Cowlitz Street Light Restoration of power to the Cowlitz parking lot street light, tied -in to the TFS 52 project pole light circuits, as directed in the response to RFI 588. The existing Cowlitz street light was tied into a circuit in the former driveway that was removed during the excavation and grading of the new driveway profile and therefore could not be salvaged or maintained with the new driveway. ATTACHMENTS: tfs 52 - gccm-rfi 588 -civil elec - restoring power to cowlitz street light-2020111"02127.pdf CE 280 - COR049. df Owner Signature Date Cost Code Description Type Amount 1 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 049 Subcontractor $ 3,529.00 Subtotal: $3,529.00 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. $ 158.81 GL Insurance: 0.75% Applies to alt line item types. $ 27.66 P&P Bond: 9.75%Applies to all line item types. $ 27.87 B&O Tax: - 0.47% Applies to all line item types. $ 17.63 Grand Total: $3,760.97 Owner Signature Date nese November 6, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 588 PCEC RFI# PCEC COR# 049.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $3,529.00 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, cott Driscoll Project Manager Enclosures: ( 2 ) worksheets peke Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# - PCEC Job No.: 19066 I PCEC COR# 049.0 Work Restoring Power to Cowlitz Street Lighting Date: 11/6/2020 Description: cc b# RFI# 588 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 24.49 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 $ 2,325.82 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 2,325.82 2. MATERIAL COSTS a. scheduled material $ 653.30 d. permits $ b. quoted material $ e. dumpster $ c. freight $ - f. coordination drawings $ - 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 7. 0 & P ON SUBS 653.30 446.87 8. INSURANCE / TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 34.26 b. Bonding 2.00% (of 1 through 7) $ 69.20 c. State B&O Tax 0 (of 1 through 7) d. City B&0 Tax 0 (of 1 through 7) B. INSURANCE 103.46 9. O& PON INSURANCE/TAXES a. 0% portion of 8 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 3,529.00 Job NameFS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: <None> [Items and ByProdmcts] Report: COR 2/1 | ` i ' ml [ /| • jLe / |L-�~� / Price Item Name Ext Price Label Set: Combined, Combined, Combined, Combined, Combined $653.30 71 6 THHN CU STRANDED 260]00 $1,706.53 M $443.70 5,950 2PV[40 120.00 $108.84 C $130.61 6,169 2 PVC MALE TERM 1.00 $212.18 C $2.12 6,196 2 PVC BELL END 1D0 C $8.35 6,944 #6 85-10 3M 1000V RESIN SP 2.00 $34.26 E $68.52 6,991 6GATERMINATION 4,00 ' ��^�$0.00X $0.00 1�4S4]11AType |17^vZZ^HANDHOL 1.00 '*` ~$0.00 [l $0.00 47,062 1 HOUR LABOR (HAND DIG) 3.00 $0.00 X $0.00 $653.30 Courtesy of McCormick Systems Inc Labor U Labor Ext 24.49 2.86 9.60 1.00 0.23 4.20 0.80 2.80 3.00 24.49 Page 2 11/6/2020 3:36 PM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #588 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil/Elec - Restoring Power to Cowlitz Street Light TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 11/06/2020 LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: TBD E101, 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 Closed on 11/09/20 11/13/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 08:41 AM on 11/06/2020 Confirmation is needed to restore power to the Cowlitz parking lot street light based on conversations with Scott Moore (CoT). During excavation for the rockery wall and curb along the entrance to TFS 52, underground electrical that was supplying power to the Cowlitz parking lot had to be abandoned, leaving the pole light with out power. CoT discussed this with Lydig on site, and stated Lydig restore power to the Cowlitz light. Lydig was able to salvage a junction box that was previously used in the sidewalk at 65th. Lydig proposes setting this box on the east Cowlitz driveway where their existing underground electrical is for their pole light. Lydig will then splice into the underground electrical pole lights. This will place the Cowlitz pole light on the buildings power, not street power. Please confirm the proposed plan is acceptable. pole light in the would need to side of the for the project's Attachments: RFI 588 - Civil Elec - Restoring Power to Cowlitz Street Light.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, November 9th, 2020 at 10:55AM PST Confirmed. Per Owner's response above. L. Rock, Weinstein A+U 11/9/20 Attachments: RFI 588 - Civil Elec - Restoring Power to Cowlitz Street Light SO - AU Response.pdf All Replies: ;FM: 7:5; 507555.5r '5"5'515',555555'5'5`55155755555555'5 5 eSPOnS0'5. IrOntlatiren5 RS Confirmed. Per Owner's response above. L. Rock, Weinstein A+U 11/9/20 5,051,5,55,1v55"`VirW55 1++5245,esSkliisoN5ihilkaataggi,iustatda 55555,5505Mr55,555 mndrIPOptra, APOrt*H*41, VakAKAalatatigr IT5,51,5,14,5411,.. 5,4,541*050a5,555,3,,255 ^gatijkitt,b554505tald5555 Attachments: RFI 588 - Civil Elec - Restorin Power to CowIitz Street SOJ-WAU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 11/10/2020 01 :27 PM LY D I G A.1777.nrr.pravarmvgnommsmccAtt,mmorAmTvymemprogslymptiF, , OS , ' " leg , trato4AneorneEtroiet t,Jalla4;,..i,Laa,kitikagitgatiattigattaigagaimaisdagmadimegiatitozadAgazdakavtava. Owner approves this work to proceed. axiiikaak.4aianifiLatikaMtraboxii41AL,ad 0,*40r,k 0,kolgOM, RFI #588 Attachments: no 4kagulittza%vivapk,,,--- - Direction was given on June 9th, 2020 per attached email. Confirmed, will be tracked through a PCO as an Owner cost. A ROM of $3,700 is expected. Attachments: CoT - Cowlitz Light Pole Memo.pdf ',:U4tAtYVi7.7a:Ele Please confirm date that direction was given from Scott Moore for Lydig to restore power to Cowlitz parking lot street light. Please confirm that this work will be tracked through PCO as Owner cost and provide ROM. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 11/10/2020 01:27 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #226 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #226: CE #282 - RFI #564: Elec - UPS Backup for Alerting System TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 226 / 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 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 11/10 /2020 None Amount Based No TOTAL AMOUNT: $1,210.67 POTENTIAL CHANGE ORDER TITLE: CE #282 - RFI #564: Elec - UPS Backup for Alerting System CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #282 - RFI #564: Elec - UPS Backup for Alerting System Addition of an uninterrupted power supply for the alerting system per the response to RFI 564. ATTACHMENTS: tfs 52 - gccm-rfi 564-elec - ups backup for alerting system-202011102245.pdf CE 282 - COR050.pdf # Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 050 Subcontractor $ 1,136.00 Subtotal: $1,136.00 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% Applles to Subcontractor, Purchase Agreements, and Protect Contingency. $ 51.42 GL Insurance: 0.75% Applies to all line item types. $ 8.90 P&P Bond: 0.75% Applies to all line Item types. $ 8.97 B&O Tax: = 0.47% Applies to all line Item types. $ 5.68 Grand Total: $1,210.67 Owner Signature Date nese November 9, 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 I EL (425) 741-2700 * FAX (425) 741-2600 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 564 PCEC RFI# PCEC COR# 050.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $1,136.00 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: ( 3 ) worksheets pee Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Provide UPS per RR 564 for the Alerting System. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking COP# PCEC COR# 050.0 Date: 11/9/2020 CCD# RFI# 564 PCEC RFI# 94.97 2,55 Hrs. Normal Time 129.78 0.00 Hrs. OT 1-1/2 Time 164.59 0.00 Hrs. OT 2 Time 107.02 0.00 Hrs, 2nd Shift Time 116.83 0.00 Hrs. 3rd Shift Time 242.17 1. CRAFT LABOR COSTS 2. MATERIAL COSTS a. scheduled material $ d. permits $ b. quoted material $ 716.67 e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PON SUBCONTRACTORS a. 0% overhead & profit of 6 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS 7. 0 & P ON SUBS 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 11.03 b. Bonding 2.00% (of 1 through 7) $ 22.27 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) $ 242.17 716.67 $ 143.83 8 INSURANCE 33.30 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. 0& P ON INS / TAX TOTAL COST 1 THRU 8 1,136.00 Job NameFS#52 Tukwila Job Number: 1429 Extension Name: COR[Items and ByProducts] Report: COR 2/1 Name �` Price U Quantity�` 'l ��� Item� 'Combined �� Label Set: Combined, mbined, Combined, Combined, 30,695 U0520-SKO 520C UPS STRP 39,699 U1500 -SRM 1500VA UPS 1.0O� ' `E 1I0``� ^� E Ext Price $0.00 $0.00 $0.00 Material Filter: <None> 2.55 1.25 0�E 1.30 2.55 Courtesy of McCormick Systems Inc Page 2 11/9/2020 1:06 PM Description: UPS back up alerting system Quote #507747 Updated On: 11/09/2020 Company Name: Pacific Coast Elect Constr Inc Shipping Address: 15447 65th Ave S Tukwila, WA 98188 USA Billing Address: Pacific CoasElect CunatrInc (101881) 16620 North Road Bothell, WA 98012 Shipping Method: Direct Created Date: 11/9/20 10:01 AM FOB: Factory Sales Person: Branch: Job Account: Eli Olson Seattle #2 19066 nUo|onn@p|ott.com (206) 624-4 83 PRODUCTS QTY UNTPR/UUM TOTALS CUT5P150DRC |12544V5 MFR: Eaton 1 $716.67000 EA Line Interactive topology; ABM Technology; Pure sine wave output; Buck and Boost voltage regulat(on; Hot-swappable batteries; Interactive LCD; Mini-siot communicat(on bay; Features REPO and ROO contact Prcces are subject to change without notice. Prices quoted,unless otherwise specificallnoted on this quotation, are subject to availability and must be accepted and released for immediate shipment within 48 hours. Many Platt manufacturing partners have advised thauntil further notice they reserve the right to amend the delivery date, the price, the scope or quantity of supply and/or other terms and conditions set out in their offer or quotation to the extent affected by the COVID-19 pandemic. Be advised that Platt considers any COVID-19 related changes imposed by manufacturers as outside its reasonable control and subject to Force Majeure provisions. Platt's Standard Terms and Condition of Sale are not included in this document, butare so here incorporated by reference within this quotation. A copy of Platt's Standard Terms and Condition of Sale is available at https://www.platt.com/Downloads/pdfs/TermsOfSale.pdf Full phone support 7days/week 4om'midnight PT, 5am-lam MTuL(8OO) 257-5288 Entire Quote: Sub Total: $716.67 S/H: O ---------------------------------- Other Charges: $0.00 Tax: $0.00 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #564 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - UPS Backup for Alerting System TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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), 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) 10/22/2020 TBD E302S.A Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/27/20 10/29/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 11:52 AM on 10/22/2020 At TFS 51, it was requested that a UPS was added to the alerting rack to provide a backup power source. WAU/SOJ directed the addition of the UPS in TFS 51 RFI 344. The attached Eaton 5PRC was added to the alerting rack. Please advise if a UPS will be required to backup the alerting system at TFS 52, and confirm whether or not the Eaton 5PRC is an acceptable device. Attachments: RFI 564 - Elec - UPS Backup for Alerting System.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, October 27th, 2020 at 11:20AM PDT Provide and install UPS as backup for Alerting system, per discussions with Owner. L. Rock, Weinstein A+U 10/27/20 Attachments: RFI 564 - Elec - UPS Backup for Alerting System WAU Response.pdf movVVIDEVISSMIGIVIDIMMktarepailifi Provide and install UPS as backup for Alerting system, per discussions with Owner. L. Rock, Weinstein A+U 10/27/20 Attachments: RFI 564 - Elec - UPS Backup for AlertingSystem WAU Response.pdf BY DATE Lydig Construction, Inc. COPIES TO Page 1 of 1 Printed On: 11/10/2020 02:45 PM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #227 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #227: CE #283 - RFI #580: Elec - Confirmation of Revised Controlled Receptacles 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: 227 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 11/10 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $13,787.34 POTENTIAL CHANGE ORDER TITLE: CE #283 - RFI #580: Elec - Confirmation of Revised Controlled Receptacles CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #283 - RFI #580: Elec - Confirmation of Revised Controlled Receptacles Revision of 26 outlet receptacles to controlled receptacles on Level 2 per the response to RFI 580. Other cost impacts that will be tracked on a separate PCO/CE include: ceiling tile removal and replacement, GWB removal and repairs, repainting. - 19 duplex receptacles - 7 double duplex receptacles - Total number of receptacles is 33 ATTACHMENTS: CE 283 - COR051.1.pdf tfs 52 - gccm-rfi 580-elec - confirmation of revised controlled receptacles -202011102247.pdf Owner Signature Date Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 051 Subcontractor $ 12,937.00 Subtotal: $12,937.00 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 582.17 GL Insurance: 0.75% Applies to all line item types. $ 101.39 P&P Bond: 0.75% Applies to all line item types. $ 102.15 B&O Tax: = 0.47% Applies to all line Item types. $ 64.63 Grand Total: $13,787.34 Owner Signature Date PeEe November 9, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIt IC 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# 0 CCD# 0 RFI# 580 PCEC RFI# 000 PCEC COR# 051.1 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $12,937.00 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 afier 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 overheag acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 4 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.. r 19066 L Work Revised - Controlled Receptacles change stated in RFI 580. Description: 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 1. CRAFT LABOR COSTS 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight $ 94.97 129.78 164.59 107.02 116.83 $ 6,815.05 COP# PCEC COR# Date: CCD# RFI# PCEC RFI# $ 697.32 $ 3,407.48 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. G. d. 0% (of direct labor) d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 0 051.1 11/9/2020 00 580 000 71.76 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 $ $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. 0& P ON INS / TAX TOTAL COST 1 THRU 8 125.58 253.67 $ 6,815.05 4,104.80 1,637.98 379.25 12,937.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report: COR 2/1 Item'# Item Name � I Quantity �Price � Labe! Set: Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 6,988 12 GA TERMINATION 1674GROOM CONTROLLER 1[|R[U[ 16,747ROOM CONTROLLER 2[|R[U[ 17,210 DPLX[NTL5362'S2VV N5'20R &4,176SS7827'O10'[AJ5SHLOP/C B 47,067 1 HOUR LABOR (RE -WORK) 47,083 1 HOUR LABOR (R&R CEILIING Courtesy of McCormick SystemInc [ V Ext Price Labor $697.32 660.00.M $255.78 66.00 $0.00 X $0.00 1110/ ,$0.00Q 00.00 5.00 $0.00 Q $0.00 33.00 ^ $1,338.00 C $441.54 30:00 $000 Q $I00 16.50 X 00D0 10.00� ' ��ODUX $1OU $697.32 ��� Labor 71.76 3.96 9.90 11.00 7.50 9.90 3.00 16.50 10.00 71.76 Page 2 11/12/2020 2:15 PM PLATT LIGHTING COMPANY: ATTN: TERMS: FREIGHT: QUOTATION PCEC SCOTT DRISCOLL NET 30 DAYS FOB FACTORY PLATT QUOTATION Pram %mad; mans othends. sp.cifIa11y need on this .quotation: an subiact toavailability and asst a .c ted and nl.asd Tor inMdlaa shfpawt .Athan 41 hour. Wt. Sr. ■Wi.ct to change vat out roti.. =cover agrees that this quotation and any sal■. of product .land Uro FIs appliabla co platt [lectric's Standard are ad.dation al sale and snot b. waived. Platt's Standard Tans and andltion of sal. are not 1nc1 o d in this donnmnt, but an so. Mn incorporated by. :Mama within this quotation. A copy of Platt's stotd.rd Tuts and adltlon of Sa1e is asailabl.at ahttp:// on.p1att.o* ..rvla/tarm.htab. Ivry "Platt manufacturing p.raars hr. advlsd that until further notice they mann th. right to nod th..dellvary date, dm price. dm stain or quantity of supply and/or .char tuts and renditions Sat out In their off.r or quotation to tn. anent afIlct.d by 11,. tnym-1I pandemic. In advised that Platt considers arty myID-19 related dont.. Iapmd by awtfact cors as outside its r.nonabl• control and subject to Force Majeure provlslat. QUOTE DATE: 11/09/20 PROJECT; TUKWILA FS 52 CONTROLLED RECEPTACLE CHANGE QUOTED BY: candy Scarborough PLATT BRANCH: SEATTLE TOTAL: $3,130.94 TYPE ore MFG DESERT UNIT PRICE U M E'CrEPDED PRICE 5 WATTSTOPPER LMPL-201 E SHIPS WITHIN 24-48 HOURS FROM CA AS OF 11/2/20 E 11 WATTSTOPPER LMPL-101 E * SHIPS WITHIN 24-48 HOURS FROM CA AS OF 11/2/20 E 1 8 hour day Programming E E E WATTSTOPPER LOT $3130.94 E $3,130.94 E E E E E E E E E E E E E E E E THIS. QUOTATION IS BASED ON ALL TYPES AND QUANTITIES. ANY CHANGES WILL BE SUBJECT TO REQUOTE. PAGE 1 OF 1 11/12/2020 PLATT platt.com Shopping Cart (206) 624-4083 Shopping Cart - Platt Electric Supply Pacific Coast Elect Constr Inc (Account # 101881) Cart# 22643391 Ship Location - Availability Total Tax Lt4113-15 Item #: 0877150 Mfr: Wattstopper Cost Code: Assign Patch Card, 4 Pair / 24 AWG, CMR, CAT Comments Save For Later 5e, R.745, Riser, Unshielded, Twisted -Pair, Indoor, Green with White Std.. More Seattle: 0 30 Remove Qty UOM Price EA $9.218 $276.54 Subtotal $276.54 Your Saved Carts ) Sorted newest to oldest Top © Copyright 2001-2020 Platt Electric Supply, Alt RightsReserved. https.//platt.com/shoppingcart.aspx 1/1 ILY D 1 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #580 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Confirmation of Revised Controlled Receptacles TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 11/02/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E302S.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 11/06/20 11/09/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Alex Carey (Lydig Construction, Inc. - Bellevue Off), Julie DeDonato (Ancora Projects LLC), Craig Greene (Lydig Construction, Inc. - Bellevue Off), 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. nc. Bel levue Of) at 03:42 PM on 11/02/2020 This RFI has been issued to confirm the specific receptacles on level 2 that are to be revised to being controlled, rather than non -controlled receptacles. Per emails with WAU, SOJ, and Lydig, it has been established the number of outlets on level 2 that are controlled via occupancy sensors do not currently meet energy code requirements. The attached document shows the receptacles that have been discussed to be revised to being controlled (circled in pink). Please provide a revised E302S.A drawing confirming which receptacles are to be controlled. Attachments: RFI 580 - Elec - Confirmation of Revised Controlled Receptacles.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, November 5th, 2020 at 8:10PM PST Please see attached revised E302S.A for locations of controlled receptacles. Revised plan reflects 26 additional controlled devices. L. Rock, Weinstein A+U 11/5/2020 Attachments: RFI 580 - Elec - Confirmation of Revised Controlled Receptacles SOJ-TFWB-WAU Response.pdf All Replies: Please see attached revised E302S.A for locations of controlled receptacles. Revised plan reflects 26 additional controlled devices. L. Rock, Weinstein_A+U 11/5/2020 Attachments: RFI 580 - Elec - Confirmation of Revised Controlled Receptacles SOJ-TFWB-WAU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 11/10/2020 02 :47 PM RFI #580 :e$ Owner approves Lydig to give direction to PCEC to move aheawith scheduling this work WAU to provide final controlled receptacle layout and count drawing.Txis final layout should include the appropriate logical Iayoutfor use by FIRE as to avoid any re -work in the future and appropriate device count to meet code. VVAU to pursue reimbursement from TFWB since this error ensures our current installation does not code, resulting in the project being unable to achieve CortifinoteofOccupancy without installing additional controlled devices. PCEC Electrical ROM of $14,000 to be tracked through Change Event. Lydig ROM of $3,000-$6,000 for repairs and paint touch-up to be tracked in separate Change Event. Owner understands thatthis work could be completed on or about 11/16/20, to be further determined once PCEC is released forthis work. Lydig to evaluate whether current Commissioning Schedule can be re -sequenced or if this additional work will cause an actual delay to the project. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 11/10/2020 02:47 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #229 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #229: #285 5 - RFI #576: Civil - Existing Sewer and StormManhole Cover Replacement 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 229 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED BY: Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $1,269.19 No POTENTIAL CHANGE ORDER TITLE: CE #285 - RFI #576: Civil - Existing Sewer and Storm Manhole Cover Replacement CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #285 - #576: Civil - Existing Sewer and Storm Manhole Cover Replacement Replacement of existing manhole covers with new manholes including City of Tukwila seals per the response to RFI 576 and direction by CoT inspector. Total of (4) locations. ATTACHMENTS: PCO 229 - Combined.pdf tfs 52 - gccm-rfi 576 -civil - existing sewer and storm manhole cover replacement-202012021540.pdf PCO 229 -SP - Combined.pdf_ Owner Signature Date Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 229 -SP Subcontractor $ 1,190.92 Subtotal: $1,190.92 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. $ 53.59 GL Insurance: 0.75% Applies to all line item types. $ 9.33 P&P Bond: 0.75"/ Applies to all line Item types. $ 9.40 B&O Tax: = 0.47% Applies to all tine item types. $ 5.95 Grand Total: $1,269.19 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 #229 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Existing Sewer and Storm Order #229 -SP: CE #285 -SP - Civil - Manhole Cover Replacement TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 229 -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 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,190.92 POTENTIAL CHANGE ORDER TITLE: CE #285 -SP - Civil - Existing Sewer and Storm Manhole Cover Replacement CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #285 -SP —Civil - Existing Sewer and Storm Manhole Cover Replacement Replacement of existing manhole covers with new manholes including City of Tukwila seals per the response to RFI 576 and direction by CoT inspector. Total of (4) locations. ATTACHMENTS: CE 285-SP.pdf Owner Signature Date Cost Code Description Type Amount 1 32-600-01-- Site Furnishings Manhole Covers (olympicfoundry) Materials $ 700.00 2 32-600-01- - Site Furnishings Pick-up, distribute, install MH covers Labor $ 315.44 Subtotal: $1,015.44 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 152.32 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line Item types. $ 8.76 P&P Bond: 11.75% Appliesto all line item types. $ 8.82 B&O Tax: = 0.47% Applies to all line item types. $ 5.58 Grand Total: $1,190.92 Owner Signature Date COP Cost Breakdown }k/ Project Name: ) / 2 # Contractor k 8 \ cl f \ 0 Pick-up, distrib otal Cost of Work ILydig COR Template AP Miscellaneous Cash - Seattle 5200 Airport Way South Seattle WA 98108 E -Mail: Ship -to Address: Miscellaneous Cash - Seattle C/O: LYDIG CONSTRUCTION WILL -CALL Seattle WA 98108 Dear Sir or Madam, Thank you for your order. We confirm the following items: Order Confirmation: 13025 Date: Your Reference: Requested Date: Customer Number: Contact: Page: 1/2 Nov 11, 2020 30130 Nov 11,2020 1391 Renae A Erben Pd Via ti -c.(00, Amt Pd Auth# 327 ca (,4-cfr) Line Product Description Quantity Net Price Net Value 10 15-11-2986 MH30 Tukwila Logo Storm Cover USA 1 Each 175.00 USD / 1 Each 175.00 USD List Price 175.00 USD /1 Each 175.00 USD 20 15-11-2985 MH30 Tukwila Logo Sewer Cover USA 3 Each 175.00 USD / 1 Each 525.00 USD List Price 175.00 USD / 1 Each 525.00 USD Total Item Net Value Total Payment Terms: Cash on Delivery (COD) Incoterms: <W/C>, OFCO SEATTLE JOB #: 30130. TUKWILA CASTINGS. ORDERED by ALEX @ 425.885.3314. Remit To: Olympic Foundry Phone: (206) 764-6200 5200 Airport Way South Fax: (206) 764-1171 CmnitIrA IMA 001 no lAinkeifri• tAnAn. 1-11siresr-tirfni indru r-nrrt 700.00 USD 700.00 USD 11/11/2020 Paya Exchange Virtual Terminal Olympic Foundry, Inc. Bill To: ALEXANDER CAREY 11001 E MONTGOMERY DR SPOKANE VALLEY, WA 99206 US Ship To: , Account : XXXXXXXXXXXX1537 Trx Type : Sale Order : OC 13025 Auth : APPROVED 532667 Amount : $700.00 Tax : $0.00 Total : $700.00 Cardmember Acknowledges Receipt Of Goods and/or Services In The Amount Of The Total Shown Hereon And Agrees To Perform The Obligations Set Forth By The Cardmember's Agreement With The Issuer X https://www.sageexchange.com/sevt2ifrrnReceipt.aspx?type=card&status=1&reference=CGLKP9NLXV 1/1 LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #576 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Existing Sewer and Storm Man TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/29/2020 TBD C2.0, C2.1 FROM: hole Cover Replacement STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 11/09/20 11/05/2020 TBD 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 03:38 PM on 10/29/2020 Clarification is needed for replacement of existing sewer and storm drain manhole covers. There are 4 locations of existing covers. The sewer connection at 64th Ave S at the northwest corner of the property, the sewer connection at the north property line behind rockery wall #3, the sewer connection at the north side of the driveway at 65th Ave S, and the storm drain outfall of the detention vault at the southwest corner of the property. City of Tukwila Public Works inspector has requested that the manhole covers be replaced with a CoT storm/sewer manole cover (reference 1/C2.9 and 4/C4.3). Please confirm that these manhole covers are to be replaced. Attachments: RFI 576 - Civil - Existin. Sewer and Storm anhole Cover Re.Iacement..df Official Response: Lauren Rock (Weinstein A÷U) responded on Monday, November 9th, 2020 at 10:50AM PST Confirmed. Per Owner's direction above. L. Rock, Weinstein A+U 11/9/2020 Attachments: RFI 576 - Civil - Existing Sewer and Storm Manhole Cover Replacement SOJ-WAU Response.pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Monday, November 9th, 2020 at 9:45AM PST Owner approves 4 existing manhole covers be replaced with CoT storm/sewer manhole cover as referenced in the RFI per the request of CoT Inspector. Attachments: All Replies: Confirmed. Per Owner's direction above. L. Rock, Weinstein A+U 11/9/2020 ,algaiiithlaitolagaarvktasaidladAdlaa. 54§,n11..atelMtgaiggLikaggikaLao. Attachments: RFI 576 - Civil - Existing Sewer and Storm Manhole Cover Replacement S0J- AU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 12/02/2020 07 :40 AM RFI #576 LYDIG -7,137-67-1777,,T- ,OrwProjects, • vo,,„&ykumi,,,1612,,,Jul.6,,,L,:kwa.,,„„ 'Vrexgrkrvgnkorwr ''`i6a,,WIltageotaribidetamawladw.umaagkilate Owner approves 4 existing manhole covers be replaced with CoT storm/sewer manhole cover as referenced in the RFI per the request of CoT Inspector. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/02/2020 07:40 AM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #230 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #230: CE #289 - RFI #594: Elec - FACP Cat6 Tie In For DAS TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 230 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $592.55 POTENTIAL CHANGE ORDER TITLE: CE #289 - RFI #594: Elec - FACP Cat6 Tie In For DAS CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #289 - RFI #594: Elec - FACP Cat6 Tie In For DAS PCEC contractor to terminate the (2) cat 6 cables installed by Day Wireless to FACP to serve communication lines to their DAS BDA equipment as directed in the response to RFI 594. ATTACHMENTS: tfs 52 - ccm-rfi 594-elec - facp cat6 tie in for das-202012021719.odf _CE 289 - COR053.pdf Owner Signature Date Cost Code Description Type Amount 26-001-99- - BP -11 - Electncal Subcontractor PCEC COR 053 Subcontractor $ 556.00 Subtotal: $556.00 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. $ 25.02 GL insurance: 0.75% Applies to all line item types. $ 4.36 P&P Bond: 0.75% Applies to all line Item types. $ 4.39 B&O Tax: = 0.47% Applies to all line item types. $ 2.78 Grand Total: 5592.55 Owner Signature Date nese November 18, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORSJNC. 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# 0 CCD# 0 RFI# 594 PCEC RFI# 000 PCEC COR# 053.0 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 S556.00 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: ( 4 ) worksheets PeEe Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: __ _ Tukwila Fire Station 52 PCEC Job No.: I 19066. Work Work Module for DAS System connection to FACP. Description: 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL COP# PCEC COR# Date: CCD# RFI# PCEC RFI# 94.97 129.78 164.59 107.02 116.83 $ 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. Guardian Security b. c. d. 0% (of direct labor) $ $ 1. CRAFT LABOR COSTS 0 053.0 11/18/2020 00 594 000 0.00 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time d. permits e. dumpster f. coordination drawings $ 2. MATERIAL COSTS 0% overhead & profit of 1 0% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 500.00 UBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 $ $ 500.00 40.00 16.31 556.00 253-564-4564 1 niwade@guardiansecurity.com www.crtiarcliansecurity.com PROJECT INVESTMENT Name: Pacific Coast Electrical Contractors Site Billing 15447 65th Ave. S 16620 North Road Tukwila, WA 98188 Bothell, WA 98012 Contact Scott Driscoll P (206) 919-2042 E sdriscoll@ pcec.com DAS Modules Manufacturer FIRE -LITE Financial Summary Total Proposal Amount Note: Taxes are not included and will be charged at the time of invoice. ,v,v7.77.747,,37,47 $500.00 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #594 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - FACP Cat6 Tie In For DAS TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 11/18/2020 TBD 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 11/18/20 11/25/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 07:47 AM on 11/18/2020 Confirmation that the electrical subcontractor is to provide a CAT6 tie into the FACP from the DAS BDA is needed. Per the Day Wireless design review meeting on 11/09/2020, it was established that Day Wireless would need the electrical subcontractor to terminate two CAT6 cables into the FACP in the electrical room. Day Wireless will be pulling the low voltage cable from their equipment in the Comm Room to the FACP in the electrical room, but will need PCEC to terminate the CAT6. Please confirm the CAT6 tie in to the FACP is to be provided by the electrical subcontractor, PCEC. Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, November 18th, 2020 at 11:54AM PST PCEC contractor to terminate the (2) cat 6 cables installed by Day Wireless to FACP to serve communication lines to their DAS BDA equipment. Rocxy Juan - TFWB 11-18-2020 Attachments: RFI 594 - Elec - FACP Cat6 Tie In for DAS TFWB Response.pdf All Replies: esponsolitlittauterktoow(Wetroste PCEC contractor to terminate the (2) cat 6 cables installed by Day Wireless to FACP to serve communication lines to their DAS BDA equipment. Rocxy Juan - TFWB 11-18-2020 Attachments: RFI 594 - Elec - FACP Cat6 Tie In for DAS TFWB Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 12/02/2020 09:19 AM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #231 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #231: CE #290 - RFI #582: Civil - 65th Ave S Sidewalk Restoration TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 231 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 CONTRACT: CREATED BY: Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $6,097.04 POTENTIAL CHANGE ORDER TITLE: CE #290 - RFI #582: Civil - 65th Ave S Sidewalk Restoration CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #290 - RFI #582: Civil - 65th Ave S Sidewalk Restoration Removal of cold patch installed by PSE during electrical power trenching and utility tie-in, preparation of sidewalk for concrete replacement, concrete placement of curb & gutter and sidewalk ATTACHMENTS: tfs 52 qccm-rfi 582 -civil 65th ave s sidewalk restoration-202012021733.pdf_ _CE 290 - LaRusso COR11 RFI #582 R1.odf CE 290 19-11 FS52 - COP #065 RFI 582 - 65th Ave S Sidewalk.pdf # Cost Code Description Type Amount 1 32300-99-- BP -02 - Site Concrete Subcontractor LaRusso COR 11 Subcontractor $ 1,148.00 2 31-001-99- - Earthwork and Utilities subcontract Pellco COR 65 Subcontractor $ 4,573.00 Subtotal: $5,721.00 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, UnwrittenSub'sIPA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 257.45 GL Insurance: 0.75% Applies to all line Item types. $ 44.84 P&P Bond: 0.75% Applies to all line item types. $ 45.17 B&O Tax: = 0.47% .Applies to all line item types. $ 28.58 Grand Total: $6,097.04 Owner Signature Date Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: Subcontractor CP Breakdown Summary PELLCO Construction, Inc. Cost Event #: CP #: Document #: RFI 582 65 DESCRIPTION OF WORK: Remove cold mix left by PSE and prep for restoration. Date: 11/5/2020 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) 2,166 583 1,144 ,893 SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1) 2) 3) 4) H. Subtotal Subcontractor Costs III. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 583.91 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VL UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ 4,477 51 45 4,573 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 3012943 Contractor: PELLCO Construction, Inc COP Number: Date: 11/5/2020 Contractor Ref. No. 6i Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Operator 6 HR $81.15 $ 486.90` $ - - $; $ 486.90 Laborer 6 HR $61.67 $ 370.02- $ $' $ 370.02 304 Excavator 6 HR $ $ $39.48 $ 236.88 $ 236.88 Teamster 8 HR $71.16 $ 569.28 $ $ $ 569.28 Dump Fees 1 LS $ - $125.00 $ 125.00 $ $ 125.00 Base Course 6 TN $ $17.95 $ 107.70 $ - $ 107.70 Sawcut 1 LS $ $350.00 $ '' 350.00 ` $ $ 350.00' 450 Crew Truck 6 HR $ - $ $24.68 $ 148.08 $ 148.08 Dump Truck Solo 8 HR $ $ 1 $94.85 $ 758.80 $ 758.80 Flaggers (2)Traffic Control 12 HR $61.67 $ 740.04 $ $ $ 740:04' $ $ $ $ $' $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ $ $ $ $ - $ $ $ - $ - $ - $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ r $! $ - Freight/Detivery Costs $ $ $ $ $ $ $ $ $ $ ' $ $ $ $ $ $ $ $ $< $ Labor Subtotal $ 2,166.24' $ 582.70 $ 1,143.76 Foreman $ $ Lead Foreman $ $ Noncraft Labor $ $ Total Cost of Work $ 2,166.24 $ 582.70$ 9,143.76 $ 3,892.70 COP 65 Page of Issued 11/5/2020 Project Name: COP Wage Rates Tukwila Fire Station #52 Project No: 3012943 Contractor: PELLCO Trade Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date` 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) UNION $ 49.00 $ 45.50 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72 $ 52.44 $ 61.59 -$ -' $ - $ - $ : $ Rate 3. FUI % of 1 0.80% $ 0.39 $` 0.36 $ 0.32 $ 0.33 I$ $ $ $ $ 4. FICA % of 1 6.20% $ 3.04 $ 2.82 $ 2.50 $ 2.55 ` $ $ $ $ $ - 5. MEDICARE % of 1 1.45% $ 0.71 $ 0.66 $ 0.59 $ 0.60 $ $ $ $ $ 6. SUI % of 1 (insert correct % to right) 5.63% $ 2.76 $ 2.56 $ 2.27 $ 2.32 $ - $ - $ $ ` $ 7, WC/PFAML/SICK $ 4.03 $ 3:92 $ 3.55 $ 3.78 $ 2.72 $ 2:90 $ 2:90 $ 2.72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.15 $ ; 77.05 $ 61.67 $ + 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Overtime @ 1.5x OVERTIME TES C CU TE AUTOMATICALLY Hourly Wage 5 73.50 S 68.25 $ 60.54 S 61.70 Benefits $ 21.22 S 21.22 S 12.08 5 20.46 $ 5 S 5 $ Subtotal 5 94.72 $ 89.47 5 72.62 5 82.16 5 - Taxes: Lines 3-6 S 10.35 S 9.61 $ 8.53 $ 8,69 WC S 4.03 S 3,92 $ 3.55 $ 3.78 5 2.72 5 2.90 S 2,90 S 2.72 S 2.90 Total 5 109.10 5 103.00 5 84,70 5 94,62 5 2.72 5 2.90 5 2.90 5 2.72 5 2.90 Double Time @ 2x DOUBLE TIME TES CALCU TE AUTOMATICALLY Hourly Wage S 98.00 5 91.00 S 80.72 5 82,26 Benefits S 21.22 5 21,22 $ 12.08 $ 20.46 S S S S 5 Subtotal $ 119.22 $ 112.22 5 92.80 5 102.72 $ - 5 - Taxes: Lines 3-6 S 13.80 5 12.81 S 11.37 S 11.58 $ _ S $ 5 8 WCiPFMAL/SICK S 4.03 S 3.92 $ 3.55 S 3,78 5 2:72 5 2.90 $ 2.90 S 2,72 S 2.90 Total 5 137.05 5 128.95 5 107.72 5 118.08 3 2.72 $ 2.90 5 2.90 5 2.72 5 2.90 OT Premium Portion Only . 27.95 5 25.95 . 23.02 $ 23.46 S S S S S DT Premium Portion Only S 55.90 S 51.91 5 46.04 S 46.92 Form Revised 3/19/2009 Issued 11/5/2020 Project Name: 6c) 0) 0 uJ Contractor: J Total Hourly Rate = H + I _ co 0) oo cto 0CO *04 c- ar. 1, CO 1..... va co Cal C*3 CD - co l'a. ar... (.0 co CO `Cr Cal 0 LC) CO 111) Ch I's 64 « (0 0 C _ c, ie) CO er 0) 6,4 Hourly Operating Cost LC ) CNi ,- $ 24.48 $ 49.24 CD ra- ci co CO CO O co 64 LC) el- oi Cal 64 '‘ ILO N. a-- 64 0 N 0) N (14 CO CO N.: Ch 69 CO a) a-- 64 $ 22.80 $ 60.43 H Hourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 ID Crl co ‘t Cal V) o) CO CO r-- 0) 0 .64 Cal S',/ II) ( 04 01 64ft IN. a— t`.. CO 0) Cal CV E69. V) 0) Lf) LO to tO 0) q 04 •ca• E9 69 64 64 , 69 69 64 G Blue Book Monthly Rate for Attachment $ 2,303.84 �� oi 000 co c, 64 C) c•-) c•i 6,4 g oi co cs.i 64 -cr co ce; o co csi 6.) F Blue Book Monthly Rate for E.ui.ment 2,441.12 (0 () CO (0 (0 CO 0) 0) Ef4 $ 14,887.84 5,702.40 0 (0 la- co cri 64 Cal a— CD 01 c- 64 3,935.36 6,323.68 (0 N. Cc) c•1 6/4 (‚4 IN: ,-- ,cf 69 Ca/ N: in cs5 64 E Power Mode (Diesel, Gasoline, Hydraulic, etc.) C3 r16) >. Model # or Axle Config, Size, Ca .aci etc. B Manufacturer A Equipment Description & Specifications (incl. Attachment Description, if applicable) EXCAVATOR 304 'EXCAVATOR 308 'EXCAVATOR 320 EXCAVATOR 336 LOADER 924 LOADER 926 [CREW TRUCK F-450 ROLLER DOZER BOB CAT 'Hitachi ZX85 'Dump Truck 6x6 70KGVVV DSL Issued 11/512020 Revised 3/19/2009 LaRusso Concrete Inc PortlandlSeattle 8536 SW St. Helens Dr. Ste. D Wilsonville, OR. 97070 Phone: (503) 563-6780 Fax: (503) 563-6786 CCB# 169176 JOB: Lydig/Tukwila Fire Station #52 COR011 RFI #582 R1 Revised 11/19/20 Item: Concrete - Provide & Install Offsite Sidewalk, 4" Curb & Gutter LT • :-.77,4W „1 .A411.9:107,* ' Quantity Units Unit Price 70 SF $8.18 14 LF $41.09 Amount $573 $575 Total $1,148 e• -r ••‘11,. Page 1 of 1 Lydig ConstructionInc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #582 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - 65th Ave S Sidewalk Restoration TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato Don Leh(Lydig Construction, Inc.Bellevue Emma Nmwnok (Weinstein A+U), Lauren Rock (Weinstein A+V>. David White Construction,�mum Inc. - Bellevue Off), Thayer Wild (Weinstein x+u) Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 11/04/2020 TBD 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 11/20/20 11/11/2020 TBD Question from Alex Carey (Lydig Construction Inc. - Bellevue Of) at 12:11 PM on 11/04/2020 Clarification is needed for restoration of the sidewalk along the east side of 65th Ave S. The sidewalk waremoved by Potellco during the excavation and installation of the underground power. The sidewalk and road infrastructure that was removed during the underground power was repaired with a temporary cold patch. Please advise if PSE/Potellco is to restore these areas or if sidewalk, curb and gutter and asphalt pavement restoration is to be performed by Lydig. Attachments: RFI 582 - Civil -05OhAve SSidewalk RomuraUon.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, November 19th, 2020 at 5:10FMp8T Per Owner's approval above of attached pricing, Lydig to proceed with pavement restoration. L. Rock, Weinstein A+U 11/19/2020 Attachments: RFI 582 - 65th Ave S Sidewaik Restoration - Pricing Respunae.pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Thursday, November 19th, 2020 at 3:25PM PST Owner approves this pricing. Attachments: Official Response: Alex Carey (Lydig Construction, Inc. Bellevue Office) responded onThursday, November /9th.2020er2:10FMPST The pricing for this sidewalk restoration is $5,721 before OH&P. Attached COP breakdown from PelIco and LaRusso provides further detail. Attachments: RFI 582'Phcing.p_c_ff Official Response: Julie DeDonato (Ancora Projects LLC) responded on Wednesday, November 4th, 2020 at 2:33PM PST Owner confirms that PSE is not responsible for this restoration. Lydig to provide pricing prior to final approval for this work. Attachments: All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 12/02/2020 09 :33 AM RFI #582 °Ilse from, 1„,,,,atiren moon tvveinste Per Owner's approval above of attached pricing, Lydig to proceed with pavement restoration. L. Rock, Weinstein A+U 11/19/2020 Attachments: RFI 582 - 65th Ave S Sidewalk Restoration - Pricing Response.pdf Owner approves this pricing. Attachments: A'JPWWmgMMOMMMUMMhWWMMWMMWMWWMWWMftmMM&*=a..AoMMMW--d..JN;m.maAam—Jma46AJMOW,Mom The pricing for this sidewalk restoration is $5,721 before OH&P. Attached COP breakdown from Pellco and LaRusso provides further detail. Attachments: RFI 582 - Pricing.pdf Owner confirms that PSE is not responsible for this restoration. Lydig to provide pricing prior to final approval for this work. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/02/2020 09:33 AM LYE/1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #232 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #232: CE #281 - RFI #572: Arch - Epoxy Floor Coating at 126 and 130 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 232 / 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 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $1,954.54 POTENTIAL CHANGE ORDER TITLE: CE #281 - RFI #572: Arch - Epoxy Floor Coating at 126 and 130 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #281 - RFI #572: Arch - Epoxy Floor Coating at 126, 128 and 130 Addition of epoxy paint systems in rooms 126 and 130 per the response to RFI 572. ATTACHMENTS: CE 281 - COR 8 R2.pdf_ _tfs 52 - gccm-rfi 572 -arch - epoxy floor coating 126 128 and 1 0-202012021740.pdf tt Cost Code Description Type Amount 1 09-030.99--BP-12 Painting and Coatings NWCC COR 08 Subcontractor $ 1,834.00 Subtotal: $1,834.00 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 Protect Contingency.. $ 82.53 GL Insurance: 0.75% Applies to all line item types. $ 14.37 P&P Bond: 0.75% Applies to all line Item types. $14.48 B8O Tax: = 0.47% Applies to all line Item types. $ 9.16 Grand Total: $1,954.54 Owner Signature Date COP Subcontractor Breakdown Summary Project Name: Fire Station 52 1 Project No. 30129-43 Source Documents: Date: 12/8/2020 1 z e._„,_ _.,.....,_.__, _...,.....____.______________._ ________.„___ ____ ____..... , ___...._,..........______,............, .......... ............................... Subcontractor: N.W.Cornplete Contracting Contractor Ref. No. COR 8 R2 ...........................__.._............ _....._ ......__... _ __................... ............................._,.......... , [ Description: r-'--F5raVilec-ePoxyfiO6rin g Uncer' 6-i-----i---s--'1ri-ioi..)rni-fiifiina126. r5rep-tv6riif:;i6itiri' tt-eipelift:re ---66b;arees or higher. Substrate ready - - to receive finishes. 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) $ 1,240.28 I b. foreman $ $ DIRECT LABOR SUBTOTAL111 $ 1 Supeivision markup should be zero if any $ foreman time is included in direct labor costs, c. lead foreman Labor Markups d. direct supervison (NTE 15% of la) 2. MATERIAL COST (from attached cost breakdown form) $ 1,240.00 $ 328,00J 3. EQUIPMENT COST (from attached cost breakdown form) 4. SMALL TOOLS (NTE 5% of la & b) $ $ -m-^---- SUBTOTAL 1 thru 4[ $ 1,568.00 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 SUB -TIER SUBCONTRACTORS $ 235.20 $ $ 235.001 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 18. INSURANCE OUTSIDE OF °GIP (offsite liability, workers° comp, etc. only) a. payroll driven liability insurance 1 2.50 % of 1 1 $ 31.00 b. volume driven liability insurance 1 I% of 1-7 1 $ 9. BONDING Form Revised 9/26/18 COR 8 R2 0 001% of 1-8 Page of $ $ 31.00j $ TOTAL COST $ 1 834.00 Printed 12/9/2020 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129.43 _44 Subcontractor:, N.W.Complete Contracting_ Subcontractor: Unit I Labor Material I Equipment Total Description Unit $ Cost Unit $ _41 Cost I Unit $ I Cost Cost ---- Labor 24.89 hrs $49.83, $ 1,240.28 $ - $ - $ 1,240.28 1gal $ - $223.101-$ 223.10 $ - $ 223.10 j 144 - Date: 1119/2020 Contractor Ref. No. COR 8 R2 PMC Megaseal HSPC 14'$ - $93.15 $ 93.15:1 1 gal 41.HPC High Gloss 95-501 $ - $ 93.15 1. Caulk 1 i Tube I $ - $12.00 $ 12.00 4-4- $ 12.00 I $ - $ _ 1 - - t$ __ 1 $$ - I. $ - I $ -_,....1 4.4.4. 4 4-_14t $ - 1 $ - -41 I I 1 $ - 1 $ - L i _ ,,t —I—. _ ; $ . i s $ $ - i : i$- . -I-- I--- 1, J Is - I $ _., - 1 — tt7ttt _t i- L $ - $ it. 1 $ tt 1 1 $ - I $ - $ '4--- -1.-- $ - $ - a 11 $ $ - 1 $ - --$ - , $ $ _ $ $ _ $ $ _ i$ -s______ ---1-- I $ $ - - $ ..._. ..... , _ _ $ .J -r- - --- ----- -- -"--------1 $ - 1 $ - I $ - I $ $ _.II4, $ - / $ $ - I $ - $ - $ $ - $ _ $ I $ -$ . r$ - I $ $ - 1 $ - L $ - $ - 1- 1 i $ -, I $ ,.,,..,,44.4,, 4 4.4_,:•44 _ 4,14 $ $ - I $ - $ - I $ $ - 1 $ - $ -. 1 r _I. $ - $____ - $ - $ - $ $ i $ - I-- $ - 1 $ - $ $ _ $ _ $ _ $ _ $ .. _ $ _ 1 Freight/Delivery Costs t 1 I $ -11, $ - $ li' - $ - it$ - I $ - I $ - 1$ - I. - 41 III _ i 4 L : 1 - 71 , tt Subtotal I I 1 $ 1,240.28 I $ 328.25 1 $ - $ 1,568.53 Foreman $ .. $ [ $ - I Foreman ,444.4.44744::44-4==1444-47,..:::::= 77=1- 7:7-771,77--11.77:7171.71- T.7--:- ILead Foreman , I 41 $ - ..Lead Foreman $ $ Total Cost of Work 1 Form Re,tistld 9/26/18 1 $ 1,240.28 $ 328.25 1 $ $ 1,568.53 COR 8 R2 Page of Printed 12/9/2020 COP Wage Rates 2 LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #572 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Epoxy Floor Coa ng at 126, 128 and 130 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/29/2020 TBD A901 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Travis Griffith (NORTHWEST COMPLETE CONTRACTING) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 11/11/20 11/05/2020 TBD 09 96 00 - High -Performance Coatings 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 11:08 AM on 10/29/2020 Clarification is needed for the extent of epoxy coating in Airlock 126, 128 and 130. RFI 340 clarified the extent of vertical epoxy coatings between what is indicated in the drawings (A901) and specs (09 96 00). It did not address the extent of epoxy floor coatings. Spec section 09 96 00 3.7 A calls out for horizontal surfaces to receive epoxy floor coatings in Decon 134 and Clean 132. Based on a similar RFI from TFS 51, epoxy floor coatings were desired in all recessed floor grating areas, which for TFS 52 would include Airlock 126, Gear Wash 128 and Airlock 130. Please advise if rooms 126, 128 and 130 are to receive epoxy floor coatings. If so, please advise if they will receive multi -part epoxy system (same as rooms 132 and 134) or single part epoxy systems (Pitt -Glaze per RFI 340). Also, please confirm that the color of the epoxy should be P-9 in high gloss for floor surfaces if they are to receive epoxy per submittal 09 96 00-3. Attachments: RFI 572 - Arch - Epoxy Floor Coating at 126, 128 and 130.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, November 10th, 2020 at 6:11PM PST Gear Wash 128 - Floor under metal grating is to remain concrete finish and is NOT to receive epoxy coating. Airlocks 126 and 130 - Install multi -part epoxy coating under metal grating to match coating at Decon and Cleaning Alcove.P-9 color is acceptable. L. Rock, Weinstein A+U 11/10/2020 Attachments: RFI 572 - Arch - Epoxy Floor Coating at 126, 128 and 130 WAU Response.pdf All Replies: espons 00k1Weitttel., F,--FFF,IFFFF"Fr1F,F Gear Wash 128 - Floor under metal grating is to remain concrete finish and is NOT to receive epoxy coating. Airlocks 126 and 130 - Install multi -part epoxy coating under metal grating to match coating at Decon and Cleaning Alcove.P-9 color is acceptable. L. Rock, Weinstein A+U 11/10/2020 Attachments: RFI 572 - Arch - Epoxy Floor Coating at 126 128 and 130 WAU Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 12/02/2020 09:40 AM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #233 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #233: CE #291 - RFI #590: Arch/Elec - 52 Building Sign Light Temperature 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: 233 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: CREATED BY: CREATED DATE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: ($1,987.67) POTENTIAL CHANGE ORDER TITLE: CE #291 - RFI #590: Arch/Elec - 52 Building Sign Light Temperature CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #291 - RFI #590: Arch/Elec - 52 Buildin Si•n Li ht Tem erature Credit for SL -3 light fixture provided and installed by the electrician as shown on the electrical drawings per RFI 590. The signage subcontractor requires use of a sign -type LED fixture in lieu of the strip lights shown on the electrical drawings. ATTACHMENTS: tfs 52 - gccm-rfi 590 -arch elec - 52 building sign light temperature-202012021747.pdf CE 291 - COR054.pdf Owner Signature Date Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 054 Subcontractor ($1,949.00) Subtotal: ($1,949.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. (614.62) P&P Bond: 0.75% Applies to all line item types. (514,73) B&O Tax: = 0.47% Applies to all line Item types. (59.32) Grand Total: ($1,987.67) Owner Signature Date nese November 23, 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# 590 PCEC RFI# PCEC COR# 054.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of ($1,949.00) We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066] Credit for SL -3 not installed. 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 $ 94.97 129.78 164.59 107.02 116.83 $ (334.29) COP# PCEC COR# 054.0 Date: 11/23/2020 CCD# RFI# 590 PCEC RFI# (3.52) 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 2. MATERIAL COSTS a. scheduled material $ d. permits $ b. quoted material $ (1,614.80) e. dumpster $ - c. freight $ f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) $ $ 0% overhead & profit of 1 0% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. O& PON INSURANCE/TAXES a. 0% portion of 8 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS 7. 0 & P ON SUBS 0.00% (of 1 through 7) 0.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS TAX TOTAL COST 1 THRU $ $ (334.291 (1,614.80) $ $ (1,949.00) Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] L Item # E Item Name Quantity I Price i Label Set: Combined, Combined, Combined, Combined, Combined 14,109 LED TAPE STRIP / FOOT DESIGI 16.00: ' $0.00 Q Material Filter: <None> Report COR 2/1 Courtesy of McCormick Systems Inc. $0.00 $0.00 $0.00 E 3.52 3.52 3.52 Page 2 11/23/2020 10:28 AM PLATT QUOTATION PLATT LIGHTING QUOTATION QUOTE DATE: 11/06/20 COMPANY: PACIFIC COAST ELECTRICAIPROJECT: TUKWILA FS 52 ATTN: Scott TERMS: NET 30 DAYS QUOTED BY: Candy Scarborough FREIGHT: FOB FACTORY PLATT BRANCH: SEATTLE Prices quoted; unless otherwise specifically noted on this quotation; are subject to availability and must be accepted and released for immediate shipment within 48 hours. Prices are subject to change without notice. customer agrees that this quotation and any sale of product entered into is applicable to Platt Electric's standard Terms and condition of sale and cannot be waived. Platt's standard Terms and condition of sale are not included in this document, but are so here incorporated by reference within this quotation. A copy of Platt's standard Terms and Condition of sale is available at <http://www.platt.com/service/terms.html>. TOTAL: ($1,614.80) TYPE QTY MFG DESCRIPTION UNIT PRICE U M EXTENDED PRICE E SL -3 W2 2 RUNS @ 16FT CONSISTING OF: E SL -3 -4 w2 LED -T02430 -10 -WT E SL -3 -2 W2 EN-024100-RB2-T E SL -3 -2 w2 LED -T024 -1C6 E SL -3 SPARE -2 W2 EN-024100-RB2-T E -1 LOT $1,614.80 E ($1,614.80) E E E E E THIS QUOTATION IS BASED ON ALL TYPES AND QUANTITIES. ANY CHANGES WILL BE SUBJECT TO REQUOTE. PAGE 1 OF 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #590 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Elec - 52 Building Sign Light Temperature TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 11/11/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E101, A922 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 11/16/20 11/18/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), 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 11:48 AM on 11/11/2020 Clarification is needed on the temperature of the large 52 building sign. Per E100 and E101, the SL -3 fixture is a 3000K LED strip fixture and is required to be installed in the large 52 sign on the east side of the building. According to the manufacturer of the sign, installing the SL -3 fixture would not allow them to provide a warranty, however, the sign can come with a 3200K temperature LED strip light and be completely warrantable. At TFS 51, the 51 sign had a different brand of LED light which had a temperature of 8700K. The proposed 3200K will be a much closer match to the 3000K that the SL -3 is specified to be. Please advise if the 3200K LED light from the sign manufacturer is acceptable, or confirm if no warranty is acceptable with the use of the SL -3 fixture. Attachments: RFI 590 - Arch Elec - 52 Building Sign Light Temperature.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Saturday, November 14th, 2020 at 4:36PM PST No exceptions taken to 3200K light temperature for large 52 building sign. An alternative fixture to the specified SL -3 may be considered if it will achieve a visually consistent light output at the intensity equal to the specified fixture, at a color temperature of 3000K - 3200K.Approval of alternative light fixture is subject to Architect's review and approval of shop drawings showing the proposed LED installation on the back of the signage. For example, the Tetra Max fixture in the RFI includes 4.74" blank spaces between LEDs and has a lower brightness (lumens/ft) than specified fixture.If the LEDs of the Tetra Max were installed closer together, brightness of specified fixture may be achieved. Please submit shop drawings and product data for architect's approval showing how specified brightness and consistent light output will be achieved by warrantable alternative fixture. L. Rock, Weinstein A+U 11/14/2020 Attachments: RFI 590 - Arch Elec - 52 Buildin. Si • n Li ht Tem erature AU Res on e. d All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 12/02/2020 09 :47 AM RFI #590 LY 01 G 0.re,t1p,` 71^,Er No exceptions taken to 3200K light temperature for large 52 building sign. An alternative fixture to the specified SL -3 may be considered if it will achieve a visually consistent light output at the intensity equal to the specified fixture, at a color temperature of 3000K - 3200K.Approval of alternative light fixture is subject to Architect's review and approval of shop drawings showing the proposed LED installation on the back of the signage. For example, the Tetra Max fixture in the RFI includes 4.74" blank spaces between LEDs and has a lower brightness (lumens/ft) than specified fixture.lf the LEDs of the Tetra Max were installed closer together, brightness of specified fixture may be achieved. Please submit shop drawings and product data for architect's approval showing how specified brightness and consistent light output will be achieved by warrantable alternative fixture. . Rock, Weinstein A+U 11/14/2020 Attachments: RFI 590 - Arch Elec - 52 Building Sign Light Temperature WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/02/2020 09:47 AM ILYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #234 Project: 30129-43- TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #234: CE #293 - RFI #556: Elec -15 Amp Breakers in Panel EL TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 234 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE PACT: Pending- In Review 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) 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $217.41 POTENTIAL CHANGE ORDER TITLE: CE #293 - RFI #556: Elec - 15 Amp Breakers in Panel EL CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #293 - RFI #556: Elec - 15 Amp Breakers in Panel EL Per the approved elevator shop drawings, utilized to create ASI -007b "Schindler Elevator Revisions - Electrical", the elevator car light/receptacle/ventilation power requires a 120V/1 PH/60hz/15A-breaker and lock out in the elevator panel. The revised electrical panel schedule showed a 20 amp breaker. Per RFI 556, the breaker was changed out for the appropriate amperage. ATTACHMENTS: tfs 52 - qccm-rfi 556-elec - 15 amp_breakers in_panel_e1-202012021821.pdf_ _CE 293 - COR056.pdf # Cost Code Description Type Amount 1 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 056 Subcontractor $ 204.00 Subtotal: $204.00 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. $ 9.18 GL Insurance: 0.75% Applies to all line item types. $ 1.60 P&P Bond: 0.75% Applies to all line item types. $ 1.61 B&O Tax: = 0.47% Applies to all line Item types. $ 1.02 Grand Total: $217.41 Owner Signature Date nese November 23, 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# 556 PCEC RFI# PCEC COR# 056.0 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 $204,00 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, cott Driscoll Project Manager Enclosures: ( 3 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: 19066 Work 15amp breaker and lock out for Elevator Cab light per elevator Description: sub requirements. 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 $ $ 82.74 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) $ 94.97 129.78 164.59 $ 107.02 116.83 89.27 COP# - PCEC COR# 056.0 Date: 11/23/2020 CCD# RFI# 556 PCEC RFI# 0.94 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 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PN SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8 INSURANCE 9. O& P ON INS / TAX $ 1.98 $ 4.00 TOTAL COST 1 THRU 8 89.27 82.74 25.80 5.97 204.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter. <None> [Items and ByProducts] Report: COR 2/1 Item # Item Name Quantity I Price Label Set: Combined, Combined, Combined, Combined, Combined 11,299 1P, 15A 120/240V CB 1.00 $0.00 Q 47,085 OPEN (E) PANEL COVER 0.50 $0.00 X Ext Price $0.00 $0.00 $0.00 $0.00 Labor U Labor Ext 0.94 0.32 0.63 0.94 Courtesy of McCormick Systems Inc. Page 2 11/23/2020 4:13 PM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #556 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - 15 Amp Breakers in Panel EL TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) 10/15/2020 TBD E901 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Stephen Schoenfelder (SCHINDLER ELEVATOR CORP) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/21/20 10/22/2020 TBD 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 11:48 AM on 10/15/2020 The elevator requires that the circuit for the cab lights, fan and receptacle be 15 amps, per the approved shop drawings dated 1/22/2020. ASI -007b was generated to address the electrical requirements of the elevator. This ASI did not revise circuit 2 of panel EL to a 15 amp breaker. Please confirm that circuit 2 is to be revised to a 15 amp breaker. Attachments: RFI 556 - Elec - 15 Amp Breakers in Panel EL.pdf Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Wednesday, October 21st, 2020 at 7:15AM PDT Elevator supplier has confirmed that a 15 amp breaker is required for circuit 2 on panel EL as noted in the initial RFI question. Lydig will proceed with changing to a 15 amp breaker as required. Attachments: Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, October 20th, 2020 at 1:01PM PDT Typically 20 Amp breaker is allowed by Code to serve elevator cab lights, fan and receptacle since we are using #12 AWG wiring and 20 amp receptacle.Please confirm with elevator supplier/installer if that is acceptable.However, if it is not acceptable then replace the 20 amp with 15 amp breaker at circuit 2 on Panel EL. Rocxy Juan - TFWB 10-20-2020 Attachments: RFI 556 - Elec - 15 Amp Breakers in Panel EL TFWB Response.pdf Al! Replies: V""; ,11,,rtNgbAk7F,TrInver,pre,' Armor A levue Elevator supplier has confirmed that a 15 amp breaker is required for circuit 2 on panel EL as noted in the initial RFI question. Lydig will proceed with changing to a 15 amp breaker as required. Attachments: Lydig Construction, Inc. Page 1 of 2 Printed On: 12/02/2020 10 :21 AM RFI #556 LY 01 G --d,,,,,,t1p5.73,772nrnewartrominNT—rvr—r-Pr onselromakaute. t4tHei„, gi4a64,:asdorzit.......„—,‘„4.—.6.„44...A.iaw,ghanuasaawuw.Ayukozzawmamaate Typically 20 Amp breaker is allowed by Code to serve elevator cab lights, fan and receptacle since we are using #12 AWG wiring and 20 amp receptacle.Please confirm with elevator supplier/installer if that is acceptable. However, if it is not acceptable then replace the 20 amp with 15 amp breaker at circuit 2 on Panel EL. Rocxy Juan - TFWB 10-20-2020 Attachments: RFI 556 - Elec - 15 Amp Breakers in Panel EL TFWB Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/02/2020 10:21 AM 5. POWER DISTRIBUTION EQUIPMENT REQUIREMENTS FOR OTHER ELEVATOR FUNCTIONS CAR LIGHT/ RECEPTACLE / VENTILATION POWER 120 Volts, 1 Phase, 60 Hertz 15 Amps. One Supply per Car Controller for Car Lights, Fats and Receptacle per NEC 620-22 and CEC 38-022, A lockable disconnect (JHL) is required per NEC 620-53 and CEC 38-051(1)(b). A single pole Circuit Breaker or fused disconnect is required (per car). Each JHL disconnect must be NEMAl-rated and shall be located as described in NEC 620.53. The Electrical Contractor shall supply the branch circuit conductors with ground wire in a conduit from the JHL disconnect to the Controller at the landing floor 2 within the elevator door jamb. In cases where the Control is located in a dedicated Control Space, JHL shall connect directly to the Control Cabinet in the Control Room location. The following are the requirements of the feeder and conduit: Maximum Feeder Gauge Size: _14AWG_ Conduit Size: 3/4" Provisions must be made for automatically providing power to this circuit from the building auxiliary (emergency) power generator. CONVENIENCE CIRCUITS CONVENIENCE CIRCUITS: Lighting, light switch and duplex convenience outlet(s) are required to be on their own circuits for use: • in each elevator pit, • at each Controller location, • within the Machinery space outside hoistway, • and within the Machinery space at the top of hoistway. • For judications enforcing NEC 2017 code and later, the branch circuit(s) supplying the lighting for machine rooms, control rooms, machinery spaces, or control spaces shall be separate from the branch circuit(s) supplying the receptacle(s) in those places. These circuits shall supply no other loads. Any elevators which are designated as Fire Access Service elevators per Building Code shall have their hoistways fully illuminated when on Fire Service. A dry contact output per elevator will be provided to the building for this operation. Each circuit is to be supplied with a separate disconnecting means with overcurrent protection by the Building per NEC620.22 thru 620.25 and CEC 38-023/-024. Each 125 -volt, single-phase, 20 -ampere receptacle must be of the ground -fault circuit -interrupt (GFCI) type per NEC 620-85. Where lighting devices and receptacles are permitted to be on the same circuit, lighting devices must NOT be connected to the Load side of any GFCI receptacles. Destination Dispatcher GROUP POWER (WHEN PROVIDED) - An additional group power source is to be supplied from a separate 15 Amp —120 Volt branch circuit in the machine/control room and is to be fed so it will be active on both normal and emergency power for the destination dispatcher when provided. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #236 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #236: CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 TO: PCO NUMBEFUREVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 236 / 0 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) 12/2 /2020 None Amount Based No $2,618.51 POTENTIAL CHANGE ORDER TITLE: CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 Addition of (2) linear slot diffusers as required for HRV 2.3 to provide adequate supply air as directed in the response to RFI 598.1 SOJ Review Comments: Don't understand how the backup invoice/email relates to the pricing (ie $265 from Gensco and email that says $150/ea) but do not see either in pricing calcs. The grilles were stock but the cans were not so we have to fabricate them Gensco materials $ 265 (2) diffusers @ $150 = $300 Shop materials to fabricate (2) cans = $50 Total = $615 ATTACHMENTS: CE 295 - JMI COR 8022 - RFI 598.1 Add 2 Linear Slot Diffusers to Corridor 217 Rev 1.pdf ffs 52 - occm-rfi 598.1-mech - added supply grills in corridor 217-202012021833.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 12/9/ 2020 10 :07 AM Cost Code Description Type Amount 23-001-99- - MCCM Subcontractor JMI 8022 Subcontractor $ 2,457.00 Subtotal: $2,457.00 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, $ 110.57 GL Insurance: 0.75% Applies to all line Rem types. $ 19.26 P&P Bond: 0.75% Applies to all line item types. $ 19.40 B&O Tax: = 0.47% Applies to all line item types. $ 12.28 Lydig Construction, Inc. page 1 of 2 Printed On: 12/9/ 2020 10 :07 AM LY D I G PCO #236 Grand Total: 52,618.51 Owner Signature Date Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR LydigConotmntion JOHANSEN JOB # O30860 DESCRIPTION: EXCLUSIONS: DATE: jAdd (2) Linear Slot Diffusers in Corridor 217 • REFERENCE: I 598.1 SCHEDULE IMPACT: 1. LABOR: A. LABOR (FIELO FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) O. LABOR (DELIVERY E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES (1n%orLABOR ^*') III. SUBCONTRACTORS A. ALL SUBS 600IHR8@ RG@ RS @ R8@ HRS @ O�OO|HRG@ HRS @ HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.92 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS 2% 5% OF LABOR OF LABOR OTHER DIRECT COSTS TOTA 584.94 548.10 209.90 159.38 $ 615.98 $ 1,502.32 � 615.98 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP D. B&OTAX @ VA ID FOR 30 DAYS U TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � 2,118.30 317.75 21.18 S � � � 2,457 This change proposal only indudes costs that can be identified at this e. This change proposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact cost . 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. GENSCO Jason Shook 4502 20th St E Fife, WA 98424 Ph 253-922-3003 Fax 253-922-2874 jshook@gensco.com 6069 Johansen Mechanical Inc 16372 177th Ave Se Monroe, WA 98272-1943 US Please Remit To: GENSCO, Inc. P.O. Box 2905 Tacoma, WA 98401 Accounts Receivable Phone: (877) 620-8203 Terms: Net Due Date: Discount Due Date: INVOICE 851309442 Pick Ticket #: 34999758 Order Number: 14908277 PO Number: D30660-60245-8022 Job Name: Ordered By: Tim Murphy Order Date: 11/30/20 1% 10th net 25th Invoice Date: 11/30/20 1/25/21 Carrier WiII Call Live 1/10/21 121193 Johansen Mech - Hope 5013 Pacific Highway E Unit 9 Fife, WA 98424 ORIGINAL Line # Product Number Description Ordered Shipped UOM Unit Pr. Ext. Pr. 1 CPI 6 5 26 6"x5' 26 Ga Pipe (50' 8d = 10 Pcs) 10 10 FT 1.9750 19.75 2 CEL 6 2690 6"x90 26 Ga Elbow 1 1 EA 2,6213 2.62 3 TFX MKC6 6"x25' R4.2 Metallized MKC Flex Duct 25 25 FT 6,3328 158.32 4 ACI AL -36-175-9-C 36' Nylon CableTle Natural 100/Bag Max. Dla-11" 1 1 BG 28,6141 28.61 — 5 MLA 48-00-5186 SAWZALL BL 24T 6LG Metal THIN KERF 5PK 1 1 PK 12,5538 12,55 — — — — — — — ----i — — 6 COL 610 ATTO FSD 6" Atto Saddle W/Damper For 10" Pipe 2 EA 14.3916 28.78 7 RAD JR0190ID Safety Glass - Black Journey Indoor/Outdoor 3 3 PR 4.2778 12.83 Use the convenience of GenscoCustomer.com to pay your invoices online and track payment history. Access Online Bill Pay under My Account > Pay Invoices. Contact your credit manager directly or email creditmanagers@gensco.com to enroll. To our valued customers. Gensco will be closing at 2:00 PM on Thursday, December 24. To Insure your payment is received and to avoid service charges, please be sure that we receive your payment prior to 1:30 PM, We appreciate your business and Happy Holidays. If paid by cash or check by 1/10/21 deduct $2.63 and pay only $263.35. Print Dale/tlme:. 11/3012020 11:14:18PM P21 Thank You For Your Business Subtotal: Total Tax For Invoice: Amount Due: $263.46 $2.52 $265.98 Involce_user.rpt Ivy LeVangie From: Daniel Tunay <daniel@Dorse.com> Sent: Tuesday, December 1, 2020 10:09 AM To: Ivy LeVangie Cc: Tim Murphy Subject: RE: [External] - FW: TFS 52: HRV 2.3 Additional SD and Associated Plenum Info CAIJTION: This etilail originated from outside of Do not click links or open attachments unless you recogrtize the sender and know the content is safe. Our stock ML -39 is $150.00/ea Thanks, DANIEL TUNAY 1 Technical Sales 1 Dorse and Company 1 5000 1st Ave S.Seattle WA98134|T: 206.218.1323 1 F: From: Ivy LeVangie ansenmecbcom» Sent: Monday, November 30, 2020 9:07 AM To: Daniel Tunay <daniel@Dorse.com> Cc: Tim Murphy <timm@iohansenmech.com> Subject: RE: [External] - FW: TFS 52: HRV 2.3 Additional SD and Associated Plenum Info 1 Alex Carey From: Ivy LeVani <ivyl@johansenmech.com> Sent: Wednesday, December 2, 2020 1:28 PM To: Alex Carey Subject: RE: [External] FW: TFSSZ:Potential Change Order: #236:[E#29S-RFI #S98.1: Mech - Added Supply Grilis in Corridor 217 Follow 0p Flag: Follow up Flag Status: Flagged Alex, I see the confusion. The grilles were stock but the cans were not so we have to fabricate them Gensco $ 265 (2) diffuser @ $150=$300 Shop materials to fabricate (2) cans = $50 Total = $615 LeVangie 1 Executive Assistant - Project Coordinator Johansen Mechanical, Inc. |\mvmw.|ohanaenmenh^conm Direct: (425) 527- 0261 Cell: (425) 320-8935 1 Office: -2266 1 Fax: (425) 486-6933 18372f77mAve SE—Monroe, WA 98272 Energy Services a DeWiefteace" From: Alex Carey [ma ho:ACarey@ly6 Sent: Wednesday, December 2, 2020 1:15 PM To: Ivy LeVangie<ivy|@jmhansenmech.cnm> Subject: RE: [Externa|] - FW: TFSS2:Potential Change Order: #236:[E#29S-RFI #S98.1:K4ech'Added Supply Grills 1n Corridor 217 CAUTION: This email originated from outside of iMi. Do not click links or open attachments unless you recognize the sender and know the content is safe Ivy, Forward pricing is fine, I just need to clarify that. I am having a hard time coming up with the $615 material total myself, the backup from gensco and (2) of the slot diffusers @ $1S0eaadds upto$565.9O.|tNnkthey will want all ofthe breakout material costs to approve it. Thanks, Alex Carey 1 Senior Project Engineer Lydig Construction 3180 |39thAve SE, Ste |]0Bellevue, vvx98VV5 P. 425.885.3314 IC. 425.753.2790 1 From: Ivy LeVangie <ivyl@johansenmech.com> Sent: Wednesday, December 2, 2020 12:08 PM To: Alex Carey <ACareylydig.com> Subject: RE: [External] FW: TFSS2:Potential Change Order: #Z3G:CE#295 RFI #S9O.1:Mech Added Supply Grilis in Corridor 217 Alex, When 1 sent in the CO yesterday, the work hadn't been completed yet. So 1 don't have the requested back up. if you like 1 can wait until all the costs come in and send it out with actual costs for labor and shop materials (T&M CO). But I won't be able to get that back to you until next week or so, if that's acceptable? LeVangie 1 Executive Assistant - Project Coordinator 1 Johansen Mechanical, Inc. 1 wvvw.lohansenmech.com Direct: (425) 527-10261 Cell: (425) 32O'8S35|Office: (425)481'22O0|Fax: (425)48O'O933 16372 177th Ave SE — Monroe, WA 98272 111417 . From: Alex Carey [mailto:ACarey@Iydig.com] Sent: WednesdayDecember 2, 2020 11:48 AM To: Ivy LeVnQie<ivm|@johansenmech.com> Subject: [Externa|]'FW: TFSS2:Potential Change Order: #236i[E#395'RFI #598.1:Memh-Added Supply Grills in Corridor 217 CAUTION: This erriail originated from outside of JMI. Do not click links or open attachments unless you recognize the Ivy, Please provide responses to the comments below for RFI 598.1. Thanks, Alex Carey I Senior Project Engineer Lydig Construction J|80)39thAve SE, Ste 10Bellevue, WA98005 p.425.885.}3|4 IC. 425,753.2790 From: Adam 5<adms.picc@gmail.com> Sent: Wednesday, December 2, 2020 11:34 AM To: Justine Kim <justinek@soisea.com>; Julie DeDonato <id@ancoraproiects.com>; Alex Carey <ACarey@lydig.com>; Emma Nowinski <emman@weinsteinau.com>; Matt .Strotynski<nnatts@so/sea.cnm> Subject: Fwd: TFSS3:Potential Change Order: #236:CE#29S'RFI #Sy8.1:W1ech'Added Supply Grills inCorridor 317 Comments on pricing for PCO 236: 1) Don't have backup to hours claimed for this change - assuming the work was already done. 2) Don't know how the backup invoice/email relates to the pricing (ie $265 from Gensco and email that says $150/ea) but do not see either in pricing calcs. Scope and entitlement to be reviewed byiulie and Emma. 2 Adam Forwarded message From: Alex Carey (Lydig Construction, Inc. - Bellevue Office) <notifications �� [on�m�i��pc��ech�mm Da�:VVed'�zI2O2Oat1�46AK� SubjectTFSS2:Potential Change Order: #Z36:[E#Z95 RR#59O.l:K�ech To: <adams.piccPgmail.com> ��k�[on�mction0Dpmc o�ech�mm> - Added Supply Grills in Corridor 217 From: Date: Sent To. View online CC: Attachments: All, Alex Carey (Lydig Construction, Inc. - Bellevue Office) Wednesday, December 2, 2020 at 10:46 am PST Alex Carey (LydiConstruction, Inc - Bellevue Office) Julie DeDonato (Ancora Projects LLC) Craig Greene (Lydig Construction, Inc. - Bellevue Office) Justine Kim (Shiels Obletz Johnsen) Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Adam Strutynski (Shiels Obletz Johnsen) Matt Strutynski (Shiels Obletz Johnsen) Thayer Wild (Weinstein A+U) Alex Carey (Lydig Construction, Inc. - Bellevue Office) None Please review this PCO for approval. Thanks, Alex Carey Lydig Construction E: ACaiyznm C: (425)753-2790 3 Potential Chan Name: Item #: Details: Created By: Status: Link: rder #236: CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 236 236: CE #295 - RH #59 lEfech Added: Supply Grills in Corridor 217 CE #295 - RFI #598.1: Mech - Added Supply Grills in Corridor 217 Addition of (2) linear slot diffusers as required for HRV 2.3 to provide adequate supply air as directed in the response to RFI 598.1 Alex Carey Pending - In Review View This Potential Change Order Adam Strutynski PMP, PSP, AVS, PMI -RMP Project Controls Manager Projects in Control Consulting 4 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425)881-2903 RFI #598.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech - Added Supply Grills in Corridor 217 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 11/30/2020 TBD M502S.A, A202S.A 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 11/30/20 12/07/2020 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 09:52 AM on 11/30/2020 Per RFI 598 and conversations with Greenbusch on 11/25 in the conference call review of RFI 598, Lydig and Johansen were to identify locations for two new supply grills in Corridor 217. Currently, sheet M502S.A shows HRV 2.3 supplying 300 CFM, but the design intent is for this unit to provide 600 CFM. In order to increase the supplied air to 600 CFM, Greenbusch intends to add two 150 CFM grills off of HRV 2.3 into Corridor 217. Lydig and Johansen Mechanical have identified the two locations shown in the attached document based on available space in the plenum. Please confirm the marked up locations are acceptable and the required grills are the TITUS ML -39 Supply Diffuser, 1" slot, 4 -slot configuration, 6" wide, 24" long. Attachments: RFI 598.1 - Mech - Added Supply Grills in Corridor 217.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, November 30th, 2020 at 3:03PM PST Marked up locations are acceptable. Please see last two pages of this response for revised sheets. Dali Yu, Greenbusch 2020.11.30 WA+U takes no exceptions to proposed locations for diffusers.Diffusers should be centered in ceiling tile, oriented east -west as shown in on revised M502S.A and noted on the following page. L. Rock, Weinstein A+U 11/30/20 Attachments: RFI 598.1 - Mech - Added Supply Grills in Corridor 217 - Greenbusch Response.pdf All Replies: Marked up locations are acceptable. Please see last two pages of this response for revised sheets. Dali Yu, Greenbusch 2020.11.30 WA+U takes no exceptions to proposed locations for diffusers.Diffusers should be centered in ceiling tile, oriented east -west as shown in on revised M502S.A and noted on the following page. L. Rock, Weinstein A+U 11/30/20 Attachments: RFI 598.1 - Mech - Added Supply Grills in Corridor 217- Greenbusch Response. df Lydig Construction, Inc. Page 1 of 2 Printed On: 12/02/2020 10 :33 AM LYDIG BY Lydig Construction, Inc. RFI #598.1 DATE COPIES TO Page 2 of 2 Printed On: 12/02/2020 10:33 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #237 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #237: CE #296 - Trade Damage Repairs - Painting Level 2 TO: City of Tukwila FROM: 6200 Southcenter Boulevard Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 237 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CREATED BY: Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 12/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $0.00 POTENTIAL CHANGE ORDER TITLE: CE #296 - Trade Damage Repairs - Painting Level 2 CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #296 - Trade Damage Repairs - Painting Level 2 PCO 10 - Trade damage repairs on Level 2 on 11/18-11/19. This change order is to authorize usage of 32 of the remaining 132 hours of the trade damage allowance in NWCC's contract managed by the GCCM. Revised number of hours remaining is now 100. Rooms Include: • 203 • 204 • 205 • 206 • 210 • 211 • 212 • 215 • 217 • 221 • 222 • 224 ATTACHMENTS: CE 296 - COR 10.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 12/2/ 2020 03 :36 PM Cost Code Description Type Amount 1 09-030-99- - BP -12 Painting and Coatings NWCC COR 10 Subcontractor $ 0.00 Subtotal: $0.00 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. $ 0.00 Lydig Construction, Inc. page 1 of 2 Printed On: 12/2/ 2020 03 :36 PM LYDIG PCO #237 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 COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Project No. 30129-43 Source Documents: 1 Subcontractor: N.W.Complete Contracting Description: Trade damage, see attached extra work tickets. Current Allow Total:132 New Allow Total: 100 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) -- crew (apprentices, journeymen, & laborers) $ 1,594.57 b. foreman c. lead foreman Date: 11/25/2020 Contractor Ref. No. COR 10 DIRECT LABOR SUBTOTAL! $ 1,594.57 Labor Markups SupeMslon markup should be zero if any d. direct supervison (NTE 15% of la) $ 239.19 foreman time is included In direct labor costs. 2. MATERIAL COST (from attached cost breakdown form) 3. EQUIPMENT COST (from attached cost breakdown form) 14. SMALL TOOLS (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 $ 298.35-F b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 -$ 6. SUB -TIER SUBCONTRACTORS, [ SUBTOTAL 1 thru 4 $ 1,834.00 $ 75.00 $ $ 80.00 $ ---1.]989100 $ 298.00 I [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 $ - 18. INSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) $ 46.00 a. payroll driven liability insurance$ 2.501% of 1 [ 45.85_ b. volume driven liability insurance % of 1-7 1 $ - 1 l 9. BONDING $0.00[% of 1-8 [_ Form Revised 9/26/18 COR 10 Page of TOTAL COSTI,$ 32 hrs charged against allowance Printed 11/25/2020 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Subcontractor:1 N.VV.Complete Contracting Date: 11/25/2020 Contractor Ref. No. COR 10 - I Subcontractor: 1, Description Quantity Type Unit $ I L Cost I Unit $ Material .. _LLI Equipment Total L..i.g. Unit Labor $49.83 $ 1,594.57 $ Cost _11 Unit $ Cost 32 hrs $ _ $ Clo.,$st94.$7_ .i.; Labor 14 1 gal -"I $ - $18.00 $ 18.00 P-5 Paint $ .$ 18.00 - II 1f1k'!11iii'q,, DTM Finish ish 0 gal l $ - 11_ $32.80I1L1i $$ -- IL1 411$$ _-.. Spackel 0.75 Quart i$ i $9145$ 7.09 $ i $ 7. 0 9 Masking tape 6 roll$ $465 $ 27.90 $ i$ 27-90 Masking 4 roll $ $3.89 $ 15.56 $ $ 15.56 Sanding Sponge ea $ . $3.27 $ 6.54 $ $ 6.54 - $ - $ . $ i $ $ $ .. $ $- & . $ - $ $ - $ _ $ - $ $ .-. - 1$ _.., 4_ $ J $ - ,...,.1,1,...s $ 'i i ,, . - s $ $ $ L ii_ 'is . $ 1 $ 1$ $ - 11$ ii ii $ $ . $ $ $- $ $ 1 $ _ $ i $ $ _ 1 ..1 r H $ - r: ..s $ . $ . 1 $ - —I $ - $ '' $ - $ - 1 $ - $ - —11--$ - $ - $ - 1 1 '1.--- $ - 11.$ _ - ; . .$ -- 11 111 $ $ . . $ - $ - $ - —1 $ --..- --i'- $ - — ' $ . [$- $ 1 $ - T $ 1 $ ss ...- ili1,1,11$$$: 1 _ _ -__ i $ i 1$ ii $ i $ $ $ - I -,- $ - 1$ $ -$ - is - 11$ 1 $ - 1 I$ _ 1—$ $ - $ - $$ - I li s - 1 $ - $ ..s 1 i _ I - 111-1 $ - $ - s s $ 1 i . 1 $ -. i$ $ - I _. _s__ - _11$— i$ - 1 $ -- 1_$ - 1 $ ---1 i - L$ $ $ - 1 $ - 11$ $ - 1$ - - 11$ $ 1 $ - $ - 11$ iSubtotal I I $ 1,594.57 $ 75.09 •i $ - 1,569.6$ IForeman - iForeman$ $ 1Lead Foreman $ & $ Lead Foreman ;Total Cost of Work Form Revised 9/26/18 $ 1,594.57 I $ 75.09 I $ - 1,669.66 $ COR 10 Page of Printed 11/25/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #255 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #255: CE #318 - Substantial Completion Revision TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 255/0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE- Suite 110 Bellevue Washington, 98005 30129 -Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 12/22 /2020 None Amount Based No $0.00 POTENTIAL CHANGE ORDER TITLE: CE #318 - Substantial Completion Revision CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #318 - Substantial Completion Revision Revision of the substantial completion date for Tukwila Fire Station 52 from 12/17/2020 to 1/29/2021. Extension of the specified general conditions and negotiated support services from the original contract duration will be addressed in a separate PCO. ATTACHMENTS: Owner Signature Date Cost Code Description Type Amount 50-001-01-- Project Contingency Zero cost change of substantial completion Project Contingency $ 0.00 Subtotal: $0.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit; Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 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: 50.00 Owner Signature Date TO: 18-001(a0 CITYCouncil Approval N/A OF ��UU&�&��UU �� .~~.~~~.�~. '/ CONTRACTCHANGE ORDER NO. 017 ^/ DATE: 11/17/2020 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2/al\AMENDMENT NO: 038 V ~ Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The foltowing change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights 'nfthe "Ownor"are not prejudiced; C. All claims against the "0wne' 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 alt change orders. CHANGE: See AttchwdExh|bit"A" We the undersined Contractor, have given carefl 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 1I/18/2020 By Craig Greene Original ContraFS52 (without tax) Previous Change Order FS52 This Change Order FS52 (without tax REV. CONTRACT AMOUNT FS52 Contractor Lydig Construct ion Title VP of Operations $ 18.029,280.00v/ / ~ $ 821,242.56/ Date / Mayor $ 16,901,893.89 APPROVED BY THE CITY OF TUKWILA !\(ZSIZOW / Original Contract Time FS52: 521 days (Dec 17, 2020) AdditionalContract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 521 days (Dec 17, 2020) Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 01/201,0 Exhibit "A" CHANCE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 017 *, 90830402 Contract # 18-001.2 ( al ) Date 11/17/20 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 175 CE #232 -#483: Land - Planting and Grading above Exist West Block Wall. Reduction in the clearing, grubbing, topsoil and planting at the area above the existing block wall on the west side of the property per RFI 483. OC (521.316.64) COP 194 CE #250 - RFI #471.1: Electrical - Clarification of Emergency Back -Up Options. Addition of emergency driver to WL -4A, andaddition of external Uninterruptible Power Supply (UPS) to SL -6, per RFI 471.1. AD $5,140.02 COP 199 CE #251 - RFI #532: Civil - Sidewalk Panel Replacement at 65th Ave. City of Tukwila inspector requested that an additional sidewalk panel be removed and a new "flex" panel be installed at the south side of 65th Ave S. The flex panel will transition from the new 2% cross slope ADA compliant sidewalk to the existing non -conforming 3% cross slope panels to the south. Costs for sidewalk removal, grading, and new sidewalk installation. AD $2,606.77 COP 205 CE #260 - RFI #512: Architectural - Doors 213 and 214 Clarifications. Addition of overhead stops at doors 213 and 214 per the response to RFI 512. DC $299.33 COP 206 CE #261 - RFI #078: Civil - Manhole Conflict with 5'x10' Access Riser at DV. Access riser at the detention vault had to be rotated due to conflict with the 5'x10' access riser per RFI 078. DC $397.52 COP 207 CE #262 - RFI #553: Architectural - Fire Extinguisher in Elevator Control Closet. The elevator code requires that a fire extinguisher be installed within the elevator control closet, as confirmed in RFI 553. DC $205.82 COP 208 CE #263 - RFI #552: Architectural—Boot Wash Hose Length. Costs to supply and install (2) 10' hoses in Airlock 126 and 130 instead of the specified 50' hose. Hoses are not returnable so they will be turned over as owner's stock if desired. DC $1,219.45 COP 211 CE #212 - RFI #354: Architectural - Translucent Canopy at Deck 231. Revision of the design of the canopy for Deck 231. Original drawings showed a polycarbonate panel but did not specify material type, size, thickness. The RFI response changed the design to a glass canopy supported with Crystalite extruded aluminum supports. It also added in new steel ledger angle pieces, flashing and WRB patching. DC $3,639.54 COP 212 CE #264 - RFI #555: Electrical - Addition of DAS. Addition of DAS system to the Lydig Self -Perform scope of work per RFI 555. Pricing also includes the on-site organic public safety coverage study costs (costs to be included in owner PCO per 10/27/2020 OAC meeting). OC $54,199.31 Project Name Project # Fire Station 52 CO # 017 OC ($2,395.12) 90830402 Contract # 18-001.2 ( al ) Date 11/17/20 COP 213 CE #246 - RFI #531: Architectural - Bunk Room Bed Frames. Credit for the removal of bunk room bed frames from Lydig's scope of work (8 total). COP 214 CE #234 - RFI #460: Architectural - Concrete Plinth at Flagpole Clarifications. Per RFI 234, the flagpole required a 48" D concrete footing per the manufacturer's installation requirements that was not shown on the drawings. Additional costs include excavation for the footing, concrete for the footing, custom sleeve to extend manufacturer's sleeve up through additional topping plinth to maintain an opening for the flagpole installation. Additionally, the concrete plinth at the flagpole was not fully dimensioned on civil/arch/land drawings. Pricing includes cost difference for an assumed concrete dimension of 18"x18"x12" as well as the supply and installation of rebar not originally shown. DC $2,337.83 COP 215 CE #267 - RFI #537: Architectural - Flagpole Collar Modifications. The collar for the flagpole did not fit onto the 18" plinth (with radiused corners). Per RFI 537, a custom flagpole collar was to be fabricated to accommodate the flagpole plinth dimensions. DC $920.12 COP 217 CE #269 - RFI #488: Structural/Mechanical - Elevator Sump Pump and Grating Conflict. Revisions of the elevator sump pump to Zoeller 152 Effluent Pump in lieu of original specified pump for it to fit within the concrete recessed sump pit per RFI 488, DC $1,601.91 COP 218 CE #272 - RFI #515: Architectural - Gate Hardware at G16. Revision of gate hardware at gate G12 and added gate hardware at gate G16. Original hardware for gate G12 (hardware set 41) will now be used at gate G11. DC $2,535.47 Lydig Change Order No. 017 $51,391.33 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #175 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #175: CE #232 - #483: Land - Planting and Grading above Exist West Block Wall TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 175 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 — GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 9/2 /2020 ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($21,316.64) POTENTIAL CHANGE ORDER TITLE: CE #232 - #483: Land - Planting and Grading above Exist West Block Wall CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #232 - #483: Land - Planting and Grading above Exist West Block Wall Reduction in the clearing, grubbing, grading, topsoil and planting at the area above the existing block wall on the west side of the property per RFI 483. Pellco has provided additional PCO backup for credit amount showing labor, materials and equipment costs. Totals have been updated to incorporate additional area of hydroseeding that was removed per additional RFI response to RFI 483. ATTACHMENTS: tfs 52 - qccm-rfi 483-land-_plantinq and grading above exist west block wall-202010272324.pdf CE 233 - SLI # 5 rfi 442 Rev 1.pdf CE 232 - 19-11 TFS52 COP 061 - Decreased Subgrade Prep Above Wall.pdf Lydig Construction, Inc. page 1 of 2 Printed On: 10/27/ 2020 04 :26 PM Cost Code Description Type Amount 31-001-99-- Earthwork and Utilities subcontract Pellco COP 061 Subcontractor ($1,520.00) 2 32-590-99- - BP -10 - Landscaping & irrigation Sub SLI #4 Rev 1 Subcontractor ($19,382.00) Subtotal: ($20,902.00) Fee - Self Perform Work: 15.00% Apples 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. ($156.77) P&P Bond: 0.76% Applies to all line item types. ($157.94) B&O Tax: = 0.47% Applies to all line item types. ($99.93) Grand Total: ($21,316.64) Lydig Construction, Inc. page 1 of 2 Printed On: 10/27/ 2020 04 :26 PM LYD1G Owner Signature Lydig Construction, Inc. PCO #175 Date page 2 of 2 Printed On: 10/27/ 2020 04 :26 PM LL CO consTRucTion, inc September 1, 2020 To: Lydig Construction, Inc. 3180 139th Ave SE #110 Bellevue, WA 98005 Attn: Alex Carey RE: Tukwila Fire Station #52 Change Order Proposal #061 PELLCO Construction, Inc is proposing the following credit for the project referenced above. Our pricing is based on the decreased scope of clearing, grubbing and grading per RFI #483. Total Credit: $1,520.00 If you have any questions or need any additional information, I can be reached at 425-265-7211. Regards, PELLCO Construction Inc. Kim Alseth Project Manager Cc: Mike Peilitteri, President 13036 Beverly Park Road, Mukilteo, WA 98275 425-265-7211 425-265-7215 (fax) Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: Subcontractor CP Breakdown Summary PELLCO Construction, Inc. DESCRIPTION OF WORK: Decressed striping per RFI 483 L SUBCONTRACTOR'S DIRECT WORK Cost Event #: CP #: Document #: RFI 483 Date: 61 A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS D. SUBTOTAL DIRECT WORK ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) (Total A, B, C, and D Above) (277) (1,070) (139) (1486) 11. SUE3TIEF2 SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs$ $ Direct Cost Fee ltLtOEESeeakdgiititPefiCoiifreidtE A. Fee on Direct Work (Item E) 15% B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL VIIIITOTAInlot 1111111111111111110 SUBTOTAL (Total of Parts I, II, Ill Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ (1,486) (17)1(15) (1,518) COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, 1 nc COP Number: 61 Date: Contractor Ref. No. 1/0/1900 Description Quantity Unit Tyke Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Operator -2 HR $77.05 $ (154.10) $ $ - $ (154.10) Laborer -2 HR $61.67 $ (123.34) $ $ $ (123.34) Skidsteer -2 HR $ - $ $30.53 $ (61.06) $ (61.06) Dump Fees -100 CY $ - $8.00 $ (800.00) $ $ (800.00) Trucking -2 HR $ - $135.00 $ (270.00) $ $ (270.00) Backhoe -2 HR $ $ $38.73 $ (77.46) $ (77.46) $ - $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ - $ - $ - $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ - $ $ - $ $ $ $ $ $ $ $ ' $ $ - $ $ $ - $ - $ $ $ $ $ $ $ $ $ $ $ ', $ - $ $ $ $ $ $ - $ -` $ $ - $ - Freight/Delivery Costs $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Labor Subtotal , $ (277.4) $ (1,070.00) $ < (138.52) Foreman $ $ Lead Foreman $ - $ - Nancraft Labor $ - $ - Total Cost of work 1 $ (277.44) 1 $ ,070.00)1 1 $ i (13 2) $ (1,485.96). 19-11 TFS52.COP #061 Page of Issued 9/10/2020 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: Trade & Position PELLCO OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date* 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) UNION 49.00 45.50 $ 40,36 41.13 1. Hourly Wage Rate 2. Hourly Benefits 49.00 $ 45.50 $ 40.36 41.13 21.22 $ 21.22 12.08 $ 20.46 SUBTOTAL 70.22 66.72 52.44 9 Rate 3.FUI %oft 0.80% 0.39 0:36' 0.32 $ 0.33 4. FICA % of 1 6.20% 3.04 2.82 2.50 2.55 5. MEDICARE % of 1 1.45% 0.71 0,66 0.59' 0.60> 6. SUI % of 1 (insert correct % to right) 5.63% 2.76: 2.56 2.27 2.32 7. WC/PFAML/SICK 4.03 3.92 $ 3.55 3.78 2.72 $ 2.90 2.90 2.72 $ 2.90 TOTAL (incl. payroll taxes) 81.1 77.05 61.67 $ 71.16 2.72 2.90 2.90 2.72 2.90 Overtime ,fV 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly \Nage Benefits 7;.50 68:25 60.54 61.70 21.22 21.22 12.08 20.46 Subtotal Taxes: Lines 3-6 94.72 39,47 72.52 32.16 5 10.35 9.61 8.53 8.69 3 VVC $ 4.03 3.92 3.55 2.72 2.90 2.90 2.72 2.90 Total 109.10 103.00 84.70 94.62 2.72 2.90 2.90 2.72 2.90 Double Time @ 2x Hourly Wage DOUBLE TIME RATES CALCULATE AUTOMATICALLY 93.00 91 00 2 a 82.26 Benefits Subtotal Taxes: Lines 3-6 WCfPFMAL/SICK 21.22 21.22 12.08 20.46 119.22 112.22 92.00 102.72 13.80 11.37 4.03 3.92 3.55 3.7E 2.72 2.90 5 2.90 2.72 2.90 Total 137.05 128,95 107.72 1'18.08 2.72 2.90 $ 2,90 2,72 2.90 OT Premium Portion Only 27.95 25.95 23.02 23.46 DT Premium Portion Only 55.90 51.91 46.04 46.92 Form Revised 3/19/2009 Issued 9/10/2020 COP Equipment Rates Project Name: Tukwila Fire Station 52 Project No: 30129-43 Contractor: PELLCO A Equipment Description 8 Specifications (incl. Attachment Description, if applicable) B Manufacturer C Model # or Axle Config, Size, Capacity, etc. D Year E Power Mode (Diesel, Gasoline, Hydraulic,etc.) F Blue Book Monthly Rate for Equipment G— Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 x Regional Adj. $ : 26.96 I Hourly Operating Cost J Total Hourly Rate = H + I EXCAVATOR 304 $. 2,441.12 $ 2,303.64 $ 12.52 $ 39.48 EXCAVATOR 308 $ 5,783:36 $ 2,303.84 $ 45.95' $ 24.48 $ 70.43 EXCAVATOR 320 $ 9,896,48 $ 2,303.84$ 69.32- $ 49.24 $ ' 118.56 EXCAVATOR 336 $ 14,887.84 $ 2,303.84 $ 97,68`. $ 80.76 $ .178.44 LOADER 924 $ 5,702.40 $ 32.40. $ 30.88 $ 63.28 LOADER 926 $ 5,676.00 $ 32.25.: $ 29.45 $ ,.61.70 CREW TRUCK F-450 $ 1,261.92 $ 7.17. $ 17:51 $ 24.68 ROLLER $ 3,935.36 $ 22:36. $ 29.20 $ 51.56 DOZER $ 6,323.68 $ 35.93 $ 37.66 $ 73.59 BOBCAT $ 2,737.15 $ 15.55 $ 1498 $ ` 30.53 Hitachi ZX85 $ 4,917:92 $ 2,303.84 $ 41:03: $ 22.80 $ 63.83 $ $ $ - $ $ ... $ - 5 - $ $ $ $ - $ - $ $ $ - $ $ $ $ $ $ $, $ $ $ - Revised 3/19/2009 Issued 9/10/2020 Specialized Landscaping COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Source Documents: RFI 483 Project No. Date: 10/27/2020 Contractor: Specialized Landscaping, inc. Contractor Ref. No. REVISED SU # 4 Description: delete soils, seed above wall per RFI 483, 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, Foreman, & laborers) DIRECT LABOR SUBTOTA 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. OVERHEAD & PROFIT Itemize all costs on attached COP Cost Breakdown form. (3,099.00) (3,099.00) (9,906.00) (6,377,00) a. NTE 12% 5. LOWER -TIER SUBCONTRACTORS a. b. 0. $ d. 0. 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 liability insurance 0.00 % of 1 b. volume driven liability insurance 0.00 % of 1-6 8. BOND a. Bond %ofl.7 1. CRAFT LABOR COSTS $ (3,099.00) 2. MATERIAL COSTS $ (9,906.00) 3. EQUIPMENT COSTS $ (6,377 00) SUBTOTAL 1 thru 3 (19,382.00) 4. OVERHEAD & PROFIT $ 5. SUB -SUBCONTRACTORS $ 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 7. INSURANCE $ 8. BOND $ TOTAL COST (19,382.00) SU #4 RFI 483 REVISED 10.27.20 Page of Issued 10/27/2020 COP Cost Breakdown Propct Name: Project NO, Con.clon Fin7 070000 00 Project Name Rn 4331 Date: REV W7git20 ContraCtor Ref. No. su Pescnoten 0o1777ty 0r7 Tope 0)7007 070707731 0,,, Omni Total Cost 07.10 0051 00775 0007 (0705 Co. , Maler751 -1 lump 0 00.20500 5 (0205 00) 5 . S (0205 00) 000 .7 Imp - 1 . 33,577,00 5 05577 05, $ (537700) Labor -1 3.07177, ,51,009,00 5 0,059 00) 5 5 . $ (1,005.00) 7155101.,51 -1 lump 5 51,701„C0 3 (1701 007 3 . 3 (1,701 00) 5 $ 0 S . 3 5 5 5 . 35 S . 3 . . 33 3 3 3 5 0 3 , S . . 5 . 3 1 5 Z 1 1 S . 5 3 . 5 . $ S ,3 . 3 3 5 3 3. 5 S 5 0 s 3, 0 00 $ . $ $ , 5 5 3 3 $ 5 3 3 $ $ $ 5 . 0 S 5 1 $ 5 5 3 3 , SS 3 0 3 . 3 . 0 . 1 . $ . S $ . 3 . 0 S 0 $ 5 . S 3 3 $ . 0 0 5 0 5 . S 0 5 . 5 . 0 S $ . 0 .3 3 . § . 3 , 5 $ .5 0 Subtotal 3 (0,001.00) 5 (3.503.00) S $ (0,300.00 5 ' 1S 5 00,302.09) S S ' 1 ' $ 0 5 . 3 , 0 TWA Cast of Wo. $ (3.091.00) $ (9.093.000 1 15.377. 5 019,532000 • Rfl .91RENIA0 1,7 2.0 ;gid Spreadahe.0 Report nm TOMO, Pava al7/2020 /val. {otn.rona nu 02830.600 SOILSIAMENOMENT 021:00 150 e MOOT SO w e 00001 elt. 205 Cron20.5 wneImps.] subCr0.0 02100 800 02010. 00000.14.1 12 :'02435.000 Gzerlmq • pal Meat SOILSIAMENOMENTS SEEP 6 S00 03 Is/ SI el 00 Mewl of 0 00 14 TIOVIM ire Mg 2,0 >n 001 a MI5. [con. 0•.75100 ✓ 9E008, SOO ICY IVO try 1. PAN7 (0,205) 0m m 0.1) 01} (1.001( _... MOO Pa' 00 110(10 to I t0 tO 110 0; Mr 110 00 0t (>i Spreadsheet Report Estimate Totals PrTctt, Totga Rawl lisle c.c.s, cos, woes rag 09 3sn 0 0'00 00 • / . ..,' PLANT SCHEDULE 14-19. SF ... ,., ACLICAA A ACC,. At AA AET O. A A.44 A c4c AA GWrus.rver• 24.4214 444.. 12.4. .44 AAA CO .4.44.11.444 14424444.4. 1.4 COAO 9.4441 CO. 0. 1.144.1.14 44444/4 1.11 2.A LOA04 . 442.0421 4441124.4 9182CS ROC. 11 ,i4,.,.. Opp, 1121. . 4.44. Deem*. Bea rtal ',....K.G. IN, 44. ef.1142444 VINO nte WAN., 1+242, AO 1.11 om.r....o A A A ANA. tqD.2•20 GOK,9 ,27,' .2,2,2.4 .4 AA A 2 2 CAI A t2112 .144 p222,2.7.2.2c Ba0.2•CA tose21 P.,2. • El. KAMA El a. 4 14(414 AAA 44.4.44. Slewel• 1612CAS _ST NJ -113 14.42 4.42.2241 C1141011.2 1.4A .44 VAAAVAAtioa. 2 el, p AREAS,1,..0,7.22q 5.1..E2.3,10,11610.0.220 WSW.. R. 222.22,0e. 00. OP 241114.4.411144441.12041.4.22.4. 14.41.4.4./ OPOS 1.1.4.1.14 CCP. CAA 2440.241204.4 44144 0.1414.44 44,41.41.4.441.42. 'CartIT="17=Att:-.""V 4.2441.12,22412/1.4.2440.4024 trave 0,02 2.a. 22.,,,22 -tea0112 12,642,..a0 2.14422 LAP Serna.4 !'.(111;g1r,rr'tr' CO3-24.VON 5242.112S20£ INVX.SVEN.,2,20,11221,4. OA .4 4.44.41124 4.1.21.14.1141141122 0 COLCAMINCIONAO 1.112O.STA.S10.44.41.1.2.41.22 T.6.11 r. L401 vvE/wSTs/w^~v.~~.~_°_. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 S@p 14 2020 Bellevue, Washington 98005 LJ LLC Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #483 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Land - Planting and Grading above Exist West Block VVa TO: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 08/10/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: DRAWING NUMBER: L401 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 (Lydlg Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Kim Alseth (PELLCO CONSTRUCTION INC.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT! SPEC SECTION: REFERENCE: Alex Carey (Lydlg Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 08/17/2020 Question front Alex Carey (Lydig Construction, Inc: - Bellevue Of) at 10:00 AM on 08/10/2020 Swift and Lydig reviewed the area above the existing block wall at the west side of the property (see highlighted area of L401 attached). There are several existing trees whose roots are at approximately 6"-12" below the existing grade. Additionally, there is geotextile fabric to support the block wall at approximately 12" below the existing grade. Swift and Lydig discussed leaving the existing planting intact instead of clearing and grubbing and replanting these areas to provide a potential credit for grading/landscaping. It was also discussed that the fenceline would have a Z wide, 24" deep trench dug to install new shrub and vine planting along the fence. The fencing as currently shown would also conflict with an existing tree and may be revised. Please advise if the planting and fencing is to be revised in this area and provide updated planting/fencing plans. Attachments: RFI 483 Ploritimond,(mdipapbove..xise vvestEilp,ck Wok pcif OfficjaMespilnIc Lauren Rock (Weinstein A+U) responded on Monday, August 24th, 2020 at 8:50AM PDT 2020-08-23 SWIFT SWIFT AGREES WITH LEAVING PLANTING IN THIS AREA INTACT AND CREATING A 2'-0" WIDE, 24" DEEP TRENCH ON INSIDE (EAST) OF FENCELINE, AND PLANTING SOIL WITHIN TO PROVIDE GROWING MEDIUM FOR VINES AND SHRUBS. NO CHANGE TO SHRUB OR VINE QUANTITIES SHALL BE MADE, LANDSCAPE ARCHITECT TO LAY OUT PLANTS IN FIELD ALONG FENCELINE. SWIFT RECOGNIZES THIS CHANGE SHOULD OFFER SUBSTANTIAL CREDIT TO PROJECT IN REDUCED SOIL AND PREPARATION WORK. SEE PLAN MARKUP FOR FENCE LAYOUT CHANGE RELATED TO EXISTING TREE AS IDENTIFIED ON SITE. SWIFT RECOMMENDS THE ADJUSTMENT OF THE FENCELINE AND EXCAVATED AREA IN ORDER TO MINIMIZE IMPACT ON THE EXISTING TREE - FENCE LAYOUT TO BE CONFIRMED ON SITE BY LANDSCAPE ARCHITECT. S. STANKEVVICH, SWIFT, 8/23/2020 Provide Credit. L. Rock, Weinstein A+U 8/24/2020 Attachments: RFI 4.83-L0nd 7.,Pladingand Gran Exsl AkstBige< WO SWIFT ildf: All Replies: "ritiM• iteW '"'"V4t124ffar 'AP° '44. 044%14, "44N44,4" 4,34443, 34,434,4,444434m4NtIV4414444,rtrt44.44441‘ 434344t314044'.44431461,404 sivit 3W144471* Aativi44***\44430treW43,44"),- , iVA`t3.';' OA* \ftlit, 'A,,,44,44;`,Wotki 01,1441,0t, ,i4416MWMARTAETRAVATAZWeArLa.,111601e.aa'! 44.4.11:5141 ttakkiret After further review of the planting required above the existing retaining wall, it is Lydig's understanding that the ecolawn (hydroseed) to the west of the fence will also no longer be required and existing vegetation will remain as is. Please confirm that the ecolawn (area highlighted in orange on the attachment) is be omitted as well. Attachments: REI,4834,44: PInii1iiii lINJ WasliPaabsve.”ExigWA4113JP:PKWPILRox1,p0 Lydig Construction, Inc. Page 1 of 2 Printed On: 09/14/2020 10 :43 AM wg t,„41. ''rkirritr+4 IN; 4444%.44444444%; 444.44444.444104444YrailV.444 04%4S4 4,40,,Mi4akutRailekik ,Ault.,:,,VIt°441Ntalkailiat4414.*TAiatit ktgiklik VitttiltM4,* 1 LYDIG RFI 483 2020-08-23 SWIFT SWIFT AGREES WITH LEAVING PLANTING IN THIS AREA INTACT AND CREATING A 2-0" VVIDE, 24'' DEEP TRENCH ON INSIDE (EAST) OF FENCELINE, AND PLANTING SOIL WITHIN TO PROVIDE GROWING MEDIUM FOR VINES AND SHRUBS. NO CHANGE TO SHRUB OR VINE QUANTITIES SHALL BE MADE, LANDSCAPE ARCHITECT TO LAY OUT PLANTS IN FIELD ALONG FENCELINE. SWIFT RECOGNIZES THIS CHANGE SHOULD OFFER SUBSTANTIAL CREDIT TO PROJECT IN REDUCED SOIL AND PREPARATION WORK. SEE PLAN MARKUP FOR FENCE LAYOUT CHANGE RELATED TO EXISTING TREE AS IDENTIFIED ON SITE. SWIFT RECOMMENDS THE ADJUSTMENT OF THE FENCELINE AND EXCAVATED AREA IN ORDER TO MINIMIZE IMPACT ON THE EXISTING TREE - FENCE LAYOUT TO BE CONFIRMED ON SITE BY LANDSCAPE ARCHITECT. S. STANKEWICH, SVVIFT, 8/23/2020 Provide Credit. L. Rock, Weinstein Ai -U 8/24/2020 Attachments: RFL401:,„.orici ,:PlantinTglict_OrpOirtg Above ExiAtMeAt_819s WO SWF:Tao 2020-09-17 SWIFT SWIFT CONFIRMS THAT THE ECOLAWN IN THE ATTACHED DIAGRAM (HIGHLIGHTED IN ORANGE) IS TO BE OMITTED AND EXISTING CONDITIONS TO BE PRESERVED. IF SITE DISTURBANCE CAUSES LOSS OF EXISTING VEGETATION, THEN IT SHALL BE REPLACED PER NOTES AND SPECIFICATION. BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 09/14/2020 10:43 AM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #483 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Land - Planting and Grading above Exist West Block Wall TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: L401 LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 08/10/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 09/18/20 08/17/2020 RECEIVED FROM: Kim Alseth (PELLCO CONSTRUCTION INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 10:00 AM on 08/10/2020 Swift and Lydig reviewed the area above the existing block wall at the west side of the property (see highlighted area of L401 attached). There are several existing trees whose roots are at approximately 6"-12" below the existing grade. Additionally, there is geotextile fabric to support the block wall at approximately 12" below the existing grade. Swift and Lydig discussed leaving the existing planting intact instead of clearing and grubbing and replanting these areas to provide a potential credit for grading/landscaping. It was also discussed that the fenceline would have a 2' wide, 24" deep trench dug to install new shrub and vine planting along the fence. The fencing as currently shown would also conflict with an existing tree and may be revised. Please advise if the planting and fencing is to be revised in this area and provide updated planting/fencing plans. Attachments: RFI 483 - Land - Planting and Grading above Exist West Block Wall.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, September 17th, 2020 at 5:48PM PDT 2020-09-17 SWIFT SWIFT CONFIRMS THAT THE ECOLAWN IN THE ATTACHED DIAGRAM (HIGHLIGHTED IN ORANGE) IS TO BE OMITTED AND EXISTING CONDITIONS TO BE PRESERVED. IF SITE DISTURBANCE CAUSES LOSS OF EXISTING VEGETATION, THEN IT SHALL BE REPLACED PER NOTES AND SPECIFICATION. Attachments: RFI 483.1 - Land - Planting and Grading above Exist West Block Wall Rev 1 SWIFT RESPONSE.pdf Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Monday, September 14th, 2020 at 10:42AM PDT After further review of the planting required above the existing retaining wall, it is Lydig's understanding that the ecolawn (hydroseed) to the west of the fence will also no longer be required and existing vegetation will remain as is. Please confirm that the ecolawn (area highlighted in orange on the attachment) is be omitted as well. Attachments: RFI 483 - Land - Planting and Grading above Exist West Block Wall Rev 1,pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, August 24th, 2020 at 8:50AM PDT 2020-08-23 SWIFT SWIFT AGREES WITH LEAVING PLANTING IN THIS AREA INTACT AND CREATING A 2-0" WIDE, 24" DEEP TRENCH ON INSIDE (EAST) OF FENCELINE, AND PLANTING SOIL WITHIN TO PROVIDE GROWING MEDIUM FOR VINES AND SHRUBS. NO CFIANGE TO SHRUB OR VINE QUANTITIES SHALL BE MADE, LANDSCAPE ARCHITECT TO LAY OUT PLANTS IN FIELD ALONG FENCELINE. SWIFT RECOGNIZES THIS CHANGE SHOULD OFFER SUBSTANTIAL CREDIT TO PROJECT IN REDUCED SOIL AND PREPARATION WORK. SEE PLAN MARKUP FOR FENCE LAYOUT CHANGE RELATED TO EXISTING TREE AS IDENTIFIED ON SITE. SWIFT RECOMMENDS THE ADJUSTMENT OF THE FENCELINE AND EXCAVATED AREA IN ORDER TO MINIMIZE IMPACT ON THE EXISTING TREE - FENCE LAYOUT TO BE CONFIRMED ON SITE BY LANDSCAPE ARCHITECT. S. STANKEWICH, SWIFT, 8/23/2020 Provide Credit. L. Rock, Weinstein A+U 8/24/2020 Lydig Construction, Inc. Page 1 of 2 Printed On: 10/27/2020 04 :24 PM RFI #483 LYDIG Attachments: RFI 483 - Land - Planting and Grading above Exist West Block Wall SWIFTpdf All Replies: Otingiffiiiiillt01000110001kt 0,0,,,,,,001,4444,40041,04!kWe *AAA, IR* ,Stentiopvr•• ttillt 0,40,00mAke.,,A0,340mw&veyee*O0W044W0 twl.,,,,,,x.M*9/1k4'%04k14A .,,,!NWWVAV40#04*OA.,ye,,4*eettkvVoWMI.,,,a.,*N'AA 'en041***MAAWM40MA446.0W40.1tW40,10M4M,OrINWRO4F7W0*APO" ^ 040:04044440444441690traiNagOget,0011$44,",,AVA,1,\,,,,,,,,,,,,,,,, VAVOX 2020-09-17 SWIFT SWIFT CONFIRMS THAT THE ECOLAWN IN THE ATTACHED DIAGRAM (HIGHLIGHTED IN ORANGE) IS TO BE OMITTED AND EXISTING CONDITIONS TO BE PRESERVED. IF SITE DISTURBANCE CAUSES LOSS OF EXISTING VEGETATION, THEN IT SHALL BE REPLACED PER NOTES AND SPECIFICATION. Attachments: RFI 483.1 - Land - Planting and Grading above Exist West Block Wall Rev 1 SWIFT RESPONSE.pdf UTL:114:010111411Li,04,' A.40;"%00.Z4444001* v&A Ola,'"e40.40:041444, ttPattek After further review of the planting required above the existing retaining wall, it is Lydig's understanding that the ecolawn (hydroseed) to the west of the fence will also no longer be required and existing vegetation will remain as is. Please confirm that the ecolawn (area highlighted in orange on the attachment) is be omitted as well. Attachments: RFI 483 - Land - Planting and Grading above Exist West Block Wall Rev 1.pdf 4* e0.4 sool):4# e k, lie vs iftt,trfeWN4 iK4OP 2020-08-23 SWIFT SWIFT AGREES WITH LEAVING PLANTING IN THIS AREA INTACT AND CREATING A 2'-0" WIDE, 24" DEEP TRENCH ON INSIDE (EAST) OF FENCELINE, AND PLANTING SOIL WITHIN TO PROVIDE GROWING MEDIUM FOR VINES AND SHRUBS. NO CHANGE TO SHRUB OR VINE QUANTITIES SHALL BE MADE, LANDSCAPE ARCHITECT TO LAY OUT PLANTS IN FIELD ALONG FENCELINE. SWIFT RECOGNIZES THIS CHANGE SHOULD OFFER SUBSTANTIAL CREDIT TO PROJECT IN REDUCED SOIL AND PREPARATION WORK. SEE PLAN MARKUP FOR FENCE LAYOUT CHANGE RELATED TO EXISTING TREE AS IDENTIFIED ON SITE. SWIFT RECOMMENDS THE ADJUSTMENT OF THE FENCELINE AND EXCAVATED AREA IN ORDER TO MINIMIZE IMPACT ON THE EXISTING TREE - FENCE LAYOUT TO BE CONFIRMED ON SITE BY LANDSCAPE ARCHITECT. S. STANKEVV1CH, SWIFT, 8/23/2020 Provide Credit. L. Rock, Weinstein A+U 8/24/2020 Attachments: RFI 483 - Land - Planting and Grading above Exist West Block Wall SWIFT.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 10/27/2020 04:24 PM LY0IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #194 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #194: CE Clarification of Emergency Back -Up #250 - RFI #471.1: Elec - Options TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 194 / 0 Pending - In Review CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 10/1 /2020 None Amount Based No $5,140.02 POTENTIAL CHANGE ORDER TITLE: CE #250- RFI #471.1: Elec - Clarification of Emergency Back -Up Options CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #250 - RFI #471.1: Elec - Clarification of Emergency Back -Up Options Addition of emergency driver to WL -4A, and addition of external UPS to SL -6, per RFI 471.1 ATTACHMENTS: tfs 52 - gccm-rfi 471.1-elec - clarification of emergency back-up options-202010012339.pdf CE 250 - COR044.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 04 :40 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 44 Subcontractor $ 4,823.00 Subtotal:. 54,823.00 Fee - Self. Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0,00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 217.04 GL Insurance: 0.75% Applies: to all line Item types. 5 37.80 P&P Bond: 0.75% Applies to all line item types. $ 38.08 B&O Tax: = 0.47% Applies to all line Item types. $ 24.10 Grand Total: $5,140.02 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/1/ 2020 04 :40 PM Pese September 24, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 471.1 PCEC RFI# PCEC COR# 044.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $4,823.00 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 ager direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work delays, disruption, rescheduling extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 3 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Add inverter for Fixture SL -6 and EM Batteries for WL -4A. 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 $ 477.56 $ 2,097.59 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) $ $ 94.97 129.78 164.59 $ 107.02 116.83 $ 1,495.78 $ $ COP# - PCEC COR# 044.0 Date: 9/24/2020 ccD# RFI# 471.1 PCEC RFI# 15.75 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster f. coordination drawings 2. MATERIAL COSTS 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 46.82 94.57 1,495.78 2,575.15 610.64 141.38 4,823.00 Job Name: FS#52 Tukwila Job Number 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report: COR 2/2 Ext Price Labor U Labor Ext | Item � � ` � Item Name | Quantity � | Price U Label Set: Combined, Combined, Combined, Combined, Combined $477.56 68 12 THHN CU STRANDED 60.00 $338.48 M $20.31 4,3601/4^x2-1/4^SLEEVE ANCHOR 4D0 $107.05 C $428 4,417 3/8" SHORT LAG SHIELD 4.00 $2.20 4,482 3/8" X 3" LAG BOLT 8.00 $0.34 E $2J5 4,552 3/8" WASHER 16.00 $94.76 C $15.16 4,744 1-5/8~X12^L SLOT STRUT CHNL 12 GA 4D0 ^ C $12.62 4,768 12" L BRACED SINGLE BRACKET 2.00 $11,890.30 C $237.81 6,517 3/4FLEXSTEEL 12.00 $133.56 C $16.03 6,586 3/4 FLEX 1 SCREW[DNN 2.00 C $9.96 7.]944X4X1'SCREW [VRVY|REVVAY 4.00 $28.60E $114.417�SCREW 7,404 4X4 4D0'' E '.` 13,905 EM BATT PACK - FIELD INSTALL 2D0 ` Q $O�O 13�34L|GH�NGINVERTER 2.UU.��'� ��, q0i0`{l $000$477.56 Aro 15.75 � 0.45 [ 0.80 [ 1.10 E 1.04 [ 0.14 [ 0.75 [ 0.24 [ 0.74 C 0.34 [ 0.60 � 0.75 E 0.80 E 8.00 15.75 Courtesy of McCormick Systems Inc. Page 2 9/24/2020 10:52 AM PLATT QUOTATION PLATT LIGHTING QUOTATION QUOTE DATE: 09/24/20 COMPANY: PACIFIC COAST ELECTRICAL PROJECT: TUKWILA FS 52 ATTN: SCOTT TERMS: NET 30 DAYS QUOTED BY: Candy Scarborough FREIGHT: FOB FACTORY PLATT BRANCH: SEATTLE Prices quoted; unless otherwise specifically noted on this quotation; are subject to availability and must be accepted and released for immediate shipment within 48 hours. Prices are subject to change without notice. Customer agrees that this quotation and any sale of product entered into is applicable to Platt electric's Standard 'teras and Condition of Sale and cannot be waived. Platt's Standard Terms and Condition of Sale are not included in this document, but are so here incorporated by reference within this quotation. A copy of Platt's Standard Terms and Condition of sale is available at <http://www.platt.com/service/terms.html>. TOTAL: $2,097.59 TYPE QTY MFG DESCRIPTION UNIT PRICE U M EXTENDED PRICE WL4-A 2 MULE BLEDEM-CP-1200 $88.24 E $176.48 E E SL -6 1 MULE LPS-375 $1,921.11 E $1,921.11 E E PLUS FREIGHT E E E E E E E E E E THIS QUOTATION IS BASED ON ALL TYPES AND QUANTITIES. ANY CHANGES WILL BE SUBJECT TO REQUOTE. PAGE 1 OF 1 LY 010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #471.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Clarification of Emergency Back -Up Options TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/01/2020 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) TBD E201N, E201S Scott Driscoll (PACIFIC COAST ELECTRICAL) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 09/17/20 09/08/2020 TBD Question from David White (Lydig Construction, Inc. - Bellevue Of) at 04:27 PM on 09/01/2020 Further clarification is needed on the direction provided in RFI 471 regarding battery back-up fixtures at egress locations. RFI 471 directed Lydig to provide both the WL -4A and SL -6 fixtures with an integral emergency battery back-up. After further review, PCEC has learned that the WL -4A and SL -6 fixtures are not available with emergency back-up options. For the VVL-4A fixture at Door 116 and 134, the following options have been identified: 1. A new fixture can be specified to be consistent with TFS 51. 2. PCEC can install one of the attached emergency drivers near each fixture to provide a battery back-up function to the two fixtures. The emergency driver for door 116 would be installed above the most southern ceiling tile in the corridor. For door 134, the emergency drive would be installed in the exposed ceiling area of room 135 EMS dry. Please provide a new WL -4E fixture to be installed at doors 116 and 134, or choose one of the attached emergency drivers for installation at the two locations. For the SL -6 fixture at the canopy the following options have been identified: 1. An external UPS can be installed in the riser room (103) near the ceiling and would be tied into the circuit feeding the SL -6 fixture at the canopy. This UPS would provide power to the fixture in the event that utility power is lost. This is the same solution that was used at TFS 51 2. A new SL -6 fixture can be specified that has a battery back-up option. Please advise. Attachments: RFI 471.1 - Elec - Clarification of Emergency Back -Up Options.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, September 16th, 2020 at 1:47PM PDT WL -4A: Install emergency driver to the specified fixtures. Per conversations with R. Juan (TFWB), no exceptions taken to proposed drivers. Confirm compatibility between driver and fixture. Confirm that physical appearance of fixtures will not be modified. Confirm that drivers and conduit will be concealed, except as noted in the ceiling of EMS Dry 135. SL -6: Install external UPS as described. If any other modifications not mentioned in this RFI, notify WA+U prior to installation. L. Rock, Weinstein A+U 9/16/2020 (in conversation with R. Juan, TFWB 9/16/2020) Attachments: RFI 471.1 - Elec - Clarification of Emergency Back -Up Options WAU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 10/01/2020 04 :39 PM RFI #471.1 LYDIG AU Replies: tift WL -4A: Install emergency driver to the specified fixtures. Per conversations with R. Juan (TFWB), no exceptions taken to proposed drivers. Confirm compatibility between driver and fixture. Confirm that physical appearance of fixtures will not be modified. Confirm that drivers and conduit will be concealed, except as noted in the ceiling of EMS Dry 135. SL -6: Install external UPS as described. If any other modifications not mentioned in this RFI, notify WA+U prior to installation. L. Rock, Weinstein A+U 9/16/2020 (in conversation with R. Juan, TFWB 9/16/2020) Attachments: RFI 471.1 - Elec- Clarification of Emergency Back -Up Options WAU Response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/01/2020 04:39 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #199 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #199: CE #251 - RFI #532: Civil - Sidewalk Panel Replacement at 65th Ave TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 199/0 STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station#52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/5 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $2,606.77 POTENTIAL CHANGE ORDER TITLE: CE #251 - RFI #532: Civil - Sidewalk Panel Replacement at 65th Ave CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #251 - RFI #532: Civil - Sidewalk Panel Replacement at 65th Ave City of Tukwila inspector (Eric Pritchard) requested that an additional sidewalk panel be removed and a new "flex" panel be installed at the south side of 65th Ave S. The flex panel will transition from the new 2% cross slope ADA compliant sidewalk to the existing non -conforming 3% cross slope panels to the south. Costs for sidewalk removal, grading, and new sidewalk installation. ATTACHMENTS: CE 251 - 19-11 TFS52 COP 064 - remove and replace sidewalk revised.pdf _tfs 52 - gccm-rfi 532 -civil - sidewalk panel replacement at 65th ave-202010052302.pdf_ CE 251 - LaRusso COR10 RFI #532.pdf Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 10/28/ 2020 03 :30 PM Cost Code Description Type. Amount. 3200-99-- BP -02 - Site Concrete Subcontractor LaRusso COR 10 Subcontractor $ 409.00 2 31 -001 -99 --Earthwork and Utilities subcontract Pella) COR. 064 Subcontractor $ 2,037.00 Subtotal: 92,446.00 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. $ 110.07 GL Insurance: 0.75% Applies to all line item types. 5 19.17 P&P Bond: 0.75% Applies to all Zine item types. $ 19.31 B&O Tax: = 0.47% Applies to all line Item types. 9 12.22 Grand Total: 52,606.77 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 10/28/ 2020 03 :30 PM Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: Subcontractor CP Breakdown Summary PELLCO Construction, Inc. Cost Event #: CP #: Document #: RFI 532 64 Costs related to added sidewalk removal and DESCRIPTION OF WORK: replacement on 65th Ave S - per RFI 532. Date: 10/5/2020 L SUBCONTRACTOR'S DIRECT WO 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) 785 408 541 1,734 H. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost 1) 2) 3) 4) (Subcontractor Estimates Attached) H. Subtotal Subcontractor Costs Direct Cost Fee A. Fee on Direct Work (Item E) B. Fee on Subtler Subcontractor Direct Costs (Item H) 15% 8% 260.07 VL UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ 1,994 23 20 2,037 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: Date: 10/5/2020 Contractor Ref. No. 64 Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Operator 4 HR $81.15 324.60 . - 324.60 Laborer 4 HR $61.67 246.68 - - 246,68 304 Excavator 4 HR 8 . - $39.48 157.92 157.92 Teamster 3 HR $71.16 213.48 - - 213.48 Dump Concrete Min -Charge 1 LS - $25.00 25.00 - 25.00 Base Course 1.83 TN - $17.95 32.85 - 32.85 Sawcut 1 LS - $350.00 350,00 - 8 350.00 450 Crew Truck 4 HR . - $24,68 98.72 98,72 Dump Truck Solo 3 HR - - $94.85 8 284.55 284.55 -8 - . - $ - - - $ - - $ - - $ - - $ -8 - $ - - - - $ - - - - $ - - . - - - -8 - $ - - - - - - $ -8 -8 - - $ - - - - $ - - - 8 - - - - - - - - - $ - - 8 - - $ - - - - - - - Freight/Delivery Costs $ - - - - $ - - - $ $ - 8 - . - $ - $ - - $ - $ - - - Labor Subtotal 784.76 407.85 541.19 Foreman - - Lead Foreman - - Noncraft Labor - - Total Cost of Work 784.76 I $ 407.85 I 541.19 1,733.80 Worksheal Page of Issued 10/8/2020 COP Wage Rates Project No: 30129.43 Contractor: PELLCO Trade & Position .1113120 OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date* 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49.00 45.50 40.36 $ 41.13 611.111.111:26t1. 1. Hourly Wage Rate 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits SUBTOTAL $ 21.22 21.22 $ 12.08 20.46 70,22 66.72 52.44 61.59 Rate 3. FUI 94, of 1 0,80% 0.39 0.36 0.32 4. FICA % of 1 6.20% 3.04 2.82 2.50 $ 2.55 5. MEDICARE % of 1 1.45% 0.71 0.66 0.59 0.60 $ - 6. SUI % of 1 (insert correct % to right) 5.63% 2.76 2.56 2.27 2.32 $ 7. WC/PFAMUSICK $ 4,03 3 92 3.55 3.78 2.72 2.90 2.90 2.72 2.90 TOTAL (incl. payroll taxes) 81,15 77.05 61.67 71.16 $ 2.72 2.90 2.90 2.72 2,90 Overtime @ 1.5x Hourly IP/age. Benefits Subtotal Taxes' Lines 356 Tota1 • , , OVERTIME RATES CALCULATE AUTOMATICALLY $ 73.50 3 211.2 94.72 5,1.15 4.03 5 109.10 $ 60.25 111 21.22 89.47 .9 61 3.92 103.00 s 60.54 $ 12.08 72.62 8.53 3.55 84.70 6 1.79 8 20.48 82.10 8.69 3.78 94.62 $ 2.72 2.72 4 2.90 2.90 $ 2.90 290 2.72 2.72 2.90 2.90 Double Time (ci) 2x Ho[irly Wage enelits DOUBLE TIME RATES CALCULATE AUTOMATICALLY 91400 s 91 00 5 0072 82.26 9 S 21 22 21.22 206 6 20.46 Subtotal 119.22 $ 112.22 92.80 102.72 $ $ Taxes.: Lines 3-0 $ 13.30 S 12.81 C I 37 1 58 5 5 WC/PM/AL/SICK 4.03 3.92 3.55 3 78 272 2.90 2.90 2.72 2.00 Total 11111111 137.05 128.95 107.72 118.08 2.72 2.90 2.90 2.72 2.90 OT Premium Portion Only 27 95 $ 2505 5 23.02 2346 $ S DT Premium Portion Only Form Revised 3/19/2009 55 90 $ 5 I 91 S 46 04 $ 40 92 S Issued 10/8/2020 COP Equipment Rates Project Name: Tukwila Fire Station 52 Contractor: RELIC() A Equipment Description 5 Specifications (ind. Attachment Description, if applicable) B Manufacturer C Model # or Axle Config, Size, Capacity, etc. 0 Year E Power Mode (Diesel, Gasoline, Hydraulic, etc) F Blue Book Monthly Rate for Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) / 176 0 Regional Adj. $ 26.96 I Hourly Operating Cost J Total Hourly Rate =11+ 1 EXCAVATOR 304 $ 2441.12 $ 2,303.84 S 12.52 $ 39.48 EXCAVATOR 308 5 5,783.36 $ 2,303,84 45.95 24.48 5 70.43 EXCAVATOR 320 9,896.48 $ 2,30184 9 69.32 5 4924 118.56 EXCAVATOR 336 14,887.84 $ 2,303.84 97.68 $ 80.76 178.44 LOADER 924 5,702.40 32.40 30.88 $ 63.28 LOADER 926 5,676.00 32.25 S 29.45 5 61.70 CREW TRUCK F-450 1,261.92 S 7.17 $ 17,51 5 24.68 ROLLER 3,935.36 22.36 5 29.20 1.66 DOZER 6,323.68 5 35.93 5 37.66 73.69 BOB CAT 2,737.15 15.55 $ 14.98 30.53 Hitachi ZX85 4,917.92 $ 2,303.84 41.03 22.80 63.83 Dump Truck 6x6 70KGVW DSL $ 6,057.92 5 34.42 5 60.43 5 94.85 - $ - -5 - - _ - . - -5 - $ - . $ - - - - $ _ - - $ . $ . . $ . $ . Revised 31192009 Issued 10/8/2020 LaRusso Concrete Inc PortlandlSeattle 8536 SW St. Helens Dr. Ste. D Wilsonville, OR. 97070 Phone: (503) 563-6780 Fax: (503) 563-6786 CCB# 169176 JOB: Lydig/Tukwila Fire Station #52 COR010 RFI #532 Item: Concrete - Provide & Install Offsite Sidewalk, 4" c.0rzri. RMP -6" 10/5/20 Quantity Units Unit Price Amount 50 SF $8.18 $409 ---SA4-Cd,fr AND A,EmENT RESTORATION r:7\ , x ‹InE.04-11' CtL.2 " HktttA DD*4D ”EfDTIL"L-,f 1. I -L. r UL J\ I if I \J 51-01' E f , Hs....\re 1.:-ITI i t ASPHALT DAP:EmPr4" . --- I , I 'I 1 I. ' ' ..... •i t / 'x ...... 7, TET EX SIELwAti I 1 i A , PR.:3CFIcxx .,). -,....1 -1 _I , t Remove existing eldendaA panel Install new ..;.,,,,-; sidewalk flex panel: 2% at north edge: .1% to ' . „.x:\ match existing at SOU'ih edge, D Matth exfst. sideorali °, at south edge tttft 't ...taA -aTC1.1 EMS -TIN -11 ctiRri GUTTER Page 1 of 1 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #532 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Sidewalk Panel Replacement at 65th Ave TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/29/2020 LOCATION: PROJECT STAGE: SUB JOB: COST IMPACT: TBD DRAWING NUMBER: C3.1 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 10/01/20 10/06/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:55 PM on 09/29/2020 Clarification is needed for removal and replacement of a sidewalk panel at the south side of the driveway at 65th Ave S. Per inspection with Eric Pritchard/CoT on 9/28/2020, the existing sidewalk panel at the south side of the driveway along 65th Ave S exceeds the maximum allowable cross - slope of 2% (panel location shown in the attachment). Eric has requested that the panel be removed and replaced with a flex panel. The flex panel is to have a 2% cross slope at the north edge to tie into the new sidewalks poured at the entrance, and match existing slope exceeding 2% (approx. 3%) at the south edge. Please confirm to remove and replace the sidewalk panel as described. Attachments: RFI 532 - Civil - Sidewalk Panel Replacement at 65th Ave.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, September 30th, 2020 at 5:29PM PDT Ok to replace one transition sidewalk panel, as stated. M. Servizi 9/30/2020 Attachments: RFI 532 - Civil - Sidewalk Panel Replacement at 65th Ave - LPD.pdf All Replies: n 11 uda 4,`Vs, )es lowA,22. Ok to replace one transition sidewalk panel, as stated. M. Servizi 9/30/2020 Attachments: RFI 532 - Civil - Sidewalk Panel Replacement at 65th Ave - LPD.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/05/2020 04:02 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #205 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #205: CE #260 - RFI #512: Arch - Doors 213 and 214 Clarifications TO: City of Tukwila 6200 Southcenter Boulevard PCO NUMBERIREVISION: Tukwila Washington, 98188 205 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th AveSE - Suite 110 CONTRACT: CREATED BY: Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/13 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: No $299.33 POTENTIAL CHANGE ORDER TITLE: CE #260 - RFI #512: Arch - Doors 213 and 214 Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /s Changed As Follows) CE #260 - RFI #512: Arch - Doors 213 and 214 Clarifications Addition of overhead stops at doors 213 and 214 per the response to RFI 512. ATTACHMENTS: tfs 52 - gccm-rfi 512 -arch - doors 213 and 214 clarifications-202010132216.pdf PCO 205 -SP Combined.pdf f1 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/13/ 2020 03 :18 PM Cost Code Description Type Amount 03-001-99-- BP -03 - Structures Subcontractor PCO 205 -SP Subcontractor $ 280.87 Subtotal: 9280.87 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's1PA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 12.64 GL Insurance: 0.75% Applies to all line item types. $ 2.20 P&P Bond: 0.75% Applies to all line Item types. $ 2.22 B&O Tax:.=0.471Applies to all line item types. $ 1.40 Grand Total: $299.33 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/13/ 2020 03 :18 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #205 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contrac Potential Change Order #205 -SP: CE #260 -SP - RFI #512: Arch - Doors 213 and 214 Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERJREVISION: 205 -SP /0 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 10/13 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $280.87 POTENTIAL CHANGE ORDER TITLE: CE #260 -SP - RFI #512: Arch - Doors 213 and 214 Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract ls Changed As Follows) CE #260 -SP - RFI #512: Arch - Doors 213 and 214 Clarifications Addition of overhead stops at doors 213 and 214 per the response to RFI 512. ATTACHMENTS: CE 260 -SP - COP-12.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/13/ 2020 03 :16 PM Cost Code Description Type Amount 08-012-97- - HM Doors, Frames, 8 Hardware Supplier WAH COP 12 Purchase Agreements $ 255.00 Subtotal: 5255.00 Fee - Self Perform Work: 16.00% Applies to Labor, Materials, Equipment, Other, Overhead and Proflt, Unwritten Sub'sfPA's, and Project Contingency. 9 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 20.40 GL insurance: 0.75% Applies to all line item types. $ 2.07 P&P Bond: 0.75% Applies to all line Item types. $ 2.08 B&O Tax: =-- 0.47% Applies to all ilne item types. $ 1.32 Grand Total: $280.87 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/13/ 2020 03 :16 PM PROJECT WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY Attn: Alex Carey Lydig QUOTATION Date: JOB: Quoted by: 09/16/20 19-10671 Amy Constantineau - AT Tukwila Fire Station 52 Change Proposal #1 2 Add Overhead Stops per RFI 51 2 Hardware — Lump Sum $255 Includes: 2 ea 453S Overhead Stop Excludes: Installation and Assembly Lead Time: 4-5 Weeks after approval NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. By: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 000 LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #512 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Doors 213 and 214 Clarifications TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/09/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A102S.A LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Jess Faubion (HENRIKSEN CONSTRUCTION SERVICE) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 09/15/20 09/16/2020 TBD 08 71 00 - Door Hardware 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 04:21 PM on 09/09/2020 Clarification is needed for door hardware at doors 213 and 214. In ASI -010, the room locations of HAM 213 and and Explr 214 were changed to accommodate the fixed wall ladder. The door numbers were not updated to reflect this change. The door hardware installer has installed the door hardware for each door per the approved schedule, which would put the door hardware intended for HAM 213 on the opening into Explr 214, and vice versa. The main differences between doors 213 and 214 is that HAM 213 has a classroom lockset and Explr 214 has a passage lockset; and the inactive leaf of HAM 213 has an overhead door stop while the active leaf of Explr 214 has an overhead. The most cost effective solution to correct the door number conflict would be to swap out the door numbers to the proper room number, and add an overhead stop (OH -4 Glynn -Johnson 453S) to the active leaf of HAM 213 and add an overhead stop to the inactive leaf of Explr 214. This would restrict the opening angle of the doors to 110 deg at all openings, but also eliminate the potential overlap of thetwo interior doors (illustrated with red lines on the attachment). An alternate solution would be to install overhead stops at 3 of the 4 doors, and utilize a wall stop at the southernmost door for Room 213 HAM as the latchset clears the 1'7" wall when open and the wall stop would hit the wood door. If the hardware is required to swap out between doors instead of adding overhead stops, there will be holes present in the wood doors where the overhead stops were originally installed. Please advise on how to resolve the conflict in door numbers for Rooms 213 and 214. Attachments: RFI 512 - Arch - Doors 213 and 214 Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, September 14th, 2020 at 6:52PM PDT As suggested in the RFI, the doors should be swapped so that the door hardware for door 213 is provided at room HAM 213 and the door hardware for door 214 is provided at room Explr 214. Add overhead stops as described in the RFI, in order to prevent overlap of the two interior doors. Avoid leaving holes in wood doors. L. Rock, Weinstein A+U 9/14/20 Attachments: RFI 512 - Arch - Doors 213 and 214 Clarifications WAU Response.pdf All Replies: 000000w 00000010x kOr in* 011#.4 401.6004610 00000 00IM • if alet+4440i: .A1WiWkiNga 000000, ; 000000 00000004,0,100,0007.400,0* 0000° dt Aro 0,4 igifi 6, 44a."61A6 la; !.,44,11V Wkehifte ;00 000(0000000000 01, As suggested in the RFI, the doors should be swapped so that the door hardware for door 213 is provided at room HAM 213 and the door hardware for door 214 is provided at room Explr 214. Add overhead stops as described in the RFI, in order to prevent overlap of the two interior doors. Avoid leaving holes in wood doors. L. Rock, Weinstein A+U 9/14/20 Attachments: RFI 512 - Arch - Doors 213 and 214 Clarifications WAU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 10/13/2020 03 :16 PM LYDIG RFI #512 BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/13/2020 03:16 PM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #206 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Orde Manhole Conflict with 5'x1 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERIREVISION: 206 / 0 REQUEST RECEIVED FROM: r #206: CE #261 - RFI #078: Civil - 0' Access Riser at DV 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) STATUS: Pending - In Review CREATED DATE: 10/13 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $397.52 FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: POTENTIAL CHANGE ORDER TITLE: CE #261 - RFI #078: Civil - Manhole Conflict with 5'x10' Access Riser at DV CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #261 - RFI #078: Civil - Manhole Conflict with 5'xl 0' Access Riser at DV Access riser at the detention vault had to be rotated due to conflict with the 5'x10' access riser per RFI 078. ATTACHMENTS: tfs 52 - occm-rfi 078 -civil - manhole conflict with 5 x10 access riser at dv-202010132225.pdf CE 261 - 19-11 TFS52 COP #036 - Rotate Vault Riser RFI 078.odf # Cost Code Description 11W Amount 1 31-001-99- - Earthwork and Utilities subcontract Pellco COR 36 Subcontractor $ 373.00 Subtotal: 9373.00 Fee - Self Perform Work: 15.00% Applies to Labor, Matertats, 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. $ 16.79 GL Insurance: 0.75% Applies to all line Item types. $ 2.92 P&P Bond: 0.75% Applies to all line Item types. $ 2.95 B&O Tax: = 0.47% Applies to all line Item types. $ 1,86 Grand Total: $397.52 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/13/ 2020 03 :26 PM Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: Subcontractor CP Breakdown Summary PELLCO Construction, Inc. Cost Event #: CP #: Document #: EWO 4502 36 Per RFI 078 - Access riser at vault had to be rotated DESCRIPTION OF WORK: due to conflict with the 5'x10access riser. Date: 11/18/2019 SUBCONTRACTOR'S,DIRECTWORK 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) 39 178 317 11. SUBTIEF, SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost Fee $ IH. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% 48 V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts 1, II, Ill Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, 11, Ill, IV Above) TOTAL $ 365 4 4 373 1 $ - COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 36 Date: 11/18/2019 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit Cost Unit $ Cost Unit $ Cost Cost Operator 1 HR $77.05 $ 77.05; $ $ $ 77.05 336 Excavator 1 HR $ - $ $178.44 $ 178.44 $ 178.44' Laborer 1 HR $61.67 $ 61.67' $ $ $ 61.67? $ $ $ $ $ $ $ $ - $ - $ $ $ $ $ - $ $ $ $ $ $ - $ $ $ - $ $ $ $ $ $ - $ - $ $ $ $ $ $ - $ - $ $ $ - $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ - $ - $ - $ - $ $ $ $ Freight/Delivery Costs $ $ $ $ $ $ _ $ $ $ $ $ $ Labor Subtotal $ ;138.72 $ $ 178.44: Foreman $ $ Lead Foreman $ $ - Noncraft Labor $ $ - Total Cost of Work $ 138.72 1 $ I I $ 178.44 $ 317.16' 19-11 TFS52 COP 6036- Rotate Vault Riser RFI 078 Page of Issued 1/29/2020 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade S, Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date* 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) MON 49,00 45.50 40.36 41.13 1. Hourly Wage Rate $ 49,00 $ 45.50 40.36 41,13 2. Hourly Benefits SUBTOTAL 21.22 21.22 12.08 20.46 70.22 66.72 52,44 61.59 Rate 3. FUI % of 1 0.80% $ 0.39 0.36 0.32 0.33 $ - $ - $ - 4. FICA % of 1 6.20% 3.04 2.82 2.50 2.55 $ $ 5. MEDICARE % of 1 1.45% 0.71 0.66 0.59 0.60 $ - 6. SUI % of 1 (insert correct % to right) 5.63% 2.76 2.56 2.27 2.32 $ - $ 7. WC/PFAMUSICK 4.03 S 3.92 3.55 378 2.72 2.90 2.90 2.72 2.90 TOTAL (Incl. payroll taxes) Overtime ,A 1.5x Hourly Wage Benefits Subtotal xos: Lines 3-6 911C Total 81.15 $ 77.05 61.67 71.16 OVERTIME RATES CALCULATE AUTOMATICALLY 2.72 2.90 2.90 2.72 2.90 73.50 $ 68,25 $ 60.54 61,70 3 •21,22 94.72 10.35 11 4.03 109.10 S. 2/22 89.47 9,51 3 3.02 103.00 /2.05 72.62 3.53" 11 3.55 $ 84.70 20.46 82.15 8.05 11 3.75 94.62 3 2.72 13 2.72 5 5 2.50 2.90 13 2.90 13 2.90 13 2.72 2.72 2.00 2.90 Li. Double Time @ Hourly Viinge Benefits DOUBLE TIME RATES CALCULATE AUTOMATICALLY 98.00 51.00 13 80.72 52.2511 3 13 13 21.22 21,22 12.035 13 20.46 5 Subtotal 119.22 5 112.22 92.80 102.72 13 3 Taxes: Lines 3-6 1/CIPHAAI /SICK /3.80 12.81 11,37 11,53 13 5 $ 13 13 4.03 13 3.52 13 .3,55 3.78 2.72 2.90 3 2.90 2.72 13 2.90 Total OT Premium Portion Only 137.05 128.95 S 2755 25.95 107.72 23.02 118.08 23.46 13 2.72 13 2.90 13 2,90 2,72 2.90 DT Premium Portion Only Form Revised 3/19/2009 55.90 51.91 46.04 46.92 Issued 1/29/2020 COP Equipment Rates Project Name: Tukwila Fire Station 52 Project No:. 30129-43 Contractor: PELLCO A Equipment Description & Specifications (incl. Attachment Description, if applicable) B Manufacturer C Model # or Ade Config, Size, Capacity, etc. D Year E Power Mode (Diesel, Gasoline, Hydraulic, etc.) F Blue Book Monthly Rate for Equipment G Blue Book Monthly Rate for Attachment H Hourly Rate = (F + G) t 176 x Regional Adj. $ 26.96: 1 Hourly Operating Cost J Total Hourly Rate = H + I EXCAVATOR 304 $ 2,441.12 5 2,303:84 $ 12.52 '$ :39.48' EXCAVATOR 308 $ 5,783.36 $ 2,303.84 $ 45.95 5 24.48 $ 70.43 EXCAVATOR 320 $ 9,896.48. $ 2,303.84 5 ` 69.32 5 49.24 ;$ 118.56' EXCAVATOR 336 $ 14,887.84 $ 2,303;84 $ 97.68 $ 80.76 r$ 178.44 LOADER 924 $ 5,702.40 $ 32.40 $ 30.88 $ 83.28 LOADER 926 $ 5,676.00. $ 32.25 29.45 i5 61..70 CREW TRUCK F-450 5 1,261.92 $ 7.17 5 17.51 $ 24.68 ROLLER $ 3,935.36 $ 22.36( $ 29,20 '$ 51.56. DOZER $ 6,323.68 $ ::35.93' $ 37.66 ::5 `.-73.59' BOB CAT $ 2,737.15 5 15.55 $ 14.98 5 $ $ - $ -.. $ '.s $ $ $ - $ $ $ $ - $ $ $$ 5 $ $ _ $ $ $ $ 5 i$ $ $ 3/192009 Issued 1/29/2020 EL LCO WORK AUTHORIZATION FORM # 4502 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 cons, UCion, inc CONTRACTOR'S NAME L JOB NAME • k -e 5 7u'f t3:-1 1t SZ OUR JOB NO. // DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: Cl c� ,S ict TIME AND MATERIALS CONTRACTOR'S P.O. NO; )2_15 z— G 1 Vice 711— /1, 1L PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR THE DESCRIBED SIGNED HE ABOVE HOURS ARE CORRECT: --cr 'ut , //lemic/ . .i by 81g .._ , . « Lydig is ack : • gi that the resources list • This acknowledgement does constitute Lydig's agreement that this work is an a to the suLwrtihdct, Ludy that the resources- esp rwere used and work was performed. If the were rat contractor •i` iJc c es ,his rofk i3 an ext a then , remains the subcontractor's duty to provide due .�-e tier the subcontract ;end thn matron? tr THE DESCRIBED SIGNED HE ABOVE HOURS ARE CORRECT: LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #078 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Manhole Conflict with 5'x10' Access Riser at DV TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Jose Lorenzo -Torres (Weinstein A+U) 11/06/2019 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Don Lehman (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 11/12/19 11/13/2019 TBD 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) Question from Alex Carel, (Lydig Construction, Inc. - Bellevue Of) at 10:57 AM on 11/06/2019 There is currently a conflict with the 48" access riser and the concrete walls for the 5'x10access riser in the lid of the detention vault. The 48" access riser has an outside diameter of 4-10. The 2' diam opening in the DV lid was centered between the 8" walls on either side of the opening. When taking into account the 48" access riser wall thickness, this now offsets the access riser 5" to the west from the CL of the 2' diameter opening. The ladder rungs in the riser will now be offset with the ladder rungs that are going to be installed in the concrete walls of the vault. Below is a list of possible solutions, please advise if any of these solutions are acceptable or provide alternate direction: 1. Install the 48" access riser 5" to the west. This will result in a 5" jog in the centerline of the ladder rungs, but will keep the ladder rungs coplanar on the north wall. 2. Rotate the 48" access riser roughly 10 degrees to the east (right) so that the CL of the ladder rungs in the 48" access riser are on the same centerline as the ladder rungs on the concrete wall of the vault. The upper ladder rungs will be at an angle compared to the lower rungs in the vault. 3. Rotate the 48" access riser 180 degrees and have the lid serve as a landing to transfer from one set of ladder rungs on the 48" access riser to the second set of ladder rungs on the concrete wall of the vault. Additional ladder rungs would need to be added to the 48" access riser 4. Rotate the 48" access riser 180 degrees and fabricate a new ladder from finish grade at the top of the access riser to the bottom of the vault wall (12" above SOG). Attachments: RFI 078 - Civil - Manhole Conflict with 5'x10' Access Riser at DV.pdf Official Response: Jose Lorenzo -Torres (Weinstein A+U) responded on Monday, November 11th, 2019 at 11:59AM PST We recommend option #2. Thank you. M. Servizi 11-11-19 Attachments: RFI 078 - Civil - Manhole Conflict with 5'x10' Access Riser at DV - LPD REsponse.pdf All Replies: Ig1.64Wkala.,Akallat.64,41,42aakesimagg kagiabi.aMEW We recommend option #2. Thank you. M. Servizi 11-11-19 p1;1 1.,04401h 2,A.84.4aatillijaktgazaliiedliklIZLItalL.V..taao^ve:0 Attachments: RFI 078 - Civil - Manhole Conflict with 5'x10' Access Riser at DV - LPD REsponse.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 10/13/2020 03 :25 PM LYDIG RFI #078 BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 10/13/2020 03:25 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #207 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #207: CE Fire Extinguisher in Elevator Contr #262 - RFI #553: Arch - of Closet TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 207 /0 CONTRACT: REQUEST RECEIVED FROM: CREATED BY: STATUS: Pending - In Review CREATED DATE: REFERENCE: PRIME CONTRACT CHANGE ORDER: FIELD CHANGE: No , LOCATION: 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) 10/16/2020 None ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $205.82 POTENTIAL CHANGE ORDER TITLE: CE #262 - RFI #553: Arch - Fire Extinguisher in Elevator Control Closet CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #262 - RFI #553: Arch - Fire Extinguisher in Elevator Control Closet The elevator code requires that a fire extinguisher be installed within the elevator control closet, as confirmed in RFI 553. ATTACHMENTS: PCO 207 -SP Combined.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/16/ 2020 01 :19 PM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 207 -SP Subcontractor 5 193.13 Subtotal: 9193.13 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. $ 8.69 GL Insurance: 0.75% Applies to all line Rem types. 9 1.51 P&P Bond: 0.75% Applies to all line Item types. $ 1.53 B&O Tax: = 0.47% Applies to all line Item types. 5 0.96 Grand Total: $205.82 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/16/ 2020 01 :19 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #207 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #207 -SP: CE #262 -SP - RFI #553: Arch - Fire Extinguisher in Elevator Control Closet TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 207 -SP / 0 STATUS: REFERENCE: Pending - In Review FIELD CHANGE: �� N LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Beltevue Off) 10/16 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING w_. Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $193.13 POTENTIAL CHANGE ORDER TITLE: CE #262 -SP RFI #553: Arch - Fire Extinguisher in Elevator Control Closet CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #262 -SP - RFI #553: Arch - Fire Extinguisher in Elevator Control Closet The elevator code requires that a fire extinguisher be installed within the elevator control closet, as confirmed in RFI 553. ATTACHMENTS: CE 262-SP.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/16/ 2020 01 :17 PM Cost Code Description Type Amount 1 10-002-01-- Misc Div 10 Work FE install Labor $86;67 2 10-002.01-- Misc Div 10 Work FE supply Materials $ 78.00 Subtotal: 5164.67 Fee - Self Perforin Work: .00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 24.70 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 1.42 P&P Bond: 0.75% Applies to all line Item types. $ 1.43 B&O Tax: = 0.47% Applies to alt line Item. types. $ 0.91 Grand Total: $193.13 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/16/ 2020 01 :17 PM COP Cost Breakdown Project No. 30130 Contractor: Lydig RFI 553 Date: 10116/2020 Project. # CE 262-1,1se Page a Issued 10/16/2010 Description Quantity UOM Labor Material Equipment Total Cost Productivity total hrs Cost Unit Amt unit $ Cost Unit And Unit $ Cost Supply Wall Mounted Fire Extinguisher 1 ea $- 0.00 $ - 1.00 $78.00 78.00 78.00 Install Wall mounted Fire Extinguisher 1 hr $ 1.00 1.00 86.67 - 86.67 . Total Cost of Work1 87 78 $ - $ . 165 CE 262-1,1se Page a Issued 10/16/2010 RC BUILDING SPECIALTIES LLC FROM Chris Chesire Company RC Building Specialties, LLC Email chris@rcbspecialties.com Phone 503 568 6431 FAX 503 645 9748 Portland (OR) - Mailing / Billing 10940 SW Barnes Rd #378 Portland OR 97225 P: 503 568 6431 F: 503 645 9748 MBE & ESB Certified #6349 (OR) Seattle (WA) - Office / Warehouse 988 Industry Drive Tukwila WA 98118 P: 206 612 2545 F: 206 629 2340 MBE Certified #M3M5521635 (WA) Fire Extinguishers & Cabinets Project Name: Tukwila Fire Station #52 Quantities provided Alex Carey, Lydig Construction 10.15.2020 TO Alex Carey Company Lydig Construction Email ACarey@lydig.com Cell 425.753.2790 Phone 425.885.3314 10.15.2020 Products / Specifications Quantity 1 Unit Price Amount Fire ExtiLiguisher (1) ea Model: Amerex B456 (multi-purpose dry chemical) Size: 10#ABC UL Rated 4A8OBC Description: FM approved, certification tag, wall hook 2 $78.00 each $156.00 Fire Extinguisher Cabinets Manufacturer: JL Industries Model: JL Industries Cosmopolitan series Trim style: Semi recessed, 1 '/2" square return trim Door style: Vertical duo clear acrylic door with friction catch Finish: Stainless steel #4 finish Rating: Nonrated— 1036V10 1 $137.00 each 1 $137.00 Accessories Manufacturer: JL Industries Item 1: Cabinet Signage — vertical white die cut letters Item 2: Identification — vertical decal (for wall hung) 1 1 $9.00 each $5.00 each $9.00 $5.00 Materials delivered in one shipment to jobsite TOTAL $307.00 Your signature authorizes RC Building Specialties LLC to proceed and constitutes your acceptance and contract with RC Building Specialties LLC. Please sign and fax/email back to us. We will place the order upon receipt of your signed acceptance. Signature Print Name Date Payment Terms Net 30 Days Ship VIA Direct Ship F.O.B. Job Site Lead Time 3 weeks Prices firm for 60 days due o potential market volatility of steel & aluminum tariffs. Prices subject to change without notice thereafter. LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #553 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Fire Extinguisher in Elevator Control Closet TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), ThayerWild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/12/2020 Al 01S FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Stephen Schoenfelder (SCHINDLER ELEVATOR CORP) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/16/20 10/19/2020 Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:12 PM on 10/12/2020 During a site visit with Schindler, their foreman stated that the elevator control closet requires a fire extinguisher. Lydig recommends that a surface mount Cosmic 10E dry chemical fire extinguisher be added at the north wall of the Elevator Control Closet (same model as other FE's scheduled for the project). Please confirm a FE is to be added in the elevator control closet and provide a mounting location. Attachments: RFI 553 - Arch - Fire Extinguisher in Elevator Control Closet.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, October 15th, 2020 at 2:51PM PDT No exceptions taken to installing wall -mounted fire extinguisher to north wall of elevator control closet.Fire extinguisher shall not encroach on any required equipment clearances. L. Rock, Weinstein A+U 10/15/2020 Attachments: RFI 553 - Arch - Fire Extinguisher in Elevator Control Closet WAU Response.pdf All Replies: No exceptions taken to installing wall -mounted fire extinguisher to north wall of elevator control closet.Fire extinguisher shall not encroach on any required equipment clearances. L. Rock, Weinstein A+U 10/15/2020 Attachments: RFI 553 - Arch - Fire Extin. uisher in Elevator Control Closet WAU Resionse..df BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/16/2020 01:33 PM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #208 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #208: CE #263 - RFI #552: Arch - Boot Wash Hose Length TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 6200 Southcenter Boulevard Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBERIREVISION: 208 /0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULEIMPACT: Pending - In Review Bellevue Off) CREATED DATE: 10/16 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $1,219.45 No POTENTIAL CHANGE ORDER TITLE: CE #263 - RFI #552: Arch - Boot Wash Hose Length CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract !s Changed As Follows) CE #263 - RFI #552: Arch - Boot Wash Hose Length Costs to supply and install (2) 10' hoses in Airlock 126 and 130 instead of the specified 50' hose. Hoses are not returnable so they will be turned over as owner's stock if desired. ATTACHMENTS: CE 263 - COR 8018 RFI 552 Replace Boot Wash Hoses.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/16/ 2020 01 :28 PM Cost Code Description Type Amount 23-001-99- - MCCM Subcontractor JMI8018 Subcontractor $ 1,144.23 Subtotal: 81,144.23 Fee - Self Perforin Work: 15.00%.Applies to Labor, Materials, Equipment, Other, Overhead and Profit,. Unwritten Sub'sIPA's,:and Project Contingency. $ 0.00 Fee- Sub Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 51.49 GL Insurance: 0.75% Applies to all line Item types. $ 8.97 P&P Bond: 0.75% Applies to all line Item types. $ 9.04 BSO Tax: = 0.47% Applies to all line Item types. $ 5.72 Grand Total: 81,219.45 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/16/ 2020 01 :28 PM Johansen Mechanical, Inc. PHONE *zo-4o1-2zoOFAX *zo-4nU-693o CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # D30660 DATE: 1 JMI DORM \8018 DESCRIPTION: RFI 552 - Boot Wash Hose - Replace (2) existing 50' hoses with 10' hoses serving the boot wash | | faucets. EXCLUSIONS: REFERENCE: SCHEDULE IMPACT: I. LABOR: A. LABOR ELD FORMAN 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 B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (1ommLABOR "A") III. SUBCONTRACTORS A. ALL SUBS O.00iHRG@ 0.00 HRS @ UI0HRS@ O HRS@ HRS @ HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.03 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR C. PERMITS OTHER DIRECT COSTS TOTAL 97.49 - 946.0011. ' 97.49 946.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VALID FOR 30 DAYS 0%1 TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � � � � 1,043.49 14.62 75.68 10.43 $ 1,144.23 This change proposal only includes costs that can be identified at this time. This change proposadoes not include any amount for changes in the sequence of work, delays, disruptionsrescheduling, extended overhead, acceleration or impact cost . 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. RED !NE MECHAN CAL Change Order Proposal 008 October 13 2020 Attn: Ivy LeVangie Johansen Mechanical Project: Tukwila Fire Station # 52 RE: RFI 552 Boot Wash Hose Length Dear Ivy Per RFI 552 Redline Mechanical is proposing to replace the 2 existing 50' hoses with 10' hoses serving the boot wash faucets. The manufacture does not accept returns on these items so the existing hoses will be turned over to the owner for stock. COP -008 Cost: $ 946 Sincerely, REDLINE MECHANICAL 425-586-0553 jon@redlinemec.com Company: 0 JobName: 0 Bid Date January 0, 1900 Bid: Base Bid BID RECAP SHEET RED LIVE M E C H AN IC AL 1/0/1900 PLUMBING/PIPING SUMMARY FnsTPIPEummary Pipe Equipment Total Pipe Fixtures Total Pipe Specialties Total Pipe Other Total Equipment Fixtures General Conditions Drains Hydronic Equipment Med Gas & Lab Equipment Specialties Other Direct Project Labor Plbg/Piping Labor Materials Hours Rate Labor $ Total $0 0.0 $92.95 $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 0 w/Summary $0 $0 $0 0.0 $92.95 $0 $0 $454 1.0 $92.95 $93 $547 $75 $75 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $0 2.5 $77.00 $193 $193 Overtime $0 0.0 $0.00 $0 $0 Sub Total $529 3.5 $285 $814 MATERIALS SUMMARY Plumbing/Piping Materials/Equipment Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL 0.0 Cost OH&P $ Total $529 $79 $608 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $529 $79 $608 $0 $0 $0 $529 $79 $608 OH&P % 15% 15% 15% 15% 15% 10.0 15% LABOR SUMMARY Plumbing/Piping Labor Sub Total Sales Tax LABOR TOTAL Hours Rate Cost OH&P $ Total I 3.51 $81.56 $285 $43 $328 0.0 % $285 $43 $328 $0 $0 $0 $285 $43 $328 OH&P % 15% 15% 0% 15% SUBCONTRACTS SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1.0 0.0 Cost OH&P $ Total $0 $0 $0 $0 $0 $0 $0 $0 $0 Cost I 58141 OH&P $ Total $122 $936 QUOTED PRICE $9.36 $946 15% 15% #DIV/0! 15% % OTHER JOB COSTS Company: 0 JobName: 0 Materials Plumbing/Piping Labor Description P1bg0Piping PL Hours Rate Total 1 Permits - Plumbing $O $0 2 Pomn�o'Plumbing Base add $150 $0 ' $0 3 Permits - Backflows $0 4 Permits - Pressure Vessels $U 5 Sewer Tap Fees $0 6 Gas Permit Base add $140 $O 7 Gas Permit Outlet $0 $0 8 Pressure Testing $U 9 Balancing GO 10 Draining & Refilling $U 11 Welding Qualification $O 12 $O 13 Trench Preparation $O 14 Barricades $O 15 Shoring $O 16 $U 17 Job Office Trailers $O 18 Job Storage Trailers $0 19 Job Fabrication Facility $0 20 Utilities: Sewer, Water, Power, Phone $O 21 Equipment Cartage $0 22 Temporary Services &Fuel $0 23 Ventilation $0 24 Clean-up $O 25 $O 26 Engineering O.O�12S.00 $U 27 Project Engineer 0.0 $50.00 $U 28 Detailing 0.0 G96.44 $O 29 Project N1onongement 1.0 $90.00 $90 30 $0 31 Supervision 0.5 $105.00 $53 32 Material Handling 0.0. $50.00 $O 33 Delivery $75 1.O�50�OO $50 34 $O 35 Parking $ Per Man Day $0 $0 36 Scheduling $U 37 Safety $0 0.0 $86,44 $0 38 $0 39 Foreman Truck & Fuel /Week $0 $0 40 $0 41 Tools & Consumables $U$U 42 $O $75 2.5 $77.00 $193 FIXTURES :ompany: 0 obName• 0 Labo Unit Hours Total Mark Description Quantity Matenals Unit Total 2.34 0.0 Water Closet FMFV 0 50.00 30.00 2.88 0.0 Water Closet WMFV $0.00 3.90 0.0 Water Closet FM Tank $0.00 0.0 50.00 1.56 0,0 WC Carder Single $0.00 2.70 0.0 WC Canioer Double 30.00 0.0 $0.00 1.98 0,0 Urinal WMFV $0.00 3.60 0.0 Urinal FMFV 30.00 0.0 30.00 1.56 0.0 Unrinal Carrier 90.00 0.0 30.00 1.80 0.0 Lavatory Counter Top $0.00 1.98 0.0 Lavatory Wall Mount 50.00 1.35 0.0 Lavatory Carrier $0.00 1.00 0.0 Faucet & Drain for Intergral Lav $0.00 2,30 0.0 Lavatory Undermount $0,00 0.30 0.0 Add for POU Mixing Valve $0.00 0.0 $0.00 2.70 0.0 Sink 1 Comp Counter Top 30.00 3.60 0.0 Sink 2 Comp Counter Top 50.00 5.40 0.0 Sink 3 Comp Counter Top 30.00 0.50 0.0 Add for Undermount Sinks 30.00 0.30 0.0 Add for POU Mixing Valve $0.00 0.0 $0.00 3.90 0.0 Tub - Fiberglass 30.00 5.85 0.0 Tub/Shower Stall $0.00 0.0 $0.00 4.50 0.0 Shower Stall 36" $0.00 7.50 0.0 Shower ADA $0.00 3.50 0.0 Shower Pan & Valve 80.00 2.00 0.0 Shower Valve Only 30.00 0.0 $0.00 1.50 0.0 Emergency Shower/Eyewash $0.00 1,00 0.0 Emergency Eye Wash $0,00 1.25 0.0 Add for Mixing Valve 50.00 0.0 90.00 3.50 0.0 Service Sink With Trap Stand 90.00 3.60 0.0 Mop Sink Floor Mount 90.00 2.50 0.0 Laundry Tub 90.00 0.0 $0.00 4.77 0.0 Water Cooler Wall Hunq 30.00 4.00 0.0 Water Cooler Floor Mount $0.00 2.00 0.0 Water Cooler Carrier $0.00 0.0 $0.00 0.54 0.0 Wall Hydrant 50.00 0.68 0.0 Wall Hydrant with Box $0.00 0.90 0.0 Yard Hydrant 90.00 1.25 0.0 Roof Hydrant $0.00 0,54 0.0 Hose Bibb $0.00 0.0 80.00 0.50 0.0 Ice Maker Box $0.00 0.65 0.0 Washer Box $0.00 0.0 90.00 0.50 1.0 Boot Wash Hoses 2 $226.80 $453.60 0.0 $0.00 0.0 50.00 0.0 50.00 0.0 $0.00 0.0 $0.00 0.0 90.00 0.0 $0.00 0.0 $0.00 0.0 30.00 0.0 $0.00 0.0 $0.00 0.0 50.00 0.0 $0.00 0.0 90.00 0.0 $0.00 0.0 $0.00 0,0 90.00 0.0 $0.00 0.0 90.00 0.0 $0.00 0.0 30.00 0.0 $0.00 0.0 90.00 0.0 90.00 0.0 $0.00 0.0 50.00 0.0 $0.00 1.0 Totals $453.60 0 WOLSELEY FERGUSON-SEATTLE #3007 INDUSTRIAL GROUP 4100 WEST MARGINAL WAY SW SEATTLE, WA 98106-1209 Phone: 206-767-770 Fax: 206-763-3090 Deliver To: From: Chris Lammon Comments: 142O17OCT 132O2O Bid NoB363294 Bid Date: 10M3/20 Quoted By: CRL Customer: REDLINE PLUMBING LLC TUKWILA FIRE STATION #52 DBA REDLINE MECHANICAL POBOX 721 ENUMCLAW, WA 98022 Cust PO#: 10' T&S BRASS HOSES FERGUSON ENTERPRISES #3007 Price Quotation Phone: 206-767-7700 Fax: 206-763-3090 Cust Phone: 253-939-6398 Terms: NET 1OTH PROX Ship To: Job Name: REDLINE PLUMBING LLC TUKWILA FIRE STATION #52 DBA REDLINE MECHANICAL POBOX T21 ENUMCLAW, WA 98022 TUKWILA FIRE STATION #52 Page 1 of 1 Item Description Quantity Net Price UM Total *CVR* CREAMERY HOSE ASSY 3/4 X 10 FACTORY ORDER 5 DAYS TO SHIP PLUS TRANSIT PLUS UPS CANNOT RETURN 50' HOSES 2 226.800 EA 453.60 Net Total: Tax: Freight: Total: $453.60 $0.00 $0.00 $453.60 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/WBE/SMALL BUSINESS REQUIREMENTS. Selier not responsible for delays,lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or putm/onommvom. This Quote is offered contingent upon the Buyers acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web at https://wwwferguson.com/content/website-infonerms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with *NP in the description are NOT lead free and can only be installed in non -potable applications. Buyer is solely responsible for product selection. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the Iink below to comp(ete a survey about your bids: LY 010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RECEOYED Oct 12 2020 WEINSTEIN A -I -LJ LLC RFI #552 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Boot Wash Hose Length TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) 10/12/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Open 10/19/2020 TBD 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 01:46 PM on 10/12/2020 The boot wash faucet (BW -1) is specified as a MV-0771-12CW washdown station supplied by T&S brass. This washdown station comes with a 50 L 3/4" ID creamery hose w/ inlet swivel. It was noted in WAU field report dated 10/06 that the hose was too long. T&S also has the same type of hose in lengths of 10' (part #014034-45, cut sheet attached) and 25'. Please advise if an alternate hose is to be installed. Attachments: RFI 552 - Arch - Boot Wash Hose Length.pdf Awaiting an Official Response All Replies: 50'L hose should be replaced with 10'L hose at both Airlocks. Provide credit for return of existing hose. If restocking credit is not available, save existing hoses for Owner's stock. L. Rock, Weinstein A+U 10/12/20 BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/12/2020 01:46 PM 014034-45 Creamery Hose Assembly, 3/4" ID x 10' Long, 3/4" NPT Male Inlet & 1/2" NPT Male Outlet doklaftliteUMMENAIMINItt, Product Deteats Videoagemture • Weight 6 50 lbs L2 95 kg) • UPC: 671262757503 • List Pf IL.9"0 302 40 Dowri s load Spec Drawings/Patts Explosion Warranty Sales No. T&S BRASS AND BRONZE WORKS, INC. 2 SADDLEBACK COVE 014034-45 / P.O. BOX 1088 / TRAVELERS REST, SC 29690 PHONE 800-476-4103 - FAX 864- 834-3518 REG./A2801 ISG 09001 RELIABILITY ` BUILT IN Job Name: Architect/Engineer Approval: Notes: 10,_0, .u!uIIII'iii 3/4" NPT Male 1/2" NPT Male Product Description: 10 Ft. x 3/4" I.D. White Creamery Hose Assembly Drawn: DHL Checked DMH Scale: 1 :1 Approved J H B Date: 08/31/11 LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #552 Project: 30129-43 - TF5#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Boot Wash Hose Length TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/12/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/13/20 10/19/2020 TBD 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 on) Alex Carey yd Construction, Inc. - Bellevue Of) at 01:46 PM on 10/12/2020 The boot wash faucet (BW -1) is specified as a MV-0771-12CW washdown station supplied by T&S brass. This washdown station comes with a 50' L 3/4" ID creamery hose w/ inlet swivel. It was noted in WAU field report dated 10/06 that the hose was too long. T&S also has the same type of hose in lengths of 10' (part #014034 -45, -cut sheet attached) and 25'. Please advise if an alternate hose is to be installed. Attachments: RFI 552 - Arch Boot Wash Hose Length.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, October 12th, 2020 at 5:53PM PDT 501 hose should be replaced with 10'L hose at both Airlocks.Provide credit for return of existing hose.lf restocking credit is not available, save existing hoses for Owner's stock. L. Rock, Weinstein A+U 10/12/20 Attachments: RFI 552 - Arch - Boot Wash Hose Length WAU Response.pdf All Replies: 44, 501 hose should be replaced with 10'L hose at both Airlocks.Provide credit for return of existing hose.lf restocking credit is not available, save existing hoses for Owner's stock. L. Rock, Weinstein A+U 10/12/20 Attachments: RFI 552 - Arch Boot Wash Hose Length WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/16/2020 01:27 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #211 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #211: CE #212 - RFI #354: Arch - Translucent Canopy at Deck 231 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 211/ 0, a-. Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 10/23 /2020 �_ . ....,_ .. ... _... None Amount Based PAID IN FULL: No TOTAL AMOUNT: $3,639.54 POTENTIAL CHANGE ORDER TITLE: CE #212 - RFI #354: Arch - Translucent Canopy at Deck 231 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract/s Changed As Follows) CE #212 - RFI #354: Arch - Translucent Canopy at Deck 231 Revision of the design of the canopy for Deck 231. Original drawings showed a polycarbonate panel but did not specify material type, size, thickness. The RFI response changed the design to a glass canopy supported with Crystalite extruded aluminum supports. It also added in new steel ledger angle pieces, flashing and WRB patching. WAU, SOJ, and Lydig agreed to utilize the remaining allowance of $25,000 for PSE work in 65th Ave S to cover costs associated with CE 212/RFI 354 - Translucent Canopy at Deck 231 ATTACHMENTS: PCO 211 -SP - Combined.pdf CE 212 - GSI -006 RFI 354247 Canopy Rev 1.pdf CE 212 - PCO 09 - Translucent Canopy Flash and Fab.pdf # Cost Code Description Type Amount. 1 03-001-99- - BP -03 - Structures Subcontractor PCO 211 -SP Subcontractor (52,313.52) 2 08-118-99-- BP -05 - Glazing Subcontractor GSI COR 006 Subcontractor $ 32,990.00 3 07-010-99-- BP -13 Aluminum Paneling & Cement Fiber Board Axiom CC COR 09 Subcontractor $ 1,327.10 4 50-004-08-- Allowance 2 - PSE Work at 65th Allowance 2 - PSE Work at 65th Ave Project Contingency (625,000.00) Subtotal: $7,003.58 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Prorit, Unwritten Sub's/PA's, and Protect Contingency. (53,750,00) Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 315.16 GL Insurance: 0.75% Applies to all line Item types. $ 26.77 P&P Bond: 0.75% Applles to Wine types. $ 26.97 B&O Tax: = 0.47% Applies to all line item types. $ 17.06 Grand Total: 53,639.54 Lydig Construction, Inc. page 1 of 2 Printed On: 10/23/ 2020 01 :08 PM LYDIG Owner Signature Lydig Construction, Inc. PCO #211 Date page 2 of 2 Printed On: 10/23/ 2020 01 :08 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #211 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #211 -SP: CE #212 -SP - RFI #354: Arch - Translucent Canopy at Deck 231 TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 211-SP/0 Pending - In Review FROM: CONTRACT: yy CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE -Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/23 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: ($2,313.52) POTENTIAL CHANGE ORDER TITLE: CE #212 -SP - RFI #354: Arch - Translucent Canopy at Deck 231 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #212 -SP - RFI #354: Arch - Translucent Canopy at Deck 231 Revision of the design of the canopy for Deck 231. Original drawings showed a polycarbonate panel but did not specify material type, size, thickness. The RFI response changed the design to a glass canopy supported with Crystalite extruded aluminum supports. It also added in new steel ledger angle pieces, flashing and WRB patching. ATTACHMENTS: CE 212 -SP - RFI 354 Lydiq Pricinq.pdf CE 212 -SP - 1925-018 COR.pdf # Cost Code Description Type Amount 05-001-97-- Structural Steel Supplier B&B COR 018 Purchase Agreements 5 694.00 2 08-110-01-- Misc Div 8 Work - Polycarbonate Panels polycarbonate Panels. Materials (51,559:80) 3 05-005-01- - Steel Grating Steel Lintel Install Labor 51,402.72 4 08-110-01- - Misc Div 8 Work - Polycarbonate Panels Installation of polycarbonate panel Materials (82,805.44) Subtotal: (52,266.52) Fee - Self Perform Work: 0.00%Applies to Labor, Materials,Equipment, Other, Overhead and Profit, UnwrittenSub's/PA's, and. Project. Contingency. $ 0.00 Fee - Sub Tter Work: 0.001 Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies: to all line Item types. (817.01) P&P Bond: 0.75% Applies to all line Item types. (817.14) B&O Tax: = 0.47% Applies to all line Item types. (810.85) Grand Total: (52,313.52) Lydig Construction, Inc. page 1 of 2 Printed On: 10/23/ 2020 01 :01 PM LYNG PCO #211 -SP IMINNOZMINOM Owner Signature Lydig Construction, Inc. Date page 2 of 2 Printed On: 10/23/ 2020 01 :01 PM 7 Change Order Submitted: 23/Jul/20 B&B Fabricators 7301 197th PI NE Arlington WA 98223 Please respond by: 27/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 -354 Additional Bnt PL for Translucent Canopy Reference documents: The total cost for this change: $694.00 This change has no schedule impact Project reference: Change order no.: Fabricator project: Sequences: Area: 018 1925 1A GL B -C 84 1 Please sign below to indicate your acceptance of this change and its related cost and schedule impact, subject to the terms of our original agreement and additional terms specified above. Receipt of this signed change order represents full authorization to proceed with the above described changes. Change Order 018 Approved by: Date. Report generated by AVEVA Solutions Limited, Copyright © 2010 to current year. Printed: 23/JuI/20 11:28:34 Change Order Estimate - Material Page 1/1 MIM Project: 1925 Tukwila Fire Station 52 (LYDIG) Change order: 018 RFI -354 Additional Bnt PL for Translucent Canopy Assembly: Qty.! 1 21.16 SriFt Part mark Qty Material 2 L 4x4x3/8 A36 Width Length Part type Finish Total weight 711-1/4" Angle 155.581b 155.581b 21.16 SqFt 155.581b Unit price Total material cost $0.6500/ Ib $101.12 $101.12 $101.12 Report generated by AVEVA Solutions Limited, Copyright ‹, 2070 to current year. Printed: 23/1u1/20 71:2912 Change Order Estimate - Material & Labor Page 1/1 Project: 1925 Change order: 018 Tukwila Fire Station 52 (LYDIG) RFI -354 Additional Bnt PL for Translucent Canopy Assendbiy: Qty: Houts/assertibly: .00 Assetintaly tratars: .00 Part mark Qty Material 2 L 4x4x3/8 A36 Width Length Part type Finish Weight T 11-1/ 4" Angle 155.581b Hours/part Part hours .75 1.50 155.581b 1.50 Total weight: 155.58Ib Part hours: Assembly hours: Total hours: 1.50 .00 1.50 Report generated by AVEVA Solutions Limited, Copyright ,lf) 2010 to current year. Printed: 23/1u1/20 11:29:47 Change Order Estimate - Summary by Cost Category (internal) Page 1/1 Project: 1925 Change order: 018 Tukwila Fire Station 52 (LYDIG) RFI -354 Additional Bnt PL for Translucent Canopy Cost category Shipping weight Total cost Markup 1 Markup 2 Markup 3 Estimated Submitted In contract Materials 155.581b $101.12 15.0000 0.0000 0.0000 $116.29 $116.29 $0.00 Assembly labor 0.00Ib $0.00 0.0000 0.0000 0.0000 $0.00 $15.21 $0.00 Part labor 0.00Ib $117.00 15.0000 0.0000 0.0000 $134.55 $134.55 $0.00 Finish 0.00lb $15.87 15.0000 0.0000 0.0000 $18.25 $18.25 $0.00 Freight 0.00lb $255.00 15.0000 0.0000 0.0000 $293.25 $293.25 $0.00 Deductive 0.00lb $0.00 0.0000 0.0000 0.0000 $0.00 $0.00 $0.00 Detailing 0.00lb $80.00 15.0000 0.0000 0.0000 $92.00 $92.00 $0.00 Insurance 5% M,L,F 0.00lb $24.45 0.0000 0.0000 0.0000 $24.45 $24.45 $0.00 155.58lb $593.44 $678.79 $694.00 $0.00 Report generated by AVEVA Solutions Lunited, Com/light k; 2070 to current year. Printed: 03/Aug/20 11:04'08 COP Cost Breakdown Project Name: Tukwila Fire Station #52 Project No. 30130 Contractor: Lydlg RFI 354 Date: 10/102020 Project. # CE 213•SP - 88 394 lyclig Pridng.4144 Page_ of Iszued 10/23/3030 Description 'Quantity UOM Labor Material Equipment Total Cost Productivity total hrs Cost Unit Amt Unit $ Cost Unit Amt Unit $ Cost 08-110-01 Polycarbonate Material Credit 4 ea 4389.91 (1,559.80) $ - (1,559.80), 08-110-01 Polycarbonate Labor Credit 1 Is 1,00 -32.00 (2,805.44) (2,805.44) 05-005-01 Steel Lintel Install 1 is 1 16.00 1,402.72 $ - - $ 1,402.72 Total Cost of Work (16) (1,403) $ (1,560) - .. (2,963) CE 213•SP - 88 394 lyclig Pridng.4144 Page_ of Iszued 10/23/3030 1.4.11011P•1111 I MOM iu 113111N1 1,:* out ,c! i1 NE 9,, (1) rt.c.zimtAntnitInotrm.... NOM A202S,A WEINSTEINA+U GENERAL STOREFRONTS, INC. COP/CHANGE ORDER SUMMARY Project Name: Tukwila Fire Station 52 Subcontractor: General Storefronts, Inc. Customer: Lydig Construction Date 10/9/20- Revised GSI CO #: GSI -006 Revised COP/CCD/PRJRFI #: RFI 354 & 247 Description: Furnish and install standard anodized (bronze or clear) translucent canopy at Deck 231. We have confirmed with CrystaLite that the Vertical members that have been added can support the weight c)f the glass & the loading without additional steel members. We have priced the frame in standard clear of bronze anodized with an option for Weathered Zinc paint. We have priced this canopy with six lights in lieu of 3 because of the weight of the extremely large pieces of glass and the major challenges of installing the glass due to the proximity of the canopy to the roof, the ground & the depth from the face of the building. We have also included calculations for the skylight in our proposal. *Optional Add for Weathered Zinc paint $4676.00* Itemize all costs on attached COP Cost Breakdown form. 1. MATERIAL COSTS a. material costs $ 15,134.50 b. freight costs (itemize) $ 2. EQUIPMENT COSTS a. rental equipment (per spec approved source) $ 4,23000 b. owned equipment (per invoices attached) $ - 3. JOBSITE COSTS a. labor $ 8,210.94 a. material costs $ - 4. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, & 3 4,136.40 5. SUB -TIER CONTRACTORS / SUPPLIERS a. - b. $ c. $ - d. $ 6. OVERHEAD & PROFIT ON SUB -TIER CONTRACTORS a. NTE 5% of Line 5 for each sub -tier 7. INSURANCE/TAXES a. volume driven liability insurance b. volume driven b&o taxes 8. Bond a. Bond 1. MATERIAL COSTS 15,135.00 2. EQUIPMENT COSTS 4,230.00 3.JOBSITECOSTS $ 8,211.00 SUBTOTAL 1 thru 3 $ 27,576.00 4. OVERHEAD & PROFIT $ 4,136.00 5. SUB -TIER CONTRACTORS $ 6. OVERHEAD & PROFIT ON SUBCONTRACTORS $ 1.000 % of 1-3 & 5 $ 275.76 % of 1-3 & 5 $ 1.000 % of 1-3 & 5 $ 275.76 7. INSURANCE $ 552.00 2.25% 725.94 TOTAL COST 8. BOND $ TOTAL COST 32,264.00 726.00 32,990.00 GSI -006 Canopy-JH.xlsx Page of Issued 10/15/2020 GENERAL STOREFRONTS, INC. COST BREAKDOWN Project Name: Tukwila Fire Station 52 Project No. 19-041 GSI CO No. GSI -006 Revised COP/CCD/ PR! RFI No. RFI 354 & 247 Date: 1018120 -Revised GSI -006 Canopy-JH.xlsz Page of Issued 10/15/2020 Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Labor Apprentice -install 28 hrs 580A3 2251S3 Journeyman -Install 30 hrs $84.94 5 2,548.16 Foreman -Install 30 hrs $86.12 S 2,583.63 Driver 2 hrs 569.13 S 13826 Foreman-Measure/Layout 8 hrs 586.12 5 688.96 Project Manager 0 hrs 577.37 - Project Adminstrator 0 hrs $46.28 $ - Administrative 0 540 20 , Safety Costs 1 Is $0.00 - Document Reproduction 1 Is $0.00 Small Tools 1 Is $0.00 5. Jobsite Subtotal 8,210.94 - 8,210.94 Materials Aluminum 1 Is $0.00 5 - Glass 1 Is $0.00 5 4,608.00 Mirrors 1 Is 50 00 5 - Sealant 1 Is $0.00 S - Windows 1 Is $0.00 5_ Automatics 1 Is SO 00 - Misc Material, screws, tape 1 Is $0.00 5 263.00 Paint 1 Is $0.00 S_ Travel/Parking 1 Is 50 00 $ - Flashing 1 Is 50 00 850.00 Hardware 1 Is $0.00 Skylights/Canopies 1 Is $0.00 $ 6,787.50 Shop Drawings & Cates 1 Is $0.00 $ 2,626.00 Materials Subtotal $ 15,134.55 $ 15,134.50 Equipment Rental 1 Is $ 4,230.00 - Equipment Subtotal $ 4,230.00 $ - 4,230.00 _ Total Cost of Work 8,210.94 $ 15,134.50 $ - $ 27,575.44 GSI -006 Canopy-JH.xlsz Page of Issued 10/15/2020 CrYS I nc. .71Le- Clear- Choice- SkyMos •Sunrooms• Railings El Everett - 3307 Cedar Street 1-800-666-6065 USA FAX (425) 250-6734 D Spokane -3808 N. Sullivan Rd., Bldg. 15 1-800-382-5403 USA FAX (509) 921-2137 El Salem - 1452 McDonald St. NE 1-800-664-1257 USA FAX (503) 391-0974 QUOTE #: Tukwila FS Quote Only QUOTE Quote Good For 30 Days (UNO) Date: 9/17/2020 Deliver To Dealer: Customer Exp. Ship Date: Date: 8/18/2020 Name: GEN321 - GENERAL STOREFRONTS, INC. Ordered By: Bill P.O.: Ship To: 360/474-8410 360/474-8421 Phone: 360/474-8410 01 Fax: 360/474-8421 18931 59TH AVE NE, STE 4 ARLINGTON, WA 98223-4705 Quoted By: Tim Terms: NET 30 DAYS Side Marked: Frame/ Qty. Color Description 1 Custom Slope Skylight By other Brz or Clr1210 3/8" x 88" OCD, 3 or 6 lites wide Ano Jambs @ wall No Perimeter caps on Head or Sill Structural Curb and Flashing by others IStandard CrystaLite glazing details 1Shop drwgs. included for approval Field Measure by others Ship via: OUR TRUCK Ship to Dock: 0 Boxed w/Curb TaDe Glazing Glazing Low E rUnitice Type Color Argon P 6,787.50 /ea. Field Glazed & Installed by others 1FOB your shop 1 ( !Add for custom painted frame (No exotics or XL's) Add for job specific calcs 3,974.60 /ea. 2,626.00 /ea. Notes: Will Call Sig.: QUOTE Confirmed By Fax: LJ Shop Initials: Notthw OO Weit n Street: 581 GENERAL STOREFRONTS ** Address: 18931 59TH AVE NE #4 ARLINGTON, WA 98223 FAX To: 360-474-8421 Tel: 360-474-8410 ATTN: BILL GEORGE eMail: billgg@genstorefront.com Prep By: Cathy Footer Job Name: TUKWILA FIRE STATION 52 Plant: Seattle Pack A -Rack Ship NWI Flatbed Route: 42 -Local Boom FOB: FOB: ARLINGTON WA Svc Rep: JAIME LAZICH Sales Rep: Garth Tait Estimate Number Rev 33325 08/18/20 MAILED 8/18/20 10:49 AM Products Qty P ce U of LAMINATED TEMPERED LITE 9/16 LAMI HS/TEMP 1/4 CLEAR HS/TEMP .060 SENTRYGLAS CLEAR INTERLAYER 1/4 CLEAR HS/TEMP W/ D201 STD 1/8" DOTS, WHITE FRIT (SX 8876) ADD FRIT SETUP CHARGE - PER RELEASE ADD FLAT GRIND IF REQD FAB ON LAM PRIOR TO LAMINATING, NO EDGE ALIGNMENT GUARANTEE. 3 @ 70 X 88 129 28.35 PerSqFt 950.00 Each Racks delivered in NWI normal delivery area. Number of releases to be negotiated. ** Estimator Notes & Disclaimers ** * From NWI Price Good For 90 Days unless otherwise noted. * Price includes all energy surcharges. SPACER: Standard spacer mill aluminum. Add $.15/sf for colored alum spacer, add $.25/sffor warm edge spacer (Technoform) OVERSIZE CHARGES: Unless otherwise noted, Add for sizes over 50 to 65 square ft: Annealed +15% / Tempered+25%; over 65 square ft Tempered +50%. QUOTATIONS: This quoted price by NWI is based on the information you have provided us at this time. Any changes that affect the lead times, boxing, cutting yields, number ofjobsite deliveries, etc., may require a price adjustment. If we feel this is the case we will notify you immediately to discuss the changes. NWI will guarantee quotations for 90 Days unless otherwise noted. All quoted prices must be shown on customer P.O. All local bids are presumed to be shipped via A -Rack unless otherwise requested. Boxing of some products may be required at the discretion of NWI Shipping Dept. $200 per box shall be added for local Seattle delivery for annealed over 78x100 and tempered over 78x120. NORTHWESTERN INDUSTRIES INC (NWI) EXPRESSLY DISCLAIMS ANY IMPLIED WARRANTY OF MERCHANTIBILITY OR FITNESS FOR ANY PARTICULAR PURPOSE AND ANY OTHER OBLIGATION OR LIABILITY NOT EXPRESSLY SET FORTH IN ITS STANDARD TERMS OF WARRANTY. NWI SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTAL DAMAGES. To : . . i .a Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 Pending Change Order Change Order Request # : 9 Date: August 05, 2020 8 8 tnt RE: Translucent Canopy Flash and Fab Added Flashing and panel fabrication at translucent canopy per RFI 354. VtNe Prefinished Flat Sheets Flashing Fabrication Flashing Installation Silbonit Filed notching/Cutting Additional days for change order work Work will proceed upon approval, and the following amount will be added to the contract Authorized Signature Axiom Construction & Consulting, LLC Authorized Signature Lydig Construction 1.00 EA 1.50 HRS 6.00 HRS 4.00 HRS 62.00 $ 72.00 $ 98.40 $ 98.40 $ 62.00 108.00 590.40 393.60 p 8 8 8 Labor: Material: Other: Subtotal: OH & P: $ 984.00 62.00 108.00 $ 1,154.00 15% $ 173.10 Pending Change Order Total $ 1,327.10 1,327.10 Date Date When signed by the Owner and the Contractor, this document becomes effective Immediately and will be promptly incorporated as part of the next available Change Order. The Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement of all direct and Indirect costs and time impacts arising from the above change(s). Reservation of Rights. Thischange 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 impactcosts which are not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overrun prior to final settlement of this Contract Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360.354.1184. LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #212 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order#212: CE #264 - RFI #555: Elec - Addition of DAS TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS:... REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 212/0 Pending - In Review FROM: CONTRACT: CREATED BY: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/27 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $54,199.31 POTENTIAL CHANGE ORDER TITLE: CE #264 - RFI #555: Elec - Addition of DAS CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #264 - RFI #555: Elec - Addition of DAS Addition of DAS system to the Lydig Self -Perform scope of work per RFI 555. Pricing also includes the on-site organic public safety coverage study costs (costs to be included in owner PCO per 10/27/2020 OAC meeting). ATTACHMENTS: tfs 52 - gccm-rfl 555-elec - addition of das-202010272147.pdf PCO 212 -SP - Combined.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 02 :59 PM Cost Code Description Type Amount 1 03-001-99-- BP -03 - Structures Subcontractor PCO 212 -SP Subcontractor $ 50;856.52 Subtotal: 550,856.52 Fee - Seff 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. $ 2,288.54 GL Insurance: O.75% Appliesto all line Item types. $ 398.59 P&P Bond: 0.75% Applies to all line Item types. $401.58 B&O Tax: = 0.47% Applies to all line Item types. $ 254.08 Grand Total: $54,199.31 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 02 :59 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #212 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #212 -SP: Elec - Addition of DAS CE #264 -SP - RFI #555: TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 212 -SP / 0 Pending - In Review FIELD CHANGE: N< LOCATION: LL SCHEDULE IMPACT: FROM: 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 1 - Tukwila Fire Station #52 Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc, - Bellevue Off) 10/27 /2020 None Amount Based No TOTAL AMOUNT: $50,856.52 POTENTIAL CHANGE ORDER TITLE: CE #264 -SP - RFI #555: Elec - Addition of DAS CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #264 -SP - RFI #555: Elec - Addition of DAS Addition of DAS system to the Lydig Self -Perform scope of work per RFI 555. Pricing also includes the on-site organic public safety coverage study costs (costs to be included in owner PCO per 10/27/2020 OAC meeting). ATTACHMENTS: ERRCS Organic Coverage Study -Tukwila Firestaion 52 NonCOMPLIANT-Final 101420.pdf CE 264 -SP - Day Wireless Organic Testing and DAS Svstem.pdf ft Cost Code Descrlptron Type Amount 1 26-001.99-- Electrical Sub Day Wreless Subcontract Amount Subcontractor 5 44,898.43 2 26-001-99-- Electrical Sub Day Wreless Organic Testing Subcontractor 9 1,275.00 Subtotal: 946,173.43 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. $ 3,693.87 GL Insurance: 0.75/ Applies to all line Item types. $ 374.00 P&P Bond: 0.75% Applies to all line Item types. $ 376.81 B&O Tax: =0.47% Applies to all lIne item types. $ 238.41 Grand Total: $50,856.52 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 02 :43 PM Day Wireless Systems 2415 $ 200th St SeaTac, WA 98198 Proposal Prepared For: Lydiq Construction - Tukwila Fire STA 52 Contact: Address: City/State/Zip: Phone: DAY WIRELESS SYSTEM Acct # PO# 6/9/2020 29370 Tuk Fire STA 52 Organic Evaluation Item Qty Description Unit Cost Total 1 1.0 On -Site Organic Public Safety Coverage Study $648.00 $648.00 2 1.0 Grid Mappnig and Signal Analysis $552.00 $552.00 3 1.0 Mobilization Expenses $75.00 $75.00 $0.00 $0,00 $0.00 Note: The proposed labor rate is based on work performed during regular business hours Monday - Friday 8:00 AM to 5:OOPM Overtime labor rates are higher This document, details, and pricing offered herein are confidential and proprietary to Day Wireless Systems. Use or dissemination of the details of this document, including its use in the development of any RFP or solicitation for service. are strictly orohibited Equipment / Labor Shipping Subtotal Sales Tax Total $1,275.00 $ - $ 1,275.00 1010 127.50 $ 1,402..O without the express written approval of Day Wireless Systems. Scope of Work: DWS: Will conduct an on site organic coverage study of 'Tukwila Fire STA 52located at 15447 65th Ave. S, Tukwila, WA 98188. Upon completion of signal mapping, DWS will complete a certification report detailing either Compliance or Non -Compliance and provide a copy to the customer. Customer: Will provide access and escort as required to complete the above detailed scope of work. > Proposal Valid for 60 Days < Technical Rep: Office: Fax. Kasey Chakos 206-878-3750 206-878-1926 kchakos(W,davwireless.com Exceptions: DWS will not be responsible for, and reserves the right to submit billing for the following: 1. The cost of diagnosing or eliminating any type of interference caused by, or received by, customer equipment. 2. Delays and or extra costs incurred because of snow or other inclimate unexpected weather conditions. 3. Any unforeseen delays or extra costs brought on by the FCC licensing process or its frequency coordinating agencies. 4. (Force Majeure) Non-performance or delayed performance caused by a third party such as an act of God, labor disturbance, government entity, wind, lightning, or any other similar cause. 5. Extra labor time and or trips caused by our customer or any other customer sponsored contractor or utility (phone/fiber ect) personnel not being prepared, late to job, or performing their job poorly. 6. Any unexpected or unforeseen customer equipment problems or issues, not included in the Scope of Work, that may potentially need repairs, maintenance, or programming. 7. Day Wireless Systems will not be responsible for any poor performance issues that arise from non DWS Engineered Systems that have been pre planned and requested to be installed by our clients. 8. Electrical AC power availability at all installation sites. 9. Prevailing wages 10. Permits 11. Fees 12. Inspections 13. R-56 upgrades 14. Tower upgrades 15. Structural upgrades 16. General finish repairs 17. Any electrical work 18. Documentation 19. Training 20. Anything not listed in above SOW Notes: This proposal is based on the performance of labor during regular business hours of 8:00 am through 5:00 pm Monday through Friday. Customer requests for work to be performed outside of these parameters may be accommodated but will be billed at the current over time shop rates unless otherwise noted in this or other valid quotation and or statement of work. All prices quoted herein are firm for 60 days and are based on customer needs and information supplied as of proposal date. If customers specifications or other circumstances change, please contact us for a revised quotation. This quotation supersedes all previous quotations for the same scope of work. In order for a customer to be billed on their own personal or business account after completion of work, customers must have a pre -arranged and established line of credit approved with Day Wireless Systems, Inc. If a customer does not have such a line of credit, a down payment of the full quoted price may be required prior to ordering product or performing any work or services. Taxes: All pricing herein is exclusive of Washington State Sales Tax. Any tax or other governmental charges now, or hereafter levied upon, or measured by the transaction between Day Wireless Systems Inc., and the agency accepting this quotation shall be paid by such person, corporation, or agency accepting this quotation, in addition to any prices quoted or invoiced by Day Wireless Systems, Inc. Payment Terms: Net 10 days from the date Day Wireless Systems receives and invoices equipment. Customers are welcome to inspect equipment to ensure Day Wireless Systems has received equipment and it is in good working condition. All labor charges are net 10 days after completion of specified work. There will be a 20% re -stocking charge on all returned or canceled orders. Confidential And Proprietary: This document, details, and pricing offered herein are confidential and proprietary to Day Wireless Systems. Use or dissemination of the details of this document, including its use in the development of any RFP or solicitation for service, are strictly prohibited without the express written approval of Day Wireless Systems. Accepted By: Date: Thank you for the opportunity to propose quality leading edge products from Day Wireless Systems PUB �K�K� QUOTE IC SAF OCTOBER 19, 2020 -TY DAS SOLUTION UTUON Presented to: Alex Care Senior Project Engineer Lydig Construction (425) 885-3314 Presented by: Tony Arreola Strategic Account Manager Day Wireless Systems (206) 473-2965 tarrpola@daywirc|ess.coinl Day Wireless Systems is pleaseto offer the foliowing proposal to Lydig Construction for the Emergency Responder Radio Coverage System (ERRCS) for the Tukwila Fire Station 5%located at1S4476SthAve. S.in Tukwila, WA. IFC 510 requires all new buildings to have radio coverage for emergency responderswithin the buliding. This proposal is intended to provide Lydig Construction with the system needed to ensure code compliance. Each building and situation is unique, and each solution we provide is tailored to our customer's needs. This is why we have put together the following to outline the Tukwila Fire Station 52 project. Included in this proposal is an estimated bill of materials and reflects the proposed system design. Upon purchase and reviewof the system design by Lydig Construction, any changes made will result in a change order. This includes, but is not limited to: changing cable pathways, changing headend locations, and changing donor mounting. For contracting concerns, please email contracts@duwireless.com and reference Project #1501-20257. We look forward to working with you on this important communications project. DAY-Ak WIRELESS SYSTEMS PROJECT #1501-20257 PROJECT BACKGROUND This project is to produce a design quote for an 800 MHz Public Safety (PS) DAS for a new construction two- story fire station facility located in Tukwila, Washington. The enclosed area to be served by the DAS is roughly 17,588 square feet. The Authority Having Jurisdiction (AHJ) radio system is King County. King County has 24 frequency pairs for 800 MHz to be carried in the P5 DAS. The mostlikely donor site is King Co/ VaIIey Comm- Skyway, roughly 2.0 miles to the north. SYSTEM DESCRIPTION The proposed design will use an 800 MHz Class A BDA at the headend room, then feeding passive equipment throughout the building. This BDA will be on a 24-hour battery backup. 10/19/2020 Confidential to Lydig Construction �^� DAY WIRELESS SYSTEMS PROJECT #1501-20257 Tasks necessary for the successful completion of this project include, but are not limited to, the following: Provide a point of contact for project communication Provide detailed floor plans including tenant improvements Conduct a detailed design review based ori plan sets Generate equipment Iist based on detailed design Approve revised design Order equipment Coordinate with donor site system managers (AHJ) Procure ERRCS and Iow voltage electrical permits Select donor site Receive and inventory equipment Stage and program BDA system Receive AHJ approval and/or contract Install BDA and B8U Install coaxial cable along demarked pathways and terminate Perforn-i distance to fault (DTF) and return Ioss (RL) coaxiat cable line sweeps Install passive DAS components (jumpers, antennas, etc.) Conduct isolation testing and generate report Install active DAS components Conduct donor antenna and equipment weather proofing and grounding per R56 standards Optimize BDA and perform commission test Coordinate BDA and battery backup alarm connections to the FACP and facilitate tesing with fire alarm vendor Perform post -installation antenna alignment Perform post -installation 20 -grid acceptance coverage test Conduct AHJ walkthrough Provide closeout documentation to AHJ Confirm system acceptance and sign -off +^ *� `� 10/19/2020 Confidential to Lydig Construction D .,,,...:.=,.... ......._. „4,,;t„,,,t WIRELESS SYSTEMS ASSUMPTIONS PROJECT #1501-20257 Day Wireless assumes the following applies to this scope: • Day Wireless workinhours are Monday through Friday, 8:00 am to 5:00 pm. • Work is Prevailing Wage (PVW) and reflectcurrent PVW rates as of 5/22/2020. • DAS scope does not generally qualify for a discount from OCIP/CCIP enrollment. Our quote is for total project amount, and we do not apply any deductions for OCIP/CCIP upon award. • Pricing is based on agreement between Lydig Construction and Day Wireless for project schedule. For projects that greatly exceed the agreed upon schedule, Day Wireless may issue a change order to cover increased administrative and project management costs. • Both Day Wireless and Lydig Construction will provide POC for work to be completed. • Lydig Construction to provide AutoCAD files of building for timely design submittal. • Day Wireless has set forth the expectation of a two -hour -rated equipment room and two -hour -rated riser per applicable AHJ / fire or buliding code requirements. Day Wireless is not responsible for any cost or labor impacts that arise ifthese expectations are not adhered to. • Donorsignal of sufficient strength and quality existson the buliding roofto be enhanced. • Ground wire (#2 THHN), per electrical codewill be brought to the headend and donor Iocations by others. • Interface to the fire alarm panel to be provided by others. • Conduit (minimum 2"), if required, will be provided by others. • Distribution cable can run above, and antennas can be installed in, corridor ceilings where a suspended or sheetrock/GWB ceiling structure exists. • Distribution cable can run in existing ceiling trays and/or be attached to the ceiling or ceiling/roof structure in areas where no lowered ceiling exists. • Access panels will be provided by others, as required by low voltage electrical code in hard -lid ceiling areas. • Antennas can be installed to existing ceiling trays and/or be at ached to the ceiling/ceiling-roof structure as needed in areas where no Iowered ceiling exists. • Antennas mounted on building trusswork or other irregular interior roof structure (such as that found in garages or high-bay/atrium areas) must be mounted in such a way as to have a clear view ofthe RF coverage area be|ovv.Antenno"s)8ht|ines"maynotbeobst,uctedbyanystnuctue, ductwork, plumbing, etc. 10/19/2020 Confidential to Lydig Construction .,. DAY WIRELESS SYSTEMS PROJECT #1501-20257 • In areas of pinned insulation (such as garages), junction boxes must be provided (by others) of sufficient depth to allow each antenna to mount such that the antenna baseplate is clearly below any surrounding obstruction or insulation material. A vertical pathway that extends from the bottom floor to the roof will be provided by others to carry DAS and roof antenna cables. • The headend equipment room is of sufficient size to hold all the equipment and has adequate air conditioning for proper operation of the equipment. • The equipment in the headend room will be provided with a dedicated 120VAC, 20A circuit terminating in a junction box fitted with a single dupiex outlet. The outlet must be capable of being secured against plug removal or unauthorized use of the circuit. DESIGN -SPECIFIC ASSUMPTIONS • Drawings provided for this building do not show a specific headend room. For the purposes of this quote design, it is assumed that the Class A BDA will be in the Communications Rm 209 on level2 south area. • Drawings do not show vertical pathways specifically identified for donor and distribution coaxial cables. For the purposes of this design quote, it is assumed that a code -compliant vertical shaft will be provided by others for the donor and distribution cable. The vertical shaft will be in Rm 209 floor and will terminate at the ceiling of level 2 south, or at the roof. • For this design quote it 5 assumed that the Yagidonor antenna will be installed right next to the vertical riser that penetrates the ceiling of the roof level. 10/19/2020 Confidential to Lydig Construction DAr-ar= WIRELESS SYSTEMS PROJECT #1501-20257 EXCLUSIONS The following are not included in this proposal: • The proposed design 15 based on the drawings provided, which indicate some areas open unimproved volumes. Code compliant coverage cannot be guaranteed once tenant improvements have been added. • This proposal does not consider any specialized cable routing that may result from any specialized construction methods, materials, or requirements. • Any additional equipment needed due to customer's design change is excluded. • Day Wireless 15 not responsible for any core drilling, roof penetrations, or other structural modifications. • Conduit is excluded. • Firestop and penetrations to be provided by others. • Raceway to be provided by others. • Back boxes/j-boxes required (only in hard lid ceilings) to be provided by others. • Electrical circuits to be provided by others. This proposal does not include an Antenna Component Monitoring System. If antenna component monitoring is required, additional equipment and services will be added to the design at a costnot reflected in this quote. • Day Wirelesis not responsible for managing the AHJ's schedule. We will do everything in our power to complete system sign -off, but ultimately the scheduling is done by the AHJ. Please note that any installation work not performed by Day Wireless Systems must be performe by appropriately trained and certified technicians. Day Wireless Systems is not responsible for installation work peifc;)rrried by Customer or Owner -appointed contractors and is not financially liable for errors resulting frorn installation by unqualified individuals and/or failure to folloykt design specifications and industry best practices. 10/19/2020 Confidential to Lydig Construction `^~ DAY- wnmELEsm SYSTEMS PROJECT #1501-20257 Descriptiori Equipment & Shipping Quote $16,189.56 800 MHz Class A Public Safety System Professional Services $28,708.87 Includes: system d coaxial cable installation; line sweepsDAS hardware installation; system commissioning and optimization; coverage testing; alarm coordiriation; permitting; and project management Estimated Sales Tax (10.0%) Lk, Agagtati $44,898.43 :�� Please note that pricing listed above includes estimated taxes. Final tax rates will be calculated at the time of purchase. TERMS AND CONDITIONS Unless otherwise negotiatedthe foliowing shall apply. Terms shall be Net 30. We accept check or funds transfer. Paymentwill be as foliows: • Equipment as received in our SeaTac office • Services as performed with monthly progress billing Work will begin upon execution of a mutually agreed upon contract referencing this document. Any additional expenses will be reviewed prior to being incurred. Contracts shall be to Day Management Corp., dba Day Wireless Systems. For contracting concerns, please email contracts@davvoreless corn and reference Project #1501-20257. This quote will expire 90 days from the proposal date. 10/19/2020 Confidential to Lydig Construction DA y. WIRELESS SYSTEMS PROJECT #1501-20257 PROPOSAL ACCEPTANCE If this proposal is accepted as presented, please complete this section. If a purchase order is provided, that shall be the tracking reference. Otherwise, the date and name will be the reference. Customer: Name: Title: Signature: Date: Contract / PO #: Amount: 10/19/2020 Confidential to Lydig Construction WIRELESS SYSTEMS NON-COMPLIANT Emergency Responder Radio Coverage System (ERRCS) Organic Coverage Study Evaluation Project: Tukwila Fire Station 52 Customer: City of Tukwila Date: October 12th, 2020 Location: 15447 65th Ave S, Tukwila, WA For: CITYOF TUKWILA •••••• ' -••• • • ; .. . . .... ....„,..,„••„. ....•••••••••'•,,.•:•,..4...••••,..,•!•,, „e'.... . ...,„•••,•-••••,:•:•. • ••,•-•• ... ...„ „.. . „ „.... ...„„.. • .. „.............•......•.... „ „.. — .-„,•••„..„ ..• :,•„ • • •-. • • .... ... .. ,. ... ..„„.„.„......,.. .,.... •.• •,.. . , ., „ . ,. . .„.„. ..... „„...„,„ T,.00.;,C1.tY:0 .:::::COMMUNITYQp.:01.:NRTvsn.1.4„-....:Tila":/..•4OrCtiOfc4,,..•,..:':..:,,?...:: .... „......... .......,.. , „..•,..,......„-„....,,.,..•,•„•„.„.....„...,„,.. ,.....:,.....-.....,....,.,.,....,..„.„ ...„,.• ,,,......;..„.•,,• ...„ ................,........,,.„....,.,....,....,„ ...,,••• ...,...., „................... -.,,......., .....,..„...,..............,..,..,..,•••,....,..... ,.......„,.....„.....„ ....„...,...,.,.....,.. .•••• -... ••••••••,.....,...,„,.....,.,„,..,...„•••,,••.„ •••••., ••••• ••••,...........„,......„,..........„. ••••:••:••••••,„„.„,•, - - -- - ----------•,.....,,,,,,,,,-...„,...,..,,,.....,•••:•,:,•,..,,,,,,„.•-..,,,..,,,...,.,,,,,.....•..........,..,....:,,,,,:;..y•-,,,.,.•••!,:,•,„,...,..,,,,,.........,.......„,,......,,,,:,,,,',,,-.,..,...,...,,,,,,-„,...........,,...,,..:.:..,,,,3-•,....,,.....,..,••,:, •,••••.•,...,,,..,,,,,,,,,.„,„•,.....„....„,..,,,,...,,,,,,,,„:„,,„.„,,,,,„.•.......:,,,..,„••••••,•,..,....,„,,,,, Prepared by: Trevor Timm Day Wireless Systems 2415 S. 200th St. SeaTac, WA 98198 Confidential 1 DAyiyrtai, WIRELESS SYSTEMS NON-COMPLIANT NANT Contents Statement of Confidentiality 3 Executive Summary 4 Established Testing Procedure, asprescribed byDay Wireless --_--.--_---._._--_--4 Acceptable TesResults 4 Statement of Compliance - 4 Coverage Tesing Details 5 Test Equipment . 5 Contact Information �G Day Wireless Systems 6 Appendix A. 7 IFC 2015 Fire Code .----..--.--'—...__.._..--.—_..'.`_.,~-7 AppendixB._. --.—',—.—._------.--.----.—.--._---'~—_-------'l2 Coverage Study Test Results 12 Appendix C 18 Technical Certifications & Equipment Calibration 18 Confidential 2 WIRELESS SYSTEMS NON-COMPLIANT IANT Statement of Confidentiality This document contains proprietary and confidential information. All data submitted is provided in reliance upon the recipient's agreement not to use or disclose the information except in connection with its business dealings with Day Wireless Systems. The recipient of this document agrees to inform its present and future employees who receive or have access to the information contained in this document of its confidential nature, and to instruct each employee that they must not disclose any information concerning this documents to other except to the extent that such matters are generally known to, and are available for use by the public. The recipient of this document agrees that it will not duplicate or permit others to duplicate any material contained herein except for its own internal use. Confidential 3 WIRELESS SYSTEMS NON-COMPLIANT Executive Summary The purpose of this study is to evaluate the public safety radio coverage at the new Tukwila Fire Staion 52. The measurements, shown in dBm, describe the signal strength received from the King County- VaUey[omm8OUMHzRadioSystem. Established Testing Procedure, as prescribed by Day Wireess Building floors or Iocations are divided into a grid of 20 squares using roughly equal dimensions. The usage of 20 squares provides a comprehensive and accurate methodology for testing as stated in the 2015 International Fire Code [Appendix A]. Upon testing commencement, the appropriate test equipment is brought near the center of each square and a reading of the signal strength is taken when the radio system is activated. These results are provided in the form of dBm and are shown within each applicable square. Acceptable Test Results Several key conditions need to be met in order for the facility to be in compliance with Section 510 of the 2015 International Fire Code [Appendix A]. 1. 95% of all areas on each floor of the facility must meet the minimum signal strength requirements. Z. 99% of floor area coverage for critical areas on each floor of the facility must meet minimum signal strength coverage requirements. 3. A minimum signal strength of -95 dBm shall be receivable within the facility. 4. A minimum signal strength of -95 dBnn shall be received by the agency's radio system when transmitted from within the building. S. No more than two (2) non -adjacent test squares should fail to meet the minimum signal strength of -95 dBm. 6. OnIy a single test will be performed in each square. If there isa failure recorded, that test area will be deemed to have failed. Statement of Compliance After testing and verification of the results, the new Tukwila Justice Center, WA was found To be in compliance X To not be in compliance with the requirements as stated in the 2015 International Fire Code and/or local regulations, as Confidential 4 WIRELESS SYSTEMS NON—CO UnNMwnUnN~�'��m� PLIANT Coverage Testing Details On October 12th, 2020 at approximately 10 A.M., Day Wireless technicians conducted a 20 -Grid Public Safety Coverage Study. The NON-COMPLIANT results from this coverage evaluation are contained in [Appendix B] ofthis report. Test Equip ent A PCTEL |Bflex Scanner equipped with a Spectrum Analyzer and the SeeHawk Touch Application (Calibration DateNovember 16' 2018, Recalibration Due: November 16, 2020) was used to measure the downlink Public Safety Radio signal strength for each grid square. The raw data/measurements were extracted from the test equipment & associated applications and are provided in [Appendix B] of this report. Test Procedure Using the customer supplied floor plans we overlaid a 20 -Grid pattern for each building or floor, Day Wireless proceeded to the center of each square and initiated a transmit/receive function on the radio system. The signal level was then measured and noted on the coverage map. Only a single test was conducted within each square, with the corresponding signal level noted as applicable. Confidential 5 DAY NON-COMPLIANT Contact Information Day Wireless Systems 2415 S 200th St SeaTac, WA, 98198 206'878'3750 Project Manager Chris Nourse (General Radiotelephone Operator's License PG -14-5711) Service Manager Test Technicians: Trevor Timm (General Radiotelephone Operator's License # PG00066463) Certifying Technician: Pat Knedlik (General Radiotelephone Operator's License # PG -00065594) Confidential 6 DAY WIRELESS SYSTEMS NON-COMPLIANT Appen A: 1FC 15 -ire Code Confidential 7 DAY WIRELESS SYSTEMS NON-COMPLIANT SECTION 510 EMERGENCY RESPONDER RADIO COVERAGE 510.1 Emergency responder radio coverage in new buildings. All new buildings shall have approved radio coverage for emergency responders within the building based upon the existing coverage levels of the public safety communication systems of the jurisdiction at the exterior of the building. This section shall not require improvement of the existing public safety communication systems. Exceptions: 1. Where approved by the building official and the fire code official, a wired communication system in accordance with Section 907.2.13.2 shall be permitted to be installed or maintained in lieu of an approved radio coverage system. 2. Where it is determined by thefire code official that the radio coverage system is not needed. 3. In facilities where emergency responder radio coverage is required and such systems, components or equipment required could have a negative impact on the normal operations of that facility, the fire code official shall have the authority to accept an automatically activated emergency responder radio coverage system. 510.2 Emergency responder radio coverage in existing buildings. Existing buildings shall be provided with approved radio coverage for emergency responders as required in Chapter 11. 510.3 Permit required. A construction permit for the installation of or modification to emergency responder radio coverage systems and related equipment is required as specified in Section 105.7.5. Maintenance performed in accordance with this code is not considered a modification and does not require a permit. 510.4 Technical requirements. Systems, components, and equipment required to provide emergency responder radio coverage system shall comply with Sections 511.4.1 through 511.4.2.5. 510.4.1 Radio signal strength. The building shall be considered to have acceptable emergency responder radio coverage when signal strength measurements in 95 percent of all areas on each floor of the building meet the signal strength requirements in Sections 510.4.1.1 and 510.4.1.2. 510.4.1.1 Minimum signal strength into the building. A minimum signal strength of -95 dBm shall be receivable within the building. 510.4.1.2 Minimum signal strength out of the building. A minimum signal strength of -95 dBm shall be received by the agency's radio system when transmitted from within the building. 510.4.2 System design. The emergency responder radio coverage system shall be designed in accordance with Sections 510.4.2.1 through 510.4.2.5. 510.4.2.1 Amplification systems allowed. Buildings and structures which cannot support the required level of radio coverage shall be equipped with a radiating cable system, a distributed antenna system with Federal Communications Commission (FCC) - Confidential 8 DAyr,. WIRELESS SYSTEMS NON-COMPLIANT certified signal boosters, or other system approved by thefire code official in order to achieve the required adequate radio coverage. 510.4.2.2 Technical criteria. Thefire code official shall maintain a document providing the specific technical information and requirements for the emergency responder radio coverage system. This document shall contain, but not be limited to, the various frequencies required, the location of radio sites, effective radiated power of radio sites, and other supporting technical information. 510.4.2.3 Secondary power. Emergency responder radio coverage systems shall be provided with an approved secondary source of power. The secondary power supply shall be capable of operating the emergency responder radio coverage system for a period of at least 24 hours. When primary power is lost, the power supply to the emergency responder radio coverage system shall automatically transfer to the secondary power supply. 510.4.2.4 Signal booster requirements. If used, signal boosters shall meet the following requirements: 1. All signal booster components shall be contained in a National Electrical Manufacturer's Association (NEMA) 4 -type waterproof cabinet. 2. Battery systems used for the emergency power source shall be contained in a NEMA 4 -type waterproof cabinet. 3. The signal booster system and battery system shall be electrically supervised and monitored by a supervisory service, or when approved by the fire code official, shall sound an audible signal at a constantly attended location. 4. Equipment shall have FCC certification prior to installation. 510.4.2.5 Additional frequencies and change of frequencies. The emergency responder radio coverage system shall be capable of modification or expansion in the event frequency changes are required by the FCC or additional frequencies are made available by the FCC. 510.5 Installation requirements. The installation of the public safety radio coverage system shall be in accordance with Sections 510.5.1 through 510.5.5. 510.5.1 Approval prior to installation. Amplification systems capable of operating on frequencies licensed to any public safety agency by the FCC shall not be installed without prior coordination and approval of thefire code official. 510.5.2 Minimum qualifications of personnel. The minimum qualifications of the system designer and lead installation personnel shall include: 1. A valid FCC -issued general radio operators license; and 2. Certification of in -building system training issued by a nationally recognized organization, school or a certificate issued by the manufacturer of the equipment being installed. These qualifications shall not be required where demonstration of adequate skills and experience satisfactory to the fire code official is provided. 510.5.3 Acceptance test procedure. When an emergency responder radio coverage system is required, and upon completion of installation, the building owner shall have the radio system tested to ensure that two-way coverage on each floor of the building is a minimum of 90 percent. The test procedure shall be conducted as follows: 1. Each floor of the building shall be divided into a grid of 20 approximately equal test areas. Confidential 9 DAY WIRELCSS SYSTOVIS NON-COMPLIANT 2. The test shall be conducted using a calibrated portable radio of the latest brand and model used by the agency talking through the agency's radio communications system. 3. Failure of a maximum of two nonadjacent test areas shall not result in failure of the test. 4. In the event that three of the test areas fail the test, in order to be more statistically accurate, the floor shall be permitted to be divided into 40 equal test areas. Failure of a maximum of four nonadjacent test areas shall not result in failure of the test. If the system fails the 40 -area test, the system shall be altered to meet the 90 percent coverage requirement. 5. A test location approximately in the center of each test area shall be selected for the test, with the radio enabled to verify two-way communications to and from the outside of the building through the public agency's radio communications system. Once the test location has been selected, that location shall represent the entire test area. Failure in the selected test location shall be considered failure of that test area. Additional test locations shall not be permitted. 6. The gain values of all amplifiers shall be measured, and the test measurement results shall be kept on file with the building owner so that the measurements can be verified during annual tests. In the event that the measurement results become lost, the building owner shall be required to rerun the acceptance test to reestablish the gain values. 7. As part of the installation a spectrum analyzer or other suitable test equipment shall be utilized to ensure spurious oscillations are not being generated by the subject signal booster. This test shall be conducted at time of installation and subsequent annual inspections. 510.5.4 FCC compliance. The emergency responder radio coverage system installation and components shall also comply with all applicable federal regulations including, but not limited to, FCC 47 CFR Part 90.219. 510.6 Maintenance. The emergency responder radio coverage system shall be maintained operational at all times in accordance with Sections 510.6.1 through 510.6.3. 510.6.1 Testing and proof of compliance. The emergency responder radio coverage system shall be inspected and tested annually or whenever structural changes occur including additions or remodels that could materially change the original field performance tests. Testing shall consist of the following: 1. In -building coverage test as described in Section 510.5.4. 2. Signal boosters shall be tested to ensure that the gain is the same as it was upon initial installation and acceptance. 3. Backup batteries and power supplies shall be tested under load of a period of one hour to verify that they will properly operate during an actual power outage. If within the 1 -hour test period the battery exhibits symptoms of failure, the test shall be extended for additional 1 -hour periods until the integrity of the battery can be determined. 4. All other active components shall be checked to verify operation within the manufacturer's specifications. 5. At the conclusion of the testing, a report, which shall verify compliance with Section 510.5.4, shall be submitted to thefire code official. 510.6.2 Additional frequencies. The building owner shall modify or expand the emergency responder radio coverage system at their expense in the event frequency changes are required by the FCC or additional frequencies are made available by the FCC. Prior approval of a public safety radio coverage system on previous frequencies does not exempt this section. Confidential 10 DAY WIRELESS SYSTEMS NON-COMPLIANT 510.6.3 Field testing. Agency personnel shall have the right to enter onto the property at any reasonable time to conduct field testing to verify the required level of radio coverage Confidential 11 DAY WIRELESS SYSTEMS NON-COMPLIANT Appendix B C ve a e Stud Confidential 12 Test Resu DAY WIRELESS SYSTEM'S NON-COMPLIANT Station 52 Level 1 North Top Number of areas tested: Number of areas passed: ' Number of critical points tested: Number of critical points passed: Area Pass Criteria %: 95 % Critical Points Pass Criteria %: 99 % NON-COMPLIANT Station 52 Level 1 North Bottom Confidential 14 Channel: Al Floor Result FAIL Number of areas tested: ' U Number of areas passed: Number of critical points tested:' Number of critical points passed:.. Area Pass Criteria % : 95 % Critical Points Pass Criteria %: 99 % tz$ DAY- WIP[LLSS SYS TL MS NON-COMPLIANT Station 52 Level 1 South hannel: Al! Floor Result FM L Number of areas tested: Number of areas passed: Number of critical points tested: Number of critical points passed: Confidential 15 Area Pass Criteria %: 95 % Critical Points Pass Criteria %: 99 % rr " an - A DAYA-, WIPtLESS SYSTEMS NON-COMPLIANT Station 52 Level 2 North Channel: All Floor Result FAIL Number of areas tested: 2u Number of areas passed: Number of critical points tested: (i Number of critical points passed: Area Pass Criteria % 95 "4, Critical Points Pass Criteria %: 99 % Confidential 16 anage Th tho - DAY,& WIRCLCSS SY SreMS NON-COMPLIANT Station 52 Level 2 South Channel: All 1,t1 Floor Result PASS Number of areas tested: Number of areas passed: ; 1 Number of critical points tested: Number of critical points passed: Area Pass Criteria %: 95 X Critical Points Pass Criteria %: 99 % Confidential 17 WIRCELSS SYStrUS WIRELESS SYSTEMS t*;f•*fihtillgillk!MEglktMp'IttigiPfMlig!IPUailltNgNPOMMgillgNOISI#etiji$tfeIPlfdlgt!PFr - MOS CERTiFICATE IS PROUDLY, PRE:SENTED TO Ftlr siteressfuliv 711breh: Stijily'retling colirse oo ,10$ LILY L 044,L bm,„, A.Wf,MVXMIMCRGNMAZEZALVZCSZMZPZ&Z,-:aSVZMMKZM,Mf,MVSE,MZMAMORSZVVIZIVCMSZVjftffftZZAVEMZZV DAri- WIRELESS sysrrms NON-COMPLIANT PCTEL RE Soluttorts•Group Certificate of Calibration MODEL: 08900,E IGFLEX BASE PLATFORM )10 MHZ TO 6 GRZ CAPABLE) SERIAL NUMBER: 81807'032 CALIBRATION DATE: November 16, 2018 RECALIBRADON DUE: November 1C 2020 Ties calibration certificate ancurnents that the product identified above meets ail published specific acne and has Ivan calibrated using instruments whose accuracies are traceable to the National institute of Standards end Technology, Inslisments: Make Medd SeliatNieritber Agilent 94439C PeY45090982 10124120i9 •The peaces anti procedures at ibis facility comply with ISO 9001:2015, Confidential .Int7,d7ecir PCTEL E.337 No, 672100,1W F333,11A P4133.101 2334 It C.Xmortiktk31 S3ite 13.Y3, Cgernar$33tr, 2C106 utiA vw:e 301.515 ,31336 PAW .V1.515.'0037 www pctottOrt 20 WIRELESS SYSTEMS LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #555 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Addition of DAS TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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), 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) 10/15/2020 Yes (Unknown) 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 10/19/20 10/22/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 07:35 AM on 10/15/2020 Day Wireless performed the organic coverage study for Tukwila Fire Station 52 on 10/12/2020. Attached is the report of their findings following the study. The building has been found to be non-compliant based on the executive summary from Day Wireless. Day Wireless will be proceeding with schematic design and updating ROM pricing. The purpose of this RFI is to confirm that the project is to proceed forward with a distributed antenna system provided and installed by Day Wireless. Please confirm that the 800 MHz distributed antenna system is to be added into Lydig's self -perform scope of work for Tukwila Fire Station 52. Attachments: RFI 555 - Elec - Addition of DAS.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Friday, October 16th, 2020 at 1:52PM PDT Confirmed per owner approval via ProCore. GC to coordinate submittals of product data and shop drawings for approval. -Thayer W. WAU. 10/16/20 Attachments: RFI 555 - Elec - Addition of DAS - WAU Response.pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Friday, October 16th, 2020 at 10:11AM PDT Owner confirms that the 800 MHz distributed antenna system is to be added into Lydig's self -perform scope of work for Tukwila Fire Station 52. Lydig to provide pricing. Attachments: All Replies: Trireak tat OM, 4°I maak: want,MMT3WreinqIN TiAMO.44MWMPO,09,w"OM0048,, k**V0.4,,INA4P*.tA,1°ANW4,410,, 100401\******40011440RAMIllitigniitigkeignikataiftd6 glgbk lakaigilaitigaigafttatialkaA.440,44.4.4. . Confirmed per owner approval via ProCore. GC to coordinate submittals of product data and shop drawings for approval. -Thayer W. WAU. 10/16/20 Attachments: RFI 555 - Elec - Addition of DAS - WAU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 10/27/2020 02 :47 PM RFI #555 LY D I G Adral tkiesautg-1.• ..£1,,lagit...3214.114., • 4i4i,14,04M4y, 3144•40,4404,,m*VgiAtOttg64104Q454.k* „„„,„„VonkWetni040.01k*VUAAVt.,•00,0PARAtiAfOtnAl VadV•Zliaall Owner confirms that the 800 MHz distributed antenna system is to be added into Lydig's self -perform scope of work for Tukwila Fire Station 52. Lydig to provide pricing. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 10/27/2020 02:47 PM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #213 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #213: CE #246 - RFI #531: Arch - Bunk Room Bed Frames TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 213 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 -Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 10/27 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: ($2,395.12) POTENTIAL CHANGE ORDER TITLE: CE #246 - RFI #531: Arch - Bunk Room Bed Frames CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract /.s Changed As Follows) CE #246 - RFI #531: Arch Bunk Room Bed Frames Removal of bunk room bed frames from Lydig's scope of work (8 total). ATTACHMENTS: tfs 52 - gccm-rfi 531 -arch - bunk room bed frames-202010272227.pdf PCO 213 -SP - Combined.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 03 :28 PM Cost Code Description Type Amount 03-001-99-- BP -03 - Structures Subcontractor PCO 213 -SP Subcontractor (52,247.40) Subtotal: (52,247.40) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. $ 0.00 Fee- Sub Tier Work: 4.5O% Applies to Subcontractor, Purchase Agreements, and Project Contingency. (5101.13) GL Insurance: 0.75% Applies to all line Item types. (517.61) P&P Bond: 0.75 % Applies to all line item types. (517.75) BSO Tax: = 0.47% Applies to all line Item types. ($11.23) Grand Total: (52,395.12) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 03 :28 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #213 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #213 -SP: CE #246 -SP - RFI #531: Arch - Bunk Room Bed Frames TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 213 -SP / 0 Pending - In Review FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/27 /2020 _ PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: ($2,247.40) POTENTIAL CHANGE ORDER TITLE: CE #246 -SP - RFI #531: Arch - Bunk Room Bed Frames CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #246 -SP - RFI #531: Arch - Bunk Room Bed Frames Removal of bunk room bed frames from Lydig's scope of work (8 total). ATTACHMENTS: CE 246-SP.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 03 :24 PM Cost Code Description Type Amount 10-002-01--Misc Div 0 Work Bed Frames Materials ($1,510.32) 2 10-002-01-- Misc Div 10 Work. Bed Frames (install) Labor ($693.36) Subtotal: ($Z203.68) Fee - Self Perform Work:. 0.00% .Applies to Labor, Materials, Equipment, Other, Overhead and Profit, UnwrittenSub's/PA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. 9 0.00 GL Insurance: 0.75% Applies to all line item types. (516.53) P&P Bond: 0.75% Applies to all line Item types. (516.65) B&O Tax: = 0.47% Applies to all line item types. (910.54) Grand Total: (52,247.40) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 03 :24 PM COP Cost Breakdown Project Name: Tukwila Fire Station 052 Project No. 30130 Contractor: Lydig RFI 531 Date: 10/27/2020 Project. 0 30130 COP Templete.alse Page ,, Issued 10/27/2020 Description Quantity UOM Labor Material Equipment Total Cost ProductMty total hrs Cost Unit Amt Unit $ Cost Unit Amt Unit $ Cot Bunk Room Bed Frames (material) -1 Is 0 - -I 0.00 1.00 01,510.32 (1,510.32) $ -0 (1,510.32) Bunk Room Bed Frames (labor) -ft ea 1.00 -8.00 (643.36) $ - $ (693.36) - $ Total Cost of Work (2) (693) (1,510)$ . .. )2,204) COP Templete.alse Page ,, Issued 10/27/2020 Commercial Supply Distributors, Inc. 13 S. Cliff Court Churchville, PA 18966 215-357-3997 Office TO LYDIG CINSTRUCTION 11001 E MONTGOMERY DR SPOKANE VALLEY, WA 98188 TE DATE ESTIMATE # 7/1/2020 9319 LEAD TIME TERMS PROJECT 3- 4 weeks QUAN ITEM CODE DESCRIPTION PRICE EACH AMOUNT 8 1 FURNITURE SHIPPING HEAVY DUTY COMMERCIAL GRADE METAL UNIVERSITY BED BASE WITH TUBULAR STEEL DECK RUST RESISTANT EPDXY POWDER COATED FINISH BED BUG RESISITANT WEIGHT CAPACITY UP TO 400 LBS SIGN: TWIN EXTRA LONG COLOR: BLACK SHIPPING VIA COMMON CARRIER WITH LIFTGATE. DOES NOT INCLUDE CARRY OFF OR INSTALL 128.70 480.72 1,029.60 480.72 ESTIMATES ARE VALID FOR 30 DAYS Sales Tax... woo Total $1,510.32 FREIGHT RATES ARE ESTIMATES ONLY AND SUBJECT TO CHANGE BASED UPON FUEL SURCHARGES LYOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #531 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Bunk Room Bed Frames TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 09/29/2020 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE -Suite 110 Bellevue, Washington 98005 Closed on 09/30/20 10/06/2020 No 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:31 PM on 09/29/2020 Per discussion in 09/29/2020 OAC meeting, the bunk room bed frames are going to be purchased through the FF&E budget to better accommodate the mattress and box spring heights. The credit to the project will be approximately $1,500 per the attached quote. Please confirm that these bunk room bed frames are to be F010. Attachments: RFI 531 - Arch - Bunk Room Bed Frames.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, September 30th, 2020 at 1:51PM PDT Confirmed. L. Rock, Weinstein A+U 9/30/20 Attachments: RFI 531 - Arch - Bunk Room Bed Frames WAU Response.pdf All Replies: 0404ivvvv.,1„ 44,eo,Aittilstamaite2A:v164.111. Confirmed. L. Rock, Weinstein A+U 9/30/20 > ltarwmp *70,140% ,Ntbt gie tirdaditaitiatiattlitiabaait.'' 2312Ciolia Attachments: RFI 531 - Arch - Bunk Room Bed Frames WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/27/2020 03:27 PM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #214 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #214: CE #234 - RFI #460: Arch - Concrete Plinth at Flagpole Clarifications TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 214 /0,. . w� . .-...._......_ 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) 10/27 /2020 None Amount Based No $2,337.83. POTENTIAL CHANGE ORDER TITLE: CE #234 - RFI #460: Arch - Concrete Plinth at Flagpole Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #234 - RFI #460: Arch - Concrete Plinth at Flagpole Clarifications Per RFI 234, the flagpole required a 48" D concrete footing per the manufacturers installation requirements that was not shown on the drawings. Additional costs include concrete for the added footing, custom sleeve to extend manufacturer's sleeve up through additional topping plinth to maintain an opening for the flagpole installation. Additionally, the concrete plinth at the flagpole was not fully dimensioned on civil/arch/land drawings. Direction from the architect stated to utilize detail 2/L213 that is shown for conc bollards. Pricing includes cost difference for an assumed concrete dimension of 18" x12'xl'6". Pricing also includes supply and installation of rebar not originally shown. ATTACHMENTS: tfs 52 - gccm-rfi 460 -arch - concrete plinth at flagpole clarifications-202010272303.pdf CE 234 - COR 8013 - TM Flagpole Form.pdf PCO 214 -SP - Combined.pdf # Cost Code Description type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 214 -SP Subcontractor 51,887.99 2 23-001-99- - MCCM Subcontractor JMI 8013 - Flagpole Sleeve Subcontractor 5305.66 Subtotal:. 92,193.65 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. $ 98.71 GL Insurance: 0.75% Applies to all line item types. $ 17.19 P&P Bond: 0.75% Applies to all line Item types. $ 17.32 B80 Tax: = 0.47% Applies to all line Item types. 5 10.96 Grand Total: 52,337.83 Lydig Construction, Inc. page 1 of 2 Printed On: 10/27/2020 04:05 PM LY D I G Owner Signature Lydig Construction, Inc. PCO #214 Date page 2 of 2 Printed On: 10/27/ 2020 04 :05 PM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #214 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #214 -SP: Arch - Concrete Plinth at Flagpole Clarifications CE #234 -SP RFI #460: 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: 214 -SP /0 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform REQUEST RECEIVED FROM: STATUS: .LL Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 10/27 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: Y.^ ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,887.99 POTENTIAL CHANGE ORDER TITLE: CE #234 -SP - RFI #460: Arch - Concrete Plinth at Flagpole Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #234 -SP - RFI #460: Arch - Concrete Plinth at Flagpole Clarifications Per RFI 234, the flagpole required a 48" D concrete footing per the manufacturer's installation requirements that was not shown on the drawings. Additional costs include excavation for the footing, concrete for the footing, custom sleeve to extend manufacturer's sleeve up through additional topping plinth to maintain an opening for the flagpole installation. Additionally, the concrete plinth at the flagpole was not fully dimensioned on civil/arch/land drawings. Direction from the architect stated to utilize detail 2/L213 that is shown for conc bollards. Pricing includes cost difference for an assumed concrete dimension of 18"x18"x12'. Pricing also includes supply and installation of rebar not originally shown. ATTACHMENTS: CE 234-SP.odf CE 234 - Morse CO #11.pdf 8 Cost Code Description Type Amount 1 03-902-99- - Rebar Sub Morse COR 11 Subcontractor $ 644.00 2 32-010-01- - Concrete Bench Footing Concrete (M) Materials $ 421.00 3 32-010-01- - Concrete Bench Footing Place (L) Labor $ 584.00 Subtotal: 61,649.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 150.75 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 51.52 GL Insurance: 0.76% Applies to all line item types. 13.88 P&P Bond: 0.75% Applies to all line Item types. 5 13.99 B&O Tax: •-. 0.47% Applies to al! ine Item types. $ 8.85 Grand Total: $1,887.99 Lydig Construction, Inc. page 1 of 2 Printed On: 10/27/ 2020 03 :54 PM LYDIG PCO #214 -SP Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 10/27/ 2020 03 :54 PM COP Cost Breakdown Project No.. 30130 RFI 460 Date: 10/27/2020 Project. # 30130 CE 234-5P.712* Fara _01_ Issued 10/27/2020 Deuription Quantity UOM Labor Materiel Equipment Total Cost Productivity total hrs Cost Unit Amt Unit $ Cost Unit Amt Unit $ Cost Flagpole Footing (48"Weetne48"L) 2.37 CY 2 4.74 410.82 2.37 5125.00 296.25 $ 707.07 Flagpole Plinth - Original (1816(x1811(121) -1 CY 2 -2.00 (173,39) -1.00 $125.00 (125.00) $ (298.34) Flagpole Plinth- Revised (18"Wx36"Dx12'l) 2 CY $ 2.00. 4.00 346.68 2.00 5125,00 $ 200.00 - 596.68 . Total 0018 01 Work 7 0 584 0 421 - ---1,005 CE 234-5P.712* Fara _01_ Issued 10/27/2020 R S Eii CHANGE ER #11 PROJECT: Tukwila Fire Station 1452 JOB #: 4600 ATTN: Lydig - Alex Carey REFERENCE: RFI 460 DESCRIPTION: Additional reinforcingforfIagpoe bollard per RFI 460 DESCRIPTION QUAN. UNIT PRICE EA SUB TOTAL ITEM REBAR SUPPLY 135 LBS. $ 0.62 $ 84 ITEM #2 REBAR PLACING 2.0 HOURS $ 88 $ 176 ITEM #3 DETAILING / P.M. 2'0 HOURS $ 75 $ 150 ITEM #4 DELIVERY ALL $ 150 $ 150 ITEM #S PT MATERIAL ALL $ - $ - ITEM #6 PT PLACING - HOURS $ 88 $ - ITEM #7 STUDRAILS ALL $ - $ - ITEM #8 MESH - SHEETS $ - ITEM #9 MESH PLACING - HOURS $ 88 $ - ITEM #lO MISC. COST ALL $ - $ - SUBTOTAL (ITEMS #l'#1O) $ 560 15% PROFIT & OVERHEAD $ 84 TOTAL COST � ��� �� �-�� ` Please sign your acknowledgement and acceptance of this change order. This form is required Company Signature Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 426-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila DATE: BILLING CONTRACTOR Lydig Construction #: 8013 JOHANSEN JOB # D30660 DESCRIPTION: rT&M Flag Pole form EXCLUSIONS: REFERENCE: SCHEDULE IMPACT. I. LABOR: A. LABOR (FIELD FORE O. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (iOmmLABoe'A") III. SUBCONTRACTORS A. ALL SUBS HRS @ 0.00iHRS @ 0.00IFIRS HRS @ 0.00iHRS @ O.00iHRS @ HRS @ HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 78.69 = $ $ 104.92 = $ $ 97.78 = $ $ 103.73 = $ $ 103`43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS OTHER DIRECT COSTS TOTAL 194.98 68.52 nc - 2% OF LABOR 1 5% OF LABOR i � 194.98 68.52 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VALID FOR 30 DAYS TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � � � � 263.50 39.53 2.64 305.66 This change proposal only includes coscosts 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 cost . 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. LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #460 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Concrete Plinth at Flagpole Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: 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), 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) 07/15/2020 TBD A002 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 08/04/20 07/22/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 04:19 PM on 07/15/2020 Clarification is needed for the design of the concrete plinth for at the ground set flagpole shown on A002. Concrete plinth details including width, depth and length of the concrete plinth are required. Please take the following design criteria into account as required by the ground set flagpole manufacturer's install instructions. The sleeve that the flagpole sits in is 48" deep, and is shown to have 6" of concrete encasement below the bottom plate of the sleeve for a flagpole of up to 45' (the flagpole for this project is specified at 44in height). The concrete foundation width must meet a minimum diameter of 42" at ground level and can taper down to 36" at the bottom of the foundation (Lydig recommends that the concrete runs down uniformly instead of tapering in). Please provide concrete plinth details. Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, July 29th, 2020 at 8:51AM PDT NO EXCEPTIONS TAKEN TO MANUFACTURER'S RECOMMENDATIONS TO INCREASE THE WIDTH AND DEPTH TO 48" AS SHOWN ON ATTACHED REVISED SKETCH. L. ROCK, WEINSTEIN A -FU 7/29/2020 Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications Rev 1 WAU RESPONSE.pdf Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Wednesday, July 29th, 2020 at 8:15AM PDT Poletech, the flagpole manufacturer, has reviewed the proposed detail. Their engineer has recommended that the footing depth be 48"below grade with 30" of sleeve embedment, and that the diameter of the footing be a minimum 48" width. The lightning spike will need to be exteded a min. 12" below the bottom of the concrete foundation using 3/4" steel rod welded to the bottom of the manufacturer's lightning rod. Please confirm that the footing is to be revised to match their recommendation and that lightning rod extension is to be installed. Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications Rev 1.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, July 24th, 2020 at 2:19PM PDT Pending confirmation with flag pole manufacturer, proceed with the attached footing detail. L. Rock, Weinstein A+U 7/24/2020 Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications WAU Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 10/27/2020 04 :03 PM RFI #460 LYD1G lrairrh", 011P-00,1 Atk,. LI 'tk gif 11114)0.; 4rii'MAA 0," 4,4 ^ d‘°414".4iNt 1,4h °'°* 40, ,.'411, )V1144 $444,4' NO EXCEPTIONS TAKEN TO MANUFACTURER'S RECOMMENDATIONS TO INCREASE THE WIDTH AND DEPTH TO 48" AS SHOWN ON ATTACHED REVISED SKETCH. L. ROCK, WEINSTEIN A+U 7/29/2020 Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications Rev 1 WAU RESPONSE.pdf //// /49, /` mtv • se* Poletech, the flagpole manufacturer, has reviewed the proposed detail. Their engineer has recommended that the footing depth be 48"below grade with 30" of sleeve embedment, and that the diameter of the footing be a minimum 48" width. The lightning spike will need to be exteded a min. 12" below the bottom of the concrete foundation using 3/4" steel rod welded to the bottom of the manufacturer's lightning rod. Please confirm that the footing is to be revised to match their recommendation and that lightning rod extension is to be installed. Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications Rev 1.pdf /A3/AAAA,„///A 01/11/0 AAA isapkulit0 diotp vor,M64:41. Pending confirmation with flag pole manufacturer, proceed with the attached footing detail. L. Rock, Weinstein A+U 7/24/2020 Attachments: RFI 460 - Arch - Concrete Plinth at Flagpole Clarifications WAU Response.odf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 10/27/2020 04:03 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #215 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #215: CE #267 - RFI #537: Arch - Flagpole Collar Modifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERIREVISION:' 215 / 0�� REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT Pending - In Review FROM: ry 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: 10/27 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: 8920.12 POTENTIAL CHANGE ORDER TITLE: CE #267 - RFI #537: Arch - Flagpole Collar Modifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #267 - RFI #537: Arch - Flagpole Collar Modifications The collar for the flagpole did not fit onto the 18" plinth (with radiused corners). Per RFI 537, a custom flagpole collar was to be fabricated to accommodate the flagpole plinth dimensions. ATTACHMENTS: tfs 52 - gccm-rfi 537 -arch - flagpole collar modifications-202010272332.pdf CE 267 - COR 8019 - Fabricate flagpole Collar Ring.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 04 :34 PM Cost Code Description Type Amount 1 23-001-99--MCCM Subcontractor JMI 8019 Subcontractor $863.37 Subtotal: 6863.37 Fee - Self Perform Work: 15.00%. Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Protect Contingency. 5 0.00 Fee.- Sub Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 38.85 GL Insurance: 0.75% Applies to all line item. types. $ 6.77 P&P Bond: 0.75% Applies to all line Item types. $ 6.82 B&O Tax: = 0.47% Applies to allline item types. $ 4.31 Grand Total: 5920.12 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/27/ 2020 04 :34 PM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # D30860 DATE: JMI COR #: 8019 DESCRIPTION: Fabricate Flagpole Collar - Fabricate (1) 16"x16"x5" aluminum collar ring with 12" hole in center | EXCLUSIONS: Y | REFERENCE: | i SCHEDULE IMPACT: | I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) U. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS III. SUBCONTRACTORS A. ALL SUBS 0.00iHRS O HRG@ 0.ODHRS @. 0.OUHRS @. LABOR TOTAL. $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.92 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS 2% OF LABOR OTHER DIRECT COSTS TOTAL 524.75 119.54 100.00 - 644.29 100.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP DB&O7AX @ VALID FOR 30 DAYS TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � � � � 744.29 7.44 This change proposal only includes costs that can be identified at this time. This change proposal does not include any amount for chanin the sequence of work, delaysdisruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract. LY I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #537 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Flagpole Collar Modifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 10/02/2020 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 10/19/20 10/09/2020 No 10 75 16 - Ground -Set Flagpoles 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 09:04 AM on 10/02/2020 Clarification is needed for modifications to the flagpole collar ring that sites atop the concrete plinth. The outside diameter of the collar ring is 18-1/4". The concrete plinth is 18" thick, but has 3/4" radius edges on each side, making the flat top of the concrete bench approximately 16-1/2" wide. If the collar is installed as is, the collar will overhang onto the radiused edges and there will be a small air gap on either side. Per WAU field report from 9/29/2020, the suggested solution would be build a custom sheet metal base. Please provide detail for new collar ring with dimensions and material type. See attachment for photos of collar ring, flagpole sleeve, and sketch of the plinth. Attachments: RFI 537 - Arch - Flagpole Collar Modifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, October 19th, 2020 at 10:27AM PDT Provide and install a custom sheet metal collar as discussed and approved over email with owner: 1/8" thick 6063-T6 aluminum, 16" x 16" with 5" down 90 degrees on 4 sides, 12" hole in center for flag pole, (Lydig to coordinate), welded corners, directional grain satin finish L. Rock, Weinstein A+U 10/19/20 Attachments: RFI 537 - Arch - Flagpole Collar Modifications WAU Response.pdf All Replies: 3'77:71777712tr-r-r71177mowirlrfm,P, 270zirarm eSpaftelrOritcLaur *ilteifi • Provide and install a custom sheet metal collar as discussed and approved over email with owner: 1/8" thick 6063-T6 aluminum, 16" x 16" with 5" down 90 degrees on 4 sides, 12" hole in center for flag pole, (Lydig to coordinate), welded corners, directional grain satin finish L. Rock, Weinstein A+U 10/19/20 Attachments: RFI 537 - Arch - Flagpole Collar Modifications WAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/27/2020 04:32 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #217 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #217: CE #269 - RFI #488: Struct/Mech - Elevator Sump Pump and Grating Conflict TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 217 / 0..._... Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 CONTRACT: CREATED BY: Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 10/28 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT:._. No ,601.91 POTENTIAL CHANGE ORDER TITLE: CE #269 - RFI #488: Struct/Mech - Elevator Sump Pump and Grating Conflict CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #269 - RFI #488: Struct/Mech - Elevator Sump Pump and Grating Conflict Revisions of the elevator sump pump to Zoeller 152 Effluent Pump in lieu of original specified pump for it to fit within the concrete recessed sump pit per RFI 488. ATTACHMENTS: CE 269 - COR 8021 - Replace Elevator Sump Pump.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/28/ 2020 10 :49 AM Cost Code Description Type Amount 1 23-001-99-- MCCM Subcontractor JMI COR 8021 Subcontractor $ 1,503.11 Subtotal:. $1,503.11 Fee - Self Perform Work:. 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Praflt, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase. Agreements, and Protect Contingency. $ 67.64 GL Insurance: 0.75% Applies to all line Item types. $ 11.78 P&P Bond: 0.75% Applies to all line item types. $ 11.87 B8O Tax: = 0.47% Applies to all line item types. $ 7.51 Grand Total: $1,601.91 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 10/28/ 2020 10 :49 AM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # D30660 DATE: JM|COR#h 1 8021 | DESCRIPTION: Replace existing Elevator SurnP Pump with New Model per RFI 481 EXCLUSIONS: . ��-��------------------�----- REFERENCE: :RFI 481 - Elevator Sump Pump SCHEDULE IMPACT: I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) U. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES cio% of LABOR "A") III. SUBCONTRACTORS A.ALL SUBS @ HRS @ HRS @ 0.00 HRS @ 0.00 HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.92 = $ $ 97.78 = $ $ 10373 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL � 1.37900| IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR |$ B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR C. PERMITSOTHER DIRECT COSTS TOTAL � $ 1,379.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VAL D FOR 30 DAYS 0%! TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 1,379.00 � � � � 110.32 13.79 This change proposal only includes costs that can be identified at this time. This change proposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or 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. RED INE MECHAN CAL Change Order Proposal 007 September 15, 2020 Attn: Ivy LeVangie Johansen Mechanical Project: Tukwila Fire Station # 52 RE: RFI 481 Elevator Sump Pump Dear Ivy, Per RFI 481 Redline mechanical has been instructed to replace the already installed elevator sump with the new model scheduled in RFI 481. There will not be a credit provided as the manufactures policy is only to accept returns if the pump is new and still in its original box COP -007 Cost: Sincerely, 14" $ 1,379 / REDLINE MECHANICAL 425-586-0553 jon@redlinemec.com Company: 0 JobName: 0 Bid Date January 0, 1900 Bid: Base Bid BID RECAP SHEET RED IAIE MECHANICAL 1/0/1900 PLUMBING/PIPING SUMMARY FAsTPIPEummary Pipe Equipment Total Pipe Fixtures Total Pipe Specialties Total Pipe Other Total Equipment Fixtures General Conditions Drains Hydronic Equipment Med Gas & Lab Equipment Specialties Other Direct Project Labor Plbg/Piping Labor Materials Hours Rate Labo Total $0 0.0 $92.95 $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 w/Summary $0 $0 $314' 7.2 $92.95 $669 $983 $0 0.0 $92.95 $0 $0 $32 $32 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $0 0.0 $92.95 $0 $0 $0 1.9 $88.63 $172 $172 Overtime $0 0.0 $0.00 $0 $0 Sub Total $345 9.1 $842 $1,187 MATERIALS SUMMARY Plumbing/Piping Materials/Equipment Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL 0.0 Cost OH&P $ Total $345 $52 $397 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $345 $52 $397 $0 $0 $0 $345 $52 $397 OH&P 15% 15% 15% 15% 15% 10.0 15% LABOR SUMMARY Plumbing/Piping Labor Sub Total Sales Tax LABOR TOTAL Hours Rate Cost OFI&P $ Total I 9.11 $92.03 $842 $126 $968 $842 $126 $968 0.0 % $0 $0 $0 $842 $126 $968 OH&P % 15% 15% 0% 15% SUBCONTRACTS SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1.0 Cost OH&P $ Total $0 $0 $0 0.0 $0 $0 Cost 1 $1,187 1 $178 $0 $0 OH&P $ QUOTED PRICE $0 $0 Total $1,365 $13.65 $1,379 15% 15% #DIV/0! 15% OTHER JOB COSTS Company: 0 JobName: 0 Materials Plumbing/Piping Labor Description P|bg/PiFdng PL Hours Rate Total 1 Permits - Plumbing $0 $O 2 Permits - PlumbinBase add $ 150 $0 $0 3 Permits - Backflows $U 4 Permits - Pressure Vessels $O 5 Sewer Tap Fees ` $O 6 Gas Permit Base add $140 $0 7 Gas Permit Outlet $0 $0 8 Pressure Testing $0 9 Balancing $0 10 Draining & Refilling $0 11 Welding Qualification $0 12 $0 13 Trench Preparation $O 14 Barricades $O 15 Shoring $0 16 $0 17 Job Office Trailers $0 18 Job Storage Trailers $0 19 Job Fabrication Facility $0 20 Utilities: Sewer, Water, Power, Phone $0 21 Equipment Cartage $U 22 Temporary Services &Fuel $0 23 Ventilation $O 24 Clean-up $U 25 $U 26 Engineering 0.0 $125.00 $0 27 Project Engineer 0.0 s50-00 $U 28 Detailing 0.0 $96.44 $0 29 Project Manangement 0.7 $80.00 $65 30 $O 31 Supervision 0.7 $105.00 $76 32 Material Handling 0.0 $50.00 $O 33 Delivery 0.4 $60.00 $18 34 $0 35 Parking $ Per Man Oay $0 $0 36 Scheduling $0 37 Safety $6 0.1 $96.44 $14 38 $0 39 Foreman Truck & Fuel /Week $0 $0 40 $0 41 Tools & Consumables $25 $0 42$U $32 1.9 $88.83 $172 EQUIPMENT Company: 0 JobName:0 Plbg/Pip Unit ng Hours Total Mark Description Quantity Plumbing Unit Materials Total 3.60 0.0 WH Electric 6 Gal 0 60.00 50.00 3,60 0.0 WH Electric 15 Gal 50.00 3.60 0.0 WH Electric 30 Gal 60.00 4.50 0.0 WH Electric 50 Gal 50.00 4.50 0.0 WH Electric 80 Gal 60.00 4,95 0.0 WH Electric 100 Gal 60.00 4.95 0.0 WH Electric 120 Gal 60.00 0.0 $0.00 3.60 0.0 WH Gas 30 Gal $0.00 4,50 0.0 WH Gas 50 Gal 60.00 7.80 0.0 WH Gas 80 Gal $0.00 7.80 0.0 WH Gas 100 Gal $0.00 9.00 0.0 WH Gas 120 Gal 50.00 0.0 $0.00 5,40 0.0 HW Storage Tank 150 Gal 60.00 9.00 0.0 HW Storage Tank 500 Gal 60.00 14.40 0.0 HW Storage Tank 1000 Gal 00.00 0.0 60.00 16.00 0.0 Domestic Boiler (Each) 60.00 0.0 $0.00 4.80 0.0 Tankless WH Gas 6 gpm 00.00 4.80 0.0 Tankless WH Gas 12 gpm $0.00 4.80 0.0 Tankless WH Gas 20 gpm 60.00 0.0 $0.00 1.20 0.0 Insta Hot 120v 3.5 KVV $0.00 1.80 0.0 Insta Hot 208v 8.3 KVV 60.00 5.40 0.0 Insta Hot 480v 36 KW $0.00. 0.0 $0.00 1.00 0.0 Exp Tank Gal 50.00 1.20 0.0 Exp Tank 8 GuI $0.00 1,80 0.0 Exp Tank 20 Gal $0.00 0.0 $0.00 1.00 0.0 Ciro Pump 1/12 HP 60.00 1.80 0.0 Inline Pump 1/2 HP $0.00 2.40 0.0 Inpline Pump 2 HP $0.00 0.0 $0.00 12.00 0.0 Duplex Booser Pump 60.00 16.00 0.0 Triple Booster Pump 60.00 0.0 50.00 7.20 7.2 Packaged Simplex SP 1 $313.93 6313.93 33.60 0.0 Duplex SP w/ Rails/Floats & 36"x72 Basin $0.00 33.60 0.0 Duplex SE w/ Rails/Floats & 36"x72 Basin $0.00 0.0 $0.00 3.60 0.0 Master Mixing Valve 50.00 0.0 50.00 4.80 0.0 Grease Interceptor PE (per section) 00.00 3.60 0.0 Grease Interceptor Under Sink 50.00 8.40 0.0 Grease Interceptor Steel 650 gal 50.00 14.40 0.0 Grease Interceptor Steel 1000+ gal 60.00 0.0 60.00 6.00 0.0 Concrete Catch Basin - 25 Gal $0.00 9.60 0.0 Concrete Catch Basin - 50 Gal $0.00 0.0 60.00 12.00 0.0 Sand Oil Separator 200 Gallon 60.00 15.60 0.0 Sand Oil Separator 500 Gallon 60.00 0.0 50.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0.0 $0.00 0,0 50.00 0.0 $0.00 0.0 50.00 0.0 60.00 0.0 $0.00 0.0 $0.00 0.0 60.00 0.0 $0.00 0.0 60.00 0.0 60.00 0.0 60.00 0.0 $0.00 0.0 50.00 0.0 60.00 0.0 50.00 0.0 50,00 0.0 60.00 0.0 60.00 0.0 50.00 7.2 Totals $313.93 0 FERGUSON MY LISTS List Name: TFS-52 SP Image Product Code Description Qty Net Price Total Price 1 Z1520005 Zoeller 115V 4/10 HP High Head Effluent Pump With Variable Level Float Switch 1 $313.925 $313.93 Subtotal: $313.93 www.ferguson.com For help or to place your order, please call us at 1 (888) 222-1785 LEAD LAW WARNING: In accordance with the US Federal or other States laws It is illegal to install products that are not "lead free" certified in potable water systems anticipated for human consumption. Refer to your local plumbing inspector or manufacturer for more details. LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #488 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Struct/Mech - Elevator Sump Pump and Grating Conflict TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 08/13/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: S301, M002 LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: RECEIVED FROM: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 08/24/20 08/20/2020 TBD 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 10:19 AM on 08/13/2020 The sump pump and grating cover in the elevator pit are currently in conflict. M003 lists the sump pump to be a Zoeller 163/4163. THis model is 19- 5/16". The elevator pit detail (13/S301) calls out for the elevator sump to be a 1'6" square opening. The sump pump also has a grating cover shown on A504. The grating is recessed into the concrete pit slab 1.5". This creates a conflict of the sump and grating by 3.25". To clear the conflict Lydig suggests one of the two possible solutions below: 1. Drill a 3.5" deep by 14" diameter core in the bottom of the elevator sump to recess the sump pump down below the bottom of grating elevation. 2. Revise the elevator sump pump to a shorter model (max. height of 16.25"). Please advise how to clear conflicts between the elevator sump pump and grating cover for the sump pit. Attachments: RFI 488 - Struct-Mech - Elevator Sump Pump and Grating Conflict.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, August 21st, 2020 at 3:OOPM PDT Per conversations with Dali Yu, Greenbusch, revise elevator sump pump for the Zoeller 152 Effluent Pump. See attached cut sheet. Provide credit for restocking of current pump. L. Rock, Weinstein A+U 8/21/20 Attachments: RFI 488 - Struct-Mech - Elevator Sump Pump and Grating Conflict Response.pdf All Replies: Per conversations with Dali Yu, Greenbusch, revise elevator sump pump for the Zoeller 152 Effluent Pump. See attached cut sheet. Provide credit for restocking of current pump. L. Rock, Weinstein A+U 8/21/20 Attachments: RFI 488 - Struct-Mech - Elevator Sump Pump and Grating Conflict Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 10/28/2020 10:17 AM LY DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #218 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #218: CE #272 - RFI #515: Arch - Gate Hardware at G16 TO: City of Tukwila 6200 Southcenter Boulevard FROM: Tukwila Washington, 98188 PCO NUMBER/REVISION: 218/0CONTRACT: REQUEST RECEIVED FROM: CREATED BY: STATUS: Pending - In Review CREATED DATE: REFERENCE: PRIME CONTRACT CHANGE ORDER: FIELD CHANGE: LOCATION: No 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) 11/2/2020 None ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $2,535.47 POTENTIAL CHANGE ORDER TITLE: CE #272 - RFI #515: Arch - Gate Hardware at G16 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #272 - RFI #515: Arch - Gate Hardware at G16 Revision of gate hardware at gate G12 and added gate hardware at gate G16. Original hardware for gate G12 (hardware set 41) will now be used at gate G11. ATTACHMENTS: tfs 52 - gccm-rfi 515 -arch - gate hardware at q16-202011021922.pdf PCO 218 -SP Combined.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 11/2/ 2020 11 :24 AM Cost Code Description Type Amount 03-001-99- - BP -03 - Structures Subcontractor PC0 218 -SP Subcontractor $ 2,379.08 Subtotal: 52,379.08 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. $ 107.06 GL Insurance: 0.75% Applies to all line Item types. $ 18.65 P&P Bond: 0.75% Applies to alt line Item types. $ 18.79 B&O Tax: = 0.47% Applies to all line item types. $ 11.89 Grand Total: 52535.47 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 11/2/ 2020 11 :24 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #218 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #218 -SP: CE #272 -SP - RFI #515: Arch - Gate Hardware at G16 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 218 -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 #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 11/2 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $2,379.08 POTENTIAL CHANGE ORDER TITLE: CE #272 -SP - RFI #515: Arch - Gate Hardware at G16 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract is Changed As Follows) CE #272 -SP - RFI #515: Arch - Gate Hardware at G16 Revision of gate hardware at gate G12 and added gate hardware at gate G16. Original hardware for gate G12 (hardware set 41) will now be used at gate G11. ATTACHMENTS: Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 11/2/ 2020 11 :18 AM Cost Code Description Type Amount 08-012-97-- HMDoors, Frames, 8 Hardware Supplier WAH COP 016 Purchase Agreements $ 2,160.00 Subtotal: $2,160.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead. and Profit, Unwritten Sub'sIPA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 172.80 GL Insurance: 0.75% Applies to all line item types. $ 17.50 P&P Bond: 0.75% Applies to all line Item types. $ 17.63 B&O Tax: =0.47% Applies to all line item types. $ 11.15 Grand Total: $2,379.08 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 11/2/ 2020 11 :18 AM PROJECT WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY Attn: Alex Carey Lydig QUOTATION Date: 1 0/3 0/2 0 JOB: 1 9-1 0 6 7 1 Quoted by: Amy Constantineau Tukwila Fire Station 52 Change Proposal #1 5 RFI 515 — Gate Hardware Hardware Group 43 for Gate G12 & G16 Hardware — Lump Sum $2,160 Includes: 2 ea ND8ORD RHO 626 - Please confirm finish — RFI did not can out a finish 2 ea 1351 622 Gate Closer 2 ea 1803H0 Floor Stop/Holder 2 ea K-BXRHO Gate Box Excludes: Installation Delivery: 2 weeks NOTE: This material HAS NOT been incorporated into the project. We will proceed once written authorization is received. I/We agree to purchase the items as described above. Sy: Date: Written authorization to proceed is required before any action can be taken on this order. Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices are FOB point of origin, freight prepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. All returns require preauthorization. TERMS: NET 30 days/No Retention Tel 253.471.9150 Fax 253.471.9171 4409 South Orchard St. Tacoma, WA 98466 www.wah-usa.com WAH109/1/18 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #515 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Gate Hardware at G16 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A003 LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 09/15/2020 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 09/28/20 09/22/2020 TBD 08 71 00 - Door Hardware RECEIVED FROM: Dave Krah (SECURE A SITE 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 Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 03:30 PM on 09/15/2020 Clarification is needed for the gate hardware at G16 added in RFI 478. RFI 478 added gate G16 to the north side of the trash enclosure for firefighter access into the trash enclosure without having to walk through the gate and out of the secured rear apron area. G16 is shown on A911 to receive hardware set 41. This hardware set includes an exit device which mounts on the push side of the door. The push side of the door/gate is inside the trash enclosure, making access into the rear apron not secured if exit device is installed. Based on site walk 9/15/2020, the exit device is not desired at this location. Please provide an updated gate hardware schedule for Gate G16. Attachments: RFI 515 - Arch - Gate Hardware at G16.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Saturday, September 26th, 2020 at 4:03PM PDT See revised door hardware specification 08 71 00 and revised sheet A911 attached. Changes include: G11 has been assigned hardware set 41 G12 and G16 have been assigned new hardware set 43 L. Rock, Weinstein A+U 9/26/2020 Attachments: RFI 515 - Arch - Gate Hardware at G16 WAU Response.pdf All Replies: See revised door hardware specification 08 71 00 and revised sheet A911 attached. Changes include: G11 has been assigned hardware set 41 G12 and G16 have been assigned new hardware set 43 L. Rock, Weinstein A+U 9/26/2020 Attachments: RFI 515 - Arch - Gate Hardware at G16 WAU Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 11/02/2020 11:22 AM