Loading...
HomeMy WebLinkAbout18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment AQ-AV)TO: 18-001(av) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO 026 DATE: 5/3/2021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( av ) AMENDMENT NO: 048 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 5/12/2021 Contractor Lydiq Construction By Craiq Greene Title VP of Operations Original Contract FS52 (without tax) $ 16,029,260.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 1,136,185.57 Date /0 This Change Order FS52 (without tax) $ (8,181.83) By Mayor REV. CONTRACT AMOUNT FS52 $ 17,157,263.74 Original Contract Time FS52: 521 days (Dec 17, 2020) Contract Time added in Previous Change Orders FS 52: 49 days Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 570 days (Feb 03, 2021) Deputy City Administrator SOJ Program Director f ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File 1 (11/2014) Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 26 .4.70itx 90830402 Contract # 18-0012 ( av ) Date 5/3/21 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD Description Reason Code Amount COP 298 CE #363 - 52 Project Neutral Credit. Usage of GCCM contingency to pay for Project Neutral/Steve Amento final costs for Tukwila Fire Station 52; FS 52 total is $16,045.37, Lydig's portion is $8,022.68. AL (58,18183) ydig Change Order No. 26 ($8,181.83) Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #026 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #026: Change Order #26 - Project Neutral . Final Cost Reconciliation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 DATE CREATED: 3/ 10 /2021 FROM: CREATED BY: CONTRACT STATUS: Approved REVISION: REVIEWED BY: REVIEW DATE: PAID DATE: EXECUTED: DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 Alex Carey (Lydig Construction, Inc. - Bellevue of) CONTRACT FOR: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: Contract DESCRIPTION: Return of contingency funds to the owner to pay for costs of Project Neutral for Tukwila Fire Station 52. ATTACHMENTS: No ($8,181.83) POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount A "teenttngerroy3 COR 018 0.00 298 CE #363 - Project Neutral Final Costs Contingency Use - PTU NOT PART OF (8,181.83) ($14,055.00) Invcotigotive Work Subtotal: 0.00 301 GE #346 65th Ave S Conduit r t, b's/PA's, and Project Contingency. TOTAL: ($8,181.83) CHANGE ORDER LINE ITEMS: PCO # 296 : CE #331 - Painting - Trade Damage Repairs (contingency) 0 Description A 1 COR 018 $ 14,055 00 2 Contingency Use - PTU NOT PART OF ($14,055.00) Subtotal: SO 00 Fee - Self PerformWork: 0.00% al o Mao, ,d,.., ent, - r, , - - . n NIP r t, b's/PA's, and Project Contingency. 0 00 r i MP° to . • • c c A reements, and Project Contingency. 000 . GL Insurance: 0.75% Applies to all line item types. 0 00 .***. DER P&P Bond: 0.75% Applies to all line item types. 0.00 B&O Tax: .0.47% Applies to all line item types. 000 Grand Total: 50.00 Lydig Construction, Inc. page 1 of 2 Printed On: 5/3/ 2021 11 :08 AM LYD G PCO # 298;: CE #363 - Project Neutral Final Costs PCCO #026 PCO # 301 : CE #345 - 65th Ave S Conduit Investigative Work Description Amount Project Neutral Final Costs ($8,022.68) Subtotal: ($8,022.68) 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 Fe 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. (60.17) ,....... P&P Bond: 0.75% Applies to all line item types. (60.62) B&0 Tax: =0.47% Applies to all line item types. (38.36) Grand Total: ($8,181.83) PCO # 301 : CE #345 - 65th Ave S Conduit Investigative Work The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum will be decreased 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 $ 1,090,478.11 $ 17,119,738.11 ($8,181.83) $ 17,111,556.28 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 2 of 2 Printed On: 5/3/ 2021 11 :08 AM Description ,A 1 Pellco COP 70 $ 6;164.00 2 Contingency Use - Conduit Investigation NOT PART OF ($6;164.00) Subtotal:. :$0:00 Fee - Self Perform Work: 0.00° ', t a enter �. n r t, i b's!PA's, and Project Contingency. OAO -y er'". t;.i� tot c rc A reernents,and Project Contingency. 0.00 GL Insurance: 0.75% Applies to all line item types. 0.00 DERP&P Bond: 0.75% Applies to all line item types. 0.00 B&0 Tax:. = 0.47% Applies 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 will be decreased 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 $ 1,090,478.11 $ 17,119,738.11 ($8,181.83) $ 17,111,556.28 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 2 of 2 Printed On: 5/3/ 2021 11 :08 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #298 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #298: CE #363 - Project Neutral Final Costs TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 298 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/2 /2021 None ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No ($8,181.83) POTENTIAL CHANGE ORDER TITLE: CE #363 - Project Neutral Final Costs CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #363 - Project Neutral Final Costs Usage of GCCM contingency to pay for Project Neutral/Steve Amento final costs for Tukwila Fire Station 52: TFS 52 Total: $16,045.37 Lydig Portion: $8,022.68 ATTACHMENTS: PCO 298 - Combined Rev 1.pdf SE 363 - 2021-02-12 - Steve Amento - 21-0201 - INV.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/10/ 2021 10 :27 AM Cost Code Description Type Amount 1 50-001-01- - Project Contingency Project Neutral Final Costs Project Contingency (58,022.68) Subtotal: ($8,022.68) Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. ($60.17) P&P Bond: 0.75% Applies to all line Item types. (560.62) B8.0 Tax:..= 0.47% Applies to all line Item types. (538.36) Grand Total: (58,181.83) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/10/ 2021 10 :27 AM Invoice Payment Review Tukwila PublicSafety Program Project: Justice Ctr FS 52 Firm: Steve Amento - Project Neutral Date: 2/12/2021 This Request ($): $1,267.05 Balance Remaining ($) $12,047.96 City Shops FS 54 Overall: $62,595 fFS51 Invoice : 21-0201 Previous to Date: $49,279,99 Pay Requested by: Reviewed by (PM): Approved by Julie via e ail Comments: GL Code: Legal Invoice Fee Breakdown This Period Justice Center FS 51 FS 52 TOTAL Comments: Last Period $ 22,108.40 12,393.27 14,778.32 267.05 $ 1,267.05 $ 49,279.99 Date: 2/12/2021 Budget Remaining $ 10,986.60 6.73 $ 1,054.63 $ 12,047.96 $16,045.37 total $8,022.68 Lydig Approved by (Proj. Director): Comments: Date: 2/12/2021 Budget Account Code: 4441 175th Place SE Bellevue, WA 98006 Phone: 206-200-3838 safini.2019Pgmail.com Date: February 10, 2021 Invoice #: 21-0201 For: Tukwila Fire Station #52 Project Neutral Bill To: Matt Strutynski City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 DESCRIPTION AMOUNT Consulting: 1/1/21 thru 2/28/21 ($225/hr) 5.6 Hrs $1,260.00 Transportation 0 mi $0.00 Lodging $0.00 Food $0.00 Copies 3 B/\A/ 8 C $7.05 Please make all checks payable to Steven Amento. SUBTOTAL $1,267.05 TAX RATE 0.00% SALES TAX $0.00 OTHER $0.00 THANK YOU FOR YOUR BUSINESS! TOTAL $1,267.05 DATE CODE ID HOURS DESCRIPTION OF SERVICES 01/11/21 FS52 1.3 Review recent meeting packageedit draft meeting agencla and email to Lydig for review and edits; finalize and email agenda with Lydig comments and changes 01/12/21 FS52 1.9 re for and attend OAC and PN meetingsmeeting agenda for next meeting 02/07/21 FS52 1.1 Review last weeks OAC minutes and attacheddraft PN meeting TO: 18-001(au) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 025 (COVID) DATE: 5/3/2021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( au ) AMENDMENT NO: 047 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 5/12/2021 Contractor Lydig Construction 1) By Craiq Greene Title VP of Original Contract FS52 (without tax) Previous Change Order FS52 This Change Order FS52 (without tax) REV. CONTRACT AMOUNT FS52 $ 16,029,260.00 $ 1,108,631.95 $ 27,553.62 $ 17,165,445.57 Original Contract Time FS52: 521 days (Dec 17, 2020) Contract Time added in Previous Change Orders FS 52: 49 days Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 570 days (Feb 03, 2021) Operations APPROVED BY THE CITY OF TUKWILA Date By Mayor Deputy City Administrato 011/1 SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 25 (COVED) s� 4 90830402 Contract # 18-001.2 (au ) Date 5/3/21 Lydig Construction 3180 139th Ave SE, Ste l l0 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 309 CE #374 - GCCM Covid-19 Impacts - July 2020 through January 21. Additional costs incurred by Lydig as the GCCM for Tukwila Fire Station 52 as a direct result of the Covid-19 pandemic. The costs repressent the labor and material from July 2020 through January 2021 (completion of project). COVID " $27,553.62 Lydig Change Order No. 25 (COVID) $27,553.62 YDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #025 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #025: Covid-19 Impacts - GCCM July 2020 Through January 2021 TO: DATE CREATED: CONTRACT STATUS: DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: CONTRACT FOR: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 4/ 07 /2021 Pending - In Review FROM: CREATED BY: REVISION: REVIEWED BY: REVIEW DATE: PAID DATE: EXECUTED: 30129:Tukwila Fire Station#52 —GCCM Prime TOTAL AMOUNT: Contract DESCRIPTION: Covid-19 Impacts - GCCM July Through January ATTACHMENTS: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 Alex Carey (Lydig Construction, Inc. - Bellevue Of) 0 No $ 27,553.62 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 309 CE#374 - GCCM Covid-19 Impacts - July 2020 through January 21 2 27,553.62 TOTAL: $ 27,553.62 CHANGE ORDER LINE ITEMS: PCO # 309 : CE #374 - GCCM Covid-19 Impacts - July 2020 through January 21 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 Lydig Construction, Inc. page 1 of 2 $ 16,029,260.00 $ 1,082,296.28 $ 17,111,556.28 $ 27,553.62 17,139,109.90 Printed On: 4/14/ 2021 01 :28 PM Description Amount Labor for gate check-in/Covid Commander $.18.291:92 2 Labor for jobsite sanitization $ 8,725.75 Subtotal: 927,017.67 Fee - Self Perform Work: 0.00% 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. 0,00 GL Insurance: 0.75% Applies to all line item types. 202.63 P&P Bond: 0.75% Applies to all line item types. 204.15 BSO Tax: = 0.47% Applies to all line item types. 129.17 Grand Total: 527,553.62 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 Lydig Construction, Inc. page 1 of 2 $ 16,029,260.00 $ 1,082,296.28 $ 17,111,556.28 $ 27,553.62 17,139,109.90 Printed On: 4/14/ 2021 01 :28 PM LYDIG PCCO #025 Emma Novvinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE Lydig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 2 of 2 Printed On: 411412021 01 :28 PM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #309 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #309: CE Impacts - July 2020 through Jan #374 - GCCM Covid-19 uary 21 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 3097 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/31 /2021 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $27,553.62 POTENTIAL CHANGE ORDER TITLE: CE #374 - GCCM Covid-19 Impacts - July 2020 through January 21 CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #374 - GCCM Covid-19 Impacts - July 2020 through January 21 Additional costs incurred by Lydig as the GCCM for Tukwila Fire Station 52 as a direct result ofthe Covid-19 pandemic. The costs represent the labor and material from July 2020 through January 2021 (completion of project). Costs included in the total • Labor to clean the jobsite common areas daily such as railings, sanitary facilities, doors, equipment and tools • Labor to check in field and office workers each morning to screen for COVID-19 symptoms, perform temperature scans, check-in workers with QR codes daily and for the weekly safety meetings, and verify proper PPE is being used (Covid Commander) ATTACHMENTS: CE 374w2021.03.31.,, TFS 52 COVIDI9 Requirements Baseline,lmpacfspdf_ CE 374 COVID-19„ 2021.pdf pacts.,_GCCM July,2020 through January # Cost Code Description Type Amount 1 45-100-05- - Compliance with new regulations and guldlines (Covid-19) Labor for gate check-in/Covid Commander Labor 5 18,291:92 2 45-100-06- - Schedule Mitigation Efforts (Covid-l9) Labor for jobsite sanitization Labor $ 8,725.75 Subtotal: 527,017.67 Fee -.Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Protect Contingency. $ 0.00 Fee - Sub Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 202.63 P&P Bond: 0.75%Applies to all line item types. $ 204.15 B&O Tax: = 0.47% Applies to all line item types. $ 129.17 Grand Total: 527,553.62 Lydig Construction, Inc. page 1 of 2 Printed On: 3/31/2021 11 :16 AM LYDIG Owner Signature Date PCO 309 Lydig Construction, Inc. page 2 of 2 Printed On: 3/31/ 2021 11 :16 AM Cate Check-ln "Covid.Com mander" Productivity i oss and 5anitizatian Mth Trans# JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05--45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 - 03/31/21 All JC Transaction Types All Departments Posted Actual Date Date Trans Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM 45.100.05- Compliance with new regulations and guidlines (Covid-19) 1 L 06/20 11347 07/08/20 06/29/20 PR PR Entry 10/FOREMAN 1.50 /100795/ DEPRIEST , FRANCOIS L5 Regular Earnings 11/FOREMAN 1.00 / 100034 / BAXTER DANIEL . W5 Regular Earnings 11/FOREMAN 1.60 / 100034 /BAXTER , DANIEL W5 Regular Earnings 0 07/08/20 t/30/20 PR PR Entry t0/FOREMAN 1.50 /1007957 DEPRIEST FRANCOIS L5 Regular Earnings 1 07/08120 08130/20 PR PR Entry 11/FOREMAN 1.00 / 100034.7 BAXTER , DANIEL W5 Regular Earnings 2 07/08/20 06130/20 PFt' PR Entry11/FOREMAN'1.50 / 100034 / BAXTER , DANIEL W5 Regular Earnings 07/20 1185 07/08/20 07/01/20 PR.. PREntry .10/FOREMAN 1;50 / 100795 /WRIEST FRANCOIS L5 Regular Earnings 07/20 1186 07/08/20 07/01/20 PR PR Entry 11/FOREMAN°1.00 / 100034 /BAXTER ;DANIEL W5 Regular Earnings 07/20 1167 07/08/20 07101/20 PR PR Entry 11/FOREMAN 1.50 / 100034 1 BAXTER , DANIEL W5 Regular Earnings 07/20 1188 07/08/20. .07/02/20 PR PR Entry 10/FOREMAN 1.50 1 100795 /DEPRIEST , FRANCOIS L5 Regular Earnings 07/20 1189 07/08/20 07/02/20...PR. PR Entry 11/FOREMAN 1.00 / 100034 /BAXTER .,DANIEL W5 Regular Earnings 702/20.: PR PR Entry. 11/FOREMAN 1.56 /100034 1 BAXTER: ; DANIEL W5 Regular Earnings 07/15120 07108120 PR • PR.Entry 10/FOREMAN1.00./ 1t3O795 f DEPRIEST, FRANCOIS L5 Regular Earnings 11/Ft}REMAN 1.00 / 100034 /BAXTER DANIEL'. W5 Regular Earnings 07/20 33118 07115/20 07/07120 PR : 1'R Entry 10/FOREMAN 1;00 / 1007951 DEPRIEST ;: FRANCOIS L5 Regular Earnings :07120 3309 07/15/20 07/07/20 PR PR Entry 11/FOREMAN 1.00 1 100034 / BA) T ER DANIEL W5 Regular Earnings 07/20 33 i0 PR PR Entry 1O/FOREMAN 'Ili() 1 100795 / DEPRIEST , . FRANCOIS L5 Regular Earnings • 07/20 3311.: 07/15/20 07/08/20 PR . PREntry. 11/FOREMAN 1.001.100034,/ BAXTER.., DANIEL' W5 Regular Earnings 07/20 3312. 07//15120 PR Entry 10/FrOREMAN 1.00 / toms!, DEPRIEST . FRANCOIS L5 Regular Earnings 07/20 3313. 07/15/20 07109/20 PR PR Entry 11/FOREMAN 1.001100034 /BAXTER rDANIEL W5 Regular Earnings 07/20 3314 07/15120 07/10/20 PR PR Entry 10/FOREMAN 1.00/ 100795 / DEPRIEST FRANCOIS L5 Regular Earnings 07/20 3315 07/15/20 07/10/20 PR PREntry, 11/FOREMAN 1.00 1100034 / BAXTER , DANIEL W5 Regular Earnings 07/20 5729 07/1.2120 07/13/20 PR PR Entry 10/FOREMAN 1'.00 / 10 0795.1 DEPRIEST FRANCOIS L5 Regular Earnings 07/20 5724: 07/22/20 07/13/20 PR PR Entry 11/FOREMAN:1.00 / 100034 / BAXTER `; DANIEL... W5 Regular Earnings 07/20 5725 i' 07122/X3 07/14/20 PR PR. Entry 10/FOREMAN 1.00/100795/ DEPRIEST. FRANCOIS L5 Regular Earnings 07/20 5728 07/22120 07/14120 PR PR Entry 11/FOREMAN 1',001.1000341 BAXTER', DANIEL W5 Regular Earnings :06/20 07/0$/20 06/29/20 PR PR Entry 07/08120 06/29/20 PR PR Entry 07/20 3307 07/06/20 PR PR Entry 07115120 071081 0,000 0:000 0 0. 0,. 0 4; 0 4.00 257,33' 2 2E 44.12; 257:33; 44.12' 52.77; 127.84: 0.000 0, 0.000 0000 0. 0000 1.00 2.00 2 77:83; 127844- 77:83, 00' 127:84!, 1,00 77.83+ 200 127.84, 1.00 77: 127; 1 Lydig Construction, Inc. Page 1 Date Format - MM/DD/YY 03/31/21 10:26:05 AM JCDetailv6.17.rpt Mth Trans# 07/20 5727 '. 07/20 5728 07/20 5729 JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 - 03/31/21 All JC Transaction Types All Departments Posted Actual Trans Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM - Continued 07/22!20 0715/20 • PR : ' PR Entryy /FOREMAN 1.66 1.00 / 100795/ DEPRIEST FRANCOIS L5 Regular Earnings 07/22120 07/15/20 PR PR Entry 11/FOREMAN 1,00 / 100034 /BAXTER , DANIEL ,• W5 Regular Earnings 07/22!20 07/16120 PR RR Eri'tiy 10/FOREMAN 1 00 / 100795 / DEPRIEST ,. FRANCOIS L5 Regular Earnings 11/FOREMAN 1.00 /100034 / BAXTER , DANIEL W5 Regular Earnings 07122/20 07117/20. PR PR Entry ° 10/FOREMAN 1,00-1100795 / DEPRIEST , FRANCOIS L5 Regular Earnings 07/22120 07/17/20 PR PR Entry 1;1/FOREMAN.1, 00 / 100034 / BAXTER DANIEL '' W5 Regular Earnings 07/20 $324 07/29/20 07/20/20 PR PR Entry 10/FOREMAN 1 00 1 100795 / DEPRIEST FRANCOIS L5 Regular Earnings .. .97/29/20 ,07/20/20. PR '07/20 .8325 . PR Entry 11/1=OREP1itMN 1 00 / 100034! BAXTER ,DANIEL, 07/20 .5730: 07/22120. 07/16/20. PR PR Entry W5 Regular Earnings 07120 8326 . . 07129020 07121120 . PR PREntry tOFnREMAN'.100 / #00795'/ DEPRIEST , ;. s. FRANCOIS L5 Regular Earnin•gs :07/20 8327 07129/20 07/21/20 PR PR Entry 11/FOREMAN 1.00 / 100034/ BAXTE• R,DANIEL . W5 Regular Earnings 07/20 .000'1. . 07/29/20. 07/22120 ,PF}: ,` F R Entry 10IFOREMAN 1041 100795/DEPRIEST :, FRANCOIS L5 Regular Earnings ... 07/29/20. 07/22/20 • PR • PR°Entry 1.1/FOREMAN 11.00 /1000341 BAXTER , DANIEL W5, RegularEarnings , ,. 07/20.8330 '` .07129/20 07/ i PR Entry 10/F.OREMAN 1;001100795./ DEPRIEST . , FRANCOIS L5, Regular Earnings 07/20 _$331 07/29120..i.07/23120 PR PR Entry 11/FOREMAN1.001.100034./BAXTER ,.DANIEL . . . W5 Regular Earnings 17/24/20 PR .. PR Entry 10/FOREMAN 100 /.100795 / DEPRIEST.., FRANCOIS L5 Regular Earnings 4120n. PR.::. PR Entry 11/FOREMAN'100 / 1000/34 /XE •BATR DLANIE•. ,. 07120 $333 .07129120 0712 W5 Regular Earnings PREnty. 10/FOREMAN:100 /100795 /DEPRIEST ,. , FRANCOIS L5 Regular Earnings 1 I/FOREMAN':1.00 / 100034 / BAXTER DANIEL`:..ii W5 Regular Earnings 1120 07/28/20•.'PR. PR Entry 10/FOREMAN 1 00 / 100795 / DEPRIEST:,, FRANCOIS L5 Regular Earnings 7 08105/20 07128/20 PR : PR Entry . .11/FOREMAN.1,00 / 100034 / BAXTER , DANIEL .. W5 Regular Earnings 07120 0/FOREMAN 10095/DEPRIEST „ ... ,7. FRANCOIS L5 Regular Earnings 107/20 10389; . :0$/05/20 0X/29/20 PR:. : PR Entry 11/FOREMAN'100�/ 100034• / BAXTER ; DANIEL` • W5 Regular Earnings 07/20 10390: 08/05/20 07/30/20 PR PR Entry 10/FOREMAN,.100 / 1007951 DEPRIEST,..,.; FRANCOIS L5 Regular Earnings 07/20 10391 08/05/20... 07/30/20.. PR PR Entry.. 11/FOREMAN 1.00 / 10/34.1 BAXTER ;DANIEL. W5 Regular Earnings 07/20: 10392 0$105/2007/31/20 PR PR•Entiy 10/FOREMAN 1:002/180795/ / DEPRIEST n.FRANCOIS L5 Regular Earnings 07120 10393; . .08/05/20 07/31/20, PR. PR Entry 11/FOREMAN1:09 /1009114IBAXTER DANIEL ., W5 Regular Earnings 0$120 3143 '0$112/20. 08/03120 PR PR Entry 10/FOREMAN 1 00/ 100795 / DEPRIEST FRANCOIS L5 Regular Earnings !07/20..$332 107/20 18384 : 07120 ,07/20. 10386` 20 • 117/27/20 >.PR,a 0. 07/27120 PR PR Entry PR En 0,000.. 0.000 2.00 000 t00 77:83, 427:8'41 77.73, 127:40' 127,84! 0.000: 2,00 0.000 1.00 0 000 2.00 0.000 1.0tf' 0.000 0.000 2.00 .. 0000 1.00 0.000 .000:. 0:000:..: 2 2 77, 12784 77:83' 127.84! 77;83; 1 Lydig Construction, Inc. Page 2 Date Format - MM/DD/YY 03/31/21 10:26:05 AM JCDetailv6.17.rpt Mth - - Trans# JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- 45-100-06- All Cost Types Units:` Actual All Months Dates: 07/02/20-03/31/21 All JC Transaction Types All Departments Posted Actual Date Date Trans Type Source Description Cost 30129-43 Tukwila Fre Station #52 - GCCM -Continued '< FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Eamings titi FOS, yt £ A min FRANCOIS 15 Regular Eamings W5 Regular Eamings FRANCOIS L5 Regular Earning W5 Regular Earnings FRANCOIS L5 Regular Eamings W5 Re•ular Earriin.s FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Eamings W5 Regular Earnings FRANCOIS L5 R-.ular Earnings c\ W5 Re.ular Eamin.s FRANCOIS L5 Regular Earnings tt1 '"gt �rtt Y W5 Regular Eamings FRANCOIS L5 Regular Eamings W5 Regular Eamings qq � FRANCOIS L5 Regular Eamings W5 Regular Earnings FRANCOIS L5 Regular Eamings W5 Regular Eamings FRANCOIS L5R• . ular Earnin . s ' aiTtc aat, W5 Regular Earnings 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 3 03/31/21 1026:05 AM JCDetailv6.17.rpt ata ,i0RectsInAulipywiwtOnlotwow MitagemmegilMURIMOOMMON 1170.4d646114*.ttlit adiftwittislool Er,i,IIINIMMAIRRIMMWOMMERN JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02120 - 03/31/21 All JC Transaction Types All Departments Posted Actual Mth Trans# Date Date Trans Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM - Continued ,,,,,114111:0110t•,4411-017011111SINtMilifttiglittilififf,17111011n.f. FRANCOIS L5 Regular Eamings ,.,,T.201191.11aMtitt#111M1144:11,iiiilltallilatAttiliWit*,,4;VIVIIII:i114.EZ1113114:e'MWM111;,.1 FRANCOIS L5 Regular Eamings ; , V7 eiik """"" fir,„147,14T.W-, iff,„ V,W'OVtr.i730,"r"*t,r, 'fillyzoiv'4\477-7490;;NT km-v,N4W,"4,774;,7\„"rtt ',,,-;,,,,,,,,,,,,,,44`,.-xo,,,,,,,A,,,,,,,A,,..,,,a.,,..M., FRANCOIS L5 Regular Earnings ,„,.-7,4„„ ,,..„, ts".c16704,,Tk.: „if -7,"..",:.1,..,.10.4w4 ,......• l'ia' ''''' '''''\ t"2"''''''6 Illi''':'''''''t ';VV.'ll''''gU'l.'E:4 a'-r'n'ing s•"'"L''''''k"'"'N'L- r r '.'ti..;. 4., '..t.. +. .:, FRANCOIS L5 Regular Earnin s ; .14,414 e ° W5 Regular Earnings Tit 'fir" ' FRANCOIS L5 Regular Earnings W5 Regular Earnings 41. 16-1111111L„ FRANCOIS L5 Regular Earnings ritwww „.„ cc, „„ , , NANNN.N. : N •,4" mq*4.:•wpf W5 Regular Earnings mo,sw, own kr‘vrt,,, 1.° NM: 1:41A FRANCOIS L5 Re. ular„Eamings ',ARM N"NN" NO14 f.; MO 'WSW' • Y 1,01$0, 44. N., VANN, [16.*Kiti 41411 0,2z FRANCOIS L5 Regular Earnings -I:sr-„Ila W5 Regular Eamings FRANCOIS L5 Regular Eamings atx , , W5 Regular Earnings %CA\ '7;1", 11711.71142ik‘" ' FRANCOIS L5 Regular Eamings 1,11r ° ‘, 4 ‘‘n J4 - ibp W5 R-•ular Eamin s 1 1:„.iorspolr'wv AKA" 1,‘ , - . 1). ,i;"11tlaftr w-utir \* $ ainkr...4.4N4- 11-1.11ISLtk •sitel v. FRANCOIS L5 Regular Earnings 441;, ‘1• „. W5 Regular Eamings FRANCOIS L5 Regular Earnings we, W5 Regular Eamings t NOITINIV FRANCOIS L5 Regular Eamings t , , , V 53,, ,..., r , ' . M'tt''...I 4 `,,,W \::. 4 W5 Regular Eamings .4" \ \ i 41,*,,,`<1. k NA FRANCOIS L5 Regular Eamings NN,N11 ' ,N44,44,4m N *AO tenvt,\''• vt'fltn.1104 NATC 4 4, , „'* .rt • W5 Regular Earnings FRANCOIS L5 Re. ular Earnings 7 , , 4 1 „VONWONVA.. W5 Regular Eamings ittrZLY- 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 4 03/31/21 10:26:05 AM JCDetailv6.17.rpt Mth Trans# Jobs: 30129-43 - 30129 All Months, JC Detail Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual Dates: 07/02/20-03/31/21 All JC Transaction Types All Departments Posted Actual Trans Date - Date Type Source Description Units Hours Cost 301293 Tukwila Fire Station #52 - GCCM - Continued FRANCOIS L5 Regular Earnings W5 Regular Eamings FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Re. ular Earnim s+ W5 Regular Earnings z'tb`S`Li•. "� \:. .lh �.a "�.gQl'15+"�, «a".�`Shi"S'S � :i§xti FRANCOIS L5 Regular Earnings SR4##ke.l:.�l, W5 Regular Earnings Regular Earnings W5'Re•ular Earnims W5 R -.alar Ea in s W5 Regular Earnings W5 Regular Earnings � iii$ `+� `}i �����r��;�3�`i���®•; W5 Regular Earnings W5 Regular Earnings W5 Regular Eamin s FRANCOIS L5 Re uIar Earnings. W5 Regular Earnings ��t> • 4, t1t �'v r , FRANCOIS" L5 Regular Earnings" W5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Re.ularEamims FRANCOIS L5 Regular Earnings 1 Lydig Construction, Inc. Date Format MM/DD/YY Page 5 03/31/21 10:26:05 AM JCDetai lv6. 17. rpt JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- AU Cost Types Units: Actual All Months Dates: 07/02120 - 03/31121 All JC Transaction Types All Departments Posted Actual Trans Mth Trans# Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM Continued W5 Regular Earn FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Earnings r, aiT �r�4m rL e FRANCOIS L5 Regular Earnm.s W5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Regular Earn n s o FRANCOIS L5 Re ular Earnin s W5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings HPDR ciao `aaa'`4/B W5 Re ular Earnin s FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 R • ular Earnings FRANCOIS L5 Regular Earnings 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 6 03/31/21 10:26:05 AM JCDetailv6.17.rpt FAV''',AMPPONFemowqRANFWGIVIMPrige GeiteAlle00.144"10MittieOliitOtiak kft-3 )4ellif.4116144titil0,41111,ta• : Mth Trans# JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 - 03/31/21 All JC Transaction Types All Departments Posted Actual Trans Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM - Continued ilt.141111i14111110111111,111Willitt: i5.,,,‘,32111111111130MINIIIMMISPROtt FRANCOIS L5 Regular Eamings 01.4;:;11111-11,01f1t11:0,41311Milf; Ettlft,IV;::;i:;iklltPlt14k1;XN,JVLIEZI'jRltniVgKSIMfttiK,,,, FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Eamings iktni,Ii:711:11111111i2SlikiltiE,2101117717..17;,'!„,31:141101#111X.31,1MifffifiOrftlINIANTIMISFILii $ 04,0,0,44044 N4,‘,NT4N-'00% NN :!11 qlrneWlfa*"ff 4*S91*W4*A*1VV 4.C1Silat „ FRANCOIS L5 Regular Earnings AN, 1i 4fy FRANCOIS L5 Regular Earnings 441011111:7;r"clIK:11,11,Ntirfittillilt ANA aieirtilan,41,41WAWNIF#0 FRANCOIS L5 Regular Earnings tzt :;;;;;;;;;A;;;,,i,,,,101014,1 T W4C,f04:7\10,c,,, NNNNr.rtft AiroznymIcsni. '$ • :0. s • ;„ FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings C '44 . $ 0,04,40.\ FRANCOIS L5 Regular Earni n FRANCOIS L5 Regular Eamings ',00 '0"10M0,4 t ,00.404,,,4004".100.; 1,04,0 4N. \.‘'4,\*N400,4 N414,0N0'''ikAk,'4V1130 - <:„ ••k 0)' *4,-744. '4g •t#N FRANCOIS L5 Regular Eamings FRANCOIS L5 Regular Earnings k44, 11,....24,(1,11,‘Nr;; ss-sss; , kt* • Us; FRANCOIS L5 Regular Earnings 7iittkfi if FRANCOIS L5 Re. ular Earnings 1iOl'iii .A rt. FRANCOIS L5 ReularEarnin.s 11(1411,17,;;;;IIFJ;dyrii 'i,ri,,,Nk-A7T\ ,;'W "4,444404 :4 't/040 Z.fw !se4; % •, WM, 'tQ, , %%44 ,0,00/%444,4400/04 0„ L. VL • ; • 0,0000/00,„ itso ss, A 1, 00,0 /0 004 '04 • FRANCOIS L5 Regular Earnings A7Sfil.S'S!S!:!;..At*Is; ss„ FRANCOIS L5 Regular Eamings '11411-,11t141 \FRANCOIS L5 Regular Eamings FRANCOIS L5 aRegular ,tamings i - 0,4400;4114 NiNA S'Siv-ss kkt • "! s,sst4sss 4404. 4/4 ,N0N, 12'4 404'&41‘4,44‘ 4444- \44444/4440 4 4 4444404441/4 FRANCOIS L5 Regular Earnings '4: 1#7' 1.1 8 Wi lYN'‘,1.);.:' :„„: ,,,,k.' ' ,. ,,..;';.nkl,'\w,.;-,` ., ,,440.40./44/40`4 FRANCOIS L5 Regular Earnings Piiii 'i i '•;• NN / 4410 • *N. FRANCOIS L5 Regular Eamings 14 4'• 4 /44A ''T`; FRANCOIS L5 Regular Eamings ; ‘1,01 tee T 0/0,, % ,04,0,4, • 040 04 1,0) , /4 %t00,0, 0-ww,m0 040/40/4%V/t/k/ 4%/a/C/a / %%WV FRANCOIS L5 Re ular Eamin s Ifit; FRANCOIS L5 Regular Eamings 0„4„,444,4,004%4 ;SSA;s1,;SSS-ss, \,;SSZ,%as IS 5,- 4SS ,;;,; 00,0040,404 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 7 03/31/21 10:26:05 AM JCDetailv6.17.rpt JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02120 -03/31/21 All JC Transaction Types All Departments Posted Actual Trans Mth Trans# Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM - Continued FRANCOIS L5 Regular Earnings ��� 00 /DEPS FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings 1 £ FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings kilkAqt FRANCOIS L5 Regular Earnings ,AkkAwg *NV; FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Re ular Eamin•s a 1. 1 FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Eamings FRANCOIS L5 Re ular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOISL5 Regular Eamings � `/FOS �i � 007 �E ► FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings 0t'w FRANCOIS L5 Regular Ea in s FRANCOIS L5 Regular Eamings 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 8 03/31/21 10:26:05 AM JCDetailv6.17.rpt Mth Trans# JC Detail Jobs: -30129-43-30129-43 Phases: 45-100-05--45-100-06- All Cost Types Units: Actual All Months Dates 07/02/20 -03/31/21 All JC Transaction Types All Departments Posted Actual Date Date Trans Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM-:Continuedc 45 -100 -06 - Schedule' Mitigation Efforts (Covid-19) FRANCOIS L5 Regular Earnings j FRANCOIS L5 Regular. Earnings FRANCOIS L5 Regular Earnings p ®�, FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOISL5 Regular Earnings FRANCOIS L5 Regular Earnings FRANCOIS L5 Regular Earnings W5 Regular Earnings Total for Cost Type: 1 Total For Phase: 45.10005- 0.000 251.00 251.00 ,291.92; 18,291.92 FRANCOIS L5 Regular Ea Regular Earnings FRANCOIS L5 Regular Earnings Regular Earnings FRANCOIS L5 Regular Earnings' Regular Earnings 1 a 6. 1011 Regular Earnings' Regular Earnings Regular Earnings ivartrw Regular Earnings' Regular Eamings 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 9 03/31/21 10:26:05 AM JCDetailv6.17.rpt Jobs: 30129-43 - 30129-43 Phases: 45-100 All Months Dates: 07/02/20 - 03/31/21 Posted Actual Trans Mth Trans# Date Date Type Source Description JC Detail -05- - 45-100-06- All Cost Types Units: Actual All JC Transaction Types All Departments Units Hours Cost 3012 3 Tukwila Fire Station #52 - GCC Continued Regular Earnings Regular Earnings Regular Earnings Regular Earnings Re. ular Earnings Regular Earnings Regular Earnin.s Regular Earnings Regular Earnings Regular Earnings Regular Earnings Regular Earnings Regular Earnings Re. ular Earnings Regular Earnings Regular Earnings Regular Earnings e ees) Regular Eamings Regular Earnings Regular Earnings Regular Earnings Regular Earnings Regular Earnings rte Regular Earnings ,y Regular Earnings Regular Earnings Regular Earnings 1 Lydig Construction, Inc. Date Format- MM/DD/YY Page 10 03/31/21 10:26:05 AM JCDetailv6.17.rpt Mth Trans# JC Detail Jobs: 301 29-43-301 29-43 Phases: 45-100-05- 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 -03/31/21 All JC Transaction Types All Departments Posted Actual Trans Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM -Continued Regular Earnings Regular Eamin.s Regular Eamings, R ular Earnings R ular Eamin.s fir'& Regular Earnings Re ular Eamin•s Re • ular Earnings Re. ular Earnings Re ular Eamin.s Re. ular Earnims ular Regular Earnings; Regular Eamm.s Regular Earnings Regular Eamings Regular Eamings Regular Eamings Regula Re ular Eamings Regular Eamings Re ular Earnings Regular Earnings Regular Eamings Regular Eamings Regular Earnings 1 Lydig Construction, Inc, Date Format - MM/DD/YY Page 11 03/31/21 10:26:05 AM JCDetailv6.17,rpt JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 - 03/31/21 All JC Transaction Types All Departments Posted Actual Trans Mth Trans# Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM Continued Regular Earnings Regular Earnings bu. Regular Earnings a 3 i13a Regular Earnin s Regular Eamings W5 Regular Earnings 17 1 R-. ular Earnings W5 Regular Earnings 2r Regular Earnings W5 Re.ular Earnings Re.ular Earnings W5 Regular Earnings 01.00 '1 0 Regular Earnings W5 Regular Earnings Regular Earnings W5 Regular Eamings Regular Earnings YP t" W5 Regular Eamings Regular Earnings W5 Re. ular Eamings Regular Earnings W5 Regular Earnings W5 Re. ular Earnin s Regular Earnings W5 Re ular Eamings Regular Eamings W5 Regular Earnings 1 Lydig Construction, Inc. Date Format- MM/DD/YY Page 12 03/31/21 10:26:05 AM JCDetailv6.17.rpt Mth Trans# JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20'-03/31/21 All JC Transaction Types All Departments Posted Actual Trans Date Date Type Source Description Units Hours Cost 30129 -43 -Tukwila Fire Station #52 - GCCM -Continued Regular Earnings W5 R .ular Eaminas Regular Earnings W5 Regular Earnin s Re. ular Eamin. s W5 Regular Eammgs Regular Earmn • s W5 R-.ular Eamin.s Regular Earnin•s W5 R ular Eamin•s R-. ular Earnin.s W5 Re. ular Eamin.s Regular Earnings W5Re.ular Earnin•s Regular Earnin.s W5 Regular Earnings ular Earnings W5 Regular Earnings 1 �A 0 road 0 Regular Earnings W5 Regular Earnings Regular Earnings it/ ui 00 W5 Regular Earnings W5 ReQuIat Earnings W5 Regular Eamings 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 13 03/31/21 10:26:05 AM JCDetailv6.17.rpt JC Detail Jobs: 30129-43 -30129-43 Phases: 45-100-05- 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 - 03/31/21 All JC Transaction Types All Departments Posted Actual Trans Mth Trans# Date Date Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station 2 - GCCM - Continued W5 Regular Earnings h;£$ti��l4St<i U 3,°i'z^Z 1Y="gift W5 Re ular Earn Regular Earnings W5 Re Iular Earnings ular Eamings W5 Regular Earnings fi.YaY°4Y'�Y1x t�i`11 Y<rYYYY,stw75S Fla W5 Regular Eamings Regular Earnings I W5 Re ular Earnings �Y s`Y10`YY� Re. ular Eamings W5 Regular Earnings W5 Regular Earnings W5 Re. ular Earnings W5 Regular Eamings Regular Earnings W5 Regular Earnings Regular Earnings Regular Eamings W5 Regular Earnings Regular Eamings W5 Regular Earnings Regular Earnings W5 Regular Earnings Regular Eamings 1 Lydig Construction, Inc. Date Format - MM/DD/YY Page 14 03/31/21 10:26:05 AM JCDetailv6.17.rpt „IpmflicmgrewevulmeMSNOMEO '14341044,0kiri*Iit*OCCOMMAridelait lieltabtlatMANDIMMINDONSMIA £bt wmptomumaliMENVOID,UUMNiswq 'ttOttgationliestiglivIrts,PqrequePAAPP khan, ussoongtesiobAMIWNaliattENNIM JC Detail Jobs: 30129-43 - 30129-43 Phases: 45-100-05- - 45-100-06- All Cost Types Units: Actual All Months Dates: 07/02/20 - 03/31/21 All JC Transaction Types All Departments Posted Actual Mth Trans# Date Date Trans Type Source Description Units Hours Cost 30129-43 Tukwila Fire Station #52 - GCCM - Continued 11211111211M6113/41511101111111511111' W5 Regular Earnings illitilEM1I2 N*11111111111111111110111111111111101111111111111111101112111111111111111111# 1110111111:11111111111111117111111ahloAlottio***Ci ',:*tititititittittldo:MtittatWeatnintroA W5 Regular Earnings „ , . 1111:1COMEEINCM11111Valleit TttA:1:,iill1*TSIIPLIEtt3tillnilittittEtEISBSIRIIr ileMIFITAS11•11611111•11W5 Regular Earnns 1itilatitellirlitiA".101•1111111K1111116111101111611 W5Regular Earnings „ rOgrAMIVAR.,,, i;')S,ItfttZWA*VeZdbl,” FitiatiVilli%*iatiattlicitiattit*** ef‘e lk W5 Re ular Earnincs „ , , AtA"1,4'.K.V11,1411111191.ril W5 Regular Earnings -4144, kifar44444431Slgilatl,btlailPIIIK44444444:4144!44437. ,44.7444:4 4.444.4114444444,4414411444:4:'44441144414444,444644414r0C1114124614111111in W5 Regular Earnings tet,t*lttlfA2ttbii,Vk'1.2{/Oli2Pfgf9*MJWIP.Ftgntitiko4tfiF)*f(4tiOpOPfot0133titbkt'Ott'Mike'iNVMFtPr*A#4 it,iiffigti<AN*NVOtttfAv9:0%.44644:40* W5 Regular Earnings Total for Cost Type: 1 0.000 160.00 8,725.75 Total For Phase: 45-100-06- 160.00 8,725.75 Total For Job: 30129-43 411.00 27,017.67 Total For Company:1 411.00 27,017.67 1 Lydig Construction, Inc. Page 15 03/31/21 10:26:05 AM Date Format - MM/DD/YY JCDetailv6.17.rpt March 31, 2021 Tukwila Fire Station 52 Overview of COVID-19 Regulations Requirements and "Baseline" Impacts To whom it may concern, As we work through analyzing the impacts of the COVID-19 pandemic, this memo is being issued to document the regulations creating new project compliance and the measures being implemented to first and foremost maintaining the health and safety of all workers and personnel on the Tukwila Fire Station 52 construction site, as well as ensure compliance with the rapidly changing regulatory environment. Proclamation 20-25 "Stay Home — Stay Healthy" On March 23, 2020 Governor Inslee issued Proclamation 20-25 "Stay Home — Stay Healthy" order, followed by Memorandum on March 25, 2020 clarifying construction guidance in relation to the determination of `essential' projects. This construction guidance memo included the requirements that any project determined to be essential must still maintain proper social distancing requirements, as well as work protection measures before proceeding. UM it 111: GOVV.ASO YNY+ SI' kV UMW NYAV11lh1:Y111' ,h., /els el LYNG Lydig Prevention & Guidelines To maintain worker safety, compliance with Proclamation 20-25, and compliance with developing Center for Disease Control (CDC) recommendations, Lydig Construction implemented Coronavirus Prevention and Guidelines requirements for each project site, including the Tukwila Fire Station 52 construction site, with subsequent updates being issued to these requirements. ILYWG 1 LYDIG. 1 Requirements of the prevention protocols included: • Daily self -assessments by each employee • CDC guidelines for control of the spread of COVID-19: stay home if you are sick, wash your hands often, do not touch your face with unwashed hands, cover your coughs and sneezes • Posting of CDC posters to increase awareness of preventative measures 11400#4444tiONN#09111)1441141444141: Si*rAY HOME W YOURE'81CK10 yorita..4<, s.guy to-oo„ rest and tivonber .t0;. CI.Ei,1N • Providing disinfecting wipes for disinfecting of workstations, breakrooms, and tools on a regular basis 180 1 Ave SE St 110 Bellevue WA 9800s 42C,8Si, '014 LYDIG • Additional hand washing stations ,,IRo sE kellt,vtfc LVDIG Daily sign in required for all people entering the jobsite RMSED A/21/2020 In accordance with CDC Recommendations Lydig requests, as a conditiori of eritry, each emriloyee, visitor or guest fill out the Maridatory Screerting DAILY and read Lydig Constructions COVID-19 Prevention and Action Guidelines If you have any questions, please contact: Vice President of FISE: Steve Brennan 206-753-9701 - Vice President of Operations: Craig Greene 206-818-9202 - HR Representative: Scott Janney 425-885-3314 To complete the Daily Screening either scan the GDR Code or head to the following website htlits://siorlinilvdttricorni als LYDIG Conduct CDC health screening. Implemented in to the daily stretch and flex meetings, as well as part of the daily sign -in process. 3180 1 '01.111 A\E: SE Ste 11.0 BEIE-Eue \VA 9800S •42i,885,',314 ��U ��U�� � x o� : �� • Maintain social distancing, including: worker spacing, staggering of work schedules, break areas with regular disinfecting, eliminate large work-related gatherings, postpone non-essential work travel, postpone Iarge projectject tours, remote work if possible Zroi • Designate pickup and drop off areas for equipment deliveries and pickups and disinfect tools prior to removing from the jobsite Implementation of Phase 1 Construction Restart On Apr24, 2020 an addendum to Proclamation 20-25 was issued that defined the criteria for construction pjects to restart, as well as the criteria to be met by May 1, 2020 for project that were deemed essential and had continued construction. This addendum included 30 requirements; many of which had already been met by Lydig's Prevention and Guidelines plan, but additional requirements included: xw./°"xAvc /waa��""nxv*"� LYDIG • Mandato COVID-19 Exposure Control, Mitigation, & Recovery Plan (SSSP) • Mandatory COVID-19 Site Supervisor In accordance with Washington State's Stay Home, Stay Safe Gubernatorial Proclamation 20-25, this project has been restarted under Phase I, This jobsite MN adhere to the Phase 1 COVID-19 Jobsite Safely Practices document. ALL WHO ENTER TO PERFORM WORK SHALL AGREE TO ADHERE TO THESE GUIDEUNES, :•„•••,••••.• In accordance with Washington State's Roy Home, Stay Safe Gubernatorial Proclamation 20-25, this project has been deemed essential by the project owner This jobsite will adhere to the COVID-19 Jobsite Safety Practices document AU. WHO ENTER TO PERFORM WORK SHALL AGREE TO ADHERE TO THESE GUIDEUNES. The COV10-19 site supervisor is 40141419UA and can be reached"- at (AMP) q00 • •' , =, sH 1 -,..)th,AvS' Ste 110 f„dlevtl, \VA ��U ��0��. � x m" u �� • Mandatory Personal Protective Equipment (PPE), specifically gioves and face masks required at all times • Mandatory screening of all workers by taking their temperature at the beginning of their shift 1: B Common Contractor and Subcontractor "Baseline" Inefficiencies While each individuatrade will experience different impacts of the pandemicand associated new regulations to their resinstallation activities, each worker on site is subjected to 'baseline' inefficiencies that are a product of adhering to these regulations. Examples of these 'basetine' inefficiencies include: • Waiting through daity health screening/temperature check line • Regular 'toolbox' meetings for review of new safety protocols • Daily sign -in process uw/.91-.11 21.VC Si' 0 YN G • Management of visitors/delivep screening & sign -in process throughout the workday • Staggering crew access to toolboxes, connex's, crew trailers, etc...slowing daily preparation/tool gathering process • Staggered breaks and cleaning of break area at beginning and end of each break • Cleaning of tools regu|edy, typically beginning & end of shift • Limit sharing of tools, increase quantity of tools needed on site • Maintaining additional PPE supplies • Loss of production from additional PPE, specifically face covering at all times • Subcontractor designated COVID-19 supervisor • Maintaining social distancing at all times (in padinu|er, prior to the Addendum to Proclamation 20-25 was issued which opened up a process to allow workers to be within 6' of each other with the correct planning, documentation, and PPE.) • Safety glasses fog up with requirement of full-time face coverings, creating inefficiencies to de -fog glasses regularly and slow work • Split stretch &f|ex groups to minimize on site gather sizes The extent that each worker is impacted by added regulatory requirements above will vary by subcontractor, depending on crew size, existing facilities (available trailer space, tool storage, etc...) and other factors. These 'baseline' impacts will need to be reviewed on a trade by trade basis, however through discussion with several subcontractors and industry resources, a general consensus is being developed that quantifies these impacts within a range of 30 to 75 minutes per worker per day. Respectfully, Alex Carey 3180 1339Th Ave 818Ste 110 BellQvue WA 98005 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 024 DATE: 5/3/2021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 ( at ) AMENDMENT NO: 046 18-001 (at) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner are not prejudiced; C. All claims against the "Owner which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 5 /12 / 2 021 Contractor Lydiq Construction By Craig Greene Title VP of Operations Original Contract FS52 (without tax) $ 16,029,260.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 1,090,478.11 Date //0 12, This Change Order FS52 (without tax) $ 18,153.84 By REV. CONTRACT AMOUNT FS52 $ 17,137,891.95 Original Contract Time FS52: 521 days (Dec 17, 2020) Contract Time added in Previous Change Orders FS 52: 49 days Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 570 days (Feb 03, 2021) Mayor r" < Deputy City Administrator SOJ Program Director f rt/1A ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11=4) " Exhibit A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 24 , 2 900 90830402 Contract # 18-001.2 ( at Date 5/3/21 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 302 CE #360 - RFI #636: Electrical - Added Alerting Speakers and Volume Control. Addition of volume control and speakers in offices 201, 203, 204 and ceiling tile repairs per RFI 636. OC $1,804.29 COP 303 CE #369 - Puget Sound Energy (PSE) Vault Lid Remobilization Fees. PSE vault lid in sidewalk near 65th Ave S was a special order lid (4-6 week lead time) that was required due to the slope of the sidewalk. Original lid was flat. Second lid was sloped incorrectly. Third lid came out after all other site concrete work was complete and required a separate mobilization for LaRussa. PSE vault lid procurement was managed outside of the GC/CM contract, OC $1,928.97 COP 304 CE #370 - RFI #654: Architectural - Cord Reel Relocation at Bay 2. Relocate the west cord drop in Bay 2 of the Apparatus Bay to better function with the Fire Truck responding out of this bay per the response to RFI 654. OC $3,492.40 COP 307 CE #372 - Survey of Storm System by ESM Consulting Engineers. Public Works Inspector requested that licensed surveyors come out to perform as- builts of all invert elevations (IE's) and rim elevations of the storm system. This requirement was not shown or specified in the contract documents. AD $4,991.88 COP 308 CE #373 - RFI #634: Mechanical - TAB Report Submittal Clarifications. Provide additional troubleshooting and repairs to determine cause for Heat Recovery Ventilator (HRV) Cubic Feet per Minute (CFM) deficiencies - disconnect installed ductwork, take additional CFM and static pressure readings and reinstall ductwork. DC $3,225.08 COP 310 CE #375 - RFI #611: Mechanical - Condensate for Branch Controllers. Furnish and install condensate drains to serve branch circuit controllers per the response to RFI 611. DC $6,297.03 COP 311 CE #380 - Revised SL-6 Tie Color at Front Entry Canopy. Change SL-6 tie wraps to black per direction from Weinstein (VVAU). DC $757.67 COP 312 CE #382 - Roofing Repairs Allowance Reconciliation. Reconciliation of unspent funds for $5,000 roofing repair allowance for BP14 Roofing. A credit to be returned to the owner. AL ($4,343.48) Lydig Change Order No. 24 $18,153.84 Lvnt Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax (425) 881-2903 PCCO #024 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #024: Change Order #24 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 DATE CREATED: 4/ 07 /2021 CONTRACT STATUS: Pending - In Review DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Of) REVISION: REVIEWED BY: REVIEW DATE: PAID DATE: EXECUTED: No 0 CONTRACT FOR: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: Contract DESCRIPTION: Change Order #24 ATTACHMENTS: $ 18,153.84 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 302 CE #360 - RFI #636: Elec - Added Alerting Speakers and Volurne Control Subtotal: 1,804,29 303 CE #369 - PSE Vault Lid Rernobilization Fees Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 1,928.97 304 CE #370 - RFI #654: Arch - Cord Reel Relocation at Bay 2, P&P Bond: 0.75% Applies to all line Item types. 3 492.40 307 CE #372 - Survey of Storm Systern by ESM Grand Total: 4,991.88 308 CE #373 - RFI #634: Mech - TAB Report Submittal Clarifications 3,225.08 310 CE #375 - RFI #611: Mech - Condensate for Branch Controllers 6,297.03 311 CE #380 - Revised SL -6 Tie Color at Front Entry Canopy 757.67 312 CE #382 - Roofing Repairs Allowance Reconciliation (4,343.48) TOTAL: $ 18,153.84 CHANGE ORDER LINE ITEMS: PCO # 302 : CE #360 - RFI #636: Elec - Added Alerting Speakers and Volume Control Lydig Construction, Inc. page 1 of 3 Printed On: 4/14/ 2021 01 :26 PM Description Amount 1 PCEC COR 078 9 1,693 00 Subtotal: $1,693.00 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. 76.19 GL Insurance: 0.75% Applies to all line Rem types. 13,27 P&P Bond: 0.75% Applies to all line Item types. 13.37 B&O Tax: = 0.47% Applies to all line item types, 8.46 Grand Total: 91,804.29 Lydig Construction, Inc. page 1 of 3 Printed On: 4/14/ 2021 01 :26 PM LYDIG PCO # 303 : CE #369 - PSE Vault Lid Remobilization Fees PCCO #024 PCO # 304: CE #370 - RFI #654: Arch - Cord Reel Relocation at Bay 2 Description Amount 1 LaRusso COR 012 $ 1.81000 Subtotal: Subtotal: $1,810.00 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 GL Insurance: 0.75% Applies to all line item types. Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 81.45 25.88 GL Insurance: 0.75% Applies to all line item types. 14.19 Grand Total: P&P Bond: 0.75% Applies to all line item types. 14.29 B&O Tax: = 0.47% Applies to all line item types. 9,04 Grand Total: 51,928.97 PCO # 304: CE #370 - RFI #654: Arch - Cord Reel Relocation at Bay 2 PCO # 307 : CE #372 - Survey of Storm System by ESM Description Amount 1 PCEC COR 081 $ 3277.00 Subtotal: 53,277.00 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. 147.47 GL Insurance: 0.75% Applies to all line item types. 25.68 P&P Bond: 0.75% Applies to all line item types. 25.88 B&O Tax: = 0.47% Applies to all line item types. 16.37 Grand Total: $3,492.40 PCO # 307 : CE #372 - Survey of Storm System by ESM PCO # 308 : CE #373 - RFI #634: Mech - TAB Report Submittal Clarifications Description Amount 1 ESM Invoice 109921 $ 4,684.00 Subtotal $4,684.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit Unwritten Sub's/PA's, and Project Contingency. 000 Fee - Sub Tier Work: 4.50% Applies 10 Subcontractor, Purchase Agreements, and Project Contingency. 210.78 GL Insurance: 0.75% Applies to all line item types. 3671 P&P Bond: 0.75% Applies to all line item types. 36.99 B&O Tax: .= 047% Applies to all line item types. 2340 Grand Total ,991.88 PCO # 308 : CE #373 - RFI #634: Mech - TAB Report Submittal Clarifications Lydig Construction, Inc. page 2 of 3 Printed On: 4/14/ 2021 01 :26 PM Description Amount JMI COR 8030 $ 3,026 16 Subtotal: $3,026 16 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. 136.18 GL Insurance: 0.75% Applies to all line item types. 23.72 P&P Bond: 0.75% Applies to all line item types. 23.90 B8,0 Tax: = 0.47% Applies to all Inc item types. 15.12 Grand Total: 53,225.08 Lydig Construction, Inc. page 2 of 3 Printed On: 4/14/ 2021 01 :26 PM LYDIG PCO # 310 : CE #375 - RFI #611: Mech - Condensate for Branch Controllers PCCO #024 PCO # 311 : CE #380 - Revised SL -6 Tie Color at Front Entry Canopy Description Amount 1 JMI COR 8033 $ 5908 65 Subtotal: 5590865 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 000 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 265.89 GL Insurance: 0.75% Applies to all line item types. 46.31 P&P Bond: 0.75% Applies to airline item types. 46 66 B&O Tax: . 0.47% Applies to all line item types. 29 52 Grand Total: $6,297.03 PCO # 311 : CE #380 - Revised SL -6 Tie Color at Front Entry Canopy PCO # 312 : CE #382 - Roofing Repairs Allowance Reconciliation Description Amount 1 PCEC COR 082 $ 391.00 2 (3) Hours Supervision - TP @ $96.91/hr $ 290.73 Subtotal: $681.73 Fee - Self Perform Work: 1500% Applies to Labor Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 43 61 000 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 17.60 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. GL Insurance: 0.75% Applies to all line item types. 5.57 P&P Bond: 0.75% Applies to all line item types. 5.61 B&O Tax: = 0.47% Applies to all line item types. 155 (32.18) Grand Total: 5757.67 PCO # 312 : CE #382 - Roofing Repairs Allowance Reconciliation 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 City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 1,082,296,28 $ 17,111,556.28 $ 18,153.84 $ 17,129,710.12 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Lydig Construction, Inc. page 3 of 3 Printed On: 4/14/ 2021 01 :26 PM Description Amount 1 D7 COR 03 ($4,259.00) Subtotal: ($4,259.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 000 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 000 GL Insurance: 0.75% Applies to alt Inc item types. (31.94) P&P Bond: 0.75% Applies to all line item types. (32.18) B&O Tax: .0.47% Applies to all line item types. (20 36) Grand Total: ($4,343.48) 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 City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 1,082,296,28 $ 17,111,556.28 $ 18,153.84 $ 17,129,710.12 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Lydig Construction, Inc. page 3 of 3 Printed On: 4/14/ 2021 01 :26 PM LYOIG Lydig Construction, Inc. 3180139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #302 Project: 30129-43 - TFS#52 - GCCM 1544765th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #302: CE Added Alerting Speakers and Volum #360 - RFI #636: Elec - e Control TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 302/0 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) 3/29 /2021 PRIME CONTRACT None CHANGE ORDER: SCHEDULE IMPACT: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: $1,804.29 Amount Based No POTENTIAL CHANGE ORDER TITLE: CE #360 - RFI #636: Elec - Added Alerting Speakers and Volume Control CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #360 - RFI #636: Elec - Added Alerting Speakers and Volume Control Addition of volume control and speakers in offices 201, 203 and 204 and ceiling tile repairs per RFI 636. ATTACHMENTS: CE 360:-_COR078.pdfu Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/29/ 2021 02:48 PM Cost Code Description .::Type Amount 1 - 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 078 Subcontractor $7,693:00 Subtotal: $1,693:00 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. $ 76.19 GL Insurance: 0.75% Applies to all line item types. $ 13.27 P&P Bond: 0.75% Applies to all line item types. $ 13.37 B&O Tax: = 0.47% Applies to all line item types. $ :8.46 Grand Total: $1,804.29 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/29/ 2021 02:48 PM nese February 15, 2021 PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# PCEC RFI# 636 PCEC COR# 078.0 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 $1,693.00 We are proceeding with this change to our work as directed by ydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusionson 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 fee questions regarding this change proposal. Sincerely, 'Scott Driscoll Project Manager Enclosures: ( worksheets ee to call should you have any Pere Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066 Add Volume Control and Speakers in Offices 201, 203, 204. 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown 94.97 b. craft labor costs from breakdown 129.78 c. craft labor costs from breakdown 164.59 d. craft labor costs from breakdown 107.02 e. craft labor costs from breakdown $ 116.83 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# 078.0 Date: 2/15/2021 CCD# RFI# PCEC RFI# 0.00 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS 2. MATERIAL COSTS a. scheduled material $ 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) - $ 3. EQUIPMENT COSTS 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 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. Jaymarc AV $ 1,521.19 b. 0 c. 0 d.0 $ 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 $ 6. SUBCONTRACTORS 1,521.19 7. 0 8. P ON SUBS 121.70 8. INSURANCE / TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 16.43 b. Bonding 2.00% (of 1 through 7) $ 33.19 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8. INSURANCE 49.62 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. 06 P ON INS / TAX TOTAL COST 1 THRU 8 1,693.00 This is a change order Proposal to : Pacific Coast Electrical Contractors for the project listed as Tukwila Fire #52 - FAST Change Order Date: 1/13/2021 Change Order Title: Add Speaker Change Order Details: Provide and install Volume Control and Speakers in 3 offices ( Room 201, 203 & 204) on the second floor. Electrical Contractor will provide 1 Gang box/ring in each room with either a stub into accessible ceiling or conduit to nearest volume control. Jaymarc AV will provide cabling, devices and programming to make the system work. These offices will be on the same zone as the existing offices and will be programmed to match. This Change Order, if accepted, willmodifythe contras This change order provides a modification in the original scope of work contracted for. All terms and conditions as previously agreed upon are not altered except as noted in this document. If this project is a progress billing project, the added/modified scope of work will become part of the overall project total and the billings will be adjusted accordingly. The completion date on the project MAY be affected by the additions and/or modifications in this change order. Both parties agree to discuss completion time modifications if necessary. If no discussions are made, there shall be an assumption of 10 working days added to the contract completion date if this change order is executed. It is up to the client to verify that the scope of work of this change order matches the desired changes. If the Change Order Details listed above are not clear or do not match your desires; DO NOT SIGN THIS DOCUMENT. This change order is accepted as presented: Pacific Coast Electrical Contractors Date: Date: Jack Calderon design I build egrale I support 02. CONTROL SYSTEM &USER INTERFACE RELATED E( PMENT Offices 3 EA Lowell 100LVC-DW-White 1 JAYMARC E -Line Offices 02. CONTROL5Y5TEM & USER INTERFACE RELATED EQUIPMENT $28.20 $62.50 Parts: $147.10 Labor: $525.00 Total: Parts: $147.10 Labor: $525.00 Total: $309.60 62.50 $672.10 $672.10 08. LOUDSPEAKERS AND AMPLIFICATION E UIPMENT Offices 3 EA JBL CONTROL 24CT-White Offices` 08. LOUD5PEAKER5 AND AMPUFICATION EQUIPMENT $109,46 Parts: $328.38 Labor: $225.00 Total: $553.38 $553.38 Parts: $328.38 Labor: $225.00 Total: $553 8 09. PATCH CABLES, BULK WIRING & CONNECTORS Offices .125 Roll Windy City Wire 570 5peaker Cable (18-02P-BLK)-Black Offices Parts: $17.97 Labor: $150.00 $143.75 Total: $167.97 $167.97 09. PATCH CABLES, BULK WIRING & CONNECTORS Parts: $17.97 Labor: $150.00 Total: $167.97 design 1 b Ild 1 integrate 1 support 4t:4314:'14*.! ir-..4i.t.fte:4';:4P;:=S4,:.?'=',1141.4A1tft,Rit4fiLtWigli!4:44',41Viii1F1:4'1419.Q72.1A; Pacific Coast Electrical Contrac, C16004 Date: Misc Parts/ FreightEtc $19.74 Project Management $99.00 Mobilization: $9.00 Parts: $493.45 Labor: $900.00 Parts No Tax: $.00 Labor No Tax: $.00 Subtotal: $1521.19 Sales Tax: $0.00 JOSHLITTLFJOHN f SENIOR ES7041110R ii:IYMF1 RC I1V brile I igterprela Illopagt Total: 1,52119 1,1400INTERORBANAVESOUTHISEAMEWA91410 Ft236.682.6111 x10,3 C3E0927.1932 1f:20.7618M Joshua Littlejohn Date: :diaiRliiiA4Q,inii;414,147Atage4144.4. t,,,oA4`4+:47.14r.i" LYE:JIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #636 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Added Alerting Speakers and Volume Control 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) 01/13/2021 TBD E602S.A E602S.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 01/22/21 01/21/2021 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 04:14 PM on 01/13/2021 Per discussions with Fire during the 01/12/2021 Alerting Owner Training, alerting speakers and volume controls need to be added in three rooms. Fire requests that a speaker and volume control knob are added in rooms 201, 203, and 204. A ROM of $4,500 has be given for this scope of work. If accepted, this work would likely commence after building department final is given. Please advise and provide location of the speakers and control volume control knobs in each room. Attachments: EZEL636.,!_Elec:_AddpslAterling.3peKQrs.ancl,Vpturno.OgrttiPirpsil Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, January 19th, 2021 at 5:41PM PST See locations of added speakers on revised A201S.A, attached. Center in noted ceiling tile, typ. Volume controls to be located next to light switches on wall. Align with light switches. L. Rock, Weinstein A+U 1/19/21 Attachments: RFI 636 - Elec - Added Alerting 5peakers and Volume Control_SOJ Reqponse.p_df All Replies: NV*. #4, I liwAtitkvt.(No\'', See locations of added speakers on revised A201SA, attached. Center in noted ceiling tile, typ. Volume controls to be located next to light switches on wall. Align with light switches. L. Rock, Weinstein A+U 1/19/21 Attachments: RFI 636 - Elec - Added Alerting Speakers and Volume Control_SOJ Re5ponse.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 03/29/2021 02 :47 PM RFI 636 LYD1G Owner approves $4,500 ROM for 3 new speakers (Per FIRE's request) AND re -work (paint/drywall/ceiling tiles). Owner agrees with approach to conduct this work after Certificate of Occupancy is achieved. Attachments: Confirmed, $4,500 ROM is for new speakers AND re -work (paint/drywall/ceiling tiles). Attachments: Please confirm if $4,500 ROM is for new speakers AND re -work (paint/drywall/ceiling tiles). Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 03/29/2021 02:47 PM LYtItG Lydig Construction, Inc. 3180139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #303 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #303: CE #369 - PSE Vault Lid Remobilization Fees TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 303 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. —Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. Bellevue Off) 3/30 /2021 None Amount Based No $1,928.97 POTENTIAL CHANGE ORDER TITLE: CE #369 - PSE Vau CHANGE REASON: Client Request id Remobilization Fees POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #369 - PSE Vault Lid Remobilization Fees PSE vault lid in sidewalk near 65th Ave S was a special order lid (4-6 week lead time) that was required due to the slope of the sidewalk. Original lid was flat. Second lid was sloped incorrectly. Third lid came out after all other site concrete work was complete and required a separate mobilization for LaRusso. PSE vault lid procurement was managed outside of the GC/CM contract. ATTACHMENTS: CE369_ LaRusso_ COR 12.pdf_ # Cost Code Description Type Amount 1 32-400-99- - BP -02 - Site Concrete Subcontractor LaRusso COR 012 Subcontractor $ 1,810.00 Subtotal: $1,810.00 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. $ 81.45 GL Insurance: 0.75% Applies to all line item types. $ 14.19 P&P Bond: 0.75% Applies to allline item types. $ 14.29 B&O Tax: = 0.47% Applies to all line item types. $ 9.04 Grand Total $1,928.97 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/6/ 2021 08 :25 AM 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 COR012 Re -mob for Vault Lid Pour Back Revised 3/16/21 Item: Concrete - Provide & Install 25 -Feb Re -mob for small pour Short Load Concrete Quantity_ Units Unit Price Amount 1 EA $1,600 $1,600 CY $35.00 $210 Total $1,810 Notes: Short load fees apply for orders under 9 CY. iW St. Helens Dr. Sto D ilsanvitte, OR_ 97070 Phare: (§03}563=6788 Fax- (583} 5634786 CCB # 1691'X6 Field PD f Extra Work Authorization 2!25,2021 12512 1 Work Re Signature: Print Name: Conditions All work requested not stated In contrast requires prior appre va Sgnaturesauthornzes work to be done and approval forpapmen Page 1 of 1 SetiPCuri•lnisn CcrtcreYe m tvao local;ens TOFtiI .Pour back a 0 f i -Curb in fraut 7f rnanhe a ya cs s Cane ae"C argr sZi raiz. 2 guy`s 8 regular hones eacte= 16 regular 5C urs Signature: Print Name: Conditions All work requested not stated In contrast requires prior appre va Sgnaturesauthornzes work to be done and approval forpapmen 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 PCO #304 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave 8 Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #304: CE Cord Reel Relocation at Bay #370 RFI #654: Arch - 2 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 304 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/30 /2021 None Amount Based No $3,492.40 POTENTIAL CHANGE ORDER TITLE: CE #370 - RFI #654: Arch - Cord Reel Relocation at Bay 2 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #370 - RFI #654: Arch - Cord Reel Relocation at Bay 2 Relocate the west cord drop in Bay 2 of the Apparatus Bay to better function with the Fire Truck responding out of this bay per the response to RFI 654. ATTACHMENTS: 30129-43-TFS 52-GCCM-654-Arch-Cord_ReeLRerocation at Bay 2-2021-03-30.pcif CE 370 - COR081,pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/30/ 2021 01 :37 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 081 Subcontractor $ 3,277.00 Subtotal: $3277.00 Fee - Self Perform Work: 15.00% Applies to Labor Materials, Equipment Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 000 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 147.47 GL Insurance: 0.75% Applies to all line item types. $ 25,68 P&P Bond: 0.75% Applies to all line item types. $ 25.88 B&O Tax: = 0.47% Applies to all line item types. $ 16.37 Grand Total: $3,492.40 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/30/ 2021 01 :37 PM March 1.2021 PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# PCEC COR# 081.0 Dear Alex PCEC RFI# Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price fo referenced work as described on our attached worksheets in the amount of $3277.00 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. Scott Driscoll Project Manager Enclosures: ( ) worksheets Pege Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 Relocate Cord Reel per Customer Request to other side of Sky Light. 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 $ 450.00 $ 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) $ 100.87 137.95 175.03 113.70 124.16 $ 1,815.66 COP# - PCEC COR# 081.0 Date: 3/1/2021 CCD# RFI# PCEC RFI# 18.00 Hrs Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS d. permits e. dumpster $ f. coordination drawings $ 2. MATERIAL COSTS Boom Lift $ 500.00 $ $ 3. EQUIPMENT COSTS 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 0 0 0 0 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 4. SMALL TOOLS 1,815.66 $ 450.00 500.00 5. OVERHEAD & PROFIT $ 414.85 $ 6. SUBCONTRACTORS 7.0 & P ON SUBS 1.00% (of 1 through 7) $ 31.81 2.00% (of 1 through 7) $ 64.25 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 0 & PON INSURANCE/TAXES a. 0% portion of 8 9. 08, P ON INS / TAX TOTAL COST 1 THRU 8 96.05 3,277.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR LItem :# L Item Name Quantity Price [Items and ByProducts] Label Set: Combined, Combined, Combined, Combined, Combined Ext Price $408.80 68 12 THHN CU STRANDED 199.80 $569.58 M $113.80 1,047 3/4 EMT 20.00 $161.35 C $32.27 1,200 3/4 EMT CONN S/C/I 2.00 $664.05 C $13.28 1,319 3/4 EMT COUPL S/C 3.00 $692.48 C $20.77 1,507 3/4 EMT CHNL STRAP W/BOL 3.00 $289.38 C $7.18 3,672 3/8" ALL THREAD 8.00 $303 89 C $24.31 3,798 1/4-20 X 3/8 RH MACH SCREW 4.00 ' 4.14 C $0.17 4,194 8 X 1/2 HEX HD TAP SCR 2.00 $2'.93` C $0.06 4,482 3/8" X 3" LAG BOLT 4.00 $0.34; E $1.38 4,548 3/8" STRUT SQ WASHER 4.00 ; $267.84: C $10.71 4,560 3/8" NUT 4.00 $31.88 C $1.28' 4,651 3/8-16 STEEL ROD HANGER VE 4.00 '' $187,30: C $7.49 4,753 BK/BK 1-5/8 STRUT CHNL 12 ( 12.00 $1,300.23 C $156.03' 5,486 1/4-20 APP BEAM CLAMP 4.00 $24000 C $9.60 ,513 3/4 STL GOND HGR W/BOLT 4.00 $70.49. C $2.82 7,178 IDEAL 452 RED WIRE NUT 100 $201.37. M $0.60 17,462 CORD REEL 1.00:. -~ $0.00 Q $0.00' 17,474 4/S BOX 2-1/8"D, 1/2&t.3/4"KO 1.00 17,498 4/S BLANK COVER 1.00 18,780 GRD PIGTAIL #12 x 10-1/2" 1.00 47,072 1 HOUR LABOR (DEMOLITION), 1.00 47,086 1 HOUR LABOR (MOBILIZATIOI' 2.00 453.35 C 196.42 C $55.40 C $000`X $0.00, X Labor Material Filter: <None> Report: COR 2/1 Labor Ext' 96 $0.55 $0.00 $0.00 $408.80 C E C C C C E C C c c C C E E C C c E 6 1.20 1.00 0.28 0.42 0:09 1.12 0.11 0:10 0:40 0.10 0.11 0.32 2.16 1.20 0.90 0.18 300 0.30 0.08 0.06 1.00 2.00 16.13 Courtesy of McCormick Systems Inc. Page 2 3/1/2021 9:12 AM LVtHG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #654 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch Cord Ree Reloca on atBay2 TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 03/01/2021 LOCATION: PROJECT STAGE: COST IMPACT: Yes (Unknown) DRAWING NUMBER: E302N LINKED DRAWINGS: RECEIVED FROM: Jason Konieczka (Tukwila Fire) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/23/21 03/08/2021 Yes (Unknown) Question from Alex Carey (, ydig Construction, Inc. - Bellevue Of) at 09:11 AM on 03/0 2021 TFD has requested that the bay 2 west cord reel (clouded on the attachment) be relocated to the east. The cord reels were all installed along the same N -S gridline. This layout works well with the configuration of vehicles for, bay 1 and 3, but is about 20 feet away from the end of the fire truck in bay 2. The cord reaches the truck, but the end of the cord drops down and hits the concrete and scrapes along the floor when ejected from the truck which may cause damage both to the end of the cord and the floor over time. To relocate the cord reel, the electrician would need to rent equipment and install new conduit from the junction box to the east to a new cord reel location and reinstall the unistrut and cord reel Please advise if the cord reel is to be relocated: Attachments: RFI 654Arch - Cord Reel Reloca tion at Bay_2.pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Monday, March 15th, 2021 at 2:50PM PDT Owner agrees with the cost to complete this work. Please proceed with coordinating the work. Attachments: All Replies: Owner agrees with the cost to complete this work. Please proceed with coordinating the work. Attachments: ROM cost of the relocation is $3,500 direct costs of the electrician. Attachments: BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 03/30/2021 01:36 PM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #307 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #307: CE #372 - Survey of Storm System by ESM TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 307 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: 3/30 /2021 Lydig Construction, Inc. -Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: TOTAL AMOUNT: $4,991.88 POTENTIAL CHANGE ORDER TITLE: CE #372 - Survey of Storm System by ESM CHANGE REASON: Client Request POTENTIAL CHANGE, ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #372 - Survey of Storm System by ESM Public Works requested that licensed' surveyors come out to perform as-builts of all IE's and rim elevations of the storm system. This requirement was not shown or specified in the contract documents. ATTACHMENTS: CE 372 - ESM Invoice 109921.pdf # Cost Code Description Type Amount 1 44-204-99-- Licensed Survey Sub ESM Invoice 109921 Subcontractor $ 4;684.00 Subtotal: $4,684.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 8 0 o0 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. 8 210.78 GL Insurance: 0.75% Applies to all line item types. $ 36.71 P&P Bond: 0.75% Applies to all line Item types. $ 36.99 BBO Tax: =0.47% Applies to all line item types. $ 23.40 Grand Total: $4,991.88 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 3/31/ 2021 08 :46 AM kleatk,0040140,, 04,640NR4 %$.41 ESNICAVU-COM E S M Consulting Engineers LLC 33400 8th Avenue S., Suite 205 Federal Way, WA 98003 253-838-6113 NSULTIMS INGINEERS.111 LYDIG CONSTRUCTION, INC. Invoice number ATTN: KATIE MARTINSON Date VIA EMAIL: KMartinson@lydig.com Professional Services From January 31, 2021 through February 27, 2021 109921 03/18/2021 Project 2078-002-019 TUKWILA FIRE STATION #52 TASK 0001 CONSTRUCTION STAKING LABOR 2 -MAN SURVEY CREW AS-BUILTS BOUNDARY SURVEY SURVEY DEPARTMENT MANAGER BOUNDARY SURVEY PROJECT SURVEYOR AS-BUILTS CALCULATIONS SR. SURVEY TECHNICIAN AS -BUILT DRAFTING REIMBURSABLE MILEAGE Hours Billed Rate Amount 8.00 225.00 1,800.00 4.50 225.00 1,012.50 Subtotal 12.50 2,812.50 4.00 0.00 3.50 152.00 532.00 2.00 152.00 304.00 Subtotal 5.50 836.00 8.00 122.00 976.00 Labor subtotal 30.00 4,624.50 Contract Summary Description Contract Amount Total Billed Billed Amount 59.50 Invoice total 4,684.00 Prior Current Percent Billed Billed Complete 0001 Construction Staking 31,934.00 19,219.75 14,535.75 4,684.00 60.19 Total 31,934.00 19,219.75 14,535.75 4,684.00 60.19 Aging Summary Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120 109694 02/17/2021 1,045.25 1,045.25 LYDIG CONSTRUCTION, INC. 3% FEE ON CREDIT CARD PAYMENTS THIS INVOICE DUE UPON RECEIPT II*SAVVOYVRA41,***100qg, MAK, OhiqvikAint .0;0,44r0 144.glakiiNtk, r S MCIVIL .00 NI LYDIG CONSTRUCTION, INC. Project 2078-002-019 TUKWILA FIRE STATION #52 CONSgLTING ENCINEIR,S. Invoice number 109921 Date 03/18/2021 Aging Summary Invoice Number Invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120 109921 03/18/2021 Total 4,684.00 4,684.00 5,729.25 5,729.25 0.00 0.00 0.00 0.00 LYDIG CONSTRUCTION, INC. 3% FEE ON CREDIT CARD PAYMENTS THIS INVOICE DUE UPON RECEIPT LYDIG SUBCONTRACTOR BILLING FORM NAME OF PROJECT: Tukwila Fire Station #52 GCCM SUBCONTRACTOR ESM Consulting Engineers, LLC Address: 33400 8th Ave. S., Suite 205 Federal Way, WA 98003 Total Subcontract Amount (Including Approved Change Orders) Job # 30129 Contract # 44-204-99 Invoice # 109921 Phone: 253/838-6113 Fax: 253/838-7104 Billing Through: 2/27/21 Base Contract - Use the format below if your scope of work includes three (3) or less line items. Otherwise, use the provided Schedule of Values or equivalent. Contract Item # Description Subcontract Value % Complete to Date Amount Invoiced to Date 1 Construction Staking $4,684.00 LIEN RELEASE $19,219.75 2 Pelico Layout RETAINAGE HELD $15,513.25 3 Corona Layout NET PAYABLE $2,930.25 Change Orders — Bill only for Change Orders that have been added to the Subcontract amount by a Lydig Construction, Inc, Change Order form. Use a Schedule of Values form as needed. Contract Item # Description Subcontract Value % Complete to Date Amount Invoiced to Date CURRENT INVOICE EXHIBIT B LIEN RELEASE PAYMENT BALANCE TO INVOICE RETAINAGE HELD RETAINAGE HELD RETAINAGE HELD NET PAYABLE Total Completed to Date: Less Amount Previously Invoiced: Amount this Invoice: Less Retainage (0 %) TOTAL DUE THIS INVOICE: $37,663.25 $32,979,25 $4,684.00 50.00 54,684.00 SUBCONTRACTOR'S AFFIDAVIT OF PAYMENT OF LABOR & MATERIALS The undersigned certifies that the work performed and the materials supplied through the billing date of this request as shown above represents the actual value of work performed under the terms of the Subcontract (and all authorized changes thereto) between Lydig Construction, Inc. and the undersigned relating to the above referenced project. The undersigned also certifies that payments, less applicable retainage, have been made through the period covered by previous payments received from the Contractor to all lower -tier subcontractors and suppliers whose work formed the basis for prior payment. It is further certified that the undersigned has complied with Federal, State, and Local laws, including Social Security laws, Unemployment Compensation laws, and Workmen's Compensation laws as applicable to the performance of this Subcontract. 3/24/21 Signature (An Officer of the Compari95----- Date Eric G. LaBrie, President Printed Name and Title This billing shall be accompanied by a signed Conditional Lien/Claim Release form. VENDOR NO SC / PO NO PER ACCOUNTING PIVI APPROVAL INVOICED TO DATE CURRENT INVOICE EXHIBIT B LIEN RELEASE PAYMENT REVISED CONTRACT PER ACCOUNTING PM REVISED AMOUNT INVOICED TO DATE CURRENT INVOICE CURRENT INVOICE BALANCE TO INVOICE RETAINAGE HELD RETAINAGE HELD RETAINAGE HELD NET PAYABLE NET PAYABLE TO: PROJECT, LY L17 CONDITIONAL LIEN/CLAIM RELEASE Whom it May Concern, Including Lydig Construction, Inc. ("Contractor') Tukwila Fire Station 1152 GCCM 15447 65th Ave S, Tukwila, WA 98188 SUBCONTRACT/ PURCHASE AGREEMENT NO.: DATE OF RELEASE: 44-204-99 3/24/21 The undersigned, in consideration of the payment by LYDIG CONSTRUCTION, INC. and/or its subcontractor/supplier of certain Subcontract/Purchase Agreement balances in the amount of $ 4,684.00 , and for other good and valuable consideration, the receipt of which is hereby acknowledged, does hereby waive and release any and all claims of any type, kind or character, or liens of any type, kind or character, including, but not limited to, any mechanic's or materialman's lien, equitable lien, contract claim, stop notice, bond or retainage claim (public or private) that the undersigned has or may ever had in any manner arising out of any work, labor, services, equipment, material or supplies furnished by or through the undersigned in connection with the Project or the above -referenced Subcontract/Purchase Agreement through the date of _ February 27, 2021 In consideration of said payment, the undersigned hereby agrees to indemnify, defend and hold City of Tukwila (Owner), Lvdiq Construction, Inc. , and its surety (if any) harmless from any claim, cause of action or liability by any party, including but not limited to damages of whatever nature, costs, expenses, interest, or attorney fees arising from any services, equipment, materials or supplies furnished through the date stated above. It is expressly understood that this waiver has been given prior to receipt of payment at the request of the payer thereof, and is therefore contingent upon receipt in due course of payment in full of the amount set forth above. ESM Consulting Engineers, LLC (Covany Name) optimum/go Subscribed and Torn be ore me on: NON1-11%1°14.1111% 4 )- • :*;'re (Signature) tnrrusstn: expires: I C. 11-Y- • •o Its: President ail Public in and for the State of:. .1-41 OTARY • - • Sr- • '40 = 3 1 A duly authorized and constituted repf.e.seratative °IUBL‘C. Sbnogre • • • Form Date - 12/20/2011 Alex Carey From: ]unKaden ^jomaa ^ Sent: Monday, February 15, 2021 8:13 AM To: Alex Carey Cc: Tom Pitman; David White; Zack Lennon Subject: RE: TFS 52 - Storm Structure As-Builts Attachments: Dnaw-009.pdf Follow UpFlag: Follow up Flag Status: Completed Alex, Attached are the Civil design drawings withStnnnAs-buUtsAgnotedonthepdons,we wereunabletoances the Storm Vault. Please let me know if you have any questions or if anything additional is required. Thank you, JON I<ARLEN, PLS ESM CONSULTING ENGINEERS zs».omazzs From: Alex Carey <ACarey@lydig.com>Sent: Tuesday, February 2, 2021 1:28 PMTo: Jon xanen<yonuan cw/|zom> Cc: Tom Pitman <tpitman@lydig.com>., David White <DWhite@lydig.corri> Subject: RE: TFS 52 - Storm Structure As-Builts Great, thanks Jon. Alex Carey 1 Senior Project Engineer Lydig Construction 3180 139th Ave SE, Ste 110 WA 9800 . ' P. 425.885.3314 1C. 425.753.2790 From: Jon Karbn«ion.kare Sent: Tuesday, February 2, 2021 1:25 PM To: 'AlexCarey H«k]enoo'~ srndvU�mmp Cc: Tom Pitman <t itman(o|' dlg.corn>; David White <DWh|ydiA.conn> Subject: RE: TFS 52 Storm Structure As-BuiIts Alex, We've scheduled a survey crew for Thu 2/4 to obtain As -built data and provide you with a red-line i the following week Thank you, JON KARLEN, PLS ESM CONSULTING ENGINEERS 253.838.6113 From: Alex Carey <ACareyIvdig.com> Sent: Tuesday, February 2, 2021 1:13 PM To: Zack Lennon <zackJennon@esmciviI.com>; Jon Kaden"1on'kar|en@»esmdviioom> Cc: Tom Pitman <tpitman@lydig.com>; David White <DWhite@'Iydig.com> Subject: RE: TFS 52 Storm Structure As-BuiIts Are you available this week? It doesn't have to happen tomorrow but would like to get it off our plate as soon as you can accommodate us. Alex Carey 1 Senior Project Engineer Lydig Construction 3180 |svmAve SE, Ste |(oBellevue, wxoono5 P.4z5.uwl33|4|c^z»'753z790 From: Zack Lennon <zack.lennon@lesmcivil.com> Sent: Tuesday, February 2, 2021 1:08 PM To: Alex Carey <ACareyijydi,com>; Jon Karlen <jon.karlen@esmcivil.com> Cc: Tom Pitman <tpitmanV»|ydig.cum>; David White <DWhite@lydig.com> Subject: RE: TFS 52 - Storm Structure As-BuiIts Alex, Yes we can perform the asbuilt survey as requested. We can also remove the lids, unless you prefer your crew do it. How soon do you need it done? Thanks, Zack ZACK LENNON, PLS ESM CONSULTING ENGINEERS 253.838.6113 From: Alex Carey < Sent: Tuesday, February 02, 2021 1:00 PM To: Jon Karlen <ion.karlen@esmcivil.com>; Zack Lennon <zack]ennon{mesmdvU,cnm> Cc: Tom Pitman <tpitman@lydig.com>; David White <DWhite@lydi.com> Subject: TES 52 - Storm Structure As-Builts Jon and Zack, The public works inspector for Fire Station 52 has requested that we perform an as -built survey of the storm system for the project. He has requested that we take rim, ie in(s) and ie out(s) at each of the storm structures. Is this something that you could assist us with? The lids are now secured so there would be the need to remove and reinstall the screws for the lids, which is done via an alien wrench. Thanks, Alex Carey 1 Senior Project Engineer 2 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 P. 425.8853314 1 C. 425.753.2790 3 LYDIO Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #308 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, VVashington 98188 Phone: 3609072459 Fax. 4258812903 Prime Contract Potential Change Order #308: CE #373 - RFI #634: Mech - TAB Report Submittal Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 308 /0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FROM: CONTRACT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 3/31 /2021 FIELD CHANGE: LOCATION: SCHEDULE IMPACT: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $3,225.08 POTENTIAL CHANGE ORDER TITLE: CE #373 - RFI #634: Mech - TAB Report Submittal Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #373 - RFI #634: Mech - TAB Report Submittal Clarifications Provide additional troubleshooting and repairs to determine cause for HRV cfm deficiencies - disconnect installed ductwork, take additional CFM and static pressure readings and reinstall ductwork ATTACHMENTS: 30129-43-TFS 52-GCCM-634-Mech-TAB Report Submittal Clarifications-2021-03-31.pdf _CE 373 -JMI COR 8030 - HRV CFM TroubIshootingrpcif Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/31/ 2021 09 :35 AM Cost Code Description Type Amount 23-001-99- - MCCM Subcontractor Mil COR 8030 Subcontractor $ 3,026.16 Subtotal: $3,026 16 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. $ 136 18 GL Insurance: 0.75% Applies to all line item types. $ 23.72 P&P Bond: 0.75% Applies to all line item types. $ 23.90 850 Tax: = 047% Applies to all line item types. $ 15.12 Grand Total: $3,225.08 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/31/ 2021 09 :35 AM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila DATE: ; 21 -Jan -21 BILLING CONTRACTOR Lydig Construction JMI COR #: i 8030 JOHANSEN JOB # D30660 DESCRIPTION: !Provide additional troubleshooting and repairs to determine cause for HRV cfrn deficiencies - !Disconnect installed ductwork, take additional cfm and static pressure readings and reinstall !ductwork as directed by Greenbush EXCLUSIONS: 1. ' REFERENCE: iRFI 634 SCHEDULE IMPACT: 1 I. LABOR: A. LABOR (FIELD FOREMAN) 8.00IHRS @ $$ 9971.'4395 == $$ 779.92 B. LABOR (FIELD JRNYMAN) 0.00IHRS @ C. LABOR (SHOP MECI-I) 0.00IHRS @ $ 104.95 = $ D. LABOR (DELIVERY) 0.00iFIRS @ $ 79.69 = $ E. LABOR (SERVICE) 4.000 -IRS @ $ 104.92 = $ 419.68 F. DETAILING [ 0.001HRS @ $ 97.78 = $ G. SUPERVISIONHRS @ $ 103.73 = $ H. PROJECT STAFF HRS @ $ 103.43 = $ LABOR TOTAL II. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (io% of LABOR "A") MATERIAL EQUIPMENT TOTAL III. SUBCONTRACTORS A. ALL SUBS - Neudorfer $ 1,617.00 SUB SUBTOTAL $ 1,617.00 1,199.60 IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR is B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR I $ C. PERMITS - V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP D. B&O TAX @ VALID FOR 30 DAYS OTHER DIRECT COSTS TOTAL $ 2,816.60 7.44% $ 209.56 ook i $ l. I $ $ TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 3,026.16 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. 008030000 g 0. >• - 0 0 .01515 1, c E Report Selections: 0 0 0. UnPosted? Check# E41972 Check# E41980 0 -J W 8 2 0 • < P > w 80 • 2 0) z— _ 0 0 0 0 0 0 0 S 0 r= NI 4; M 2 a_ 0. u-0- 0 a) a) ar) 0 iii o o 0 CV CA Subtotal for Phase: 00-8030-000 TROUBLESHOOTING-HRV Cost Type: L Total for Job: 030660 FS Job 030660 Recap ed by IML as of 03/30/21 2:28PM NEUDORFER ENGINEERS, INC. CHANGE PROPOSAL CONSULTING ENGINEERS Extra Testing on units CERTIFIED BY THE NATIONAL ENVIRONMENTAL BALANCING BUREAU NEI JOB NO.: 2019-1237 To: Johansen Mechanical Date: 17 -Feb -21 Attn: Ivy LeVangie Email: ivl(@iohansenmech;com Contract/ PO No.: COP -02 Project: Tukwila FS#52 Change Directive: Extra Testing on units Proposal: We propose to perform the following scope of work for the price quoted below and in accordance with the terms and conditions set forth Description of Work: Re -test the HRV. Pricing: Air Balance $1,176 Hydronic Balance $0 Sound Testing $0 Vibration Testing $0 Commissioning $0 Duct Air Leakage Testing $0 Agenda/ Report Revisions $294 PM Time $147 Meetings $0 Total Testing & Balancing: $1,617 Other $ Material $0 Equipment Rental $0 Total Proposal: $1,617 Included: Labor to test and adjust each of the system(s) in accordance with the plans and specifications Complete test report, including certification of the system(s) tested Provide Supervising Engineer Excluded: All quotations subject to acceptance within 30 days after issuance of construction contract and do not include state, federal, or local taxes. Submitted By: Kami Valentine Neudorfer Engineers, Inc. Accepted By: Date: Terms and Conditions: Thirty days net from date of invoice. We can not be responsible for delays in performance due to strikes or other causes beyond our control. We reserve the right to correct clerical errors. Quotations are made for prompt acceptance, and after 30 days are subject to revision in the event of labor advance Purchaser agrees to pay all collection charges, including reasonable attorneys fee and legal rate of interest. Purchaser agrees to pay expenses incurred if system is not ready when balancing engineer is required to be on site. 5516 1st Ave S Seattle, Washington 98108 Phone (206) 621-1810 Fax (206)343-9820 2501 SE Columbia Suite 230 Vancouver, WA 98661 Phone (503) 235-8924 Fax (503)235-8925 NeLidorfer Engineers. Inc, rig Engineers ScAlttle vvw* Net.!dorerEngir) Energy Recovery Unit PROJECT: TUKWILA FIRE STATION 52 LOCATION: TUKWILA, WA PROJECT #: 2019-1237 DATE: 3/22/2021 CONTACT: AUTHOR: SYSTEM/UNIT: HRV-2.1 AREA: LEVEL 2 WEST Unit Data Unit Manufacturer Unit Model Number Unit Type LOSSAY TLGHF600RX501A Air to Air Test Data SF Total Design Airflow SF Total Actual Airflow EF Total Design Flow EF Total Actual Flow HRV-2.1/Exhaust Fan Fan Speed Motor Amps Ti HRV-2.1/Sunnhi Fan Fan Speed 400 CFM 440 CFM 450 (4) CFM 420 CFM High Speed 1.34 Amps High Speed Log: Tested By: Moon Kim Date: 3/22/2021 Motor Data HRV-2.1/Exhaust Fan Drive Type Motor Rated Volts Motor Phase Motor Hertz Motor FL Amps HRV-2.1/Suppht Fan Drive Type Motor Rated Volts Motor Phase Motor Hertz Motor FL Amps Direct Drive 208-230 Volts 60 Hz 1.6 Amps Direct Drive 208-230 Volts 1 60 Hz 1.6 Amps SF Design ESP SF Actual ESP SF Fan SP In SF Fan SP Out EF Actual ESP EF Fan SP In EF Fan SP Out 0.50 in. w.c. 0.91 in. wc -0.27 in. wc 0.64 in. wc 0.30 in. w.c. -0.3 in. wc 0 in. we HRV-2.1 HRV-2.1 1/19/2021 12/3/2020 Moon Kim Moon Kim (4) The design airflow was revised from 500 CFM to 450 CFM. (1) The volume damper is full open. Neudorfer Engineers, Inc. Inc gE n e . .tti u d Energy Recovery Unit PROJECT: TUKWILA FIRE STATION 52 LOCATION: TUKWILA, WA PROJECT #: 2019-1237 DATE: CONTACT: AUTHOR: 3/22/2021 SYSTEM/UNIT: HRV-2.1/Exhaust #1-#4 Unit Data Type of Traverse Outer Height Outer Width Insulation Width Rect. Correction Factor Air Flow Area Number Of Rows Readings Per Row Total Readings Location of Holes 1 Rectangular 8 in. 16 in. 0 in. 1 0.89 sq. ft. 4 4 16 Bottom Log: Tested By: Moon Kim Date: 12/3/2020 Final Data Sum of Readings Average Reading Reading Std. Dev. Actual Total Flow Static Pressure 6094 381 FPM 289.898 FPM 339 CFM -0.19 in. HRV-2.1/Exhaust #144 HRV-2.1/Exhaust #1-#4 12/3/2020 Moon Kim 12/3/2020 Moon Kim Total exhaust airflow is 339 CFM + 70 CFM = 409 CFM A Shortridge Multimeter with a Pitot Tube was used to obtain velocity readings. Cot 4 Co Col Cot 1 Traverse Data Points 16 Neudorfer Engineers, Inc. Neudorer Engineers Inc onulting, Engineers Seattle Portland Neudorlertrtgin nom Energy Recovery Unit PROJECT: TUKWILA FIRE STATION 52 LOCATION: TUKWILA, WA PROJECT #: 2019-1237 HRV-2.1 Supply Outlet Summary DATE: 3/22/2021 CONTACT: AUTHOR: System/Unit Area Served Type of Reading Outlet Type Size LxW ID AK Design Altfloliv Prelim Airflow Final AirflatAr Final % Remarks Outlet -01 CPTOFFICE 221 Flowhood SD9 6" 1.00 50 160 50 100 Outlet -02 STATION 222 Flowhood SD10 6" 1.00 100 85 105 105 Outlet -03 GREAT ROOM 224 Flowhood SD11 6" 1.00 150 90 170 113 (1) Outlet -04 LUNCH 206 Flowhood SD10 6" 1.00 100 215 115 115 (1) Inlet -05 Totals: - - - - 400 550 440 110 - HRV-2.1 Exhaust Inlet Summary System/Unit Area Served Type of Reading Inlet Type Size LxVV / D AK Design Airflow Prelim Airflow Final Airflow Final % Remarks Inlet -01 CAP OFFICE 221 Flowhood EG9 6" 1 50 50 45 90 Inlet -02 STATION 222 Flowhood EG11 6" 1 50 . 85 75 150 Inlet -03 GREAT ROOM 224VVC 223 Flowhood EG 7" 1 190 , ...,,,„,.. 110 155 82 (1) Inlet -04 WC 223 Flowhood EG2 6" 1 '101/ 80 85 '" 85 (1) Inlet -05 LUNCH 206 Flowhood EG12 6" 1 60 70 60 100 Totals: 450 395 420 93 Combined design airflow is 240 CFM Combined final airflow is 230 CFM Neudorfer Engineers, Inc. Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech - TAB Report Submittal Clarifications TO: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 01/13/2021 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: M502S.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 02/25/21 01/20/2021 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 frog David White (Lydig Construction, l nc Bellevue Of) at 2:55 PM on 01/12/2021 Clarification is needed on comments provided in Greenbusch's response to the Preliminary TAB report submitted in 230593-1-0. 1. HRV 1.1 Greenbusch requested JMI to double check seals to make sure there is no air leakage and to confirm location of traversed measurement. o JMI has verified the ductwork has been sealed, checked for blockages and verified the fan speed was correct. EF flow is still below the designed 600 CFM. The traversed location is show on the attached. Please confirm if the unit is acceptable as balanced or advise what actions are required. 2. HRV 1.2 - Greenbusch requested JMI to double check seals to make sure there is no air leakage and to confirm location of traversed measurement. o JMI has verified the ductwork has been sealed, checked for biockages and verified the fan speed was correct. EF flow is still below the designed 600 CFM. The traversed location is show on the attached. Please confirm if the unit is acceptable as balanced or advise what actions are required. 3. HRV 2.1 - Greenbusch requested JMI to double check seals to make sure there is no air leakage and to confirm location of traversed measurement. • JMI has verified the ductwork has been sealed, checked for blockages and verified the fan speed was correct. EF flow is still below the designed 500 CFM. The traversed location is show on the attached. Please confirm if the unit is acceptable as balanced or advise what actions are required. 4. HRV 2.3- Greenbusch requested JMI to double check seals to make sure there is no air leakage and to confirm location of traversed measurement. • JMI has verified the ductwork has been sealed, checked for blockages and verified the fan speed was correct. EF flow is still below the designed 550 CFM. The traversed location is show on the attached. Please confirm if the unit is acceptable as balanced or advise what actions are required. 5. RHRV - Greenbusch requested JMI to confirm which reading is accurate. • JMI confirms that the exhaust inlet summary of 1200CFM is accurate. Please advise. 6. IDU 2.03- Greenbusch requested that JMI double checks for air leakage in the ductwork. • JMI confirms there are no air leaks and the balancing was accurate. Please confirm if the unit is acceptable as balanced or advise what actions are required. 7. IDU 2.06 - Greenbusch requested that JMI double checks for air leakage in the ductwork. Lydig Construction, Inc. Page 1 of 2 Printed On: 03/31/2021 09 :34 AM RFI #634 LYDIG JMI confirms there are no air leaks and the balancing was accurate. Please confirm if the unit is acceptable as balanced or advise what actions are required. 8. EF -8 - Greenbusch suggested JMI to re -balance to lower the flow as close to design flow. JMI has rebalanced EF -8 to 103% of the design flow. Please confirm this is acceptable. 9. VEF - Greenbusch requested that 6 inlets are tested. RFI 255 confirmed there are only 3 inlets total, or one per Nederman rail. Please confirm the balancing as submitted in 230593-1-0 is acceptable: Please see attached document that numbers in the inlet/outlet locations for each unit as well as the traverse reading locations. Attachments: RFI 634;=Meth TAB Report Submittal Clarifications.pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Thursday, February 25th, 2021 at 7:40AM PST Owner agrees with Greenbush's recommendation to leave the HRV equipment installed as currently installed. Attachments: Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, February 24th, 2021 at 1:30PM'PST After discussing our analysis with architect and owner, we agree to leave the system as -is and re -balance the several diffusers to meet code minimum requirement. For HRV 2.1, please adjust supply and exhaust for Great Room 224 to 190 cfm (150 cfm design supply/exhaust) each. Station 222 and Lunch 206 can be lowered by 20 cfm each on supply and exhaust end in order to increase the flow rate of Great Room 224 and keep the total airflow rate the same. Dali Yu, Greenbusch 2021.02.24 Attachments: RFI 634_ Mech__TAB Report Submittal Clarifcations_Responserpdf All Replies: Owner agrees with Greenbush's recommendation to leave the HRV equipment installed as currently installed. Attachments: After discussing our analysis with architect and owner, we agree to leave the system as -is and re -balance the several diffusers to meet code minimum requirement. For HRV 2:1, please adjust supply and exhaust for Great Room 224 to 190 cfm (150 cfm design supply/exhaust) each. Station 222 and Lunch 206 can be lowered by 20 cfm each on supply and exhaust end in order to increase the flow rate of Great Room 224 and keep the total air flow rate the same. Dali Yu, Greenbusch 2021.02.24 Attachments: RFI 634=Mech- TAB Report Submittal Clarifications-Response,pdf BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 03/31/2021 09:34 AM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #310 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #310: CE #375 - RFI #611: Mech - Condensate for Branch Controllers TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 310 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 4/1 /2021 CREATED BY: CREATED DATE: PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $6,297.03 POTENTIAL CHANGE ORDER TITLE: CE #375 - RFI #611: Mech - Condensate for Branch Controllers CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #375 - RFI #611: Mech - Condensate for Branch Controllers Furnish and install condensate drains to serve BC controllers per the response to RFI 611 ATTACHMENTS: 3012943-TFS 52-GCCM-611-Mech-Condensate forBranch ControIlers-2021-04-01.pcif jE375 - JMI COR 8033 - RFI 611 Condensate fcg.,BC Contrpller:pif Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/1/ 2021 09 :17 AM Cost Code Description Type Amount 1 23-001-99- - MCCM Subcontractor JMI COR 8033 Subcontractor $ 5,908.65 Subtotal: $5,908.65 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. $ 265.89 GL Insurance: 0.75% Applies to all line item types. $ 46.31 P&P Bond: 0.75% Applies to all line item types. $ 46.66 B&O Tax: = 0.47% Applies to all line item types. $ 29.52 Grand Total: $6,297.03 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/1/ 2021 09 :17 AM Johansen IViechanical, 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: 30 -Mar -21, JMI COR #: 803' DESCRIPTION: iFurnish and Install condensate drains that were added to serve BC controllers per RFI 611 REFERENCE: !RFI 611 ! I SCHEDULE IMPACT: EXCLUSIONS: I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF II. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (10% of LABOR "A") 1.00HRS @ 0.00HRS @ 0.001HRS @ @ aoolFoRs @ @ 0.00 HRS @ 0.00 HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.92 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL 97.49 $ _ $ - $ is - III. SUBCONTRACTORS A. ALL SUBS (Redline) 5,402:00 SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ 2% B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS OTHER DIRECT COSTS TOTAL 5% OF LABOR $ 97.49 5,402.00 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP D. B&O TAX @ VALID FOR 30 DAYS 7.44% TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 5,499.49 409.16 $ 5,908.65 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. December 21, 2020 Attn: Ivy LeVangie Johansen Mechanical Project: Tukwila Fire Station # RE: RFI -611 Change Order Proposal 014 Dear Ivy, Redline Mechanical proposes to furnish and install condensate drains that were added to serve the branch circuit controllers per RFI -611 COP -014 Cost: Sincerely, $ 5,402 REDLINE MECHANICAL, 425-586-0553 jon@redlinemec.com BID RECAP SHEET D/INE MECHANICL 12/8/2020 Company: Redline Mechanical JobName C:IUserslJBenedict\SyncedFolder\AdminlFastEST-Local.sitelJobs\Jon\TUKWILA FIRE STATION.job Bid Date December 8, 2020 Bid: COP -014 PLUMBING/PIPING SUMMARY Plbg/Piping Labor Materials Hours Rate Labor $ Tota FASTP1P_mma 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 Overtime Sub Total $442 34.6 $92.95 $3,218 $3,661 $0' vv/Summary $0` $0 $0; /Summary $0 0 $0 w/Summary 0 $o $0 w/Summary so $0 $0; 0.0 $92.95 0 $0 $0 0.0 $92.95 0' $0 $01 $0 $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 $0 $442; 11.1 0.0 45.7 $89.38: $0.00 $990 0 $4;209 $990 $0 $4,651, MATERIALS SUMMARY Plumbing/Piping Materials/Equip Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL OH&P Total $442 $66 $509 $o $o $0 $0 , $0 $0 $0 %$0 $0 $0 $0 $0` $442 66 $509 $0 30 $0 $442 $66 $509 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 45.71 $92.08 $4,209 $631 $4,840 $4,209 $631 $4,840 0.0% $0 $0 $0 $4,209 $631 $4,840 OH&P % 15% 15% 0% 15% SUBCONTRACTS, SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL Tess Sales Tax Warranty 1.0 0.0 Cost OH&P $ Tota $0 0 $0 $0 $0 $o, $0 $0 Cost OH&P $ I $4,651 1 $698 Total $5,349 QUOTED PRICE 53.49 5,402 15% 15% #DIV/0! 15% OTHER JOB COSTS Company: Redline Mechanical JobName: C:\UsersLIBenedict\SyncedFolderlAdminlFastEST-LocaLsite\JobslJon\TUKWILA FIR COP -014 Materials Plumbing/Pipin+ Labor Description Plbg/Piping PL Hours Rate Total 1 Permits - Plumbing $0 $0 2 Permits - Plumbing Base, add $ 150 $0 $0 3 Permits - Backflows $0 4 Permits Pressure Vessels $0 5 Sewer Tap Fees- $0 6 Gas Permit Base add $140 $0 7 Gas Permit Outlet $0 $0 8 Pressure Testing $0 9 Balancing $0 10 Draining & RefiIIing $0 11 Welding Qualification $0 12 $0 13 Trench Preparation $0 14 Barricades, $0 15 Shoring $0 16 $0 17 Job Office Trailers " $0 18 Job Storage Trailers $0 19 Job Fabrication Facility $0 20 Utilities: Sewer, Water, Power, Phone $0 21 Equipment Cartage $0 22 Temporary Services & Fuel $0 23 Ventilation _ $0 24 Clean-up $0 25 $0 26 Engineering 0.0 $125.00 $0 27 Project Engineer 0.0 - - $50.00 $0 28 Detailing 0.0 $96.44 $0 29 Project Manangement 5.2 $90.00 $467 30 $0 31 Supervision 4.2 - $105.00 $436 32 Material Handling 0.0 $50.00 $0 33 Delivery " 1.7 $50.00 $87 34 $0 35 Parking $ Per Man Day $0 $0 36 Scheduling $0 37 Safety $0 0.0 $96.44 $0 38 $0 39 Foreman Truck & Fuel /Week $0 $0 40 $0 41 Tools & Consumables $0 $0 42 $0 $0 11.1 $89.38 ` $990 0 LU LL E 0) a0 -cs -es LL -a 0 a) >, op tj Lo a) c a) ca • — 0 — 0 C) LL 48. E co ca. z co 000 QNN0000 cr C) 6 6 10 6 6 O. r - CD Cl r, co CD OD CO CD CD CD OIONU)cOO 6 6 6 e5 6 e5 6 6 6 e5 10 N. 0 (r) 1.0 tX) h LO CS' CO CD r`e CO el- csi (c5 cei ui CO csi co CID C4 T." 0/ 0, ;t cv if). .69- 69. 413 09- 09. LO 4 CV 01 LO (.0 0/ CO ",:r 14/ 00 04 CO .qt / —"" r - C) U) r- C4 r- CD CV et* 0 0 0 0) 0 0 Lf) et CO CO CO CO "et CO CD. C). CO 0 0 e5 0 e5 CD 0 0 (-,°) .(t (x) Nco La -i csi N: 0)3 CD C4 CO r- 01 CD et et c) (0 co csi 6 6 6 c,5 6 6 N.: ati If) 0) co a.. c? 0 0 a) t 0 OD t0 0 0 0 0 0 0 03 CO C 10 r- LO eLt' "et' CO 'I' LO C4 OD CO o _a 'a f2 m - 0 0 E fi c co en o. 00000 o. ..o00000..c00o LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #611 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Mech - Condensate for Branch Controllers Emma Nowinski (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 12/14/20 DUE DATE: 12/16/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: 12/08/2020 TBD M401S M501S, M502S A 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 04:57 PM on 12/08/2020 Clarification is needed on the necessity of condensate lines for Branch Controllers 1.1, 1.2 and 2. The plumbing drawings M401S M401SA do not show condensate drains for the Branch Controllers. If condensate drains are required, Redline mechanical has proposed the following paths that are marked up on the attached sheets. Please advise if condensate drains are required for the branch controllers. If so, please advise if the proposed pathway as indicated is acceptable. Attachments: RFI .6.11.:LIVIeph_-_Qtrciposate for, Branot Cootrptters,p0f. Official Response: Lauren Rock (Weinstein A+U) responded on Monday, December 14th, 2020 at 3.31PM PST Please see my markup in blue on the last two pages for drain piping Dali Yu, Greenbusch 2020.12.14 Attachments: RFI 611 - Mech - Condensate for Branch Controllers - Response,pcif All Replies: 1 , r.14. 4 Itr4, \‘'.i\VN,A,04,,,,k4tArt71/4,i*los 44.,44 Please see my markup in blue on the last two pages for drain piping. Dali Yu, Greenbusch 2020.12.14 Attachments: RFI 611 - Mech: _Condensate for Branch Controllers - Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 04/01/2021 09:13 AM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #311 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone. 3609072459 Fax: 4258812903 Prime Contrac TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Potential Change Order #311: CE #380 - Revised SL -6 Tie Color at Front Entry Canopy City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 311 / 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) 4/6 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $757.67 POTENTIAL CHANGE ORDER TITLE: CE #380 - Revised SL -6 Tie Color at Front Entry Canopy CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #380 - Revised SL -6 Tie Color at Front Entry Canopy Change SL -6 tie wraps to black per direction from WAU. ATTACHMENTS: CE 380 - COR082.pcif Owner Signature' Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/6/ 2021 08 :49 AM Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 082 Subcontractor $ 391 00 2 01-014-01- - Superintendent 1 (3) Hours Supervision - TP @ $96 91/hr Labor $ 290.73 Subtotal: 5681.73 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 43.61 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 17.60 GL Insurance: 0.75% Applies to all line item types. $ 5.57 P&P Bond: 0.75% Applies to all line item types. $ 5.61 B&O Tax: = 0.47% Applies to all line item types. $ 3.55 Grand Total: 5757.67 Owner Signature' Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/6/ 2021 08 :49 AM pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# 0 PCEC Job No.: r 19066 ] PCEC COR# 082.0 Work Change SL -6 Tye Wraps to Black. Date: 4/2/2021 Description: CCD# 00 RFI# 0 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown $ 100.87 b. craft labor costs from breakdown $ 137.95 c. craft labor costs from breakdown $ 175.03 d. craft labor costs from breakdown $ 113.70 e. craft labor costs from breakdown $ 124.16 DIRECT LABOR SUBTOTAL $ 302.61 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 $ 27.84 d. permits $ b. quoted material $ e. dumpster $ c. freight $ f. coordination drawings $ - PCEC RFI# 000 3.00 Hrs. Normal Time 0.00 Hrs. OT 1-1/2 Time 0.00 Hrs. OT 2 Time 0.00 Hrs. 2nd Shift Time 0.00 Hrs. 3rd Shift Time 1. CRAFT LABOR COSTS 302.61 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 0 0 0 0 7. 0 & PON SUBCONTRACTORS a. 0% overhead & profit of 6 2. MATERIAL COSTS 27.84 3. EQUIPMENT COSTS 5. OVERHEAD 8 PROFIT 6. SUBCONTRACTORS 7.08,PONSUBS 49.57 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 3.80 b. Bonding 2.00% (of 1 through 7) $ 7.68 c. State B&0 Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8. INSURANCE 11.48 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9, 08, P ON INS / TAX TOTAL COST 1 THRU 8 391.00 pese April 2, 2021 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# 0 CCD# 0 RF1# 0 PCEC RFI# 000 PCEC COR# 082.0 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 $391.00 We will not proceed with this change to our work until directed by Lydig Construction Light fixtures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work Our schedule may be impacted due to this revision. We will advise shipping schedules afier direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. 1 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 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter <None> [Items and ByProducts] Report: COR 2/1 i i 1 IItem Item # 1 Name1 Quantity Price L I U Ext Price Label Set Combined, Combined, Combined, Combined, Combined $0.00 367 3/16" x 11" L CABLE TIE 10.00 $0.00 Q $0.00 at -L;5 0 C 47,072 1 HOUR LABOR (DEMOLITION) 0.50 $0.00 X $0.00 47,086 1 HOUR LABOR (MOBILIZATIOI 2.00 $0.00 X $0.00 tfel,tglgg E $0.00 Labor U Labor Ext 3.00 0.50 E 0.50 2.00 3.00 Courtesy of McCormick Systems Inc. Page 3 4/2/2021 9:49 AM J North Coast A Sonepar Company 3900 SMITH AVENUE EVERETT WA 98201-4587 425-259-7263 Fax 425-259-5334 QUOTE TO: PACIFIC COAST ELECTRICAL CONTR 16620 NORTH ROAD BOTHELL, WA 98012-5908 Quotation tv vamousgok, _am 04/02/21 S010818425 ORDER TO: 113 NORTH COAST ELECTRIC 3900 SMITH AVENUE EVERITT WA 98201-4587 425-259-7263 Fax 425-259-5334 Set AN 1 Of 1 SHIP TO: PACIFIC COAST ELECTRICAL CONTR 16620 NORTH ROAD BOTHELL, WA 98012-5908 WAMILMUMMOSOW M A °M000120AW.--..1--ANOWOCEINgagINOIMMUMOMMOWNV 8328 ZIP TIES Sonny Shaffer aidgeldSRMOVERSOMEMEMIS - IORMENNERNSMINISSA, NAMEMMICKINI. Kristopher Smith 112/113 RT LOC Net No NM 'emenememmonmotopmeommemasnonimpommtnannomiso 100ea T&B TY5232MX 8IN NYL BLK CBL TIE TAXES NOT INCLUDED 27.84/c 27.84 This quote North Coast :onditions IC055 available rprmAAnrirnnelit-inns is conditioned on buyer's acceptance of Electric Company's Standard Terms and Applying to all Sales set out in form at https://www.northcoastelectric.comi Subtotal S&H Chgs 27.84 0.00 Total 27.84 nr nnon rpauest. LYOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #312 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #312: CE #382 - Roofing Repairs Allowance Reconciliation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 312 / 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) 4/7 /2021 None Amount Based No TOTAL AMOUNT: ($4,343.48) POTENTIAL CHANGE ORDER TITLE: CE #382 - Roofing Repairs Allowance Reconciliation CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #382 - Roofin• Re airs Allowance Reconciliation Reconciliation of unspent funds for $5,000 roofing repair allowance for BP14 Roofing. A credit of $4,259 returned to the owner. ATTACHMENTS: CE 382 - D7 COP 03 Unused Patching Allowance.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/7/ 2021 10 :35 AM Cost Code Description Type Amount 07-020-99-- BP -14 Roofing and Roof Flashing D7 COR 03 Subcontractor ($4,259.00) Subtotal: ($4.,259.00) 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. ($31.94) P&P Bond: 0.75%Applies to all line item types. ($32,18) B&O Tax: = 0.47% Applies to all line item types. ($20.36) Grand Total: ($4,343.48) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 4/7/ 2021 10 :35 AM CHANGE ORDER PROPOSAL To: Lydig Construction, Inc. 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Project: Tukwila Fire Station 52 Attn: COP No: Date: Alex Carey 3 4/7/2021 Descriptiony� Project completion with respect to roofing resulted in an unused portion of funds allocated for roof repairs and patching. This balance of funds is to be deducted from the contract as a lump sump. Authored By: Nathan Swartzentruber - Senior Project Manager Labor: Rate: Item Total: Roof Patching Material: (4,259.00) $ $ $ $ - $ Qty: Cost: Item Total: Tools, Equipment & Rentals: $ - $ $ $ $ $ $ - $ $ - $ Qty: Rate: Item Total: Cost Summary: Labor: Material: Equip & Rentals: Subtotal: Small Tools Consumable: Bonds: Insurance: $ (4,259.00) (4,259.00) 0% $ 0% $ 0% $ Subtotal: (4,259.00) Overhead: 0% $ Profit: 0% $ Billing Adjustment: Change Order Total: $ (4,259.00) Work will proceed upon approval, and the COP sum added to the contract price is to be: $ (4,259.00) Original Base Contract: $ 267,309.00 This COP Request: $ Other Approved COPs: $ 10,641.00 Other Pending Requests: $ Total Contract to Date: $ 277,950.00 Total Contract plus Pending COPs: $ (4,259.00) 273,691.00 Authorized Signature: Axiom Division 7 Inc Date: 7 -Apr Authorized Signature: Date: Lydig Construction, Inc. When signed by the Owner and the Contractor, this document becomes effective immediately and will be promptly incorporated as part of the next available Change Order. The Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement of all direct and indirect costs and time impacts arising from the above LOW SLOPE ROOFING SOLUTIONgrUNE ROOFS / ROOFING ACCESSORIES 1841 Front Street - Suite A, Lynden WA 98264 p. (360) 354-1184 f. (360) 318-9526 DATE: 3126/202 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 18-001(as) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 023 TO: BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 (as ) AMENDMENT NO: 045 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 cairns against the "Owner" which are incidental to o this change are waived; and D. The Contractor must submit all Field Overhead and Horne 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 312912021 Contractor Lydig Construction By Craig Greene Title VP of Operations Original Contract FS52 (without tax) $ 16,029,260.00 v° APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 1,070,747.13 \ Date /8/Zi This Change Order FS52 (without tax) $ 19,730.98 Ni' REV. CONTRACT AMOUNT FS52 )riginal Contract Time FS52: 521 days (Dec 17,2020) Additional Contract Time for this Change Order FS52: 5 days Updated Contract Time FS52: 570 days (Feb 03, 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 (11/2014) Exhibit "A" CHANGE ORDER- CITY OF TUKWILA Project Name Project # TO CONTRACTOR: SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 23 t ffi: m 90830402 Contract # 18-001.2( as ) Date 3/26/21 Lydig Construction 3180 139th Ave SE, Ste l l0> Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 292 CE #358 - RFI #649: Civil - Lane Channelization at 65th Ave S. Installation of lane channelization on 65th Ave S to include (2) rows of type 1 truncated domes per CoT standards per the response to RFI 649. AD $2,229.34 COP 293 RFI #648: Civil - ADA Compliant SD Cover at SD #9. Supply and installation of an ADA compliant storm drain cover at Storm Drain #9 per the response to RFI 648. AD $367.69 COP 294 CE #361 - RFI #640: Arch - Added Light Fixture at Elev Control Closet 123. Addition of a SL type -4 light fixture above the hallway side of door # 123 and rotation of the light fixture inside the elevator control room closet based on L&I inspector comments during the elevator inspection and the response to RFI 640. AD $1,714.77 COP 295 CE #362 - RFI #645: Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123. Addition of a heat detector in the hallway outside of the elevator machine room per the response to RFI 645 and at the request of the L&I inspector during the elevator final inspection. AD $673.54 COP 297 CE #332 - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues. Removal of interior hollow metal doors and hollow metal frames top coat,preparation of door/frame, and application of new top coats as required to replace incompatible top coats as originally specified. Costs also include replacement of door gasketing.<Gasketing was required to be removed in order to strip paint from frame. DC $11,009.20, COP 299 CE #364 - RFI #650: Elec - Breaker Size for the Range in Great Room 224. Increase breaker size to 50 amps and pull new wire to range in Great Room 224 per the response to RFI 650. _ DC $2,525.77 COP 300 CE #366 - PSE Vault Lid Subgrade Preparation. PSE installed the replacement vault lid, and backfilled the area flush with adjacent concrete sidewalks. Pellco removed the backfill and organic debris left around the PSE vault and installed and compacted subgrade for concrete sidewalk prior to installation. OC $1,210.67 Lydig Change Order No. 23 $19,730.98 LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #023 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #023: Change Order #23 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 DATE CREATED: 3/ 10 /2021 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Of) CONTRACT STATUS: Pending - In Review REVISION: DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: REVIEWED BY: REVIEW DATE: PAID DATE: 0 EXECUTED: No CONTRACT FOR: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: $ 19,730.98 Contract DESCRIPTION: Change Order #23 ATTACHMENTS: POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 292 CE #358 - RFI #649: Civil - Lane Channelization at 65th Ave S 2,229.34 293 CE #359 - RFI #648: Civil - ADA Compliant SD Cover at SD #9 Subtotal: 367.69 294 CE #361 - RFI #640: Arch - Added Light Fixture at Elev Control Closet 123 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 1,714.77 295 CE #362 - RFI #645: Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123 Fee -Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 673.54 297 CE #332 - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues GL Insurance; 0.75% Applies to all line Item types, 11,009.20 299 CE #364 - RFI #650: Elec - Breaker Size for the Range in Great Room 224 P&P Bond: 0.75% Applies to all line item types. 2,525.77 300 CE #366 - PSE Vault Lid Subgrade Preparation B&O Tax: = 0.47% Applies to all line item types. 1,210.67 TOTAL: $ 19,730.98 CHANGE ORDER LINE ITEMS: PCO # 292 : CE #358 - RFI #649: Civil - Lane Channelization at 65th Ave $ Lydig Construction, Inc. page 1 of 3 Printed On: 3/23/ 2021 01 :43 PM Description Amount 1 PCO 292 -SP $ 2,091.85 Subtotal: 92,091.85 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 000 Fee -Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 94.13 GL Insurance; 0.75% Applies to all line Item types, 16.35 P&P Bond: 0.75% Applies to all line item types. 16.52 B&O Tax: = 0.47% Applies to all line item types. 10.45 Grand Total: 52,229.34 Lydig Construction, Inc. page 1 of 3 Printed On: 3/23/ 2021 01 :43 PM LYDIG PCO # 293 : CE #359 - RFI #648: Civil - ADA Compliant SD Cover at SD #9 PCCO #023 PCO # 294 : CE 61 - RFI #640: Arch - Added Light Fixture at Elev Control Closet 123 Description Description Amount PCEC COR 079 PCO 293 -SP 2 $ 345.02 $1,609 00 Subtotal: $345.02 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 72.41 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 15.53 12.61 GL Insurance: 0.75% Applies to all line item types. 2/0 12.71 P&P Bond: 0,75% Applies to all line item types. 2.72 8.04 B&O Tax: = 0.47% Applies to all line item types. 1.72 $1,714.77 Grand Total: 5367.69 PCO # 294 : CE 61 - RFI #640: Arch - Added Light Fixture at Elev Control Closet 123 PCO # 295 : CE 62 - RFI #645: Arch - Heat Detector for Fire Sprinkler Outside of EIev Control Closet 123 Description Amount 1 PCEC COR 079 $ 1,609.00 2 Subtotal: $1,609 00 3 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. 72.41 GL Insurance: 0.75% Applies to all line item types. 12.61 P&P Bond: 0.75% Applies to all line item types. 12.71 B&O Tax: = 0.47% Applies to all line item types. 8.04 Grand Total: $1,714.77 PCO # 295 : CE 62 - RFI #645: Arch - Heat Detector for Fire Sprinkler Outside of EIev Control Closet 123 PCO # 297 : CE #332 - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues Description Amount 1 PCEC COR 77 $ 632.00 2 Subtotal: $632 00 3 Fee - Self Perform Work 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 000 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 28,44 GL Insurance: 075% Applies to all ilne Item types. 495 P&P Bond: 0.75% Applies to all line item types. 4.99 B&O Tax: = 047% Applies to all line item types. 316 Grand Total: $673.54 PCO # 297 : CE #332 - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues Lydig Construction, Inc. page 2 of 3 Printed On: 3/23/ 2021 01 :43 PM Description Amount 1 NWCC COR 019 $ 18,495.00 2 PCO 297 -SP $ 2,165 39 3 Contingency Use - Door Frame Paint ($10,330 19) Subtotal: 510,330.20 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 464.86 GL Insurance: 0.75% Applies to all line item types. 80.96 P&P Bond: 0.75% Applies to all line item types. 81.57 B&O Tax: =047/ Appltestoaltlineiterntypes. 51.61 Grand Total: $11,009.20 Lydig Construction, Inc. page 2 of 3 Printed On: 3/23/ 2021 01 :43 PM ILVD1G PCO # 299 : CE #364 - RFI #650: Elec - Breaker Size for the Range in Great Room 224 PCCO #023 8 Description Amount 1 PCEC COR 080 $ 2,370 00 Subtotal: $2,370 00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency 000 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 06651 GL Insurance: 0.75% Applies to all line item types. 18 57 P&P Bond: 0.75% Applies to all line item types. 18 71 B&O Tax: = 0.47% Applies to all line item types. 11.84 Grand Total: $2,625.77 PCO # 300 : CE #366 - PSE Vault Lid Subgrade Preparation 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 $ 16,029,260.00 $ 1,070,747.13 $ 17,100,007.13 $ 19,730.98 $ 17,119,738.11 Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Lydig Construction, Inc. page 3 of 3 Printed On: 3/23/ 2021 01 :43 PM Description Amount Pellco COR 073 $ 1,136.00 Subtotal 51,138.00 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 51 12 GL Insurance: 0.75% Applies to all line item types. 8.90 P&P Bond: 0.75% Applies to all line item bern types. 8.97 B&O Tax: = 0.47% Applies to all line item types. 5.68 Grand Total: $1,210.67 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 $ 16,029,260.00 $ 1,070,747.13 $ 17,100,007.13 $ 19,730.98 $ 17,119,738.11 Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Lydig Construction, Inc. page 3 of 3 Printed On: 3/23/ 2021 01 :43 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #292 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #292: CE #358 - RFI #649: Civil - Lane Channelization at 65th Ave S TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 292 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: Pending - In Review FROM: Lydig Construction, Inc. Bellevue Office 3180 139th Ave SE- Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 GCCM Prime Contract CREATED BY: CREATED DATE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 2/12 /2021 PRIME CONTRACT None CHANGE ORDER: SCHEDULE IM PACT: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $2,229.34 POTENTIAL CHANGE ORDER TITLE: CE #358 - RFI #649: Civil - Lane Channelization at 65th Ave S CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #358 - RFI #649: Civil - Lane Channelization at 65th Ave S Installation of lane channelization in 65th Ave S to include (2) rows of type 1 truncated domes per CoT standards per the response to RFI 649. ATTACHMENTS: PCO 292 -SP - Combined Rev1 pdf _30129-43 TFS52 GCCM-649 Civil -Lane Channelization at65thAve :S 2021:02-1? pdf_ # Cost Code Description Type Amount 1 03--001-99- - BP -03 - Structures Subcontractor PCO 292 -SP Subcontractor $ 2;091.85 Subtotal: 52,091.85 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. $ 94.13 GL Insurance: 0.75% Applies to all line item types. $ 16.39 P&P Bond: 0.75% Applies to all line item types. $ 16.52 B&O Tax: = 0.47% Applies to all line itemtypes. $ 10.45 Grand Total: 52,229.34 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/16/ 2021 03 :04 PM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #292 -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 #292 -SP: CE #358 -SP RFI #649: Civil - Lane Channelization at 65th Ave S TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 292 -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: 2/12 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,091 85 POTENTIAL CHANGE ORDER TITLE: CE #358 -SP - RFI #649: Civil - Lane Channelization at 65th Ave S CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #358 -SP - RFI #649: Civil - Lane Channelization at 65th Ave S Installation of lane channelization in 65th Ave S to include (2) rows of type I truncated domes per CoT standards per the response to RFI 649. ATTACHMENTS: CE 358 -SP Epgle Asphalt -Tukwila Fire Station #52 Change Order #5 revised.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/16/ 2021 02 :59 PM Cost Code Description Type Amount 32-502-99- - Parking Lot Striping, Signs, Parking Bumpers, ADA Striping Eagle Asphalt COR 04 Subcontractor $ 189922 Subtotal: $1,699.22 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Subls/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 151.94 GL Insurance: 035% Applies to all line item types. $ 1538 P&P Bond: 0.75% Applies to all line item types. $ 15,50 B&O Tax: = 0.47% Applies to all line item types. $ 9.81 Grand Total: $2091.85 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/16/ 2021 02 :59 PM Eagle Asphalt Sealcoating Co,LLC Change Order February 16, 2021 Contractor Lydig Construction Address 15447 65th Ave S Tukwila, WA 98188 Phone Fax Change Order Number: 425-885-3314 425-881-2903 4 Job Number: 6180 PROJECT: Tukwila Fire Station #52 Cost Breakdown per 2/16/21 Email: Materials: $311.50 Equipment: $120.00 Labor: $660.00 Flagging Cost: $560.00 Subtotal: $1,651.50 Profit (15%): $247.72 Total: $1,899.22 1) 75 LF of Double Yellow Buttons and Reflectors on 65th Ave S. $1,899.22 Includes traffic control Quoted off of C3.1. Change Order Amount Previous Contract Amount: Revised Contract Amount $1,899.22 $4,275.00 $6,174.22 6 ry kni Wcrin, 2/11/2021 Authorized Signature Bryce Wilson Eagle Asphalt Sealcoating Company LLC Office: (253)-862-9554 Fax: (253)-862-3855 Date: Authorized Signature Date: Eagle Asphalt Sealcoating Company LLC - P.O. Box 1564 Sumner, WA 98390-1564 LIDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #649 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Lane Channe zation at 65th Ave 3 TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 02/05/2021 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: C3.1 LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 02/12/21 02/12/2021 TBD All Replies: „ 4416A, ,6;."*NVIC, ,,A,AVN4,40iltWN,VS,i,k1V Owner approves $2,100 ROM. Attachments: Lydig Construction, Inc. Page 1 of 2 Printed On: 02/12/2021 08 :33 AM Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 10.10 AM on 02/05/2021 Clarification is needed for the channelization of 65th Ave S. The right of way work and grind and overlay in 65th Ave S has resulted in the existing truncated domes for channelization to be removed at 65th Ave S. CoT Public Works has requested that the double yellow truncated domes be restored. Please advise if Lydig is to install channelization, as it is currently not a part of the scope of work for the project. There is approximately 75to be replaced. Attachments: RFI 649 - Civil - Lane Channelization at 65th Ave S pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Friday, February 12th, 2021 at 8: 19AM PST Owner approves $2,100 ROM. Attachments: Official Response: Alex Carey (Lydig Construction, Inc. - Bellevue Office) responded on Friday, February l2th, 2021 at 8:13AM PST ROM cost of the work is $2,100, which includes traffic control at 65th Ave S. Attachments: Official Response: Julie DeDonato (Ancora Projects LLC) responded on Wednesday, February 10th, 2021 at 9:31AM PST Owner understands that the truncated domes for channelization in the ROW on 65th (approx. 75 feet) will need to be replaced as part of the project and will incur additional costs. Please provide ROM for this work. Please coordinate direct with PW Scott Moore as to guidelines for installation. Attachments: All Replies: „ 4416A, ,6;."*NVIC, ,,A,AVN4,40iltWN,VS,i,k1V Owner approves $2,100 ROM. Attachments: Lydig Construction, Inc. Page 1 of 2 Printed On: 02/12/2021 08 :33 AM RFI #649 LYD1G vmrtmali 4to btWretta.wwiai ° ROM cost of the work is $2,100, which includes traffic control at 65th Ave S. Attachments: • ,‘ „ ,romen kik* t.% „„. \ALt$V Owner understands that the truncated domes for channelization in the ROW on 65th (approx. 75 feet) will need to be replaced as part of the project and will incur additional costs. Please provide ROM for this work. Please coordinate direct with PW Scott Moore as to guidelines for installation. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 02/12/2021 08:33 AM ILVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #293 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #293: CE #359 - RFI #648: Civil ADA Compliant SD Cover at SD #9 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERJREVISION: 293 /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) 2/15 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $367.69 POTENTIAL CHANGE ORDER TITLE: CE #359 - RFI #648: Civil - ADA Compliant SD Cover at SD #9 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #359 - RFI #648: Civil - ADA Compliant SD Cover at SD #9 Supply and installation of an ADA compliant storm drain cover at SD #9 per the response to RFI 648. ATTACHMENTS: PCO 293 -SP Combined.paf _30129-43-TFS 52-GCCM-648-Civil-ADA_Compliant SD Cover at SD 9-2021-02-15.0f_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/15/ 2021 01 :33 PM Cost Code Description Type Amount 1 03-001-99- - 81' 03 - Structures Subcontractor PCO 293 -SP Subcontractor $ 345 02 Subtotal: $345 02 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sfPA's, and Project Contingency. $ 000 Fee - Sub Tier Work: 4.60% Applies to Subcontractor Purchase Agreements, and Project Contingency $ 15.53 GL Insurance: 0.75% Applies to all line item types. $ 2.70 P&P Bond: 0.75% Applies to alt line item types. $ 272 8&O Tax: = 0.47% Applies to all line Bern types. $ 1/2 Grand Total: 5367.69 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/15/ 2021 01 :33 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425)881-2903 PCO #293 -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 #293 -SP Civil ADA Compliant SD Cover CE #359 -SP - RFI #648: at SD #9 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 293 -SP / 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 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 2/15 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based TOTAL AMOUNT: $345.02 POTENTIAL CHANGE ORDER TITLE: CE #359 -SP - RFI #648: Civil - ADA Compliant SD Cover at SD #9 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #359 -SP - RFI #648: Civil - ADA Compliant SD Cover at SD #9 Supply and installation of an ADA compliant storm drain cover at SD #9 per the response to RFI 648. ATTACHMENTS: CE359-SP pdf 8 Cost Code Description Type Amount. 1 32 -600 -01. --' Site Furnishings " Olympic Foundry SM60 CB Grate Materials $ 207.60 2 32-600-01- -'.Site Furnishings 5D Cover Install Labor $ 86.67 Subtotal:. $294.17 Fee - Self Perform Work:. 15:00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 44.13 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: .0.75%'Applies to alt line item types. $ 2:54 P&P Bond: 0.75% Applies to all line item types. $ 2:56 B&O Tax:. = 0.47% Applies to all line item types. $ 1.62 Grand Total: $345.02 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/15/ 2021 01 :30 PM COP Cost Breakdown Miscellaneous Cash - Seattle 5200 Airport Way South Seattle WA 98108 Ship -to Address: Miscellaneous Cash - Seattle C/O: LYDIG CONSTRUCTION WILL -CALL Seattle WA 98108 JOB #: 30130. TUKWILA CASTINGS. ORDERED by ALEX @ 425.885.3314. Invoice: IN -10012021 Page 1 of 1 Date: Feb 3, 2021 Invoice Number: IN -1001-2021 Sales Order Number: 15427 Delivery Number: 13219 Your Reference: 30130 Fulfillment Date: Feb 1, 2021 Customer Number: 1391 Line Product Description Quantity Net Price Net Value 10 12-4530 SM60 CB GRATE "TVVS" ADA 20X24 1 Each 207.50 USD / 1 Each 207.50 USD List Price 207.50 USD / 1 Each 207.50 USD No cash discount allowed GRATE TO BE :: "LOCKING". Total Item Net Value Total Incoterms: <W/C>, OFCO SEATTLE Payment Terms: Cash on Delivery (COD) Remit To: Olympic Foundry 5200 Airport Way South Seattle, WA 98108 Phone: (206) 764-6200 Fax: (206) 764-1171 Email: ar@olympicfoundry.com Website: www,olympicfoundry.com 207.50 USD 207.50 USD LYDiG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #648 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - ADA Compliant SD Cover at SD #9 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), 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) FROM: Alex Carey (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 02/05/2021 $207.50 STATUS: DUE DATE: COST CODE: C2.0 SCHEDULE IMPACT: No Closed on 02/15/21 02/12/2021 SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Question from Alex Carey (Lydig Construction, Bellevue 00 at 09:41 AM on 02/05/2021 During the final building department inspection, Lee Sipe noted that SD #9 falls within the ADA parking stall, but did not have an ADA compliant SD cover. Olympic Foundry had an ADA compliant lid (part no. SM60TVVSDT cut sheet attached) that was purchased for this location. Please confirm that this lid is acceptable for replacement at SD #9. Attachments: RFI 648 CivilADA Compliant 5P Cover at SD #9 pslf Official ReWnse: Lauren Rock(Weinstein A+U) responded on Friday, February 12th, 2021 at 3.11PM PST Grate is acceptable. M. Serval 2/12/2021 Attachments: RFI 648 - Civil - ADA Compliant SD Cover at SD #9 -LPD.pdf All Replies: Grate is acceptable. M. Servizi 2/12/2021 Attachments: RR 648 Civil ADA Compliant SD Cover BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 02/15/2021 01:32 PM LY D I G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #294 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #294: CE #361 - RFI #640: Arch Added Light Fixture at Elev Control Closet 123 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: 294 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CONTRACT: CREATED BY: CREATED DATE: 2/15 /2021 30129 -Tukwila Fire Station #52 -GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,714.77 POTENTIAL CHANGE ORDER TITLE: CE #361 - RFI #640: Arch - Added Light Fixture at Elev Control Closet 123 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #361 - RFI #640: Arch - Added Light Fixture at Elev Control Closet 123 Addition of a SL -4 light fixture above the hallway side of door 123 and rotation of the light fixture inside the elevator control room closet based on L&I inspector comments during the elevator inspection and the response to RFI 640. ATTACHMENTS: 34129:43 TFS_52-GCCM„&40 Arch-AddedMght Fixture at Elev__ ontrol C 2021-02 15 pdf CE 361CO,R079.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/15/ 2021 01 :46 PM Cost Code Description Type Amount 26--001-99- - BP -11 - Electrical Subcontractor PCEC COR 079 Subcontractor ..$1,809.00 Subtotal: :$1;609.00 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. $ 72.41 GL Insurance: 0:75%' Applies to all line item types. $ 12.81 P&P Bond: 0.75% Applies to all line item types. $ 12.71 B&O Tax: =0.47% Applies to all line item types. $8.04 Grand Total: $1,714.77 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/15/ 2021 01 :46 PM PeEe February 15, 2021 Lydig Construction 3180 139th Ave SE, Suite Bellevue, WA 98005 Attn.: Alex Carey 0 Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# PCEC COR# 079.0 Dear Alex PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 # 640 PCEC RFI# 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 $1,609.00 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 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: Tukwila Fire Station 52 PCEC Job No.: Work Description: rotation of SL -4 inside elevator machine room per L&I. 19066 Additional Sl -4 in hall way outside Elevator machine room and 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 $ 1,205.17 $ COP# - PCEC COR# 079.0 Date: 2/15/2021 CCD# RFI# 640 PCEC RFI# 12.69 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 $ 153.33 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 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c, d. 0% (of direct labor) 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 0 0 0 7. O& PN SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 - $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) B. INSURANCE 9. 08 P ON INS / TAX TOTAL COST 1 THRU $ 15.62 $ 31.56 $ 1,205.17 $ 153.33 203.77 47.18 $ 1,609.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] Material Filter. <None> Report: COR 2/1 Label Set: Combined, Combined, Combined, Combined, Combined 569.58; M X21.49, C x;1.11; C 68 12 THHN CU STRANDED 1,457 1/2 EMT 1 HOLE STP/STL 3,366 3/4 CHASE NIPPLE 3,744 #10 X 1 1/2 SCREW 4,037 8 X 1/2 HEX HD DRL TEK SCR 4,276 1/4 X 1-1/4" FENDERWASHER 4,341 1/4X3 TOGGLE BOLT 4,559 1/4" NUT 4,634 TSGB-24 BOX BRACKET 4,756 2-H 1-5/8X2-5/16 90DEG ANGI 6,516 1/2 FLEX STEEL 6,544 1/2 FLEX SQZ CONN MAL 7,137 TUBE FIRE CAULK 7,178 IDEAL452 RED WIRE NUT 7,182 IDEAL 341 TAN TWISTER WIRE 14,043 48"L STRIP SURF LED 17,472 4/S BOX 1-1/2"D COMBO 17,500 4/S 3/0 MUD RING 1/2"DP 18,780 GRD PIGTAIL #12 x 10-1/2" 47,085 1 HOUR LABOR (COORDINATI( 47,086 1 HOUR LABOR (MOBILIZATIOI $153.33 $18.97 $0.21 $3.11' 1.. C $0.06 6 C $0.46 4.30`;" C $5.66 13' C $1.13 $0.35 . 55 C $4.64 70C $11.57 8. C $57.41 C $28.84 $11.22 $0.60 $0.63 $0.00 $2.90 $5.01 $0.55 $0.00 $0.00 $153.33 12.69 0.20 0.04 0.14 0.05 0.30 0.04 0.48 0.05 c E> C C' C C C C C 0.20 C 2.32 C 0.48 E 0:70 E 0.18 E c C 0.15 0.06 2.00 4.00 12.69 Courtesy of McCormick Systems Inc. Page 2 2/15/2021 11:51 AM 010LY Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #640 Project: 30129-43 - TFS#52 GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Added Light Fixture at Elev Control Closet 123 TO: Emma Nowinski (Weinstein A+U) FROM: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 01/22/2021 LOCATION: PROJECT STAGE: COST IMPACT: No DRAWING NUMBER: LINKED DRAWINGS: E201S 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 01/28/21 01/29/2021 Yes (Unknown) COPIES TO: Julie DeDonato (Atmore Projects LLC), Justine Kim (Shiels Obletz Johnsen), 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 01:53 PM on 01/22/2021 At the request of the L&I inspector during the elevator inspection, a light fixture was added outside of the elevator control closet 123. The light was required to be switched on the same manual toggle switch as the fixture inside the closet. Per discussion with WAU/SOJ, the owner stock SL -4 fixture was mounted centered on the door, 6" up from the head of the door frame. A new SL -4 fixture will need to be ordered to replenish the owner's stock. Please confirm. Attachments: RFI 640 - Arch - Added Light Fixture at Elev Control Closet 123 pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, January 27th, 2021 at 4:54PM PST Per Owner's response above, do NOT order an additional SL -4 fixture to replenish owner's stock. L. Rock, Weinstein A+U 1/27/2021 Attachments: RFI 640 - Arch - Added Light Fixture at Elev Control Closet 123 SOJ-VVAU Response pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Wednesday, January 27th, 2021 at 1:41PM PST Owner does not require additional SL -4 fixture to be replenished for owner stock. Attachments: All Replies: .s4 3,4YE :AN .4"411,4\wic,***quikotw Per Owner's response above, do NOT order an additional SL -4 fixture to replenish owner's stock. L. Rock, Weinstein A+U 1/27/2021 Attachments: RFI 640 - Arch - Added Ljght Fixture at Elev Control Closet 123 SOJ-VVAU Response.pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 02/15/2021 01 :45 PM RFI #640 LY D 1 G 0$44' AAA, MAO "AAA At, A `ts itsak, tx, ,:\*A0*.kltitC.34 Owner does not require additional SL -4 fixture to be replenished for owner stock. Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 02/15/2021 01:45 PM LYD G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #295 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #295: Heat Detector for Fire Sprinkler Outside of TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 295 / 0 CONTRACT: CE #362 - RFI #645: Arch - Elev Control Closet 123 REQUEST RECEIVED FROM: CREATED BY: STATUS: REFERENCE: Pending In Review 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: 2/17 /2021 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $673.54 Amount Based POTENTIAL CHANGE ORDER TITLE: CE #362 - RFI #645: Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #362 - RFI #645: Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123 Addition of a heat detector in the hallway outside of the elevator machine room per the response to RFI 645 and at the request of the L&I inspector during the elevator final inspection. ATTACHMENTS: 30129_43 IFS 52-GCCM-645 Arch=HeatDetector for Fire 5pr nkler_Dutsideof_Elev Control Closet 123-2021.02.17:pdf CE 362_,.COR077 pdf i! Cost Code Description Type Amount 1 26-001-99- BP -11 - Electrical Subcontractor PCEC COR 77 Subcontractor $ 632.00 Subtotal: $632.00 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. $ 28.44 GL Insurance: 0.75% Applies to all line item types. $ 4.95 P&P Bond: 0.75% Applies to all line item types. $ 4.99 B&O Tax: e 0.47% Applies to all line item types. $ 3.16 Grand Total: $673.54 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/17/ 2021 01 :21 PM nese February 2, 2021 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# 645 PCEC RFI# PCEC COR# 077.0 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 _ _ 5632.00 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. A11 general clariftcations 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 Summa Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 COP# - 19066 PCEC COR# 077.0 Addition of Heat Detector in Hall way outside Elevator Machine Date: 2/2(2021 Room Per RFI 640 cm:4 RFI# 645 (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 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking $ 94.97 5.00 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 $ 474.85 1. CRAFT LABOR COSTS 474.85 2. MATERIAL COSTS a. scheduled material $ 58.95 d. permits $ b. quoted material $ - e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & PON SUBCONTRACTORS a. 0% overhead & profit of 6 - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 6. OVERHEAD & PROFIT 58.95 80.07 6. SUBCONTRACTORS $ 7.0 & P ON SUBS 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 6.14 b. Bonding 2.00% (of 1 through 7) $ 1240 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8. INSURANCE $ 18.54 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9 O& P ON INS / TAX TOTAL COST 1 THRU 8 632.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [Items and ByProducts] Material Filter: <None> Report: COR 2/1 Label Set: Combined, Combined, Combined, Combined, Combined $58:95 380 3/16" x 6.2"L CABLE TIE 3.00 .. $14 09s C $0.42 7 3/4 EMT 10.00 $161;35: C $16.14` 1,200 3/4 EMT CONN S/C/I 2.00 ,[ 04:051C $13.28 ,319 3/4 EMT COUPL S/C 2.00 $692::8 C $13.85 1,458 3/4 EMT 1 HOLE STP/STL 2.00 1721C $0.57 4,126 10 X 1-1/2 COMB PAN HD TAP 2.00 530C $0.11 4,291 #10 / 3/16 FLAT CUT WASHER 2.00 i $344'; C $0.07 4,469 1/4"x1-1/4" ZAMAC ANCHOR` 2.00....6;66C $0.93 7,175 IDEAL 73B ORANGE WIRE NUT 2.00 $11.32zC $0.23 17,474 4/S BOX 2-1/8"D, 1/2&3/4'KO 1.00 ' $453 35 C $4.53 17,498 4/S BLANK COVER 1.00 , C $1.96 20,098 FA HEAT DET ADDR. 1.00 , $0'00 Q $0.00 20,354 FA 16/2 SOLID FPLP PLENUM , 15.00 $45722:) M $6.86 47,086 1 HOUR LABOR (MOBILIZATIOI 2.00 $0 00! X $0.00 $58.95 5.00 0.12 0.50 0.28 0.28 0.08 0.12 0.01 0.14 0.00 0.30 0.08 0,85 0.24 2.00 5.00 Courtesy of McCormick Systems Inc. Page 2 2/15/2021 12:03 PM LY 010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #645 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123 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) 01/28/2021 Yes (Unknown) 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 01/28/21 02/04/2021 TBD COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) 02:21 PM on 01/28/2021 Question from Alex Carey (Lydig Construction, Bellevue Of) at Inc.• The L&I inspector has requested that the fire sprinkler outside of the elevator control closet (shown on the attachment) be tied back via a heat detector to the elevator shunt trip device within the elevator control closet 123. In the event of someone working in the elevator control closet and the sprinkler outside of the closet being activated, water would then sprinkle onto the electrified elevator equipment. Similar to the fire sprinkler within the closet, the fire sprinkler outside the closet should be installed such that a heat detector within 18" shunts power to the elevator equipment when heat in excess of 135 deg F is detected at the sprinkler head/heat detector. Please confirm a heat detector is to be added. Attachments: REI 645 - Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, January 28th, 2021 at 2:58PM PST Confirmed. Heat detector to be installed in compliance with elevator L & 1 inspector's requirements. L. Rock, Weinstein A+U 1/28/21 Attachments: RFI 645 - Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123_WAU Response pdf All Replies: + t \t,V410)ilik'4AN40%, ,414*.kiRMA Confirmed. Heat detector to be installed in compliance with elevator L & 1 inspector's requirements. L. Rock, Weinstein A+U 1/28/21 Attachments: RFI 645 - Arch - Heat Detector for Fire Sprinkler Outside of Elev Control Closet 123 WAU Resonse.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 02/17/2021 01:14 PM ILVD)G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #297 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #297: CE #332 - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 297 / 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: 2/17 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: $11,009.20 POTENTIAL CHANGE ORDER TITLE: CE #332 - RFI #638: Arch -1-lollow Metal Primer and Top Coat Compatibility Issues CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #332 - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues Removal of interior hollow metal doors and hollow metal frames top coat, preparation of door/frame, and application of new top coats as required to replace incompatible top coats as originally specified. Costs also include replacement of door gasketing. Gasketing was required to be removed in order to strip paint from frame. ATTACHMENTS: PCO 297 - Corribinectp_df_ _30129-43-TFS 52-GCCM-638-Arch-Hollow Metal Primer_and Top_Coat Competibiljty_Issues-2021-02-17.ocif_ _PCO 297 -SP - Combined.pf_ _CE 332 - COR 19.pplf_ Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 3/17/ 2021 04 :18 PM Cost Code Description Type Amount 1 09-030-99- - BP -12 Painting and Coatings NWCC COR 019 Subcontractor $ 18,495.00 2 03-001-99- - BP -03 - Structures Subcontractor PCO 297 -SP Subcontractor 9216539 3 50-001-01- - Project Contingency Contingency Use - Door Frame Paint Project Contingency ($10,330.19) Subtotal: 610,330.20 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Un ri en Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 464.86 GL Insurance: 0.75% Applies to all line item types. $ 80.96 P&P Bond: 0.75% Applies to all line Item types. $ 81.57 B&O Tax: = 0.47% Applies to all line Item types. 9 51.61 Grand Total: 911,009.20 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 3/17/ 2021 04 :18 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #297 -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 #297 -SP: CE #332 -SP - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBERJREVISION: 297 -SP /0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 2/17 /2021 PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $2,165.39 POTENTIAL CHANGE ORDER TITLE: CE #332 -SP - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #332 SP - RFI #638: Arch - Hollow Metal Primer and Top Coat Compatibility Issues Removal of interior hollow metal doors and hollow metal frames top coat, preparation of door/frame, and application of new top coats as required to replace incompatible top coats as originally specified. Costs also include replacement of door gasketing. Gasketing was required to be removed in order to strip paint from frame. ATTACHMENTS: CE 332 - COR 03 - REI 638_pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/17/ 2021 01:36 PM Cost Code Description Type Amount 1 08-115-99- - Doors and Hardware Install Henricksen COR 03 Subcontractor $ 1,966 00 Subtotal: $1,966.00 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. $ 157.28 GL Insurance: 0.75% Applies to all line item types. $ 15.92 P&P Bond: 0.75% Applies to all line item types. $ 16.04 B&O Tax: = 0.47% Applies to all line item types. $ 10.1 Grand Total: $2,165.39 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/17/ 2021 01:36 PM LYDIG TUKWILA FIRE STATION 52 SUBCONTRACTOR: HENRIKSENSERVICES PCO NO: CCD NO: DESCRIPTION: Install new smokegaskel at 26 loeatons RFI 638 boor gasketing replacer DATE: 1/12/21 added time 14.00 UNIT SUB LABOR $/Hour $85.00 SUB MATLIEQUIP $tUNIT" SUBTIER LABOR $/Flour SUBTIER MATUEQUIP $/UNIT $14190' SUBTIER LABOR $ EXTENSION SUBTIER MATUEQUIP $ EXTENSION 0 TOTAL 90 gasket 26.00 I $0.00 $20.00 $41 $520' 0.00 $0.00 $0 0.00 1 50.00 0 0 $0: 0.00 50.00 0 $0 50 1 50.00 0 $a 50 $o 1 $0 0 0 $o; $0 $o 0 $0 $0 0 $0 0 0 $0 0 0 50 0 0 0 �0 0< $0 50 0 >0' $0 $0t $0 b' 0 $0s $0 50 0 50 0+ 10 0 $0` 0 0 0 04 0 i0 $0 $0 0 10; 0 $0 0 0 .0 0 0 50 $0 $0 $0 0 $o 50 $0 $0 $o 0` $0 0 0 0 0 0 $0 $0 0 $0r $0 50 $0 $0 $0 0 0' $0 i0 0 0 $0 i0 $0 $0 $01 0 0 0 $0 $0 0 $o 0 0 $0, 0; DIRECT COST TOTALS R71546 A1292021]52 nn 0 20 OVERHEAD/ PROFIT 15% TOTAL COST 0 0 ,710 $256 $1,966 COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Project No. 30129.43 Subcontractor: N.W.Comple Description: Source Documents: Contracting riping door frames due to non specified primer application. See attached tickets DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, en, , && .. _ laborers) ._.... ) $ 15,123.41 b. foreman c. lead foreman g 0 DIRECT LABOR SUBTOTAL' $ 15,123.4' Labor Markups d. direct supervison (NTE 15 % of la) Date: Contractor Ref. No. Supervision markup should be zero if any foreman time is included in direct labor cost; 2021 COR 19 15;123.00 2. MATERIAL COST (from attached cost breakdown form) $ 631.00 3. EQUIPMENT COST (from attached cost breakdown form 4. SMALL TOOLS (NTE 5% of & b) 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 6. SUB -TIER SUBCONTRACTORS a.,. b. 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 SUBTOTAL 1 thru 4 $ 2,363.10 I. 5,7 00 2;363.00 NSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) 378.08 a. payroll driven liability insurance 2.50;%oft b. volume driven liability insurance % of 1-7 9. BONDING Form. Revised 9/26/15 COR 19 0:00:%of1-8 Page of TOTAL COST $ 378.00 18,495.00 Printed 2/12/2021 CUP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Subcontractor: N.W.Complete Contracting Contractor Ref. No. COR 19 Subcontractor: Date: 2/12/2021 Unit Labor Material Equipment Total Description Quantity Type Unit $ Cost Unit $ Cost Unit $ Cost Cost Labor 303.5 hrs $49.83 $ 15,123.41 $ - $ - $ 15,123.41 Speedhide Primer 0 gal $ - $18.00 $ - $ Speedhide Finish 0 gal DTM Primer/ Finish 3.75 ', gal Spackel 0 Quart $ $9.45, $ Masking tape 55 roll $ - $4.65 $ 255.75 Masking paper 37 roll $ - $3.89 $ 143.93 Sanding Sponge 0 ea i $ $3.27, $ - Acetone 6.25 gal $ $17.27', $ 107.94 $22.00 $32.80 $ 123.00 $ - $ 123.00 Freight/Delivery Costs Subtotal Foreman Foreman Lead Foreman Lead Foreman Total Cost of Work Form Revised 9/28/18 '$ 23.41 630.62 15,123.41 $ 630.62 $ 255.75 143.93 107.94 15,754.02 15,754.02 COR 19 Page el Printed 2!12/2021 " t NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Project Name• TAT a on Contractor L! D:g• Employee bate Description In Out Hours $JC° i2_Il op P1Ane2 `roP COpi- P ova . 1,3 3 oci 6 ACE 1-0,%-t i�I D't --o Pr; incorePA-r IF :q c find 4 ty P t R ro SPe['S 4# i j 5 that the acknowled titutp L extra to 'itsubcontract, were used tand ya ayreurnedl o - work wa (30 IN 5Rn 6 in5 .5.-11' :PI^ Material qty Unit Price Cost TPe OM PAPe.te< 9" 2 11111111111.1111111 ACE 1-0,%-t �9 A t Dy signing pis documer find 4 ty P t R acknowledging ed. Thts that the acknowled titutp L extra to 'itsubcontract, were used tand ya ayreurnedl o - work wa Superintendent Signature &Date. or believes this , Lydlg C resources I gement that this ly that the s pertorme orkisanez remains thesubcontractor's duty to pr notice per the subcontract and the documents, ' and reouest a changn change order proposal, or a adjustmen BY DATE Total Hours: Equipment Rental ',Misc d+e v qty Unit Price Cost OM rr n .r 11111111111.1111111 i•es were notMI •; s an Total: resources d. if the hen vide due coptract d JWCC fire & bate, request for equitable Project Name: NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION TAT , General Cont Employee DateR Description Cost Out Hours EbWir1 l I W Dttori, Ft�rr`1� -ro? Cp -- frmov$3d... yIn 19 3, Og ,St1 11.-1(c jj.,4- — PIs: n.trk xr,!'oMAi4TBIf 6. -co, 3; S resources mea Pf.— 12`Fj d. It the Zil .x.23 Mglr;,, terial City Unit Price Co rAP.e 3rn Pt1Pt.R Mf f Ar P A Pt.R acknowlertging that the resources 4 I>cgd % acknnwlgrlgement fag's agreemern that this t extra to the subcontract, only that the were used and—work-6.k,, performe mthcnntrartnr heli , s Ibis wp.k is an ®; remains the subcontractor's duty to pr. notice per the subcontract and the superintendent Signature & Date: Total Hours: Equipment Rentel Misc Qty Unit Price Cost =NM 111111111111111 .ted wereIIIIIIIIIIIIIIIIIIIIIII &fork is an Total: resources d. It the 't ,n-uti, dYld iequebt d uidltge olre change order proposal, ora request for equitable adjustment BY DATE LYDIG CONSTRUCT1ON,1 1,IWCC re & Date fz- NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Project Name: General Contra Employee Date Unit Price Description I 1n Out Hours q{' ry n 1t Ft ? a , 3/G `) A' 111111111111111111 12- 0.r>novnl ptde Prli t<rz, 613 o sr actin() edging utilized. Th that the s acknowle: `S A"` ituie_,,�L��cystya extra tctTW- re used " I C 4 pa-c; PG(,• . 67,3 3 �+ 2;0% 205 , Zoe ZO9 ., Z,ca A e 2 { Material Qty Unit Price Cost TPyt 3 r°' `i PpiPea 9'' 1t Ft ? a , 3/G `) A' 111111111111111111 sigrtfng thle dopmaen sr actin() edging utilized. Th that the s acknowle: ituie_,,�L��cystya extra tctTW- re used " eyieel nen subcontract, c and work vv- Superintendent ignature &Date: Lydig resources igernent that Ibis qty that the ou. cvnuacior oeueves. th,c W KS an e1.._.... atrrnaiunthe suGcontraciur s duty to prime due rtotice per the Subconi and nib c' art documents, and request a channn ifri n�i change order pioposal, or a request to- equitable adjustmenBYt DATE Equipment Rental Misc Qty Unit Price Cost sled were oes not 111111111111111111 ,s an resources Total: d. If - the it LYING /6(21 riwcc are & Date:; Project Name.' NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION P;re STittt o,.. 5 Gen4 Contralto Ly D G Employee Date Description In Out Hours 3eico 112-2'2 Doc)P, FrAme. T o P cofl-r RerAovAL. 6:30 3.00 g E i)WZ\r. 2 -- 7,Z luE `rn e_r1mtit;'\c PR7.4tc -'o 6'3a 3 °o this dacumer gri C ttI I Z -Z 'SPtr•S 2QG, 2.o7 206, 2o1 610 3.m d ig'o ngrecmcr subcontract, e and work w; 205 _, 204 , MA jc's ri,:5in-Cb PAi^To� Wri11`5 S tt p'n9 j7 -n� Qn FrA,-,e:5: .s„,tn . r.Qn•rj; FcA?i'att-s .� E.Ose s Material Qty Unit Price Cost iAPt,3” 5 PAI)C . 3 ACCTo Nr 13 A i Y signing this dacumer S A ntl p a QgR actcrwvnedging uzed. Th itutti tY that the s acknowle: extra t0Tctej were used ig'o ngrecmcr subcontract, e and work w; Total Hours: Q4 Equipment/Rental/I sc Qty Unit Price Cost . Lydlg G7nstruction resources I gement d that this wt k lb do ty that the resources s performed. If the eves Jnr, workextra then" it sled were oes not Total: Superintendent Signature &Date: remainst.he a suucwrl disturb duly R PfDvloe ild notice per the s+.rk :on o t and the documents, and request a 'change Cnanoe order nrnnncai .,. a .,,....._. :_ dueU CC contract 'dir w: :.,tire & Date . 2 - 2. Z NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Project Name. r; re TAT; Genet Cont L b; (t Empioyee Date Description were Des not . that this work to %'' subcontract, oily that the were used and work wzs performed In Out Hours St.iCtbj2-23 LYDIG $TRUC , INC. be FrAiwt Tor COR -I' fit/Weval_ fs;3ta (t: 5 Lric { IZ' i t#t T}1 i'r:mert enGo.."PP7 i i2 C)1 , q �4 SAS )2-13 2o1 , 201 Z15 , 4;1 e.. 11:06 210 A •: 2t3 ( k,. F oc+R1%I1'5 oP Ptoie.c:r;fr, 5;rr;Pin PA1n-r AA -15 Sp��b} boolt Pr-tyr, S aerial Cty Unit Price' Cost TPPc_3 PMt RCC To -t 3/4 9t, SAr\t) P t. it Superintendent Ignature'& Date. Total Hours Equipment Rental Misc Unit Price Cost sijpnfne this documerlt, Lydlg Construction ks acknostedging that the resources , listed . This acknowleigement d were Des not . that this work to %'' subcontract, oily that the were used and work wzs performed is an resources II the tUbeontractor believes this work is an extra remains me subcontractor's duty to provide notice per the subcontract and the'coFi'iact QocuMents and request a hhanep change order proposal, or a request for adjustme . BY �► i then it due;S ri;rn?rW" equitable .. x i. DATE LYDIG $TRUC , INC. WCC re & Date NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Project Name: F:rf.STPrr, or, Gene al Contr Employee plate Description` In Out Hours' 1yRkct� P2- $ �nng FTa,� e ToP na r R �+ 6'3ta o0 8 t�C Pz-Zd but. �'� Mo C. r,* b_ o �j Setcca )fZ.-z� To si)Q , # ?IM ,ztt , 2Iz ,, o toi'�..p. ;b .3� 09 3{'i('+1 1 - ZIQ t:. Md sk.,, `Iorott'S An,h v/Aii s '.. F''''r s,r;p;' ohs DnoR Farr e S 3AAn' 1 ',,-T-r Pr' r Onix t rAn e� XOB -1-op Cop- aterial ty Unit Price Cost Tt\ t, 31,1 4 9 Accr,,,a S f1nD1'oLk 3/y Superintendent Signature & Date. Total Hours: Equipment Rental tulisc _ documert. Lydlg Cynstructiori oudedging that the resources listed �• ihis acknowledgement toes were not Gvefsttt LIg's agreemer I that this work rs an tog subcontract, only that the resources were used and work was perfo.med. If the Subcontractor believes this work is an Elora hen it remains the subcontractors duty io provide notice per the subcontract and the Niej, contract documents > and ratlneq e r 1, roc. N,r % change order proposal, or a request for equitable adjustment�—� DATE LYDIG CONSTRUCTIt] , INC. Unit -Price Qty Cost Total: WCC ere & Date; qtr; I Z— Z 6 Project Nettle: NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Gene Contracto Employee Date 8. edging that the resources listed • •. Ttii3 acknowlecgement dies constitute g's agreemen that this work extra to the aubcontracl, o1ly that the were used and work was performed. were not is an resources If the Description remains the subcontractor's duty to provide notice per the subcontract and the _rAnrrimonts nr1 rgq.is J 2 Ctunjo change order proposal, ,r - request tor adjustme BY due: Cot L dicot equitable DATE In Out Hours ► I2 -2q Door ,Fr .' 3; A+n. X2- 1 �a�1. ,+. .' ' Pr PP: -:t. `, :a t1Gm X2`24 Co .o Door 6';3a 3;a® Er;c 17 •z4 ;Q0 aterial Unit Price Cost TAN. VI�A.�tR Superintendent Signature & Date: To H Equipment Rental';Misc cera+ iydig concire�rtltron' 8. edging that the resources listed • •. Ttii3 acknowlecgement dies constitute g's agreemen that this work extra to the aubcontracl, o1ly that the were used and work was performed. were not is an resources If the subcontractor believes this v ork is an extra then II remains the subcontractor's duty to provide notice per the subcontract and the _rAnrrimonts nr1 rgq.is J 2 Ctunjo change order proposal, ,r - request tor adjustme BY due: Cot L dicot equitable DATE LYDIG S C. Unit Price Qty Cost 111111111111111 Total: WCC re & D' Project Name: NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION General Contractor*, Employee Date Description In Out Hours Mi's-vr 0 "3 D I) D B Pl. P'S 1.. PR? Per Pti 2 II : oc3 LI, 5 Pr; mtg. , ih i ; ST COA`r . to‘Pi.,,Skiol ,It) 6:3 0 11:00 L1.5 P l\ Ia 1 ,D A 14Ized. For ft." t -t=, (.);-., tr:o 4.5 gr.; I 1 1, - 'S 9 iNts,t1 I\ pet i !pli':irrtr coiN-r 6',1 ft -, +.• lic , 11t1, 113 If Ili Material Qty Unit Price Cost TikPt )'% ti plicptrt 4 , 2 Pr; mtg. , ih i P l\ Ia 1 ,D A 14Ized. noiedng Th -MU document that the s acknowleii �8sftuec .. , to the want used ig's agreetner 1 subcontract, c n and_w.c.r.k_At...-;. Superintendent Signature & Date: 18 Total 1 -lours: Equipment/Rental/Miss Qty Unit Price Cost , Lydip 03n3lucCon resources I stet.i were ement CDSSnni that thif,- 'tort, is 2n ly that the ,esr2;irce flflrh subcons If the r believes tiic wnee nn P` '`? it cainttins the subcontractor's duty to pr. 's duetIWCC tv3tice per the subcontrac, and the c(81/Ai; :-• a Total: re & Dat: e order proposal, or re est fo equitable CMIGCONS UCTION, INC. NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Project Name: Vire t8 eneral Contractor LY Dc Employee Date v stgnlrlgtide d. • ackrtowIedging that the Ly drg Cortsuuctlon r rtes listed were Description in Ctut Hours. I l 1-4 Doo rAr PreY Pr;ru,c;ts, cop,* y°3n, 3;t�ca Er', C r -:t 1 ` c D A+ ivk 1 t, ? a' 3.0 0 tS Ati\ rAgly 3 Fol 3 Pi`n-rec, ,"bn PA(C}n) b13 3:0fl 6 S.tGO • 1 D lei tI� 10 , 14 A 12t 1 ateria ty Unit Price os Pr.Me,a TetPe Pk' a Tot Superintendent Signature & Date To I Hours: Equipment Rental Qty Unit Price Cost _' Total: v stgnlrlgtide d. • ackrtowIedging that the Ly drg Cortsuuctlon r rtes listed were moi. ihis acknowle.: rtstitute Lydic's agreemen ra to tha fi ,bcontract o . .. that thls work is an y that the resnrrrcas J rese used and work was subcontractor believes this work tea bcantractor's performed It the is an extra then It duty to provide due documents; and request change order proposal, ora adjusunerr BY r -.4d a chapJ Ireotive,, re t-Are.,.it}gf{e # t i1 D i'.... t DATE LYING CONSTRUC yew Qty Unit Price Cost _' Total: Project' Name:' NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION F;rt 5r4 -t Genera! Contractor Di Employee Date Description In Out Hours /V\fih I -5 Frp r -t Prot, Pr',^AtrL 6;30 3;vo f'C i— 5 corj A. r`(5 COAT Mas> .S 814\ 1— 5 FIenR. Awn WAIF"4 Poi- PrCCiv—. iii c, X7.0 4 Se.lC_e l—S 215 , 201 , 2 1.4 ,..._2,,,,11 6',10 3`•oo .2thA 2 Po. z r( 22 Materia! Unit Price Cost Total Hours: Equipment/Rental/Mise ty Unit Price Cost do nowiedgiig that the resources ed were This acknowledgomont does itute tydig"s agreement that this work is an bcontract opily that the resources Tota were used and work was performed. If the subcontractor believes this work is an extra then it bcontractor s duty to provide due Total: BY DATE YDIG STRUC , C. r'r thn aiihrnntrrrt anti the contract Superintendentnntirn Signature & Date: documents, and request change order proposal, or a char W rrectiye, a re e 9itffl'e An�P r r l , d,"i BY DATE YDIG STRUC , C. Project Name: NORTHWEST COMPLETE CONTRACTING EXTRA WORK AUTHORIZATION Employee Date Description In Out Hours AAnn i`1 41t?Gt , tr.A, Pre.P Prir+,,L E.,3j .-ii0c ` a 114 4 Flooi` ; ab. 20`1 Z`o� , 2cs4 s2o5 p1 A ARnT et A is uperihtendent ignature & Date: Unit Price Cos Y signing eoknowledgrdil the re used a bcontractor To dost. that the acknowle t does s agreeme that this work is bcontract y that the resource d work was performed. It the lieves this work is an extra then it r - bconlpctor's duty to provide due notice por thn r.nn"r'r' 'r i tt•r re, Total Hours: Equipment/Renta)/.Misci Qty Unit Price Cos d uments, and request a chani nge order proposal, or B r Total: DA YDIG 2UC LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #638 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Hollow Metal Primer and Top Coat Compatibility Issues 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), Emma Nowinski (Weinstein AI -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) 01/19/2021 Yes (Unknown) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Brian Biermanski (NORTHWEST COMPLETE CONTRACTING) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 01/20/21 01/26/2021 08 11 13 - Hollow Metal Doors and Frames Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 07:46 AM on 01/19/2021 After completion of the top coat finishes on the interior hollow metal doors and frames, Lydig and the painter noticed that the top coats of paint were peeling away from the HM doors and frames. PPG performed several site visits to administer adhesion pull tests and determined that there was a compatibility issue between the HM primer and the top coat. The hollow metal (HM) doors and frames are manufactured by Curries. Curries uses a standard shop primer as noted in several instances in spec section 08 11 13. Spec section 08 11 13 also lists three types of primers, none of which is the Curries standard shop primer. The top coat for hollow metal doors was specified as MPI #147 assembly, which uses the PPG Speedhide Zero 6- 4510X1senes paint Per PPG, this type of paint is recommended for walls/ceilings and not typically intended for use at HM frames and is not compatible with the shop primer. PPG Direct -To -Metal topcoat paint was tested and had no adhesion issues, and was then used for the top coats upon repair. It was determined via conference call between Lydig, WAU, and SOJ that the painter was to strip, re -prep, and re -coat the paint as an owner change. Please confirm this direction. Attachments: RFI 638 - Arch - Hollow Metal Primer and Tp Coat Compatibility IssueerpOf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, January 19th, 2021 at 2:38PM PST Confirmed. L. Rock, Weinstein A+U 1/19/2021 Attachments: RFL638 Arch HoIIow Metal Primer and Top Coat CoMpatibilit(Jssues WAU ReqpAnse.,pdf All Replies: • Confirmed. LJ L. Rock, Weinstein A+U 1/19/2021 4\4410 4441.4**\ Attachments: RFI 638 - Arch - Hollow Metal Primer and Top Coat Compatibility Issues WAU Response.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 02/17/2021 01:38 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #299 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #299: CE Breaker Size for the Range in Great #364 - RFI #650: Elec - Room 224 TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 299 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/2 /2021 None Amount Based No $2,525.77 POTENTIAL CHANGE ORDER TITLE: CE #364 - RFI #650: Elec - Breaker Size for the Range in Great Room 224 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #364 - RFI #650 Elec - Breaker Size for the Range in Great Room 224 Increase breaker size to 50 amps and pull new wire to range in Great Room 224 per the response to RFI 650. ATTACHMENTS: 30129-43-TFS 52-GCCM-650-Elec-Breaker Size_for the_Range jn Great Roorn_224-2021-03-02,pdf _CE 364 - COR080,pdf_ # Cost Code Description Type Amount 26--001-99- - BP 11 - Electrical Subcontractor PCEC COR 080 Subcontractor $ 2 370 00 Subtotal: 52,370.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ at* Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 106,65 GL Insurance: 0.75% Applies to all line item types. $ 18.57 P&P Bond: 0.75% Applies to all line item types. $ 18.71 B&O Tax: . 0.47% Applies to all line item types. $ 11.84 Grand Total: $2,525.77 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/2/ 2021 12 :59 PM ese February 23, 2021 PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 650 PCEC RFI# PCEC COR# 080.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $2,370.00 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 pae Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: 1.9066'1 Work Upsize the Breaker and wire for Range to 50AMP. 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 923.51 83.57 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. 94.97 129.78 164.59 107.02 116.83 993.39 COP# PCEC COR# 080.0 - Date: 2/23/2021 CCD# Rn# 650 PCEC RFI# 10.46 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 0 0 0 0 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 8. INSURANCE / TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ $ 6. SUBCONTRACTORS 7. 0 & P ON SUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. O& P ON INS/TAX $ 23.01 $ 46.47 TOTAL COST 1 THRU 8 993.39 1,007.08 300.07 $ 69.48 $ 2,370.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: <None> [Items and ByProducts] Report COR 2/1 Price Label Set: Combined, Combined, Combined, Combined, Combined 110.00 $871.07 M 69 10 THHN CU STRANDED 71 6 THHN CU STRANDED 330.00 $2,508.14 M 6,989 10 GA TERMINATION 2.00 $0.00 X 6,991 6 GA TERMINATION 6.00 $0.00: X 11,310 2P, 50A 120/240V CB 1.00 ` $0 00 Q 47,072 1 HOUR LABOR (DEMOLITION) 0.50 . $0.00 X 47,073 1 HOUR LABOR (TROUBLESHO 1.00: $0.0O X 47,086 1 HOUR LABOR (MOBILIZATIOI 1.00.; $0.00 X 47,087 1 HOUR LABOR (RESEARCH) 1.00;, $0.00 X 47,096 OPEN (E) BOX /DEVICE CONN. 1.00 $0.00. X Ext Price Labor Labor Ext $923.51 10.46 $95.82 'e� M 0.77 $827.69 M 3.63 $0.00 . a;: ° E 0.32 $0.00 . E 1.20 $0.00 -. . © E 0.64 $0.00 �j� E 0.50 $0.00 k= E 1.00 $0.00 � o a E 1.00 $0.00 < flMfl E 1.00 $0.00 '®s.e C 0.40 $923.51 ` 10.46 Courtesy of McCormick Systems Inc. Page 2 2/23/2021 11:36 AM Date.: 2/22/21 Bid ID: 6071172 PANEL A BREAKER Page. 1 INEVEROMIAIA . ............................................................................................................................. Pacific Coast Elect Constr Inc 16620 North Road Bothell, WA 98012 Seattle 2757 6TH Ave S Seattle, WA 98134 2190 Telephone: 206-624-4083 - , ...- • -. .. . , , -- -..i - ,-;.. "..'„ --;,.. ' - ' ' .,..., ....., „.„. " a ,,, , • 4 , ,:i." .,.. ,,, - , - s.. --",w --. s--. ` - *"-- *-* ',.-., , - — ,... , . , , - - ." -...; , - ' ''- .„.- ' - ....• ',..- •",:, ' , ,' ,$::,,i,,,,„%-'.... ' ..,..•,,,,' - - -0,,,,,f.,, ",,..-z.,,‘ .„.. flC ..:-„,....,:,:,sk„..4,,A...- ',..",`"('-r,...",‘,n,""- ' Many Platt manufacturing partners have advised that unti;... 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 ,,...mposed by manufacturers as outside its reasonable control and subject to to Force Majeure provisions. 1EA 0060457 - C -H H202050 50A 2P 10000AIC EA 83.57000 83.57 BRKR Pricesquid,tinfq8g- :roifte 4cifitalty noted an .this 1:114tAatibn, are 'n064 avillabliity" .ad'attept6d and retagetl ftr irnmediitetgtiiorhentwiitiiii 5UtiNct .change R00.EIgttriP.:t:LOtitit4:StriCrO Terms and CondItwr1 apply availabte at Full 'Oh cirlk .5.0ptitt 5alni 90r -r) MT 5Libtotit 83.57 Ta X .00 Bid Tote 83.57 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 #650 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Breaker Size for the Range n Great Room 224 TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 02/16/2021 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E801 LINKED DRAWINGS: RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim'(Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 02/23/21 02/23/2021 TBD Question from David White:(Lydig Construction, Inc. Bellevue Of) at 02:53 PM on 02/15/2021 Clarification is needed on the size of breaker that is needed for the Wolf range. Over the weekend of 2/13-2/14, Fire noticed that the large oven was taking over 45 minutes to reach 450 degrees. Lydig verified on site on 2/15, that after 52 minutes the larger of the two ovens did not reach 450 degrees. The smaller oven took 32 minutes to reach a temperature of 450 degrees. Lydig confirmed with Metropolitan Appliance that this was not normal, and Metropolitan Appliance suspects that the appliance does not have a properly sized electrical service. There is currently a 30A 2P breaker installed as shown on sheet E801. Based on the product data for both the originally specified Wolf range and the revised Wolf range (RFI 335), the appliance requires a dedicated 50A circuit. Please advise if a 50A circuit is required and confirm the gauge of wire. Attachments: RFI 650 Elec- Breaker ASize for the Range in GreatRoom224.pdf Official Response: Lauren Rock (Weinstein Ai -U) responded on Tuesday, February 23rd, 2021 at 10:04AM PST Replace 30A/2P breaker with 50A/2P at circuit A-64,66 serving Range/Oven. Replace branch feeder to 3#6 & 1#10 Ground. RJ - TFWB 2-23-2021 Attachments: RFI 650 Elec;- Breaker Size for the Range in Great Room 224 TFWBResonse.pdf All Replies: Replace 30A/2P breaker with 50A/2P at circuit A-64,66 serving Range/Oven. Replace branch feeder to 3#6 & 1#10 Ground. RJ - TFWB 2-23-2021 Attachments: RFI 650 Elect - Breaker Size for the Range in Great Room 224 TFWB ;Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 03/02/2021 12:58 PM LYOIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #300 Project: 30129-43 - TFS#52 - GCCM 1544765th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #300: CE #366 - PSE Vault Lid Subgrade Preparation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 300 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/3 /2021 None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,210.67 POTENTIAL CHANGE ORDER TITLE: CE #366 - PSE Vault Lid Subgrade Preparation CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #366 - PSE Vault Lid Subgrade Preparation PSE installed the replacement vault lid, and backfilled the area flush with adjacent concrete sidewalks. Pellco removed the backfill and organic debris left around the PSE vault and installed and compacted subgrade for concrete sidewalk prior to installation: ATTACHMENTS: CE 366 -19 11 TFS52 COP .#073Adjust CSBCrat PSEWVault.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/3/ 2021 04 :18 PM Cost Code Description Type Amount 1 31-001-99-- Earthwork and Utilities subcontract Pellco COR 073 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% 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 BSO Tax: =0.47%Applies to all line. item types. $5.68 Grand Total $1,210.67 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/3/ 2021 04 :18 PM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. PSE installed new vault lid and installed base course up to the top of sidewalk elevation. Per Lydig direction DESCRIPTION OF WORK: PELLCO dug base course to bottom of sidewalk. SUBCONTRACTOR'S DIRECT WORK Cost Event #: CP #: Document #: 73 Date: 2/17/2021 A. DIRECT LABOR COSTS B. MATERIAL COSTS C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) ( Per Cost Breakdown Attached) D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) 714 253 967 II. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost H. Subtotal Subcontractor Costs (Subcontractor Estimates Attached) Direct Cost Fee $ - $ 111. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 145 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts 1, 11, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts 1, 11, III, IV Above) TOTAL 13 11 1,136 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 73 Date: 2/17/2021 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Operator Foreman/CT 19 5 HR $81.15 $ 405.75 $ - $24.88 $ 123.40$ 529.15 Laborer 5 HR $61.6735 $ $ $ 308.35c 5yard dump truck 5 HR, $ $ $25:83 $ 129.15 $ 129.15 $ $ $ - $ $ $ $ $ $ $ - $ $ $ - $ $ $ $ $ $ $ $ $ - $ - $ - $ - $ $ $ $ - $ - $ - $ - $ - $ - $ - $ - $ $ $ - $ _ $ $ -- $ - $ $ $ $ $ - $ $ $ $ - $ - $ $ $ - $ $ - $ $ - $ - $ - $ - $ - $ - $ $ $ Freight/Delivery Costs $ $ $ $ - $ $ $ $ $ - $ Labor Subtotal $ 714.10 $ $ 252.55 Foreman $ Lead Foreman $ - Noncraft-Labor- Total Cost of Work $ 714.10 ($ $ 252.55$ 966.65 19-11 TFS52 COP 9073 Adjust CSBC at PSE Vault Page of Issued 3/3/2021 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade& Position :: OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date` 06101119 06/01f19 06/01119 06/01/19 Prevailing Wage. (incl Ben firs) 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 $ 6.7244 $ 61.69' $ $ $ $ $'- Rate 3. FUI % of 1 0,80% $ 0.39 $ 0'.36 $ 0.32 $ :' 0,33J $ $ $ - $ - $ 4. FICA % of 1 6,20/0 $ 3.04 $ 2.82 $ 2.50 $ 2.55': $ $ $ $ $ S. MEDICARE % of 1 1.45°/a $ 0.71' $ 0.66 $ 0.59 $ '' 0,60 $ $ $ $ $ 6, SUI % of 1 (insert correct % to right) 5.63°70 $ 2.75 $ 2.56 $ 2.27 $ 2.32: $ $ $ $ $; 7. WC/PFAMUSICK $ 4.03 $ 3,92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2,72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.16 $ 77.05 $ 61.67 $ 71.16E $ 2.72 $ 2.90 -$ 2.90 $ 2.72 $ 2.90 Overtime @ 1,Sx ( OVERT! E TES CALCULATE AUTOMATICALLY -Imply Wage :$ 73:50 S 6825 s .6054 ,5 61;70. 3euefi(s S 21.22. 5 21.22 S 12 08 S 20.46 Subtotal $ 94.72 $ 89.47 S 72.62 $ 82.16 Taxes : Lines 3-6 8 10.35 5 9.61 S 8.53 S 8.69 A/C S 4.03 S 3 f)2 S 3 55 a '3:73 S 2.72 S 2.90 S 2 90 ..... 2.72 S 2.90' Total S 109.10 S. 103.00 $ 84-70- $- 94.62 S- 2.72 $. 2.90 $- 2,90 $. 2.72 S 2,90: Double Time a> 2x DOUBLE TIME TES CALCULATE AUTOMATICALLY Hourly \Mage "5 95:00 S 91 00 S 90 72 S 82.26 3enefit s ' 21:22 S 21 22 S 12 08 S 20.46 Subtotal $ 11932 $ -: 112.22 S 92.80 $ 102:72 Taxan: Lines 3-6 5 13,80 S 12.81 S 11.37 $ 11:68 S,NC/PF-MAL5I CI< : S 4.03 S 3.92 S 3.55 3.78 2:i2 S 2.90 5 2:90 $ 272 5 2.90` Total ':5 137.05 5 :. 128,95 $ 107,72., $ 11.8.08.. $ 2.72. ,$ . 2.90. $ 2.90.. $ 2.72 S 2.90:: rem OT-Pium n PortioOnly - . S 27.95 W 25.95 5 23.02 5 23.46 5 - $ - S. - 5 - a - --- - 1 OT Preinium Portion Only 55:90 $ 51.91 :46.04: Form Revised 3/19/2009 Issued 3/3/2021 Project Name: *6 O. Contractor: 1 7Total Hourly Rate = H + I CO CY) 14 69 0 CO LO 00 „.,.. tr, tO co Csl tAA CO Hourly Operating Cost N LO CAi A-- 69 $ 24.48 $ 49.24 $ 80.76 co co, d c., CO $ 29.45 Z'o- r•-•:. <- 69, $ 29.20 CD (D t•-: CO (0 00 0) Ai (0 $ 22.80 H Hourly Rate = (F + G)/ 176 x Regional Adj. $ 26.96 AO CI) . 1.0 Ni N C+) CD . . 0) N. :CO C7) 0 CV CO 1.19 Cs1 h., $ 22.36 0) (0 CAPC (>9- 7Blue Book Monthly Rate for Attachment (0‘3* Cci 0 01 fq 64 $ 2,303.84 V' CO 00 00 01 CO csi csi &I ta COO 0) a r) 0.1 CO F Blue Book Monthly Rate for Equipment N ..a. N 5,783.36 9,896.48 $ 14,887.84 5,702.40 0(4 t•-• ( Ili a) ii, (4 A— EC - $ 3,935.36 CO to ('4c) o) (0 2,737.15 DJ a) r-: c) 4. E Power Mode (Diesel, Gasoline, Hydraulic, etc.) 0 a) 7- c Model # or Axle Config, Size, Capacity, etc. B Manufacturer A Equipment Description & Specifications (incl. Attachment Description, if applicable) 'EXCAVATOR 304 'EXCAVATOR 308 EXCAVATOR 320 EXCAVATOR 336 LOADER 924 LOADER 926 CREW TRUCK F-450 'ROLLER DOZER 'BOB CAT Hitachi ZX85 Issued 3/3/2021 Revised 3/19/2009 TO: 18-001 (ar) CITYCouncil Approval N/A OF l[����KK � " ~~"�°~"~�"� CONTRACT E ORDER NO 022 (COVID) DATE: 3M9/2021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2(ar) AMENDMENT NO: 044 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. Tl -ie foliowing change, and work affected thereby, are subject to all contract stipulations and covenants; 8.The rights ofthe ^Owmor^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 alt 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 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 2/22/2021 Contractor Lydiq Construction By Craig Greene TMe VP of Operations Original Contract FS52 (without tax $ 16,029,260.00 Previous Change Order FS52 $ 1,016,983.43 This Change Order FS52 (without tax $ 53J63.70 REV. CONTRACT AMOUNT FG52 $ 17'100.007.13 Original Contract Time FS52: 521 days (Dec 17, 2020 Additional Contract Time for this Change Order FS52: 5 days Updated Contract Time FS52: 570 days (Feb 03, 2021) APPROVED BY THE CITY OF TUKWILA Date � �� 2.\ By Mayor Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Mam nt File PW Project Finance File / /-) Exhibit "A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 22 (COVID) r 90830402 Contract # 18-001.2 (ar ) Date 2/19/21 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 261 CE #324 - COVID-19 Impacts - September Electrical. Cost impacts from added work planning, safety measures, reporting, tool disenfecting 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 September. This has been agreed upon by Lydig/PCEC to be the final COVID-19 impact change order request submitted by PCEC. COVID $4,190.51 COP 290 CE #312 - COVID-19 GC's and NSS, Revised Substantial Completion Date. Revision of the contractual substantial completion date from 1/29/2021 (per PCO 255) to 2/3/2021. Extension of general conditions and negotiated support services from 12/17/20 through 1/26/21 due to the delays in the project schedule from the COVID-19 pandemic. COVID $49,573.19 Lydig Change Order No. 22 (COVID) $53,763.70 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #022 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #022: Change Order #22 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE CREATED: 2/ 10 /2021 CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue of CONTRACT STATUS: Pending - In Review REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULE IMPACT: EXECUTED: No CONTRACT FOR: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: $ 53,763.70 Contract DESCRIPTION: Change Order #22 - Covid-19 Impacts ATTACHMENTS: POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 261 CE #324 - Covid-19 Impacts - September Electrical 4,190.51 290 CE #312 - Covid-19 GC's and NSS, Revised Substantial Completion Date Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 49,573.19 TOTAL: $ 53,763.70 CHANGE ORDER LINE ITEMS: PCO # 261 : CE #324 - Covid-19 Impacts - September Electrical Lydig Construction, Inc. page 1 of 2 Printed On: 2/17/ 2021 03 :02 PM Description Amount 1 PCEC COR 069 9 4,109.00 Subtotal: $4,109.00 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. 30.62 P&P Bond: 0.75% Applies to all line Item types. 31.05 B&O Tax: = 0.47% Applies to all line item types. 19.64 Grand Total: $4,190.51 Lydig Construction, Inc. page 1 of 2 Printed On: 2/17/ 2021 03 :02 PM LYDIG PCO # 290 : CE #312 - Covid-19 GC's and NSS, Revised Substantial Completion Date PCCO #022 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 $ 982,951.04 $ 17,012,211.04 $ 53,763.70 $ 17,065,974.74 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 2 of 2 Printed On: 2/17/ 2021 03 :02 PM Description Amount 1 Alex Carey - 5 weeks $10,519.08 2 David White - 5 weeks $ 9,761.34 3 Tom Pitman - 5 weeks $ 24,098.34 4 PM Auto Allowance $420.00 5 Cell Phone Allowance $ 540.00 6 Superintendent Truck $ 1,873.13 7 Superintendent Fuel $ 600.00 8 Water Cooler $ 131.27 9 Trailer Rental $665.76 Subtotal: $48,608.92 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. 0.00 GL Insurance: 0.75% Applies to all line item types. 36457 P&P Bond:. 0.75% Applies to all line item types. 367.30 8&O Tax: = 0.47% Applies to all line item types. 232.40 Grand Total: $49,573.19 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 $ 982,951.04 $ 17,012,211.04 $ 53,763.70 $ 17,065,974.74 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 2 of 2 Printed On: 2/17/ 2021 03 :02 PM ILVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #261 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #261: CE #324 - Covid-19 Impacts - September Electrical TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 261 / 0 CONTRACT: CREATED BY: Pending - In Review CREATED DATE: No 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) 1/11 /2021 None Amount Based No $4,190.51 POTENTIAL CHANGE ORDER TITLE: CE #324 - Covid-19 Impacts - September Electrical CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #324 - Covid-19 Impacts - September 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 September. Proposal is based on an impact of 0.5 hr per 8 hr working shift per worker on site. This has been agreed upon by Lydig/PCEC to be the final Covid-19 impact COR submitted by PCEC. ATTACHMENTS: CE 324 - COR069 1 Rev 1 pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/12/ 2021 01 :21 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 069 Subcontractor $ 4109.00 Subtotal: $4,109.00 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. 5 30.82 P&P Bond: 0.75% Applies to all line item types. $ 31.05 B&O Tax: = 0.47% Applies to all Ilne item types. $ 19.64 Grand Total: 54,190.51 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/12/ 2021 01 :21 PM nese January 12, 2021 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# 069.1 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 $4,109.00 We will not proceed with this change to our work until directed by Lydig Construction Light fixtures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work Our schedule may be impacted due to this revision. We will advise shipping schedules after direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of -work. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 43 ) worksheets peke Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: 19066 Tukwila Fire Station 52 Work Revised - COVID-19 Labor impacts. Dailies provided. Impacts Description: due to Social distancing and redistribution of manpower to maintain social distancing for September. 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 $ 94.97 129.78 164.59 107.02 $ 116.83 $ 3,988.74 COP# - PCEC COR# 069.1 Date: 1/12/2021 CCD# RFI# PCEC RFI# 42.00 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 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 $ 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) d. permits e. dumpster f. coordination drawings $ Z 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. E UIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ $ 5. 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& PON INS/TAX $ 39.89 $ 80.57 $ $ TOTAL COST 1 THRU 8 3.988.74 120.46 4,109.00 Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL V Job No.: 19066 Joumal No.: 00129 DATE: 9/1/2020 Job NameTukwila Fire Statio52 WEATHER TYPE: #REF! Location: Tukwila FIre Station 52 TEMPERATURE: NUMBER AND TYPES OF RS 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 CrewTotal __- OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRAWORK REQUESTED or REQUJRED? Daily for September lst 2020. Gym LTS |notoUadnn-Jirn& Darek. Outside Light Piping - Stefan & Tom RL -6E needs to be rewired before instaltation/manufacturer. HIN[RANCETDJOB PROGRESS AND BYVVHOM/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 oovid19Job specific work plan PCECfills outouttasks weekly or update when an new task has been identified. .5Ohr x4 guys Iost 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: ACo|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Ram alt Day 3 Overcast 7 Snow, Sleeor Hail 4 Cloudy Part Rain Signature Pacific Coast Electrical Contractors, Inc' DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00130 DATE: 9/2/2020 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 2 Joumeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 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 TYPE OF WORK IN PROGRESS: AND: EXTRAWORK REQUESTED or REQUIRED? Daily for September 2nd 2020. Gym LTS Installation - Darek & Jim Outside Light Piping - Tom & Stefan HIMJRANE TO JOB PROGRESS AND BYWHOM / 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 filis out tasks weekly or update when an new task has been identified. .5Ohr x4 guys Iost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECJAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST NUMBERS AND TYPES OF RENTAL E UIPMENT ON JOB: WEATHER TYPES: ACakn B Windy C Stormy 1 Sunny 5 Cloudy Mosily Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hall 4 Cloudy Part Rain Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00131 DATE: 9/3/2020 Job Name: Tukwila Fire Statiori 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUK8BER�NDTYPEGOFVVORKERS 0 GF 0 Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for work date 9/3/2020 - Front lobby LTS Installation - Darek & Jim FA Trim - Stefan EF North - 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. .50hr x4 guys Iost 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 QF RENTAL EQUIPMENT ON JOB: Crimper from North Coast(Ancient and Clumsy). WEATHER TYPES: ACa|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 3 Overcast 7 Snow, Sleet or HaD of Signature Pacific Coast El Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00132 DATE: 9/4/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 CrewTotal 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 9/4/2020 Roof Disconnects & receptacles - Stefan & Tom Lighting Controls - Darek & Jim HINDRANCE TO JOB PROGRESS AND BY WHOM ISAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing, Cleaning eating areas, tools, Staggering breaks for social distaricing, 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. .5Uhrn4guys lost production. SPECIAL MATER!ALS 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: ACahn B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 3 Overcast 7 Snow, Sleet or Hail I 4 Cloudy Part Rain Signature Pege Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00133 DATE: 9/7/2020 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 2 Journeymen 2 Apprentices 4 Crew Total Lydig, Redline,VanderLipand 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 9/7/2020. Roof Equipment - Jim & Tom FG52 Sign - Stefan & Darek 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 filis out tasks weekly or update when an new task has been identified. .5Ohr x4 guys Iost 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: ACnhn B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature pese Pacific Coast Electrical Contractors, Inc. DAILY Job No.: 19066 Journal No.: 00134 DATE: 9/8/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwjla Fire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 2 Journeymen 0 Stockmen 2 Apprentices 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS Covid 19 CCD guidelines, following Covid 19 job specific vvork plan. Daily stretch and flex. Digging Hazards. TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for 9/8/2020 Lighting Controls - Darek & Jim Piping App Bay - Stefan & Tom HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: Covid 19 CCD guidelines Gft SociaI distancing, Cleaning eating areas, tools, Staggeririg breaks for social distancirig, 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 PCECfills out tasks weekly nrupdate when annew task has been idonhfiod.,50h,x4guys lost production. SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, TRANSFERRED. STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: Crimper still here. WEATHER TYPES: ACohm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram ati Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain • Signature Pacific Coast K�y � �f��S, Inc. --- DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00135 DATE: 9/9/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE#REF! Location: Tukwila Fire Station 52 TEMPERATURE: R AND TYPES OF WORKERS 0 GF O Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 CrewTotal OTHER MAJOR CONTRACTORS &0]BCONTRACTDSONJOB 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 PRQGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for 9/9/2020 MTS - Tom & Jim Piping App Bay - Darek & Stefan HINDRANCE TO JOB PROGRESS PN) BY WI -CM / SAFETY ISSUES: Cnvd10CCDguide|inma0tSmcia|diytancing.C|aaningeatngarmoe.too|n.Staggehngbreakofor000ia|distoncing. 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 fihis out tasks weekly or update when an new task has been identified. .5Ohr x4 guys Iost 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: ACa|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 3 Overcast 7 Snow, Sleet or HaU 4 Cloudy Part Rain Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNA Job No.: 19066 Joumal No.: 00136 Job Name: TukwilFire Station 52 Location: Tukwila Fire Station 52 DATE: 9/10/2020 WEATHER TYPE#REF! TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUON JOB 0 GF 0 Foremen 2 Joumeymen 2 Apprentices 0 Stockmen 4 Crew Total SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PRQGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/10/2020 Installing Light Fixtures at Wash Gear Jim & Tom At Gear Storage and Pulling Wire - Darek & Stefan HINDRANCE TO JOB PROGRESS AND BYN1-10M / SAFETY ISSUES: Covid 19 CCD guidelines 6ft SociaI 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. .5Ohr x4 guys Iost 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 Ram 2 Mostly Sunny 6 Rairi all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature pae Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL EA." Job No.: 19066 Journal No.: 00137 DATE: 9/11/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF Location: TukwilFire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/11/2020. Installing light fixtures Darek & Jim Pulling Wire - Stefan & 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. .GOhr x4 guys Iost 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: ACa|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 3 Overcast 7 Snow, Sleeor Hail Signature peee Pacific Coast Electrical Contractors, Inc. DAILY JOB JOU Job No.: 19066 Journal No.: 00138 DATE: 9/14/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBERANDT�PE80FVVORKERS 0 GF O Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 CrewTotal __-__- OTHERMAXOR 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 9/14/2020. Pulling Wire - Jim & Stefan Trimming IDU Units - Tom & Darek HINDRANCE TDJOB PROGRESS AND 8YWHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Social distancing, Cleaning eating areas, tno|a. Staggering breaks for social distanoinO. 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 filis out tasks weekly or update when an new task has been identified. .5Ohr x4 guys Iost 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: ACahn B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pae Pacific CoastElectrical Contractors, Inc. D��V�';�������U��NA] �� ----- --—_ Job No.: 19066 Journal No.: 00139 DATE: 9U6/2020 Job NameTukwila FirStation 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS 0 GF O Stockmen __- O Foremen 2 Journeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE QF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/16/2020. Pulling wire - Stefan & Darek Trimming IDU Units - Tom & Jim HNDRANCETOJOB PROGRESS AND BYWHOM / SAFETY ISSUES: Covid 19 CCD guidelines 6ft Socia distancing, Cleaning eating areas, tools, Staggering breaks for social distaricing, 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 p!an PCEC filis out tasks weekly or update when an new task has been iderflified. .5Ohr x4 guys Iost 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: &Cahn B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain $ Signature PeEe Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNA '---- Job Name: Tukwila Fire Statiort 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 Crew Total SAFETY MEETINGS OR ACC!DENTS: 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 9/17/2020. Pipe Elevator Shaft - Darek & Tom Piping EF - Stefan & Jim HINDRANCE TDJOB PROGRESS AND 8YVVHOM/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, foliowing new standard for the covid 19 Job specific work plan PCEC fills out tasks weekly or update when an new task has been identified. .50hr x4 guys lost production. SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, TRANSFERRED. STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: /\Calm B Windy C Stormy 1 Sunny 5 Cloudy Mostly Rain 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature PeEe Pacific CoastElectrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00141 DATE: 9/18/2020 Job Name: Tukwila Firo Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBERANDTYPE8OFVVORKERS 0 GF O Stockmen ---- O Foremen 2 Joumaymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex. TYPE OF WORK /IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/18/2020. Pipe alerting system in app bay - Darek & Stefan Installing Speakers - Tom & Jim HINDRANE TO JOB PROGRESS AND BY WHOM / SAFEFY 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 uovid1SJob specific work plan PCECfills outouttasks weekly or update when an newtask has been identified. .5Ohr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED STOLEN. MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB WEATHER TYPES: ACn|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Id Signature Pacific Electrical Contractors, Inc. ' ~-- DAILYJOB JOURNAL � � Job No.: 19066 Journal No.: 00142 DATE: 9/21/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 2 Juumayman 2 Apprentices 0 Stockmen 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex TYPE OF WORK IN PROGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/21/2020. Lighting Pipe - Stefan North side power - Darek & Jim Snow melt panel install - Nate HINDRANCE TO JOB PROGRESS AND BY WI -10M / 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 standardfor the covid 19 Job specific work plan PCEC filis out tasks weekly or update when an new task has been identified. .5Ohr x4 guys Iost 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: ACm|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hall 4 Cloudy Part Rain Signature Ee Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00143 DATE: 9/22/2020 Job NameTukwila Fire Station 52 WEATHER TYPE#REF! LocaUon: Tukwila Fire Station 52 TEMPERATURE: NUW1BERANDTYPEGDFVVORKER8 0 GF 0 SV�anon 0 Foremen 2 Journeymen 2 Apprentices 4 CrewTotal __- OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and WI 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 9/22/2020. Snow melt panel install - Nate LTS Continuing - Jim North side power - Stefan & Darek HIN0FtANCElO JOB PROGRESS AND BY WHON/ 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. .50hr x4 guys Iost 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 QF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: ACa|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram aU Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature pese Pacific Coast Electrical Contractors,Inc, DAILY JOB JOURNAL Job No.: 18066 Jouma|No.: 00144 DATE: 9/23D020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Locaton: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Foremen 2 Joumeymen 2 Apprentices 0 Stockmen 4 Crew Total Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and fiex. Demolition safety issues. TYPE OF WORK IN PRQGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/23/2020 - App bay LTS Install - Nate & Jim North side power - Darek LTS continuing - Stefan HINDRANCE TO JOB PROGRESS AND BY \NHOM / 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 filis out tasks weekly or update when an new task has been identified. .5Ohr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED, STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: Still have the crimper from Electrical supply. WEATHER TYPES: ACa(m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram alt Day 3 Overcast 7 Snow, Sleet or Hall Signature pese Pacific Coast Electrical Contractors, Inc. DAILY JOB JOURNAL Job No.: 19066 Journal No.: 00145 DATE: 9/24/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REFI Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB 0 GF 0 Stockmen 0 Foremen 2 Journeymen 2 Apprentices 4 Crew Total __- Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: Covid 19 CCD guidelines, following Covid 19 job specific work plan. Daily stretch and flex. Demolition concerns. TYPE OF WORK IN PROGRESS: AND: EXTRAWORK REQUESTED or REQUIRED? Daily for Date 9/24/2020. App bay LTS install - Darek & Jim North side power - Nate LTS Continuing - Stefan HINDRAN� TO JOB PROGRESS AND BY \M -IOM / SAFEIY 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. .5Ohr x4 guys Iost 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: ACo|m B Windy C Stormy 1 Sunny 5 Cloudy Mostly Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature Pese Pacific Coast Electrical Contractors, Inc. L DAILY JOB JOURNA Job No.: 19066 Joumal No.: 00146 DATE: 9/25/2020 Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPESOFWORKERS 0 GF 0 Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB SAFETY MEETINGS OR ACCIDENTS: COVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and TYPE QF WORK IN PRQGRESS: AND: EXTRAWORK REQUESTED or REQUIRED? Daily for Date 9/25/2020. Buid light poles - Nate & Stefan Pull wire for light poles - Darek & Jim HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFEIY 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. .5Ohr x4 guys Iost 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 Ram 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain Signature PeEe Pacific Coast Electrical Contractors,Ync_ DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00147 DATE: 9/28/2020 Job NameTukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBER AND TYPES OF WORKERS --- 8 GF 0 Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: OVID-19 CCD guidelines, following COVID-19 job specific work plan. Daily stretch and TYPE OF WORK IN PROGRESS: AND; EXTRAWORK REQUESTED or REQUIRED? Daily for Date 9/28/2020. Hookup heaters in app bay - Stefan & Darek FA - Jim Security - Nate HINDRANcE TO JOB PROGRESS AND BY 'HOM / 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 foliowing the new standard forthe COVID-19 Job specific work plan, PCEC filis out tasks weekly and updates when a new task has been identified. .5Ohr x4 guys Iost 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 Ram 2 Mostly Sunny 6 Ram alt 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.: 00148 DATE: 9/29/2020 Job Name: Tukwi!a Fire Station 52 WEATHER TYPE#REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUMBERANDTY��BOFVVDRKERS 0 GF 0 Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 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: EXTRAWORK REQUESTED or REQUIRED? Daily for Date 9/29/2020. Install receptacles and disconnect switches - Stefan & Jim North roof, FA and Kitchen LTS install - Nate & Darek HINDRANE TO JOB PROGRESS AND BY M-1OM 1 SAFE[Y 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. .5Ohr x4 guys lost production SPECIAL MATERIALS RECEIVED AND MATERIAL PROBLEMS: SPECIAL VISITORS OR NOTICES OF IMPORTANCE TO US: TOOLS AND PARTS TRANSFERRED STOLEN, MISPLACED OR LOST: NUMBERS AND TYPES OF RENTAL EQUIPMENT ON JOB: WEATHER TYPES: ACahn B Windy C Stormy 1 Sunny 5 Cloudy Mosty Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleet or Hail 4 Cloudy Part Rain 1 Signature PeEe Pacific Coast Electrical Contractors, Inc, DAILY JOB JOURNAL Job No.: 19066 Joumal No.: 00149 DATE: 9/30/2020 Job Name: Tukwila Fire Station 52 WEATHER TYPE: #REF! Location: Tukwila Fire Station 52 TEMPERATURE: NUN0ERANOTYPE8OFVVORKERG 0 GF 0 Stockmen 0 Foremen 2 Joumeymen 2 Apprentices 4 Crew Total OTHER MAJOR CONTRACTORS & SUBCONTRACTOS ON JOB Lydig, Redline,VanderLip, and JMI sometimes? SAFETY MEETINGS OR ACCIDENTS: COVI D-19 CCD guidelines, following COVID-18job specific work plan. Daily stretch and flex. Use of portabands on jobsite. TYPE OF WORK IN PRQGRESS: AND: EXTRA WORK REQUESTED or REQUIRED? Daily for Date 9/30/2020. Trim FA - Stefan Trim North Side - Nate Lighting Controls - Darek & Jim HINDRANCE TO JOB PROGRESS AND BY WHOM / SAFETY ISSUES: COV|D'18 CDC guidelines including cleaning eating areao, cleaning too|a, 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. yVhi|efollowing 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. .50hrx4guys 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 Ram 2 Mostly Sunny 6 Ram all Day 3 Overcast 7 Snow, Sleeor Hail 4 Cloudy Part Rain Signature LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #290 Project: 30129-43- TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax:. 4258812903 Prime Contract Potential Change Order #290: CE #312 - Covid-19 GC's and NSS, Revised Substantial Completion Date 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 290 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) Pending - In Review CREATED DATE: 2/8 /2021 No PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $49,573:19 POTENTIAL CHANGE ORDER TITLE: CE #312 - Covid-19 GC's and NSS, Revised Substantial Completion Date CHANGE REASON: Existing Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #312 - Covid-19 GCs and NSS Revised Substantial Completion Date Revision of the contractual substantial completion date from 1/29/2021 (per PCO 255) to 2/3/2021. Extension of general conditions and negotiated support services from 12/17 through 1/26 due to the delays in the project schedule from the Covid-19 pandemic. ATTACHMENTS: PC9290 7 combined ;Rev 1 pdf_ _CE 312, Lyd)g,GCs_NSS Covid 19 exfension.pdf_ Lydig Construction, Inc. page 1 of 2 Printed On: 2/10/ 2021 01 :29 PM Cost Code Description Type Amount 1 01-008-01- - Project Engineer#1 Alex Carey - 5 weeks Labor $ 10,519.08 2 01-008-02- - Project Engineer #2 David White-5weeks Labor $ 9,761.34 3 01 -014 -01 --Superintendent 1 Tom Pitman - 5 weeks Labor $ 24,098.34 4 01-108-01- - Auto Allowance PM Auto Allowance Materials $ 420.00 5 01-304-01-- Cell Phone Expense Cell Phone Allowance Materials $ 540.00 6 01-804-01- - Superintendent Trucks Superintendent. Truck Equipment $ 1,873:13" 7 01-806-01- - Fuel (Trucks) Superintendent Fuel Materials $ 600.00 8 44-314-02- - Water Cooler Water Cooler Materials $ 131.27 9 44-402-01- - Job Office Trailer Trailer Rental Materials $ 665.76 Subtotal: $48,608.92 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: 4.501/4 Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.751/4 Applies to all line item types. $ 364,57 P&P Bond: 0:15k Applies to all tine item types. $ 367.30 Lydig Construction, Inc. page 1 of 2 Printed On: 2/10/ 2021 01 :29 PM LY D I G PCO #290 B80 Tax: = 0.47% Applies to all line Item types. $ 232A0 Grand Total: 849,573.19 Owner Signature Date Lydig Construction, Inc, page 2 of 2 Printed On: 2/10/ 2021 01 :29 PM December 17 through January 28 - 6 weeks 0 k 0 U Fire Station 52 - Remaining Gener § §))f$}fi }�}�� co �} { o. f 2 .sa,lflK HZtj0<%a} jj/ k/ 2§# % 4.4 CO rn eek GC/NSS extension / f 3 TO: 18-001 (aq) CITYCouncil Approval N/A �N���U� OF _______ CONTRACT CHANGE ORDER NO. 021 )� DATE: 2/19/2021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 10-001,2(aq) AMENDMENT NO: 043 Sheet 1 of 1 You are hereby directed to make the herein describechanges to the plans and specificationsor do the following descbedwork 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 foliowing change, and work affected thereby, are subject to alt contract stipulations and covenants; 8.The rights ofthe "Dwnnr"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 undersined Contractor, have given ca |uonsidoraUonhothachanggpmpnoedondho/ebv8greoifth|apmpomo|iu 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 pdces shown above and below. ACCEPTED: Date 2/22/202I Contractor Lydig Construction Craig Greene ��/ �`�-- VP of Operations By Title Original Cnnbon FS52 (without tax $ 16,029,260.00‘ APPROVED BY THE CITY OF TUKWILA / '� �/�� PreviousChange $ 982,951.04�� Date' This Change OrdeFS52 (without tax) $ 34,032.39 i By Mayor REV. CONTRACT AMOUNT FS52 $ 17,046,243.43 Original Contract Time FS52: 521 days 7, 2020 Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 565 days (Jan 29, 2021) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Deputy City Administrator SOJ Program Director cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File -4, OMON Exhibit CHANGE CITY OF Project Name Project # TO CONTRACTOR: "A" ORDER - SUMMARY OF CHANGE TUKWILA - PUBLIC SAFETY PLAN Fire Station 52 CO # 21 0 90830402 Contract # 18-001.2 ( aq ) Date 2/19/21 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Codc. Amount COP 181 CE #241 - RFI #514: Architectural/Mechanical - Kitchen Hood Blower Clarifications. Change in blower for the kitchen range hood in Great Room 224 from a remote blower to an internal blower. DC $445.89 COP 188 CE #193 - RFI #411: Architectural - Brick Lintels at Door 105. Addition of a steel lintel above door 105, rework of brick at heavy metal door opening that required adjustment to have steel lintel span to door head properly, and added brake metal flashing per RFI 411. DC $2,533.03 COP 211.1 CE #351 - PCO 211 Reconciliation. Reconcile incorrect fee markup for PCO 211, where self -perform fee on the cover sheet was shown as ($3,750). DC $3,817.18 COP 241 CE #301 - RFI #600: Architectural -Elevator Permit Variance Clarifications. Revision of door hardware and revision of light switch type per the response to RFI 600. Lydig received revised pricing from the door hardware installer for additional field prep that was required and that was not captured in the original pricing. AD $2,919.53 COP 256 CE #319 - RFI #625: Architectural - Waste Receptacles. Revision of the type of exterior waste receptacle to the Universal model by Forms + Surfaces per the response to RFI #625, DC $2,973.52 COP 260 CE #323 - RFI #456: Architectural - Spay Foam at North East App Bay Jamb. Additional spray foam at the North East Corner of the App Bay as directed in the response to RFI #456. DC $1,440.87 COP 262 CE #326 - RFI #628: Electrical - Electrical Coordination with Stanley Monitoring. Added duplex receptacle for fire alarm monitoring equipment in Elec 105 per the response to RFI 105. Addition of AES (Advanced Electronic Systems) by Guardian for temporary fire alarm monitoring (as confirmed outside of RFI response between Lydig/SOJ). Fire alarm control panel programming of the panel for integration of Stanley Monitoring, who is the City's standard monitoring company. Temp monitoring required due to timeline of Stanley permitting and installation. OC $5,505.56 COP 263 CE #327 - RFI #584 - Architectural - Signage Art Files (Salish Plaque). Addition of sign type 16 "Salish Plaque" (stainless steel dedication plaque) per the response to RFI 584. DC $762.99 COP 264 CE #328 - RFI #631: Architectural - Revised Room Signage 203 and 204. New sign for room 204 to read "Deputy Fire Chief' per the request from Tukwila Fire Department and confirmed per the response to RFI 631. AD $352.15 COP 265 CE #329 - RFI #458: Architectural - Motorized Swing Gate Clarifications. Addition of a second card reader to the access control scope of work for controlling the motorized swing gate (G15) per the response to RFI 432 and RFI 458. DC $962.36 Project Name Project # Fire Station 52 CO # 21 90830402 Contract # 18-001.2 ( aq ) Date 2/19/21 COP 266 CE #330 - RFI #614.2: PRIORITY - Electrical - Faceless Ground Fault Circuit Interrupter (GFCI) in Licu of GFCI Breakers. During the electrical final inspection, it was determined that additional GFCI protection was required. Costs include installation of (2) GFCI breakers in Panel M and GFCI faceless receptacles in Elec 105 for areas requiring GFCI protection per the response to RFI 614, 614.1 and 614.2. AD $4,117.97 COP 267 CE #245 - RFI #499: Architectural - Fiberglass Storefront Attachment and Jamb Flashings. Added costs to install flashing at fiberglass storefront jambs and added backer rod and sealant at the East App Bay elevation per RFI 499. DC $866.93 COP 268 CE #236 - RFI #449: Architectural - Mechanical Roof Screen Design Modifications. Revision of the mechanical screen attachment method. Originally, the drawings indicated attachment of the sheet metal screen to Impasse fence panels. RFI 449 revised the impasse fence panels to hat channel furring. DC $1,998.03 COP 269 CE #333 - Wall Covering Allowance Reconciliation. Remove the wall covering allowance as the scope of work was removed from the contract. AL ($15,297.55) COP 272 CE #337 - BP -08 Floor Prep Credit. Credit for $5,000 allowance for floor prep included in Bid Package -08. AL ($5,099.18) COP 273 CE #310 - RFI #585: Mechanical - Kohler Shower Valve Issues. The specified Kohler shower valves have a built in diverter, intended for use with 2 valve plumbing fixtures. These valves were specified with a single plumbing fixture at (6) shower locations. The diverter will not function properly with only a single plumbing fixture and field modification of the diverter/shower valve would result in a voided warranty of the fixture. Costs include removal and replacement of shower valves, re -insulation of plumbing lines, and drywall repairs. DC $8,567.41 COP 277 CE #342 - #635: Civil - 65th Ave South Driveway and Landing Revisions. Removal of concrete sidewalk at 65th Ave S per the response to RFI 635. Add 8long asphalt berm at the Kaur property driveway to channel water into the existing catch basin per the response to RFI 635. AD $6,425,29 COP 278 CE #343 - RFI #507: Architectural/Civil - Grading at Transformer and Surrounding Area. Regrading of the transformer and utility trash enclosure area per the response to RFI 507. DC $4,269.31 COP 279 CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications. Adjusting of rim elevation for Sidewalk #12 per the response to RFI 302. DC $1,822.39 COP 284 CE #348 - RFI #642: Electrical - Timer Switch for Physical Therapy (PT) Room Outlet. Add timer control to Fitness Speaker outlet by Jaymarc. 60 second default reset after alert is received to the PT room outlet that controls the Bluetooth speaker per RFI 642 response. OC $594.68 COP 285 CE #349 - RFI #570: Architectural/Electrical - SL -6 Mounting Clarifications. Addition of a SL -6 light fixture at the underside of the canopy at the entry vestibule. DC $2,419.20 COP 286 CE #350 - RFI #593: Electrical - Comm Room 209 Roof Penetrations. Addition of (2) roof penetrations and conduits to provide pathway for Distribute Antenna System (DAS) antenna cabling per the response to RFI 593. OC $662.88 COP 291 CE #357 - RFI #643: Land - Irrigation Controller Discrepancy. Revised irrigation controller from specified model to a wifi-compatible model per the response to RFI 643. OC $971.95 Lydig Change Order No. 21 $34,032.39 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #021 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #021: Change Order #21 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE CREATED: 2/ 10 /2021 CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Of) CONTRACT STATUS: Pending - In Review REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULE IMPACT: EXECUTED: No CONTRACT FOR: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: $ 34,032.39 Contract DESCRIPTION: Change Order#21 - January 2021 owner changes ATTACHMENTS: POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 181 CE#241 - RFI #514: Arch/Mech - Kitchen Hood Blower Clarifications 445.89 188 CE#193 - RFI #411: Arch - Brick Lintels at Door 105 2,533.03 211.1 CE #351 - PCO 211 Reconciliation 3,817.18 241 CE #301 - RFI #600: Arch- Elevator Permit Variance Clarifications 2,919.53 256 CE#319 - RFI #625: Arch - Waste Receptacles 2,973.52 260 CE #323 - RFI #456: Arch - Spay Foam at North East App Bay Jamb 1,440.87 262 CE #326 - RFI #628: Elec - Electrical Coordination with Stanley Monitoring 5,505.56 263 CE #327 - RFI #584: Arch - Signage Art Files (Satish Plaque) 762.99 264 CE #328 - RFI #631: Arch - Revised Room Signage 203 and 204 352.15 265 CE #329 - RFI #458: Arch - Motorized Swing Gate Clarifications 962.36 266 CE #330 - RFI #614.2: PRIORITY - Elec - Faceless GFCI in Lieu of GFCI Breakers 4,117.97 267 CE #245 - RFI #499: Arch - Fiberglass Storefront Attachment and Jamb Flashings 866.93 268 CE #236 - RFI #449: Arch - Mechanical Roof Screen Design Modifications 1,998.03 269 CE #333 - Wall Covering Allowance Reconciliation (15,297.55) 272 CE #337 - BP -08 Floor Prep Credit (5,099.18) 273 CE #310 - RFI #585: Mech -Kohler Shower Valve Issues 8,567.41 277 CE #342 - #635: Civil - 65th Ave S Driveway and Landing Revisions 6,425.29 278 CE #343 - RFI #507: Arch/Civil - Grading at Transformer and Surrounding Area 4,269.31 279 CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications 1,822.39 Lydig Construction, Inc. page 1 of 8 Printed On: 2(17! 2021 02 :02 PM LYDIG PCCO #021 284 CE #348 - RFI #642: Elec - Timer Switch for PT Outlet Amount 594.68 285 CE #349 - RFI #570: Arch/Elec - SL -6 Mounting Clarifications Subtotal: 2,419.20 286 CE #350 - RFI #593: Elec - Comm Room 209 Roof Penetrations Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contlngorisy. 662.88 291 CE #357 - RFI #643: Land - Irrigation Controller Discrepancy P&P Bond: 0.75% Applies to all line Item types. 971.95 TOTAL: § 34,032.39 CHANGE ORDER LINE ITEMS: PCO # 181 : CE #241 - RFI #514: Arch/Mech - Kitchen Hood Blower Clarifications PCO # 188 : CE #193 - RFI #411: Arch - Brick Lintels at Door 105 Description Amount 1 PCO 181 -SP $ 418.39 Subtotal: 5418.39 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 Contlngorisy. 15.53 GL Insurance: 0.75% Applies to all line item types. 3,25 P&P Bond: 0.75% Applies to all line Item types. 3.30 B&O Tax: = 0.47% Applies to all line Item types. 2.09 Grand Total: $445,89 PCO # 188 : CE #193 - RFI #411: Arch - Brick Lintels at Door 105 PCO # 211.1 : CE #351 - PCO 211 Reconciliation Description Amount 1 RDM CO #02 $ 1,374.00 2 Axiom COR 13 $ 1,002.80 Subtotal: 52,376.80 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: 4.507. Applies to Subcontractor, Purchase Agreements, and Project Contingency. 106.96 GL Insurance: 0.75% Applies to all line Item types. 18.63 P&P Bond: 0.75% Applies to all line item types. 18.77 850 Tax:2-- 0.47% Applies to all line Item types. 11.87 Grand Total: 52,533.03 PCO # 211.1 : CE #351 - PCO 211 Reconciliation Lydig Construction, Inc. page 2 of 8 Printed On: 2/17/ 2021 02 :02 PM Description Amount 1 PCO 211 Reconciliation 53,750.00 2 PCO 211 Reconciliation - GL insurance $ 25.76 3 PCO 211 Reconciliation - P&P Bond $ 25.56 4 PCO 211 Reconciliation - B&0 Tax $ 15.86 Subtotal: $3,817.18 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. 0.00 GL Insurance: 0.00% Applies to all line item types. 0.00 P&P Bond: 0.00% Applies to all Ilne item types. 0.00 B&O Tax: 0.00% Applies to all line Item types. 0.00 Grand Total: 53,817.18 Lydig Construction, Inc. page 2 of 8 Printed On: 2/17/ 2021 02 :02 PM LYDIG PCO # 241 : CE #301 - RR #600: Arch - Elevator Permit Variance Clarifications PCCO #021 PCO # 256 : CE #319 - RFI #625: Arch - Waste Receptacles Description Amount 1 PCO 241 -SP $ 2,057.46 2 PCEC COR 065 $ 682.00 0.00 Subtotal: $2,739.46 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 22.03 Fee -Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 123.28 Grand Total: GL insurance: 0.75% Applies to all line item types. 21.47 P&P Bond: 0.75% Applies to all line item types. P&P Bond: 0.75% Applies to all line item types. 21.63 B&O Tax: = 0.47% Applies to all line Stern types. B&O Tax: = 0.47% Applies to all line item types. 13.69 Grand Total: Grand Total: 52,919.53 PCO # 256 : CE #319 - RFI #625: Arch - Waste Receptacles PCO # 260 : CE #323 - RFI #456: Arch - Spay Foam at North East App Bay Jamb # Description Amount 1 PCO 256 -SP $ 2,790.12 Subtotal: $2,790.12 Fee - Selt 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. 125.56 GL Insurance:. 0.75% Applies to all line Item types. 21,87 P&P. Bond:. 0.75% Applies to all line Item types. 22.03 B&O Tax: = 0.47% Applies to all line item types. 13.94 Grand Total: 52,973.52 PCO # 260 : CE #323 - RFI #456: Arch - Spay Foam at North East App Bay Jamb # Description Description Amount PCEC COR 071.1. Van #43 51,352.00 55,166.00 Subtotal: 51,352.00 0.00 Fee - Selt Perform Work: 15.00 % Applies to Labor, Materials, Equipment Other, Overhead and Profit, Unwritten Sub'sIPA's, and Protect Contingency. 0.00 232.47 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 60.84 40.49 GL Insurance: 0.75% Applies to all line item types. 10.60 40.79 P&P Bond: 0.75% Applies to all line item types. 10.68 25,81 B&O Tax: = 0.47% Applies to all line Stern types. 6.75 $5,505.56 Grand Total: 51,440.87 PCO # 262: CE #326 - RFI #628: Elec - Electrical Coordination with Stanley Monitoring # Description Amount 1 PCEC COR 071.1. 5 5,166.00 Subtotal: 55,166.00 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. 232.47 GL Insurance: 0.75% Applies to alt line item types. 40.49 P&P Bond: 0.75% Applies to all line item types. 40.79 B&O Tax: = 0.47% Applies to all line Item types. 25,81 Grand Total: $5,505.56 Lydig Construction, Inc. page 3 of 8 Printed On: 2/17/ 2021 02 :02 PM LYDIG PCO # 263: CE #327 - RFI #584: Arch - Signage Art Files (Salish Plaque) PCCO #021 PCO # 264: CE #328 - RFI #631: Arch - Revised Room Signage 203 and 204 Description Amount 1 PCO 263 -SP 6 715.93 Subtotal: 6715.93 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA* and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 32.22 GL Insurance: 0.75% Applies to all line item types. 5.61 P&P Bond: 0.75% Applies to all line item types. 5.65 138.0 Tax: = 0.47% Applies to all line Item types. 3.58 Grand Total: 5762.99 PCO # 264: CE #328 - RFI #631: Arch - Revised Room Signage 203 and 204 PCO # 265: CE #329 - RFI #458: Arch - Motorized Swing Gate Clarifications Description Description Amount 1 PCO 264 -SP Subtotal: $ 330.43 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 Subtotal: 6330.43 GL Insurance: 0.75% Applies to all fine item types. 7.08 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 B&O Tax: = 0.47% Applies to all line item types. 451 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 14.87 GL Insurance: 0.75% Applies to all line Item types. 2.59 P&P Bond: 0.75% Applies to all line Bern types. 2.61 IMO Tax: 2. 0.47% Applies to all line item types. 1.65 Grand Total: 5352.15 PCO # 265: CE #329 - RFI #458: Arch - Motorized Swing Gate Clarifications PCO # 266 CE #330 - RFI #614.2: PRIORITY - Elec - Faceless GFCI in Lieu of GFCI Breakers Description Amount 1 PCEC COR 072 5003.00 Subtotal: 5903.00 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. 40.64 GL Insurance: 0.75% Applies to all fine item types. 7.08 P&P Bond: 0.75% Applies to all line Item types. 7.13 B&O Tax: = 0.47% Applies to all line item types. 451 Grand Total: 5962.36 PCO # 266 CE #330 - RFI #614.2: PRIORITY - Elec - Faceless GFCI in Lieu of GFCI Breakers Lydig Construction, Inc. page 4 of 8 Printed On: 2/17/ 2021 02 :02 PM Description Amount PCEC COR 066 53,864.00 Subtotal: 53,864.00 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. 173.88 GL Insurance: 0.75% Applies to all line Bern types. 30.28 P&P Bond: 0.75% Applies to all line item types. 30.51 138.0 Tax: = 0.47% Applies to all line Item types. 19.30 Grand Total: 54,117.97 Lydig Construction, Inc. page 4 of 8 Printed On: 2/17/ 2021 02 :02 PM LYD G PCO # 267: CE #245 - RFI #499: Arch - Fiberglass Storefront Attachment and Jamb Flashings PCCO #021 PCO # 268 : CE #236 - RFI #449: Arch - Mechanical Roof Screen Design odifications # Description Amount 1 Axiom COR 11 $ 813.46 2 Subtotal: $813.46 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. GL Insurance: 0.75% Applies to all line item types. Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 36.61 (113.34) GL Insurance: 0.75% Applies to all line teem types. 6.38 Grand Total: P&P Bond; 0.75% Applies: to all line Nem types. 6.42 B&O Tax: = 0.47% Applies to all line item types. 4.06 Grand Total: 9866.93 PCO # 268 : CE #236 - RFI #449: Arch - Mechanical Roof Screen Design odifications # Description Amount 1 Axiom CC PCO 10 $ 4,774.80 2 SAS COR 01 ($2,900.00) 0.00 Subtotal: $1,874.80 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 (113.34) Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 84.37 Grand Total: GL. Insurance: 0.75% Applies to all line item types. 14.69 P&P Bond: 0.75% Applies to all line Item types. 14:80 B&O Tax: = 0.47% Applies to all line item types. 9.37 Grand Total: 91,998.03 PCO # 269 : CE #333 - Wall Covering Allowance Reconciliation PCO # 272: CE #337 - BP -08 Floor Prep Credit # Description Amount 1 NWCCCOR 17 ($15,000.00) Subtotal: (915,000.00) Fee - Self Perform Work:15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's,.and Project Contingency. 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 0.00. GL Insurance: 0.75% Applies to all line item types. (112.50) P&P Bond: 0.75% Applies to all line item types. (113.34) 860 Tax: = 0.47% Applies to all line item types. (71.71). Grand Total: ($15,297.55) PCO # 272: CE #337 - BP -08 Floor Prep Credit # Description Amount Rubensteins COR 04 (95,000.00) Subtotal: (95,000.00) Fee - Self Perform Work: 15.00%:Applies . to Labor, Materials, Equipment, Other, Overhead and Pro tlt,.Unwritten Sub's/PA's, and Protect 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 alt Inc bern types. (37.50) P&P Bond: 0.75% Applies to alt line Nem types. (37.78) B&O Tax: -.0.47% Applies to all line item types. (23.90) Grand Total: (95,099.18) Lydig Construction, Inc. page 5 of 8 Printed On: 2/17/ 2021 02 :02 PM LY 0I G PCO # 273 : CE #310 - RFI #585: Mech - Kohler Shower Valve Issues PCCO #021 PCO # 277 : CE #342 - #635: Civil - 65th Ave S Driveway and Landing Revisions Description Amount 1 JMI COR 8025 $ 6,283,00 2 VAN #45 $ 1,756.00 Subtotal: 58,039.00 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. 361.76 GL Insurance: 0.75% Applies to all line Item types. 63.01 P&P Bond: 0.75% Applies to all line Rem types. 63.48 B&O Tax: =0.47% Applies to all line item types. 40.16 Grand Total: 88,567.41 PCO # 277 : CE #342 - #635: Civil - 65th Ave S Driveway and Landing Revisions PCO # 278 : CE #343 - RFI #507: Arch/Civil - Grading at Transformer and Surrounding Area Description Amount 1 Pellco COP 67 5 6,029.00 Subtotal: $6,029.00 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. 271.31 GL Insurance: 0.75% Applies to all line item types. 47.25 P&P Bond: 015% Applies to all line Item types. 47.61 B&0 Tax: = 0.47% Applies to all line Item types. 30.12 Grand Total: 86,425.29 PCO # 278 : CE #343 - RFI #507: Arch/Civil - Grading at Transformer and Surrounding Area PCO # 279: CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications DescripUon Amount 1 Pellco COP 68 $ 4,006.00 Subtotal: 8400600 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. 180.27 GL Insurance: 0.75% Applies to all line Item types. 31.40 P&P Bond: 0.75% Applies to all line item types. 31.63 680 Tax: = 0.47% Applies to all line Item types. 20.01 Grand Total: 84,269.31 PCO # 279: CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications Lydig Construction, Inc. page 6 of 8 Printed On: 2/17/ 2021 02 :02 PM Description Amount 1 Pellco COP 069 $ 1,710.00 Subtotal: 51,710.00 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 Fax - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 76.95 GL Insurance: 0.75% Applies to all line Item types. 13,40 P&P Bond: 0.75% Applies to all line Item types. 13.50 680 Tax: = 0.47% Applies to all line Item types. 8,54 Grand Total: 81,822.39 Lydig Construction, Inc. page 6 of 8 Printed On: 2/17/ 2021 02 :02 PM LYOIG PCO # 284: CE #348 - RFI #642: Elec - Timer Switch for PT Outlet PCCO #021 PCO # 285 : CE #349 - RFI #570: Arch/Elec - SL -6 Mounting Clarifications # Description Amount 1 PCEC COR 075.1 5558.00 Subtotal:. 5558,00 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. 25.11. GL Insurance: 0.75% Applies to all line item types. 4.37 P&P Bond: 0.75% Applies to all line Item types. 4.41 BSO Tax: = 0.47% Applies to all line Item types. 2.79 Grand Total: 5594.68 PCO # 285 : CE #349 - RFI #570: Arch/Elec - SL -6 Mounting Clarifications # Description Amount 1 PCEC COR 052 $ 7270.00 Subtotal: Subtotal: 52; 270.00 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 GL Insurance: 0.75% Applies to all line item types. Fee - Sub Tier Work: 4.50%Applies to Subcontractor, Purchase Agreements,and Project Contingency. 102.15 4.91 GL Insurance: 0.75% Applies to all line Item types. 17.79 Grand Total: P&P Bond: 0.75% Applies to all line Item types. 17.92 B&0 Tax: =0.47% Applies to all fine Item types. 11.34 Grand Total: 52,419.20 PCO # 286 : CE #350 - RFI #593: Elec - Comm Room 209 Roof Penetrations 8 Description Amount Amount. PCEC COR 060 $ 622.00 Subtotal: 5622.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materiels, 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. 27.99 GL Insurance: 0.75% Applies to all line item types. 4.87 P&P Bond: 0.75% Applies to all line Item types. 4.91 B&0 Tax: = 0.47% Applies to all line item types. 3.11 Grand Total: 5662;88 PCO # 291 : CE #357 - RFI #643: Land - Irrigation Controller Discrepancy # Description Amount. 1 SLI #1i $ 912.00 Subtotal: 5912.00 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.. 41.04 GL Insurance: 0.75% Applies to all line item types. 7.15 PSP Bond: 0.75% Applies to all line item types. 7.20 650 Tax: = 0.47% Applies to alt tine item types. 4.56 Grand Total: 5971.95 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 Lydig Construction, Inc. $ 16,029,260.00 $ 982,951.04 $ 17,012,211.04 $ 34,032.39 $ 17,046,243.43 page 7 of 8 Printed On: 2/17/ 2021 02 :02 PM LYDIG Emma Nowinski (Weinstein A+U) 2200 Western Ave #301 Seattle Washington 98121 SIGNATURE City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 PCCO #021 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE Lydig Construction, Inc. page 8 of 8 Printed On: 2/17/ 2021 02 :02 PM LY01G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #181 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #181: CE #241 - RFI #514: ArchlMech - Kitchen Hood Blower Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 181 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 9/23 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $445.89 POTENTIAL CHANGE ORDER TITLE: CE #241 - RFI #514: Arch/Mech - Kitchen Hood Blower Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #241 - RFI #514: Arch/Mech - Kitchen Hood Blower Clarifications Change in blower for the kitchen range hood in Great Room 224 from a remote blower to an internal blower. ATTACHMENTS: 30129-43-TFS52-GCCM-514=Arch_Mech_-Kitchen Hood BlowerClarifications.,2021.-01.-27,,pdf_ _PCO 181-SP.Combned,pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/27/ 2021 10 :20 AM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 181 -SP Subcontractor $418.39 Subtotal: $418.39 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Protect Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 18.83 GL Insurance: 0.75% Applies to all line. Item types. $ 3.28 P&P Bond: 0.75% Applies to all line Item types. $ 3.30 B&O Tax: =:0.47% Applies to all line Item types. 6 2339 Grand Total: $445.89 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/27/ 2021 10 :20 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #181 -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/Mech - Kitchen TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 181-SP/0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No Order #181 -SP: CE #241 -SP - RFI #514: Hood Blower Clarifications 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: 9/23 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $41 . 9 POTENTIAL CHANGE ORDER TITLE: CE #241 -SP - RFI #514: Arch/Mech - Kitchen Hood Blower Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #241 -SP - RFI #514: Arch/Mech - Kitchen Hood Blower Clarifications Change in blower for the kitchen range hood in Great Room 224 from a remote blower to an internal blower. ATTACHMENTS: PCO 181 -SP Combined,pdf_ _CE 241 -SP - MA COR 03.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/27/ 2021 10 :15 AM Cost Code Description Type Amount 1 11-016-97- - Residential Appliances MA COR 03 Purchase Agreements $ 103.00 2 11-016-01- - Residential Appliancesn++n++Install Lydig blower installation Labor $ 260.01 Subtotal: 5363.01 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 39.00 Fee - Sub Tier Work: 6.00% Applles to Subcontractor and Purchase Agreements. $ 8.24 GL Insurance: 0.75% Applles to all line Item types. $ 3.08 P&P Bond: 0.75% Applies to all line Item types. $ 3.10 B&O Tax: = 047% Applles to all line Item types. $ 1.96 • Grand Total: 5418.39 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/27/ 2021 10 :15 AM COP Cost Breakdown O. N N fi Tukwila Fire Station #52 O gm 0a >, 0 0 E 0 8 0 0 0 0 'c E 0 O 11 m Notal Cost of Wor metropolitan appilance Change Order Request 1749 First Avenue South Seattle, WA 98134 Phone: (206) 623-8811 Fax: (206) 623-8816 www.metropolitanappliance.com Sold To: Customer # CLYDIGCO LYDIG CONSTRUCTION *E 3180 139THAV SE #110 BELLEVUE, WA 98005 Phone: (425) 885-3314 APRUDENTE@LYDIG.COM Sales Person Jim PO Number Terms N30 Tax Exempt # 12-31-2019 111111 1110 11111 0111 011 1111 1111 Number 24236 Date 09/17/2020 Page 1 Ship To: TUKWILA FIRE STATION 51 17915 SOUTHCENTER PARKWAY TUKWILA, WA 98188 Ship Method Metro Delive omment oaei Numoers Qty Model Number 1 801641 1 MFG -RESTOCK 1 829155 Brand, Model Description Wolf, 900 CFM Remote Blower MANUFACTURER'S RESTOCKING CHARGE Wolf, BLOWER, INTERNAL-800CFM Unit Amount Extended ($788.00) ($788.00) $158.00 $158.00 $733.00 $733.00 Unless otherwise indicated, all installation prices quoted are contingent upon appliance cutout and rough -in services being fumished as Indicated in the manufacturer's specifications. Ask your salesperson If you have questions regarding scope of delivery and optional installation Summary Sub Total Taxable Sub Total Tax 0.00% Total $103.00 $103.00 $0.00 $103.00 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 RFI#514 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Meeh - Kitchen Hood Blower Clarifications TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 09/14/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: M502S.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 09/16/20 09/21/2020 TBD 11 31 00 - Residential Appliances 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 Const UC on, Inc. Bellevue Of) at 05:03 PM on 09/14/2020 Clarification is needed on the blower for the kitchen hood, the controls of the KEF and the interlock with roof ventilator 13. The kitchen range hood submitted in 113100-1-0 contained a remote 900 CFM blower as required by 113100 2.5 4. After further coordination with the electrical contractor and controls contractor, the kitchen hood should have been specified with an internal blower in lieu of the approved remote blower, as the KEF provides the same function that a remote blower would have. Lydig can return the remote blower and procure an internal 900 CFM blower to be installed in the hood. In order to connect the internal hood blower to the KEF and RV -13, the controls contractor can interrupt the power supply to the internal fan and interlock it with the KEF via a relay. The relay would be fed power from the internal blower so that when it is turned on, the KEF would turn on followed by the RV -13 and associated motorized damper. This is a similar sequence to what was installed at TFS 51. 1. Please confirm that the 900 CFM remote blower is to be returned and an internal 900 CFM blower is to be installed. 2. Please confirm the proposed installation and sequence of operations for the internal blower, KEF and RV -13 is acceptable. Attachments: RFI 514 - Arch Mech - Kitchen Hood Blower Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, September 16th, 2020 at 2:01PM PDT 1. We agree to return the remote blower and install the internal blower. Please proceed. 2. Sequence of operation for RV -13 and KEF: a. Interlock RV -13 MOD with KEF to provide make-up air. b. When KEF mode is "on": fully open MOD for KEF and RV -13; turn KEF on. c. When KEF mode is "off': turn KEF off; fully close MOD for KEF and RV -13. - Dali Yu, Greenbusch 2020.09.16 Attachments: RFI 514_7 Arch Mech - Kitchen Hood Blower Clarifications - Greenbusch Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 01/27/2021 10 :19 AM RFI #514 LY DIG 1. We agree to return the remote blower and install the internal blower. Please proceed. 2, Sequence of operation for RV -13 and KEF: a. Interlock RV -13 MOD with KEF to provide make-up air. b. When KEF mode is "on": fully open MOD for KEF and RV -13; turn KEF on. c. When KEF mode is "off': tum KEF off; fully close MOD for KEF and RV -13. - Dali Yu, Greenbusch 2020.09.16 Attachments: RFI 514 - Arch Mech - Kitchen Hood Blower Clarifications - Greenbusch Repponse,p.df BY DATE Lydig Construction, Inc. COPIES TO Page 2 of 2 Printed On: 01/27/2021 10:19 AM I LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #188 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #188: CE #193 - RFI #411: Arch - Brick Lintels at Door 105 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 188 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review No FROM: Lydig Construction, Inc. Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129- Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 9/29 /2020 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,533.03 POTENTIAL CHANGE ORDER TITLE: CE #193 - RFI #411: Arch - Brick Lintels at Door 105 CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #193 - RFI #411: Arch - Brick Lintels at Door 105 Addition of a steel lintel above door 105, rework of brick at HM door opening that was required adjustment to have steel lintel span to door head properly, and added brake metal flashing per RFI 411. ATTACHMENTS: CE193 PCQ;13 Co. pi_ngTransitians.pdf_ tfs_52___gccm=rfi_411-arch—brick lintels_at_door_105=202009292328_pdr_ GE193_13DM_CO#02 (R9411,)_pdfv # Cost Code Description Type Amount 1 04-001-99-- BP -04 - Masonry Subcontractor RDM CO #02 Subcontractor $ 1,374.00 2 07-010-99- - BP -13 Aluminum Paneling & Cement Fiber Board Axiom COR 13 Subcontractor '$ 1,002.80 Subtotal: $2,376.80 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 Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 106.96 GL Insurance: 0.75% Applies to all line Bern types. $ 18.63 P&P Bond: 0.75% Applies to all line Item types. $ 18.77 B&O Tax: =0.47% Applies to all line Item types. 5 11.87 Grand Total: 52,533:03 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/19/ 2021 01 :50 PM masonryin "Our Business is Building" Change Order Request To: Lydig Date: 6/26/2020 Arta: Alex Carey Via: Email Total number o pages including cover: 1 Change Order: RDM #02 Subject: TFS 52 From: Darrin Stone Re: RFI 411 Impacts: Costs Remove brick then replace around the door the next day. Labor 1 PM Hours @ 12 Foreman hours @ Bricklayer hours @ Hodcarrier hours @ Apprentice hours @ Truck Driver hours @ $80.00 $76.43 $72.64 $66.18 $50.85 $75.00 Total $80.00 $917.16 $997.16 Materials Brick @ $1.10 90 Block @ $2.20 $198.00 Bags of mortar @ $5.95 Bags of grout @ $5.95 Equipment Mixer days @ $75.00 Saw days @ $50.00 Scaffold days @ $100.00 Truck days @ $200.00 Total Subtotal $1,195.16 P & OH 15% $179.27 Total $198.00 1 Total this Change Order Please issue a change order in the amount above. $1,374 Main Office: 13109 41st Ave Ne, Marysville, WA 98271 Office: (360) 653-1414 Fax: (360) 653-1440 Cell: (425) 328 0009 Email: darrin@rdmasonry.com Website: www.RDNIasonry.com 4j,1 Mason riy "Our Business is Building" ADDITIONAL WORK ORDER PROJECT: (9 --- DATE: Inc. GENERAL CONTRACTOR. EXTRA WORK DETAILS: aaa,/6 r0 /3. Cl,;. 4c -c) C.e.ovNac\ r• The breakdown of costs for this work follows: LABOR: Foreman hours @ Bricklayer hours ® Hod Carrier hours ® Apprentice hours e MATERIAL Block @ Brick ® Bags of mason's mix ® Bags of grout mix e Accessories ® Other (describe) ® Other (describe) @ Other (describe) ® EQUIPMENT Mixer days @ Saw days @ Forklift days @ Scaffolding days @ Truck days ® Other (describe) ® Other (describe) ® Other (describe) ® ACK ) WLEDGED & SIGNED: (\7r-......--____ I N $ pt $ CD ;.1 • - ccq..2 .eEtc 4-• cr) o o " zs 0 ci a) C R&D MASONRY, INC. FOREMAN SUBTOTAL P&OH (22%) TOTAL G.C. REPRESENTATIVE Main Office 13109 41st Avenue NE Marysville, WA 98271 www.rdmasonry.com Telephone: (360) 653-1414 Fax: (360) 653-1440 To : Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 RE: Coping Transitions See attached EWA Installation Fiat Sheets Flashing Fabrication Pending Change Order Change Order Request # : 13 Date: October 05, 2020 7.50 HRS 1.00 EA 1.00 HRS $ 98,40 62.00 72.00 738.00 62.00 72.00 Labor: Material: Other: Subtotal: OH & P: 738.00 62.00 72.00 $ 872.00 15% $ 130.80 Additional days for change order work Pending Change Order Totat $ 1,002.80 Work will proceed upon approval, and the following amount will be added to the contract $ 1,002.80 Authorized Signature Date Axiom Construction & Consulting, LLC Authorized Signature Lydig Construction 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) desulbed above, and both parties will be bound to the adjustments In ContractSum and Contract Time proposed above as the complete and final settlement of all direct and indirect costs and time Impacts arising from the above change(s). Reservation of Rights. This change order Is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes In the sequence of work, delays, disruption, rescheduling, extended overhead, acceieratieo,and/or Impact costs which arenot 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. Armont Ca ;rudlor+ & COrmutt-n i EXTRA WORK RECORD / BILLABLE Job Project Name Customer Name Billing Address EWR 4escrlption of Work:,` Authorifatton to perform work Auth ©cher Rofermnce it's ^_ Dato rir�zed StBnutunv_ Flour's Date Emto ee.Name Unit / Price Desori • tion rmed Sd x*T" M.-: tedgerr+ent does re used and W was Pe d, k is an e ; 194p$}: 1 ork described is being perfod by Axio n§Mtlinfhe contract. radclrrlst approtyalermr pliromigat per agreement orderf *1 sal, , r i request for equitable tit, s . elle s 1841 Front St Date, otn Const on Date ul den '4 A 264sp 4 • Fax (36o) 318-9526 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #411 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch Brick Lintels at Door 105 TO: DATE INITIATED: LOCATION: PROJECT STAGE: SUB JOB: 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), 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) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) 05/27/2020 Eric Kent (R & D MASONRY, INC.) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. Bellevue) 3180 139th Ave SE —Suite 110 Bellevue, Washington 98005 Closed on 05/28/20 06/03/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue; Of) at 08:58 AM on 05/27/2020 Clarification is needed for the door head detail at opening 105. There is currently no detail for the head of the HM door at opening 105. The structural drawing calls out a L4x4x3/8 lintel across this opening. The lintel was not deep enough to close the entire gap from exterior face of wall (which the lintel is intended to support) to the top of the HM frame. The resulting gap was approximately 3" wide. In order to close the gap and complete the brick, Lydig/R&D installed a second lintel as shown in the attachment. Please advise if there is any additional work needed at this door opening/head and provide a detail for the HM door head if so. Attachments: RFI 411_- Arch__ Brick Lintels at Door 105.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, May 28th, 2020 at 8:42AM PDT See attached flattened PDF response. -Thayer W. WAU. 5/28/20 Attachments: RFI 411 - Arch - Brick Lintels at Door 105 - WAU Response.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Wednesday, May 27th, 2020 at 3:58PM PDT See attached markups. Provide galvanized brake metal enclosure as illustrated, painted to match HM door and Frame. Cut slot into grout below brick, install brake metal, provide sealant joint at door frame and at brick as noted. -Thayer W. WAU. 5/27/20 Attachments: RFI 411 - Arch - Brick' Lintels at Door 105 -`WAU Response.pdf All Replies: See attached flattened PDF response. -Thayer W. WAU. 5/28/20 Attachments: RFI.,411_-_ Arch -; Brick Lintels at Door 105-WAU Response _pdf Lydig Construction, Inc. Page 1 of 2 Printed On: 09/29/2020 04 :28 PM ILY0I0 RFI #411 AteenmAt,,,Rvo,„,„„c„,.„,,,,moommeroadrAMOSISMON ,,,d,,,g,,,v,,k„t,,„,,,x4iNopwx,mwc"msvmvqik,o,40**o**ti *sivAemommietmew-omemAttawamowno,,,,,,outasAamw, See attached markups. Provide galvanized brake metal enclosure as illustrated, painted to match HM door and Frame. Cut slot into grout below brick, install brake metal, provide sealant joint at door frame and at brick as noted. -Thayer W. WAU. 5/27/20 Attachments: RFI 411 - Arch - Brick Lintels at Door 105 - WAU Response.pdf BY Lydig Construction, Inc, DATE COPIES TO Page 2 of 2 Printed On: 09/29/2020 04:28 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #211.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #211. Reconciliation CE #351 - PCO 211 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 211.1 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No 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) 2/4 /2021 None Amount Based No $3,817.18 POTENTIAL CHANGE ORDER TITLE: CE #351 - PCO 211 Reconciliation CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #351 - PCO 211 Reconciliation Reconcile incorrect fee markup for PCO 211, where self -perform fee on the cover sheet was shown as ( ATTACHMENTS: PCO211.1Backup;pdf PCO 211Cover Sheet.pdf 3,750). Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/4/ 2021 10 :39 AM Cost Code Description Type Amount 1 50-002-01- - Overhead/Profit/Fee PCO 211 Reconciliation Overhead and Profit $ 3,750.00 2 01-918-01- - General Liability Insurance PCO 211 Recondtiation - GL Insurance Materials $ 25.76 3 _ 01-912.01- - Bond PCO 211 Reconciliation - P&P Bond Materials $ 25.56 4 01-920.01-- B & 0 Tax PCO 211 Reconciliation -880 Tax Materials $ 15.86 Subtotal: 53,817.18 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's,.and Project Contingency. $ 0.00 Fee -Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.00% Applies to all line Bern types. $ 0,00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all fine Bern types. $ 0.00 Grand Total: $3,81718 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/4/ 2021 10 :39 AM PCO 211/211.1 Reconciliation Backup Delta o o LO I, LO Lf/ LO r, e-4 0 1/1 Lri tfl I, U1 I, 411' P4 IN <-1 1-1 OC Cf:c •4/1. •U1- VI. VI- -LO• 4/). 14 •IJI• 1/1. 41). c 0 E ("4 m4 -4m4-4 0 4-4 m 0 0 0 0 0 411 4-4 CO 411 m 0 0 r•-• cn. 0 0 Ln m ID <-1 Ln 1-14-4 rn tit 01 4-4 tD s -1m 7.0 0. 4.1 40 0 PCO 211 -SP G51 COR 006 Axiom CC COR 09 411 40 _c 411 40 ••1-, 0 .14 P4 41, CO 0 Ta 0 Fee - Self Perform Wor 411 8 40 _o40 40 Ln 0 40 c f", -ct CO 0 0. 0 X 0 azi oa 40 0 0 C33 01 01 -4 0 9 4410 01 c' co t -a Ob 0 07-010-99 50-004-08 PC rfl PCO 211.1 Calculation 4-4 411 rfl <-4 m Cer 0 E 0 0 cn 01 11 0 m 0 0 0 0 0 1.6 4-4 CO 411 01 0 0 m rsi m rsi 411 4,1 01 4-4 m 0 47. 0. 4140 0- 4•11 P4 0 0 GSI COR 006 Axiom CC COR 09 411 4(4 40 0 4-4 40 Fee - Self Perform Wor gr 411 0 -o a 03 0 0.15 ci 40 0 03 .rt 0 40 0 410 CO 411 01 0 0 141 co -4 0 CO 01 0 0 0 50-004-08 PC 341 m 41, m tn. <-1 Ln an - 0 To rl Ps1 0 o. 15 0 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: 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: 211 /"0 CONTRACT: 30129- Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Approved CREATED DATE: 10/23 /2020 REFERENCE: PRIME CONTRACT #017 - Change Order #17 CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: 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 Is 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 - Combined.pdf PC0 211 -SP - Combined.pdf CE 212 - GSI -006 RFI 354247 Canopy Rev 1.pdf CE 212 - PCO 09 - Translucent Canopy. Flash and Fab:pdf Lydig Construction, Inc. page 1 of 2 Printed On: 2/4/ 2021 10 :22 AM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 211 -SP Subcontractor ($2,313.52) 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 (525,000.00) Subtotal: $7,003.58 Fee - Self Perforin Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. (93,750.00) 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% Applies to all tine item types. $ 26.97 B&O Tax: = 0.47% Applies to all line item types. $ 17.06 Lydig Construction, Inc. page 1 of 2 Printed On: 2/4/ 2021 10 :22 AM ILY 01 G PCO #211 Grand Total: $3,63154 Owner Signature Date Lydig Construction, Inc. page 2 of 2 Printed On: 2/4/ 2021 10 :22 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #241 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #241: CE #301 - RFI #600: Arch - Elevator Permit Variance Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 241 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 12/11 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,919.53 POTENTIAL CHANGE ORDER TITLE: CE #301 - RFI #600: Arch - Elevator Permit Variance Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #301 - RFI #600: Arch -Elevator Permit Variance Clarifications Revision of door hardware and revision of light switch type per the response to RFI 600. Lydig received revised pricing from the door hardware installer for additional field prep that was required that was not captured in the original pricing. ATTACHMENTS: PCO 241 -SP Combined Rev 1.pdf CE 301 - COR065.pdf tfs 52 --- ccm-rfi 600 -arch - elevator permit variance clarifications-202012111800.pdf # Cost Code Description Type Amount 1 03-001-99-- BP -03 - Structures Subcontractor PCO 241 -SP Subcontractor $ 2,057.46 2 26-001-99- - 8P-11 - Electrical Subcontractor PCEC COR 065 Subcontractor $682.00 Subtotal: 92,739.46 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. $ 123.28 GL Insurance: 075% Applies to all line item types. $ 21.47 P&P Bond: 0.75% Applies to all line Cern types. $ 21.63 B&O Tax: .0.47% Applies to all line Item types. $ 13.69 Grand Total: 92,919.53 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 09 :36 AM 1 LypfG PCO #241 -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 1544765th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #241 -SP: CE #301 -SP - RFI #600: Arch - Elevator Permit Variance Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: Lydig Construction, Inc. Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 PCO NUMBER/REVISION: 241 -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: 12/11 /2020 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,057.46 POTENTIAL CHANGE ORDER TITLE: CE #301 -SP - RFI #600: Arch - Elevator Permit Variance Clarifications CHANGE REASON: Design Develop ent POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #301 -SP - RFI #600: Arch - Elevator Permit Variance Clarifications Revision of door hardware and revision of light switch type per the response to RFI 600. ATTACHMENTS: CE 301 -SP - COP-18.pdf CE 301 -SF - COR 02 - RFI 600pdf_ # Cost Code Description Type Amount 08-012-97• - HM Doors, Frames, & Hardware Supplier WAH COP 18 Purchase Agreements $890.00 2 08-115-99-- Doors and Hardware Install Henricksen COR 02 Subcontractor $ 978.00 Subtotal: 91,868.00 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. $ 149.44 GL Insurance: 0.75%Appllesto all line Item types. 9 15.13 P&P Bond: 0.75% Applies to all Ilne Item types. $ 15.24 B&O Tax: e 0.47% Applies to all line item types. 9 9.65 Grand Total: $2,057.46 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 09 :25 AM LYDIG TUKWILA FIRE STATION 52 SUBCONTRACTOR:HENRIKSEN SERVICES PCO NO: CCD NO: DESCRIPTION: Install tdtled hardware to door 123. Includes removing and reinstalling door to install Ilushholts RFI 620 Elevator Machine room hardware change DATE: 12/5/20 DESCRIPTION QTY UNIT SUB LABOR $/Hour SUB MATL/EQUIP S/UNIT SUBTIER LABOR 5/Hour SUBTIER MATL/EQUIP 5/UNIT SUB LABOR 5 EXTENSION SUB MATL/EQUIP $ EXTENSION SUBTLER LABOR $ EXTENSION SUBTIER MATUEQUIP $ EXTENSION TOTAL added time 10.00 1 $85.00 5850 50 50 $0 $850 0.00 1 $0.00 50s 50 50 50 50 0.00 1 $0.00 $0 $0`+ $0 50 $0 0.00 1 $0.00 50; $0 $0 50 50 0.00 I 50.00 50 $0 50 50 50 1 50.00 $0 $0 50 $0 $0 1 $0; $0} 50 50 $0 1 50 50 50 $0 50 $0 $0;' 50 50 50 50 50 $0 $0 50 $0: $0:' $0 50 50 $0 $0 $0 $0 50 50; $0I 50 50 50 $0' $0 50 $0 50 $bi $0f 50 50 50 50 $0; 50 50 50 $0- $0'50 50 50 $0 $0e 50 50 50 $0s $0": $0 50 50 50 50 50 50 $0 50 50 $0 $0 $0 50 50 50 50 50 $0$0s 50 50 50 $0 ' $0 50 50 50 $0 $0; 50 $0 $0 50 50 50 50 50 $0 $0' 50 50 $0 50 50 50 50 50 $0 $0: 50 $0 $0 50 $0'I $0 $0 50 $0 $0'- $0 $0 50 $0;I $0t $0 50 $0 $0' $0 $0 $0 50 $01 $05 50 $0 $0 $0 $0 50 50 $0 $0 $0 $0 $0 50 50 50 50 50 50 $0 50 50 50 50 50 $0 50 50 $0 $0' 50 50 50 $0 $0 $O' 50 50 $0 DIRECT COST TOTALS 1110620 (022 (a12nn0II9saaM $850 OVERHEAD/ PROFIT 15% TOTAL COST 0 50 50 $850 5128 $0 $978 PROJECT WASHINGTON � xvov^ ARCHITECTURAL |���K������ nxoo�u»nnrn��A KENDELL COMPANY Attn: Alex Carey L'~ QUOTATION UOMJ Date: 12/01/20 JOB: 19-10671 Quoted by: Amy Constantineau(ka) Tukwila Fire Station 52 Change Proposal #1 8 RFI 600 — Dr# 123 Includes: 1 ea FB53 Auto Flush Bolt 1 ea 4111 SCUSH Closer RH 1 ea Gaskeng S88D20 1 ea 3092 Retracting Arm Coordinator Excludes: Installation Delivery: 2-3 weeks upon approva NOTE: This material HAS NOT been lncorporated Into the project. We will proceed once written authorization is received. 1/We agree to purchase the items as described above. i3y: 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, freighprepaid to jobsite, and excludes sales tax. Modified or special order items are not returnable. Alt 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/V18 nese December 14, 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# 600 PCEC RFI# PCEC COR# 065.0 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 $682.00 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 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, A Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets pee Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# - PCEC Job No.: 19066 PCEC COR# 065.0 Work Relocate switch from door jam to inside elevator machine room. Date: 1 2 1 1 4 / 2 0 20 Description: cc bit RFI# 600 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 5.53 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 aoo Hrs. 2nd Shift Time e. craftlabor costs from breakdown $ 116.83 0.00 Hrs. 3rd Shift Time DIRECT LABOR SUBTOTAL $ 525.18 Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 1. CRAFT LABOR COSTS 525.18 2. MATERIAL COSTS a. scheduled material 50.26 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) 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 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6. SUBCONTRACTORS 7. 0 &P ONSUBS 50.26 $ 86.32 8. INSURANCE / TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 6.62 b. Bonding 2.00% (of 1 through 7) $ 13.37 c. State B&O Tax 0 (of 1 through 7) $ _ d. City B80 Tax 0 (of 1 through 7) $ 8. INSURANCE $ 19.99 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. 0& P ON INS/TAX TOTAL COST 1 THRU 8 $ 682.00 Job Name: FS#52 Tukwila Job Number 1429 Extension Name: COR -Item # : Item Name Label Set: Combined, Combined, Combined, 68 12 THHN CU STRANDED 4,194 8X 1/2 HEX HD TAP SCR 6,516 1/2 FLEX STEEL 6,585 1/2 FLEX 1 SCREW CONN 7,178 IDEAL 452 RED WIRE NUT 16,868 SP TOGGLE SW, 20A SPEC. 17,027 SW RAISED INDUSTRIAL CVR 17,465 4/S BOX 1-1/2"D COMBO 18,773 GRD PIGTAIL#12 x 10-12" 47,065 1 HOUR LABOR (DEMOLITION) [Items and ByProducts] Quantity Price Combined, Combined 16.65 `$387,54. M 2.00 5.00 2.00 2.00 1.00 $293 C $98.98 C $339.33 C $201:37 M 9;937:20 C 1.00,:-:.. $828.12 C 1.00:.' $290149, C 2,00 $55.40 C 4.00' $0.00 X $50.26 $6.45 $0.06 $4.95 $6.79 $0.40 $19.31 $8.28 $2.90 $1.11 $0.00 $50.26 Material Filter. <None> Report: COR 2/1 Labor Ext 5.53 0.10 0.10 0.20 0.24 0.12 0.25 0.10 0.30 0.12 4.00 5.53 Courtesy of McCormick Systems Inc. Page 2 12/14/2020 2:04 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #600 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Elevator Permit Variance Clarifications TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 11/20/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer 1NiId (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 11/30/20 11/27/2020 Stephen Schoenfelder (SCHINDLER ELEVATOR CORP) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 03:22 PM on 11/20/2020 L&I has approved the permit for the elevator using an elevator control room closet in lieu of an elevator control room under the condition that thee following provisions are met. Please confirm that the design for the project meet these provisions or provide direction to meet the provisions. 1. The control space will comply with NEC clearances per table 110 2. Barricades will be stored on site and be readily accessible to elevator personnel. Barricades will be set up prior to opening control space doors. • Schindler to provide barricades, Owner/Architect to determine location of permanent storage. 3. Two self-closing and self-locking doors with inter -relating hardware will be installed. Doors, when closed, will always be in the locked position. The active leaf will be on the right as you face them. • Currently, the door hardware scheduled for the pair of doors includes one flush bolt, 1 lockset, 1 closer, 2 kick plates, 1 gasket and 1 astragal (removed per RFI). 4. While the doors are in the open position with elevator personnel present, building occupants will have a fully accessible path to other building areas that would normally be access through this hallway. 5. There needs to be lighting over the control room open access doors to work with the light switch inside. • The plunger style light switch will need to be replaced with a standard light switch. 6. There needs to be heat detectors adjacent to sprinkler heads that can spray onto the control room elevator equipment from the open hall access doors • Currently a heat detector in room and sprinkler heads in hallway. Confirmation needed that sprinklers provide coverage into the room and that heat detector is designed to communicate with sprinklers. 7. There needs to be a 10Ib ABC fire extinguisher inside the control room • FE has been added per previous RFI 553 8. There needs to be code compliant HVAC provided for the control room and the machine space in the top of the hoistway to maintain manufacturers temp. requirements for the elevator equipment. Attachments: RFI 600 - Arch - Elevator Permit Variance Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, November 25th, 2020 at 11:16AM PST RFI -600 RESPONSES: 1,Confirmed per TFWB. 2.Schindler to provide barricades. to be stored in Storage 125. Lydig Construction, Inc. Page 1 of 2 Printed On: 12/11/2020 10 :00 AM RFI #600 LYDIG 3.See attached revised hardware specification for hardware group 13.The revised hardware should avoid having to replace the wood doors, but the field installer may have to modify the flush bolt prep slightly.The type of coordinator specified will avoid having to relocate the closers. (G. Aff, Washington Architectural Hardware, 11/23/20) 4.Confirmed. 5.A dedicated light has been provided inside the control closet which will provide adequate light levels to meet the minimum 19 foot-candles.The plunger -style light switch should be replaced with a standard wall light switch located inside the Closet, on the active leaf door side wall:(R. Juan, TFWB, 11/24/20) 6.A fire sprinkler has been installed in Elevator Control Closet which will cover the control closet elevator equipment.This complies with the NFPA 13 Section 8.15.5 for control space requirements.(D. Yu, Greenbusch 11/25/20).Additionally, there is a sprinkler head installed in the Corridor in front of the Elevator Control Closet which can also provide coverage into the closet.The heat detector in the Elevator Control Closet is connected to the elevator shunt and the fire alarm system. 7.Fire extinguisher was added per RFI -553. 8. This item is addressed in RFI 256. Current system is code compliant and can maintain temperature requirements for the elevator equipment.( D. Yu, Greenbusch 11/23/20) L. Rock, Weinstein A+U 11/25/20 Attachments: RFI 600 - Arch - Elevator Permit Variance Clarifications_RESPONSES.pdf All Replies: RFI -600 RESPONSES: 1.Confirmed per TFWB. 2.Schindler to provide barricades. to be stored in Storage 125. 3.See attached revised hardware specification for hardware group 13.The revised hardware should avoid having to replace the wood doors, but the field installer may have to modify the flush bolt prep slightly.The type of coordinator specified will avoid having to relocate the closers. (G. Aff, Washington Architectural Hardware, 11/23/20) 4.Confirmed. 5.A dedicated light has been provided inside the control closet which will provide adequate light levels to meet the minimum 19 foot-candles.The plunger -style light switch should be replaced with a standard wall light switch located inside the Closet, on the active leaf door side wall.(R. Juan, TFWB, 11/24/20) 6.A fire sprinkler has been installed in Elevator Control Closet which will cover the control closet elevator equipment.This complies with the NFPA 13 Section 8.15.5 for control space requirements.(D. Yu, Greenbusch 11/25/20).Additionally, there is a sprinkler head installed in the Corridor in front of the Elevator Control Closet which can also provide coverage into the closet.The heat detector in the Elevator Control Closet is connected to the elevator shunt and the fire alarm system. 7.Fire extinguisher was added per RFI -553. 8. This item is addressed in RFI 256. Current system is code compliant and can maintain temperature requirements for the elevator equipment.( D. Yu, Greenbusch 11/23/20) L. Rock, Weinstein A+U 11/25/20 Attachments: RFI 600 - Arch - Elevator Permit Variance Clarifications RESPONSES.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 12/11/2020 10:00 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #256 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #256: CE #319 - RFI #625: Arch - Waste Receptacles TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 256 / 0 Pending - In Review No 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: 1/6 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,973.52 POTENTIAL CHANGE ORDER TITLE: CE #319 - RFI #625: Arch - Waste Receptacles CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #319 - RFI #625: Arch - Waste Receptacles Revision of the type of exterior waste receptacle to the Universal model by Forms + Surfaces per the response to RFI 625. ATTACHMENTS: tfs_52_-_gccm-rfi 625 -arch - waste receptacles-202101062053.pclf_ PCO 256 -SP Combined.Relf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/6/ 2021 12 :54 PM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 256 -SP Subcontractor $ 2790.12 Subtotal: 92.790.12 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 9 0.00 Fee - Sub Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 125.56 GL Insurance: 0.75% Applies to all line Item types. 521,87 P&P Bond: 0.75% Applies to all line Item types. $ 22.03 B80 Tax: = 0.47% Applies to alt line item types. $ 13.94 Grand Total: $2,973.52 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/6/ 2021 12 :54 PM LYRIC Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #256 Project: 30130-10 - TFS#52 - Self -Perform 1544765th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #256: CE #319 -SP - RFI #625 - Waste Receptacles Arch TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 256 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE —Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 1/6 /2021 None Amount Based No $2,790.12 POTENTIAL CHANGE ORDER TITLE: CE #319 -SP - RFI #625: Arch - Waste Receptacles CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed AsFollows) CE #319 -SP - RFI #625: Arch - Waste Receptacles Revision of the type of exterior waste receptacle to the Universal model by Forms + Surfaces per the response to RFI 625. ATTACHMENTS: CE 319-SPpdf # Cost Code Description Type Amount 1 32-600-01- - Site Fumishings (2) ea universal receptacles Materials $ 2,379.00 Subtotal: 52,379.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials; Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 356.85 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 20.52 P&P Bond: 0.75% Applies to all line item`types. $ 20.67 88,0 Tax: = 0A7% Applies to all Zine item types. $ 13.08 Grand Total: $2,790.12 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/6/ 2021 12 :49 PM FORMS+SURFACES' T800.451.0410 1 F 412.385.4715 1 www.forms-surfaces.com QUOTATION #2291.14-00 Quotation No: 229114-00 Project: TUKWILA FIRE STATION 52 Specifier: SWIFT & COMPANY LANDSCAPE ARCHITECTS, SEATTLE,WA Territory Manager: MATT LAURER Quote Date 01/06/2021 Quotation Valid Thru 04/06/2021 Terms 50%DEP,BAL NET30 OAC To: LYDIG CONSTRUCTION 12100 NORTHUP WAY BELLEVUE WA 98005 United States Attention ALEX CAREY Contact Phone (425) 885-3314 Contact Fax Item Facility / Part / Rev / Description / Details Quantity Unit Price Extended Price 001 SLUNN-24SSS Rev: NS U/M: EA Pittsburgh UNIVERSAL RECEPTACLE CAPACITY/CONFIGURATION :24 GALLON /SIDE OPENING BODY MATERIAL / FINISH: STAINLESS STEEL / SEASTONE BODY PATTERN: FADE PERFORATION Standard / Round 2.0000 1,002.00 Tax Amount 2,004.00 202.40 OPENING(S)/LID MATERIAL: - , -, -/SLATE POLY Landfill GRAPHIC -A COPY / COPY COLOR :UTTER" & SYMBOL / WHITE GRAPHIC -A BACKGROUND COLOR: BLACK GRAPHIC -B COPY / COPY COLOR:"RECYCLING" & SYMBOL / WHITE GRAPHIC -B BACKGROUND COLOR: BLACK NUMBER OF LINERS (STREAMS): TWO HALF LINERS (W/BAFFLE) LINER OPTIONS: BAGS STRAPS / NO DRAIN HOLE LID TETHER: NOT INCLUDED BASE MATERIAL / COLOR: POLYETHYLENE / SLATE MOUNTING: SURFACE MOUNTED WITH LEVELERS 002 SXFRT Rev: 000 U/M: EA Pittsburgh HANDLING, PACKAGING AND FREIGHT SINGLE SHIPMENT DOMESTIC LTL GROUND • CONSIGNEE RESPONSIBLE FOR OFF-LOADING; LIFT GATES, PALLET JACKS OR OTHER SPECIAL SERVICES MUST BE REQUESTED IN ADVANCE AND ARE SUBJECT TO ADDITIONAL CHARGES • REFUSED DELIVERIES AND RE-ROUTES ARE SUBJECT TO ADDITIONAL CHARGES 1.0000 375.00 Tax Amouni 375.00 37.88 CUSTOMER COPY 1 of 3 FORMS+SURFACES® T 800.451.0410 1 F 412.385.4715 1 iwrww.forms-surfaces.com UOTATION X29 00, • NOTE ANY DAMAGE TO CRATING ON DELIVERY RECEIPT BEFORE SIGNING FOR CARGO • IN THE EVENT OF ACTUAL DAMAGE (CONCEALED OR OTHERWISE) CONTACT YOUR F+S PROJECT SALES COORDINATOR IMMEDIATELY, DOCUMENT DAMAGE AND DO NOT DISCARD CRATING Total Items Price US$ 2,379.00 Total Tax US$ 240.28 Grand Total US$ 2,619.28 DESIRED SHIP DATE: For scheduling purposes, it is critical to establish an accurate Desired Ship Date at time of order placement. If the necessary deposit and approvals are, not provided in time to meet the customer -confirmed Desired Ship Date, pricing is subject to change at the discretion of F+S. If a Desired Ship Date is not provided by the purchasing party at time of order placement, pricing for orders not approved and released to manufacturing within four months of order placement is subject to change at the discretion of F+S. Your F+S order administrator will provide a general timeline of approval milestones necessary to release your order to manufacturing and for the manufacturing lead time to begin. LEADTIME: Shipment from our facility will be apx 8 weeks from receipt of 50% deposit, signed F+S Order Acknowledgment and signed F+S Approval Drawings, as applicable. All ship date references are estimated and are not guaranteed. F+S lead times apply to standard F+S products and offerings. Orders involving non-F+S, third -party finish materials may be subject to longer lead times. F +S does not assume liability for delays in order completion caused by third -party finish material suppliers. PRICING AND CONFORMITY: Values are based on the specific scope of supply and timing quoted. Should scope or timing requirements change, values may be subject to change. Pricing reflects our understanding of the requirements based on the information provided to us from the quoted or ordering party. The quoted or ordering party is responsible for confirming quantities, sizes, finishes and conformity with any relevant plans and specifications. These considerations are independent of any prior F+S specification efforts, drawings or engineering details that may have previously been issued by F+S or otherwise obtained by the quoted or ordering party or any involved third -party. Payment terms are per most recent Quotation or F+S Order Acknowledgment and are not contingent upon any Condition Precedent stipulations by the buyer. F+S rejects any Condition Precedent or Retainage clauses from buying parties. Any fees associated with customer -stipulated construction management software or billing services will be charged back to customer on invoice. Pricing assumes fabrication in accordance with F+S standard or recommended manufacturing methods. DELIVERY: Receiving parties are responsible for off-loading all materials from the carrier which may require a forklift, pallet jack or other specialized equipment, tools and appropriate manpower. Receiving parties are responsible to document via digital images, notate on delivery receipt prior to signing, and immediately notify an F+S representative of any visible damage to the exterior of crating or packaging. Actual inspection of goods must be completed and any damage claims filed within five business days of delivery. Unpacking, assembly or installation are the responsibility of the buying party or their assigns. All deliveries are curbside if no loading dock is available or accessible at delivery site. For questions regarding lead times, deposits, approvals, etc. please contact your F+S Project Sales Coordinator. INSIDE SALES CONTACT: Daleya Nem EMAIL: Daleya.Nem@forms-surfaces.com PHONE: 480.676.3259 Matt Laurer Territory Manager, Outdoor Products Forms+Surfaces I www.torms-surfaces.com T 800.451.0410 I M 971.409.0340 1 F 412.781.7840 matt.laurer@forms-surfaces.com BY SIGNING A SALES ORDER ACKNOWLEDGEMENT, YOU ARE AGREEING TO THE EXPANDED FORMS+SURFACES, INC TERMS & CONDITION: OF SALE THAT CAN BE VIEWED AT: WWW.FORMS-SURFACES.COM/TERMS CUSTOMER COPY 2 of 3 FORMS+SURFACES' T 800.451.0410 1 F 412.385.4715 1 www.forms-surfaces.com QUOTATION #22911400 CUSTOMER COPY 3 of 3 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #625 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Waste Receptacles TO: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 12/29/2020 LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: L111 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 01/05/21 01/05/2021 12 93 00 - Site Furnishings 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 07:03 AM on 12/29/2020 Based on conversation between WAU and Lydig, the Forms+Surfaces Axis 32 Gallon Waste and Recycling Double Receptacle (12 93 00 8.3 c. 2) is not intended for outdoor use when not under a covered area as it does not have a cover and is susceptible to fill up with rain. The receptacles are made to order and cannot be returned. Please provide alternate specification for the waste receptacles and clarify finish options, quantities and mounting type. Official Response: Emma Nowinski (Weinstein A+U) responded on Monday, January 4th, 2021 at 10.09PM PST THE TWO EXTERIOR WASTE RECEPTACLES ARE TO BE REPLACED WITH THE 'UNIVERSAL MODEL, WITH OPTIONS NOTED ON THE ATTACHED PRODUCT DATA SHEET. INSTALLATION SHOULD REMAIN SURFACE -MOUNTED PER THE ORIGINAL SPECIFICATION, WITH MODIFIED LOCATION PER RESPONSE TO RFI -617. AXIS RECEPTACLES THAT WERE ALREADY ORDERED SHOULD BE TURNED OVER TO THE OWNER FOR USE ELSEWHERE. E.NOWINSKI / WAU 1/4/21 Attachments: RFI -625 - Arch - Waste Receptacles WAU RESPONSE.pdf All Replies: Yt.aillkenk WitiON0140-6440041404,,WAMOA,,,v,,,ampaapm,,,,,,04, Aailto.4.6drwawnigdeliMaiMOMANW44,10SWOONW.Vintal THE TWO EXTERIOR WASTE RECEPTACLES ARE TO BE REPLACED WITH THE 'UNIVERSAL' MODEL, WITH OPTIONS NOTED ON THE ATTACHED PRODUCT DATA SHEET. INSTALLATION SHOULD REMAIN SURFACE -MOUNTED PER THE ORIGINAL SPECIFICATION, WITH MODIFIED LOCATION PER RESPONSE TO RFI -617. AXIS RECEPTACLES THAT WERE ALREADY ORDERED SHOULD BE TURNED OVER TO THE OWNER FOR USE ELSEWHERE. E.NOWINSKI / WAU 1/4/21 Attachments: RFI -625 - Arch - Waste Receptacles WAU RESPONSEpdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 01/06/2021 12:53 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #260 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #260: CE #323 - RFI #456: Arch - Spay Foam at North East App Bay Jamb TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 260 / 0 CONTRACT: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review No 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) 1/11 /2021 None Amount Based No $1,440.87 POTENTIAL CHANGE ORDER TITLE: CE #323 - RFI #456: Arch - Spay Foam at North East App Bay Jamb CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #323 - RFI #456: Arch - Spay Foam at North East App Bay Jamb Additional spray foam at the North East of the App Bay as directed in the response to RFI 456. ATTACHMENTS: tfs 52 -_gccm-rfi 456-arch_:_spay foam_at_north east_app_bay_iamb-20210111213544f CE 323 - Van #43 - Additional Splay Foam at Asp Bay.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/11/ 2021 01 :36 PM Cost Code Description Type Amount 09-010-99- - BP -06 - GWB, Insulation &ACT Sub Van #43 Subcontractor 5 1,352.00 Subtotal: 51,352.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equpment, 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. $ 60.84 GL Insurance: 0.75% Applies to all line item types. $ 10.60 P&P Bond: 0.75% Applies to all line Item types. $ 10.68 B&O Tax: = 0.47% Applies to all line Item types. 5 6.75 Grand Total: 51,4.40.87 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/11/ 2021 01 :36 PM >•5 ILSrCumpany #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: -42-- 43 Submitted By; Mark Davis Document Reference: Lydig Direction Company: Vanderlip & Co., Inc Date: 11113/2020 Description of Change: Additional work performed by Commercial Insulation Service for spray foam application at plywood removed at roof sidde of App Bay as directed by Lydig. Back-up documentation is attached. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 1 585.22 $85 Demo 579.82 Framing 579.82 Hang Drywall 579.82 Tape/Plaster 579.82 Stock/Staging_ 579.82 Protection/Clean-up 579.82 Install WPP 579.82 Install Comer Guards 579.82 Delivery 579.82 Subtotal: 585 2. MATERIALS QTY UNIT RATE COST Track UFT $1.52 Studs UFT $1.26 Water Resistant GWB SQ/FT $0.75 Taping SQTFT 50.22 Color Match Caulking. ea $12.79 C/S Acrovyn Wall Panels SQ/FT 54.19 SHIPPING ea $75.00 Cornerbead UFT $1.19 Hot Mud UFT 50.98 Subtotal: 3. EQUIPMENT QTY RATE COST Dumpster HRS $2.97 Equipment HRS 58.75 Subtotal: 4, SUBCONTRACTORS QTY UNIT RATE COST Commercial Insulation Service 51,150 Subtotal: $1,150 5. MARKUPS SUBTOTAL % CHARGED COST 5 Bond 1.00% $12 Sub -Tier Fee (8%) 8.00% 592 5.1 Fee (NTE 15% of 1,2,3) 15.00% $13 Subtotal: $117 TOTAL COST OF THIS CHANGE: $1,352 14535 NE 91' Street - Redmond, WA 98052 - 425-855-4110 - Fax 425-885-4110 Commercial Insulation Service 7930 Center St. SW Tumwater, WA 98501 P: 360-507-0851 Georqecisinsulation.com CHANGE ORDER REQUEST CIS Job Number 02004 Date 7/12/2020 COR 6 Job Name Fire Station 52 Qty UM Rate Total Labor Project Manager 0 hr $ 95.00 $ Foreman 0 hr $ 83.95 $ Journeyman 4 hr $ 78.05 $ 312.20 Journeyman OT 0 hr $ 117.08 $ Subtotal $ 312.20 Materials Froth pack foam 1 Roll $ 687.70 $ 687.7 $ - $ $ - $ Sub Total $ 687.7 Equipment Delivery ea $ 125.00 $ Lift ea $ 350.00 $ Sub Total $ Grand -Subtotal $ 999.9 Labor, Materials, Equipment $ Sub Total $ 999.9 » Total 999.90 Cost of Time Time Extension Delays Description of work day 0.00 $ day 0.00 $ Sub Total $ Add more spray foam details at roof side after plywood cut away. Additional Working Days Subtotal Allowed Markup 15% 999.90 $149.99 COR Total $1,150 This proposal excludes sales tax and includes any and all necessary adjustments to the construction schedule and all direct and indirect costs based on information provided by the owner. Contractor: George Drabner - President Signature Approved by: Signature Date 7/12/2020 Date LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #456 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Spay Foam at North East App Bay Jamb TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 07/13/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A422, A423 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 07/13/20 07/20(2020 TBD RECEIVED FROM: Mark Davis (VANDERLIP & COMPANY, 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 10:56 AM on 0711312020 Clarification is needed for the extent of spray foam insulation at the north east corner of the App Bay. During a site visit, JRS had noted that spray foam areas were incomplete along the north elevation of the app bay. At the north west corner of the app bay, details on A422 show spray foam in the exterior wall cavity from the level 2 metal decking to the top of the roof assembly. These details are only called out on the west side and reference west in the detail title. The northeast corner followed detail 4/A423 showing spray foam at GL's E.6/7. Per follow up email correspondence between Lydig and JRS, the details on A422 should also apply to the northeast corner of the app bay (GL E.6/7). Please confirm that details 3, 11 and 13 should be applied at the north east corner of the app bay as well for air barrier continuity. Area of additional spray foam is shown on the attachment. Attachments: RFI 456 - Arch - Spay Foam at North East App Bay Jamb.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, July 13th, 2020 at 3:26PM PDT JRS COMMENTS (AHN; 7/13/20): JRS understands that Arch detail 4/A423 shows spray foam at the NE corner on Level 1. For spray foam installation at the NE corner on Level 2, JRS recommends following similar Arch details 3, 11 and 13/A422. Also, we agree with the clarified depth noted for the spray foam highlighted in orange on the provided detail sheets. Attachments: RE1..450,Arch,-Spplloam at North East App.agyjamb JRS.,pdf All Replies: 4:1):trarasym,v, td*WORWAVV, 0: tat,,, JRS COMMENTS (AHN; 7/13/20): JRS understands that Arch detail 4/A423 shows spray foam at the NE corner on Level 1. For spray foam installation at the NE corner on Level 2, JRS recommends following similar Arch details 3, 11 and 13/A422. Also, we agree with the clarified depth noted for the spray foam highlighted in orange on the provided detail sheets. Attachments: RFI 456.7 Arch - Spay Foam at North East App Bay Jamb JRS pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 01/11/2021 01:35 PM LYIDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #262 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #262: CE #326 - RFI #628: Elec - Electrical Coordination with Stanley Monitoring 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: 262 /0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/11 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $5,505.56 POTENTIAL CHANGE ORDER TITLE: CE #326 - RFI #628: Elec - Electrical Coordination with Stanley Monitoring CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #326 - RFI #628: Elec - Electrical Coordination with Stanley Monitoring Added duplex receptacle for fire alarrn monitoring equipment in Elec 105 per the response to RFI 105. Addition of AES by Guardian for temporary fire alarm monitoring (as confirmed outside of RFI response between Lydig/SOJ). Fire alarm control panel programming of the panel for integration of Stanley Monitoring, who is the City's standard monitoring company. Temp monitoring required due to timeline of Stanley permitting and installation. ATTACHMENTS: tfs 52 - gccm-rfi 628-elec - electrical coordination with stanley monitoring -202101120015.pdf CE 326 - COR071.1.pdf # Cost Code Description Type Amount 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 071.1 Subcontractor $ 5,166.00 Subtotal: 55,166.00 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: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 5 232.47 GL Insurance: 0.75% Applies to all line Item types. $ 40.49 P&P Bond: 0.75% Applies to all line Item types. § 40.79 B&O Tax: = 0.47% Applies to all line Item types. $ 25.81 Grand Total: 55,505.56 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/11/ 2021 04 :17 PM Pese January 8, 2021 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# 628 PCEC RFI# PCEC COR# 071.1 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 $5,166.00 We will not proceed with this change to our work until directed by Lydig Construction Lightfixtures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work Our schedule may be impacted due to this revision. We will advise shipping schedules after direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 6 ) worksheets pese Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No.: i 19066»] PCEC COR# 071.1 Work Revised - Addition of Fire Monitoring AES by Guardian andDate: 11812021 Description: duplex, connected to FA Circ, and Fire Alarm Programming for CCD# Reintegration with Stanely Monitoring. RFI# 628 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 3.62 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 $ 343.79 Supervision d. direct supervision 0% (of direct labor) $ e. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ .i. CRAFT LABOR COSTS 343.79 2. MATERIAL COSTS a. scheduled material $ 90.02 d. permits $ b. quoted material $ e. dumpster $ c. freight $ f. coordination drawings $ - 2. MATERIAL COSTS $ 90.02 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 65.07 6. SUBCONTRACTORS a. Guardian Security $ 4,181.00 b. c. d. 6. SUBCONTRACTORS 4,181.00 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 7 O&PONSUBS 334.48 8. INSURANCE / TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 50.14 b. Bonding 2.00% (of 1 through 7) $ 101.29 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8 INSURANCE 151.43 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 5,166.00 Job Name: FS#52 Tukwil Job Number: 1429 Extension Name: COR Material Filter <None> [Items and ByProducts] Report: COR 2/1 Item # Item Name Price'_-� Label Set Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 1.047 3/4 EMT 1,188 3/4EMT CONN S/C 1,319 3/4 EMT COUPL S/C 1,458 3/4 EMT 1 HOLE STP/STL 3,993 8 X 1/2 WAFER HD DRL TEK SC 4,126 10 X 1-1/2 COMB PAN HD TAP 4291#10/3/16FLAT CUT VVASHCR, 6,988 12 GA TERMINATION 7,17OIDEAL 4SZRED WIRE NUT 17,047 RAISED COVER 1 RECP 17,086 SGL 5-20R 20A 125V RECPT 17.465 4/S BOX 1-1/2"D COMBO 18.76]GRD PIGTAIL #14x6^ E",."e $90.02 33.30 $569.58 M $18.97 M 18oD�x c $1614 [ , ,-z� E 2.0& $2Q.72 C C 2.00 ` ' C $0.09 [ 2.00 '' � $$°0i °171 � �Mn^�����I44[ $O�7 [ 6�O $O{N E 3.08 $201.37 M$060l;;':,;.::1:::::::.......,,,, E 100 $911 [ 1{0 E $1740 C 1.00 $290.49 C $2.90 C 1{0 [ $3.94 [ $90.02 Labor Ext 3.62 0.20 0.50 0.60 0.17 0.08 0.10 0.12 0.01 0.90 0.18 0.10 0.30 0.30 0.06 3.62 Courtesy of McCormick Systems Inc Page 2 1/4/2021 2:21 PM 2 SCOPE OF WORK Name: Pacific Coast EIectrcaI Contractors Site Billing Contact Tukwila Fire Station 52 16620 North Road Scott Driscoll 15447 65th Ave. 5 Bothell, WA 98012 P (206) 919-2042 Tukwila, WA 98188 E sdriscoll@pcec.com Labor for pretesting and verifying signals with Stanley and the Alarm Center. 253-564-4564 I rnwade@guardiansecurrty.com I www.guardiansecurity.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 Total Proposal Amount Note: Taxes are not included and will be charged at the time of invoice. $1,440.00 253-564-4564 I mwade@guardiansecu ity.coni f www.guardiansecuritycom SCOPE OF WORK Name: Pacific Coast Electrical Contractors Site Billing Contact Tukwila Fire Station 52 16620 North Road Scott Driscoll 15447 65th Ave. S Bothell, WA 98012 P (206) 919-2042 Tukwila, WA 98188 E sdriscoll@pcec.com Guardian Security to provide and install temporary AES radio communicator to monitor existing fire alarm system through Guardians AES Network. 120VAC outlet must be installed next to Fire Alarm Control Panel prior to installation. Month to month monitoring will be provided under separate contract with the City of Tukwila at $75.00 per month. -44 S3-64-4564 lil 564-4564 wade@guardiansecurity.corri I www.guardiansecurity.com PROJECT INVESTMENT Name: Pacific Coast Electrical Contractors Site 15447 65th Ave. S Tukwila, WA 98188 -zitES Radio irista • • 1 AES INTERNATIONAL 7788F-C-ULP 1 BOSCH 01640 1 INTERSTATE BATTERY SLA1075 op Billing 16620 North Road Bothell, WA 98012 Contact Scott Driscoll P (206) 919-2042 E sdriscoll@pcec.com Descnption RADIO, FIRE, 8 ZONE, ULC LISTED, W/INTELLIPRO, RED 16VAC, 40VA plug-in transformer 12V 8AH SLA .187 FASTON Total Proposal Amount Note: Taxes are not included and will be charged at the time of invoice. ."1_-aWte $2,741.00 Alex Carey From: Julie DeDonato <jd@ancoraprojects.com> Sent: Monday, January 11'2O21 3:40 PM To: David White Cc: Alex Carey; Craig Greene; Rachel Bianchi; Justine Kim; Henry Ancira Subject: RE: 52 monitoring Importance: High Adding Henry + HiDavid—|havediscussedthisapproachondcos with Rachel and we approve this strategy. Please move forward with arranging for Guardian to complete the monitoring installation at Fire Statin 52. Please coordinate as necessary with Henry directly. Julie From: David <DVVhite@lydig.com> Sent: Monday, January 11, 2021 9:53 AM To: Julie D ts Cc|uJex�Carey �ACorey�� igzumx; Craig Greene <CGreene@lydig.com>; Rachel Bianchi ^Rachei8ionohi@TukwiaVyA.8nv>;Justine Kim ~4ustinok@psnjseazom> Subject: RE: 52 monitoring Julie, We received pricing of $5,166 from PCEC. This forte followingwork: PCEC to install a dupiex outlet for the Guardian AES raclio Guardian to install temp AES Radio and pretesting. - Guardian to provide programming for Guardian monitoring. Guardian to provide re -programming for Stanley monitoring when the switch is made. Month to month monitoring will be provided for $75/per month under the contract Henry will sign.Let me know if you have any questions. David White | Project Engineer Lydig Construction auoGVmAve SE, Ste 110 Bellevue, WA 98005 P. 425.885.3314 |c 360.584.3363 From: Julie DeDonato«|dPancorapro ectscom> Sent: Thursday, January 7, 2021 2:37 PM To: David White <DWhite@Ivdig.com> Cc: Alex Carey <ACarey@lyclig.com>; Craig Greene <CGreene@lydig.com>; 'Rachel Bianchi' <Rachei8ianch|UoTukwi|aVVA.goy>;Justine Kim <iustinek@soiseazum> Subject: RE: 52 monitoring Thanks David. This is an excellent solution to keep us on track. Please let us know once you receive pricing. LYE/1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #628 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Electrical Coordination with Stanley Monitoring TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E301S LINKED DRAWINGS: ThayerWild (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Lauren Rock (Weinstein A+U) Bellevue) Emma Nowinski (Weinstein A+U) 3180 139th Ave SE - Suite 110 01/05/2021 Bellevue, Washington 98005 STATUS: Open DUE DATE: 01/12/2021 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: 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 02:31 PM on 01100/2021 According to emails from CoT and Stanley (fire alarm monitoring contractor) the following items need to be provided in order for Stanley to install their required AES radio. 1. A duplex outlet installed on a 4 -square deep metal box which can be extended from the existing FACP circuit below or adjacent to FACP to provide power for the fire radio plug in style transformer. o PCEC will have costs to install this duplex outlet. See attached for a possible location for the outlet. 2. The fire alarm system contractor will be required to be on site at time of radio installation to provide FACP programming and operation of the fire panel for both pretesting and final sign off with the AHJ. The fire alarm contractor is to provide a list of point descriptions for all devices included in the fire alarm system to the monitoring agency. Upon completion of programming we will witness a pretest performed by the fire alarm contractor and verify the signals are correctly received at the monitoring agency. o PCEC will have costs for the added mobilization and initial programming of the FACP to allow for the AES Radio, A ROM of $2,100 was given for these two items. Please advise. Attachments: RFI 628 - Elec - Electrical Coordination with Stanley_Monitoring.pcf Awaiting an Official Response All Replies: BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 01/11/2021 04:15 PM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #263 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #263: CE #327 - RFI #584: Arch - Signage Art Files (Salish Plaque) TO: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 263 /0 CONTRACT: REQUEST RECEIVED FROM: CREATED BY: STATUS: Pending - In Review CREATED DATE: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No 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) 1/12 /2021 None Amount Based No $762.99 POTENTIAL CHANGE ORDER TITLE: CE #327 - RFI #584: Arch - Signage Art Files (Salish Plaque) CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #327 - RFI #584: Arch - Signage Art Files (Salish Plaque) Addition of sign type 16 "Salish Plaque" per the response to RFI 584. ATTACHMENTS: tfs 52 -gccm-rfi 584 -arch - signage art files-202101122143.pdf PCO 263 -SP Combined,pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/12/ 2021 01:44 PM Cost Code Description Type Amount 03-001-99- - BP -03 - Structures Subcontractor PCO 263 -SP Subcontractor $ 715.93 Subtotal: 9715.93 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. $ 32.22 GL Insurance: 0.75% Applies to all line Item types. $ 5.61 P&P Bond: 0.75% Applies to all line Item types. 5 5.65 B&O Tax:.-- 0.47% Applies to all line kern types. 93.58 Grand Total: 9762.99 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/12/ 2021 01:44 PM 1 IN D I G PCO #263 -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 #263 -SP: CE #327 -SP - RFI #584: Arch Signage Art Files (Salish Plaque) TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 263 -SP / 0 Pending - In Review No 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: 1/12 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $715.93 POTENTIAL CHANGE ORDER TITLE: CE #327 -SP - RFI #584: Arch - Signage Art Files (Salish Plaque) CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #327 -SP - RFI #584: Arch —Signage Art Files (Salish Plaque) Addition of sign type 16 "Salish Plaque" per the response to RFI 584. ATTACHMENTS: CE_327-SP-D10: CO #5 - Added PlaqueTy_pe_:16:pdf_ # Cost Code Description Type Amount a 10-018-99-- Signage Subcontractor D10 COR 05 Subcontractor 5 650.00 Subtotal: $650.00 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 $.52.00 GL Insurance: 0.75%Applies toall line item types. $ 5.27 P&P Bond: 0.75% Applies to all line item types. x$ 5.30 B&O Tax: = 0.47% Applies to ail line item types. $ 3,36 Grand. Total: $715.93 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/12/ 2021 01 :39 PM Project: Contractor: Tukwila FS #52 Lydig Subject: Added Plaque Type 16 Change Order Proposal Date: 1/11/2021 D10Change Order # 5 Please provide a change order for the following work: 1) Added Etched StanIess Steel Dedication Plaque Type 16 - (1) Total price per attached breakdown: � ~ 650 State and Iocalsales tax: included X not included Extension of time: 0 We have proceeded with the vvork X Work will not proceed without formalouthohaation This price is good for30 days from above dateafter whichthis proposal is subjecto revision. Submitted By: D10 Signs & Graphics Dustin Deer Cell: (206) 696~6990 DESCRIPTION: Added Sign Type 16 CHANGE ORDER PROPOSAL SUMMARY DATE: 1111/2021 LAR EMIRS RATE PROJECT MANAGER 1 X 120.00 SIGN INSTALLER - NON ELECTRIC 1 X 80.00 SIGN INSTALLER - ELECTRIC 0 X 95.00 SUBTOTAL SMALL TOOL ALLOWANCE @ 01600-200-001E SUBTOTAL 0.0% TOTAL $ 120.00 = $ 80.00 S 200.00 $ 200.00 MARK-UP @ 12.0% 24.00 $ 224.00 TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Added Plague Type 16 1 X 380.00 = $ 380.00 X = $ - X = $ X = $ X = $ X = 5 = $ SUBTOTAL $ 380.00 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ - MARK-UP @ 12.0% $ 45.60 TOTAL MATERIAUEQUIPMENT $ 425.60 PROPOSAL SUBTOTAL $ 649.60 CONTINGENCY (before markup) 0.00% $ PROPOSAL SUBTOTAL $ 649.60 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 $ 649.60 COMMENTS: 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 #584 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Signage Art Files TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 11/05/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 01/08/21 11/12/2020 TBD 10 13 23.16 - Room -Identification Panel Signage 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 07:55 AM on 11/05/2020 ASI -020 provided the interior signage schedule. Sign type 4 is an evacuation route map. Sign type 9 is a dedication plaque. Please provide art files or sign text/layout for these sign types. Attachments: RFI 584 - Arch - Signage Art Files.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Friday, January 8th, 2021 at 11:51AM PST See attached for .pdf and .ai vector files of the following, and provide shop drawings and samples for Architect's review prior to fabrication. 1.Sign type 9 - Stainless steel Dedication Plaque to be located mounted to south wall of Lobby, as shown on 3/A612. 2.NEW sign type 16 (exterior) - Salish Plaque to be mounted to top of concrete bench in Entry Plaza.See attached site plan for location. Brushed stainless steel 5"H x 8"W, 1/4" thick Finished beveled edge Blind stud mount Font: Futura Medium, black etched 3.Sign type 4 - Evacuation route map First floor: mount on west wall of Lobby, see exact location on A612, attached Second floor: mount on east wall of Backup EOC/ Training Room, see exact location, attached L. Rock, Weinstein A+U 1/8/2021 Attachments: TFS52-Dedication-Plagua.psit,TFS52-Dedication-Plague.al,IFS52 Evac Map,gclf,TES5LEyaq Map.ai,TFS52 SelishPlaque_Option:2.pdf,IFS52 Salish Plague Option-2.ai,RFI 584 - Arch - Signage Art Files WAU Ressonse,pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 01/12/2021 01 :43 PM RFI #584 L YDIG See attached for .pdf and .ai vector files of the following, and provide shop drawings and samples for Architect's review prior to fabrication. 1.Sign type 9 - Stainless steel Dedication Plaque to be located mounted to south wall of Lobby, as shown on 3/A612. 2.NEW sign type 16 (exterior) - Salish Plaque to be mounted to top of concrete bench in Entry Plaza.See attached site plan for location. Brushed stainless steel 5"H x 8"W, 1/4" thick Finished beveled edge Blind stud mount Font: Future Medium, black etched 3.Sign type 4 - Evacuation route map First floor: mount on west wall of Lobby, see exact location on A612, attached Second floor: mount on east wall of Backup EOC/ Training Room, see exact location, attached L. Rock, Weinstein A+U 1/8/2021 Attachments: TFS52-Dedication-PlaQue.pdf TFS52-Dedication-Plaque.ai TFS52 Evac Map.pdf TFS52 Evac Map.ai TFS52 Salish Plaque Option-2.pdf TFS52 Salish Plaque Option -2.a' RFI 584 - Arch - Signage Art Files WAU Respopse.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 01/12/2021 01:43 PM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #264 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #264: CE #328 - RFI #631: Arch - Revised Room Signage 203 and 204 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 264 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No 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: 1/13 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $352,15 POTENTIAL CHANGE ORDER TITLE: CE #328 - RFI #631: Arch - Revised Room Signage 203 and 204 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #328 - RFI #631: Arch - Revised Room Signage 203 and 204 New sign for room 204 to read "Deputy Fire Chief' per the request from TFD and confirmed per the response to RFI 631. ATTACHMENTS: PCO 264 -SP - Combined.pdf tfs 52 - gccm-rfi 631 -arch - revised room signage 203 and 204-202101132027.pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/13/ 2021 12:36 PM Cost Code Description Type Amount 1 03-001-99- - BP -03 - Structures Subcontractor PCO 264 -SP Subcontractor $ 330.43 Subtotal: 5330.43 Fee - Saif Perforrn 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. $ 14.87 GL Insurance: 0.75% Applies to all line item types. $ 2.59 P&P Bond: 0.75% Applies to all line item types. $ 2.61 B&O Tax: = 0.47% Applies to all line Item types. $ 1.65 Grand Total: 5352.15 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/13/ 2021 12:36 PM LY11G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #264 -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 #264 -SP: CE #328 -SP - RFI #631: Arch Revised Room Signage 203 and 204 TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 264 -SP / 0 REQUEST RECEIVED FROM: STATUS: 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) 1/13 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $330.43 POTENTIAL CHANGE ORDER TITLE: CE #328 -SP - RFI #631: Arch - Revised Room Signage 203 and 204 CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #328 -SP - RFI #631: Arch - Revised Room Si•na.e 203 and 204 New sign for room 204 to read "Deputy Fire Chief' per the request from TFD and confirmed per the response to RFI 631. ATTACHMENTS: CE..328:SP_D1000R CeO#7_ AddedSigns.pdf # Cost Code Description Type Amount 10-018-99-- Signage Subcontractor D10 COR 07 Subcontractor $ 300.00 Subtotal: $300.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Subcontractor and Purchase Agreements. $ 24.00 GL Insurance: 0.75% Applies to alt line Item types. $:2.43 P&P Bond: 0.75% Applies to all line Item types. $ 2.45 B&O Tax: = 0,47% Applies to all line Item types. $ 1.55 Grand Total. $330.43 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/13/ 2021 11 :08 AM Project: Contractor: Tukwila FS #52 Lydig Subject: Added Room Signs Change Order Proposal Date: 1/12/2021 D1OChange Order # 7 Pease provide a change order for the foliowing work: 1) Added Sin Type 1 (1) Total price per attached breakdown: � � 300 State and Iocal 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 DESCRIPTION: Added Sign Type 1 CHANGE ORDER PROPOSAL SUMMARY DATE: 1/11/2021 LA11.01 HOURS RATE TOTAI PROJECT MANAGER 1 X 120.00 = 5 120.00 SIGN INSTALLER - NON ELECTRIC 1 X 80.00 = $ 80.00 SIGN INSTALLER - ELECTRIC 0 X 95.00 = $ - SUBTOTAL $ 200.0D SMALL TOOL ALLOWANCE 0 01600-200-001E 0.0% SUBTOTAL MARK-UP TOTAL LABOR $ 200.00 12.0% 24.00 S 224.00 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Sign Type 1 1 X 48.00 = 5 48.00 Shipping 1 X 20.00 = $ 20.00 = $ - = 5 = $ = $ = $ _ SUBTOTAL $ 68.00 USE TAX ON MATERIALS AND EQUIPMENT 0.0% 5 - MARK-UP @ 12.0% 5 8.16 TOTAL MATERIAL/EQUIPMENT $ 76.16 PROPOSAL SUBTOTAL $ 300.16 CONTINGENCY (before markup) 0.00% 5 PROPOSAL SUBTOTAL 5 300.16 LIABILITY WRAP INSURANCE 0.00% $ B&O TAX 0.00% 5 BONDS 0.00% $ CITY LICENSE FEE 0.00% $ INFORMATION TECHNOLOGY 0.00% $ TOTAL INSURANCE, ETC. 0.00% $ PROPOSAL TOTAL $ 300.16 COMMENTS: LY 010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #631 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Revised Room Signage 203 and 204 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A923 LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) FROM: David White (Lydig Construction, Inc. - Thayer Wild (Weinstein A+U) Bellevue) Lauren Rock (Weinstein A+U) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 01/08/2021 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) STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Closed on 01/13/21 01/15/2021 Greg Bereiter (AMERICAN MARKETING/D10 SIGNS) Question from David White (Lydig Construction, Inc. - Bellevue Of) et 10:23 AM on 01/08/2021 Confirmation of revised room signage is needed. 1. Please confirm room 203 is to have the Support Services sign installed. 2. Per discussion with Fire, room 204 now needs to be titled, "Deputy Fire Chief'. Please provide a revised signage description. Attachments: RFI 631 - Arch - Revised Room Signage 203 and 204.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, January 12th, 2021 at 4:42PM PST Confirmed. L. Rock, Weinstein A+U 1/12/21 Attachments: RFI 631 - Arch - Revised Room Sigriage 203 and 204_WAU Response pdf All Replies: "40 miligit:9 'vamemettasm,,, daktiOnt*WyomovsnArmktVgAr8Wmitor,,ikAwsm, kWh' WNitoevVao*,,,,i,:;Koow,,,mko,v Confirmed. L. Rock, Weinstein A+U 1/12/21 Attachments: .66.1:.6t0,_:„Revjs.ed_Roor_n S.Igpage,201ancl,..?9,4 Vy_AU.Respo_nse_pclf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 01/13/2021 12:27 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #265 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #265: CE #329 - RFI #458: Arch - Motorized Swing Gate Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 PCO NUMBER/REVISION: 265 / 0 CONTRACT: 30129- Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/13 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $962.36 POTENTIAL CHANGE ORDER TITLE: CE #329 - RFI #458: Arch - Motorized Swing Gate Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #329 - RFI #458: Arch - Motorized Swing Gate Clarifications Addition of a second card reader to the access control scope of work for controlling the motorized swing gate (G15) per the response to RFI 432 and RFI 458. ATTACHMENTS: tis 52`�ccm_rf_i 458 -arch! motorized swing_gate clarifications 202101132015pdf _CE 329 =COR072,pdf_ # Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/13/ 2021 12 :40 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 072 Subcontractor $ 903.00 Subtotal: $903.00 Fee - Sel 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. $ 40.64 GL Insurance: 0.75% Applies to all line item types. $ 7.08 P&P Bond: 0,75% Applies to all tine item types. $ 7.13 B&O Tax: =.0.47% Applies to all line item types. $ 4.51. Grand Total: $962.36 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/13/ 2021 12 :40 PM PeEe January 13, 2021 Lydig Construction 3180 I39th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Firc Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 458 PCEC RFIll PCEC COR# 072.0 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 S903,00 We will not proceed with this change lo 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 10 proceed with this work Our schedule may be impacted due to this revision. We will advise shipping schedules after direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt of written approval nd required material products fir 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 10 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 Added Card reader at Gate Pedestal. 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# 072.0 Date: 1/13/2021 CCD# RFI# 458 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 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 $ $ 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. d. permits e. dumpster f. coordination drawings $ 2. MATERIAL COSTS $ 0% overhead & profit of 1 0% overhead & profit of 2, 3 & 4 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. Stanley Security 811.33 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&O Tax 9. O& PON INSURANCE / TAXES a. 0% portion of 8 6. SUBCONTRACTORS 7.08 PONSUBS 1.00% (of 1 through 7) 2.00% (of 1 through 7) 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 08 P ON INS I TAX TOTAL COST 1 THRU 8 8.76 17.70 $ 811.33 64.91 26.46 903.00 LVID ID 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, nc. Bellevue Of) 0 5 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 E101. 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 4' off 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: RF1.458 -Arch- Motorized Swing Gate Clarifications.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, July 21st, 2020 at7:51PM 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: RR 458 - Arch_ = Motorized Swing Gate Clarifications WAUResponse.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 01/13/2021 12 :15 PM RFI #458 LYD1G 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 458,7Arch - Motorized SwirigQate Clarifications VVAU Response.p_df BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 01/13/2021 12:15 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #266 Project: 30129-43— TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #266: PRIORITY - Elec - Faceless GFCI in Lieu CE #330 - RFI #614.2: of GFCI Breakers TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 266 / 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) 1/13 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $4,117.97 POTENTIAL CHANGE ORDER TITLE: CE#330 - RFI #614.2: PRIORITY - Elec - Faceless GFCI in Lieu of GFCI Breakers CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #330 - RFI #614:2: PRIORITY - Elec - Faceless GFCI in Lieu of GFCI Breakers During the electrical final inspection, it was determined that additional GFCI protection was required. Costs include installation of (2) GFCI breakers in Panel M and GFCI faceless receptacles in Elec 105 for areas requiring GFCI protection per the response to RFI 614, 614.1 and 614.2. ATTACHMENTS: tfs52_:_gccm-rfi 614.1-elec - revised fci installation-202101132311.pdf tfs 52 - gccm-rfi 614.2 -priority - elec - faceless gfc.iin lieu of_gfcl_breakers` 202101132307pdf_ _tfs _52-_c ccm rfl_614 alae_ _added gfcl_protection_per ahj-2021.01132310 pdf_ CE 330=COR066.2,pdf it Cost Code Description Type Amount 1 26-001-99--BP-11-Electrical Subcontractor PCEC COR 066 Subcontractor $ 3,864.00 Subtotal: 93,864.00 Fee elf 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. $ 173.88 GL Insurance: 0.75% Applies to all line Item types. $ 30.28 P&P Bond: 0.75% Applies to all line item types. $ 30.51 B&O Tax: :=0.47%Applies to all line Item types. $ 19.30 Grand Total: 94,117.97 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/13/ 2021 03:12 PM e January 13, 2021 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Atm.: Alex Carey RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP/I CCD# PCEC COR# 066.2 Dear Alex Pacific Coast Electrical Contractors, referenced work as described on our We are proceeding with this change PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RFI# 614 PCEC RFI# Inc. is pleased to quote a lump sum additive change order price for the above attached worksheets in the amount of 53,864.00 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 ivritten approval and required material products for this change to our scope ofwork. The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, / Scott Driscoll Project Manager Enclosures: ( 3 ) worksheets • Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 (119066 j Revised GFCI protection required by COT Inspector. 2 Breakers in Panel M and GFCI Faceless Receptacles for rest. 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 dAireet-supewision 0%-(of-direet-labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight $ 595.10 $ 498.00 $ 100.00 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 0% (of direct labor) $ 94.97 129.78 164.59 107.02 116.83 $ 2,068.45 $ COP# - PCEC COR# 066.2 Date: 1/13/2021 CCD# RFI# 614 PCEC RFI# 21.78 Hrs. Normal Time 0.00 Hrs. OT 1-112 Time 0.00 Hrs. OT 2 The 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 & 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& 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) 13. INSURANCE 9. 08, P ON INS / TAX $ $ $ TOTAL COST 1 THRU 8 37.51 75.77 $ 2,068.45 1,193.10 489.23 $ 113.27 $ 3,864.00 Job Name: FS#52 Tukwila Job Number 1429 Extension Name: COR Item # Item Name Quantity Material Filter: <None> [Items and ByProducts] Report COR 2/1 • PriCe Ext Price Labor Labor Et Label Set Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 455.10 4569.58 M $595.10 21.78 273 1,047 3/4 EMT 2000 - $16135 C $259.22 `3,,I:aafttflb" M 4..a...1tr,,, C 1.00 1,188 3/4 EMT CONN S/C 13.00 • $59010C $32.27 ificflki4c.00 $7E71 1%70,t"i10, E 190 1,319 3/4 EMT COUPL S/C loo j69248c$20iZZI,:gg E 0.42 1,388 3/4 EMT LL BODY 2.00 $13.62 E .77$.; 7 '::;':111.20 0 7:8 25 4 1,458 3/4 EMT 1 HOLE STP/STL 3.00 $28.72 C ..rffil:C),Oti E C 0.12 4,126 10 X 1-1/2 COMB PAN HD TAP 3.00 .7.' ',$530 C $26 $016 ff.P::::,,Pta .:. ,.,,. C 0.18 4,194 8 X 1/2 HEX HD TAP SCR 8.00' ! $293C $0.23Vi''014$1131 ..., ..,..',.-- C 0.40 4,291 #10 / 3/16 FLAT CUT WASHER- 3.00 $344 C $0.10 lagOf C 0.02 5,513 3/4 STL COND HGR W/BOLT 1.00 v::::''.$70.49. C $0.70 7,178 IDEAL 452 RED WIRE NUT 12.00: ,;...:::$261, M $2.42 11,338 20A, 1P GFI CB 120/240V 2.00 $0.00 Q $0.00 17,050 RAISED COVER 1 GFIC 4.00 •••••:.$1,00.7.2S C $40.29 17,233 W DPLX GFIC N7899 -FW N5-2 4.00 '::::.,';iiii..W:4 E $113.76 17,469 4/S BOX 2-1/8"D, 1/2&3/4"KO 4.00 '...:-.-].$451,31, C $18.13 18,775 GRD PIGTAIL #12 x 10-1/2" 4.00,..:_...F::..45::?iii; c $2.22 47,069 1 HOUR LABOR (RE -WORK) 4.00 '.::::.:7$0.00 X $0.00 47,087 OPEN (E) PANEL COVER 2.00 ::' . : 0,0o• X $0.00 $595.10 ;.:p...;gTAttiv A -A) AMMO C 0.22 E 0.72 E 1.04 C 0.48 C 1.40 C 1.20 C 0.24 E 4.00 E 2.50 21.78 Courtesy of McCormick Systems Inc Page 2 1/12/2021 3:59 PM Dat.: 12/14/20 ftilb! 6068668 GFI BREAKERS 81061116tei000.60, okpwtwoqzq".wK*:*-,,Tsxw4,..-zt-wnrc Pacific Coast Elect Constr Inc 16620 North Road Bothell, WA 98012 1 Seattle 2757 6TH Ave S Seattle, WA 98134 2190 Telephone: 206-624-4083 ,, ..•:.• : ....i4, s.;,,, '• ,,, • . -,* , • , , Many Platt manufacturing partners have advised that untit. further notice they reserve the right to amend the delivery date, the price, the scope or quantity of supply and/or other terms and conditions set out in their offer or quotation to the extent affected by the COVID-19 pandemic. Be advised that Platt considers any COVID-19 related changes rclposed by manufacturers as outside its reasonable control and subject to to Force Majeure provisions. 2 EA 0132561 - C -H QBHGFT1020 20A 1P CKT BRK 249.00000 498.00 SELF TEST W/ FLAG Special Instructions ADD FOR UPS FREIGHT Prrc Untessbtherwise tgecititailif rioted n thls tiltifatiOn,. are tfiblecit 06. aViiEabflity all& mutt be tedriiel arid r.eleaged 1hmediate.st prnerltwlthin 40 htrs.Oiiceg ate subject to .01atige Withoilt . . SutfitYN standard Teri.b$igli(orrotiwooptv, 4410 .a.t htti Fill i up.ci:rt 7 405./WORi:41"fr-5a141,,, 9.0n) MI Subtotal 498.00 Tax .00 Bid Total 489.00 LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #614.2 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax. 4258812903 PRIORITY - Elec - Faceless GFCI in TO: Emma Nowinski (Weinstein A1 -U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 01/04/2021 LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: TBD E301S, E801 FROM: Lieu of GFCI Breakers STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 01/08/21 01/11/2021 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 01:24 PM on 01/04/2021 Per further correspondence with PCEC, it has been determined that the GFCI breakers proposed in RFI 614.1 will not be acceptable. When the GFCI breakers arrived, it was determined that they will not work in Panel's C and B as they were rated for 277V and therefore not compatible. In lieu of the GFCI Breakers, PCEC proposes using the attached faceless GFCI. The circuits will leave the panel, run through the faceless GFCI, and then run to the outlet location. This will be applied to circuits C-9,11,13 (now in PNL B as B-76, 81, 90) and C-59 (now C-11). Please confirm this is acceptable. Attachments: RF014.2:51gc .LEacelessGEctinlieu of.GECIBreekerspdi Official Response: Lauren Rock (Weinstein A+U) responded on Friday, January 8th, 2021 at 2:54PM PST It is our understanding that the manufacturer does not have a compatible GFCI breaker available,Given this, PCEC's proposed solution to use a faceless GFCI is acceptable.Confirmed to proceed accordingly.Locate the faceless GFCI's adjacent to the panel and label them as the GFCI reset for the given circuits.Provide training to owner in how they work. Kevin Wartelle, TFWB 1/8/2021 Attachments: RFI 614.2 - Elec - Faceless GFCI in Lieu of GFCI Breakers TFWB Re.sponsQpdf All Replies: , ath&lk,,WatatM imiaume -4-t5lowirmommsowntiomitmosiwklewmtifamatovv,4,,,42 povow-4, lue.,A00 It is our understanding that the manufacturer does not have a compatible GFCI breaker available.Given this, PCEC's proposed solution to use a faceless GFCI is acceptable.Confirmed to proceed accordingly.Locate the faceless GFCI's adjacent to the panel and label them as the GFCI reset for the given circuits.Provide training to owner in how they work. Kevin Wartelle, TFWB 1/8/2021 Attachments: RFI 614.2 - Elec - Faceless GFCI in Lieu of GFCI Breakers TFWB Rponse.pdf BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 01/13/2021 03:07 PM LY0I0 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #614 Protect: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Eiec - Added GFCI Protection per AHJ TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 12/14/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E301N, E302N, E302S,A LINKED DRAWINGS: FROM: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE -Suite 110 Bellevue, Washington 98005 STATUS: Closed on 12/21/20 DUE DATE: 12/21/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: 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 fror Vi d White (Lydig Const uc loft, Inc, Bellevue Of) 4 PM on 12/14/2020 During the electrical final inspection on 12/11/2020, CoT inspector Jim Benner required multiple locations to be changed to either GFCI receptacles or GFCI Breakers. The attached document shows the locations requiring GFCI protection per correction notes from the AHJ. These changes are required to be made before an electrical final inspection can be rescheduled. Shop 138: • (3) plug mold receptacles requiring GFCI receptacles Laundry 117: • (4) receptacles requiring GFCI breakers Corridor 122: • (2) receptacles requiring GFCI breakers for receptacles behind the drinking fountain Great Room 224: • (2) receptacles requiring GFCI receptacles for the garbage disposal and dish washer circuits Lunch 206: • (2) receptacles requiring GFCI receptacles for the garbage disposal and dish washer circuits Please confirm the GFCI receptacles are acceptable as noted. Attachments: RFI 614 Elec - Added GFCI Protection per AHJ pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, December 21st, 2020 at 12:09PM PST As directed by SOJ, GFCI control to be revised to meet requirements by AHJ noted in RFI above.See notes on attached plans from TFWB and WAU clarifying code requirements. L. Rock, Weinstein A+U 12/21/20 Refer to marked up plans for responses to RFI -614. RJ - TFWB 12-18-2020 Lydig Construction, Inc. Page 1 of 2 Printed On: 01/13/2021 03 :10 PM RFI #614 LV 0 I G Attachments: RFI 614 - Elec - Added GFCI Protection per AHJ TFWB Response.Of All Replies: cct, CCccccPcMvmccrccmcyc,wccoccvwccicy,crcfccwqcsctccwwvcccrccmcwc,mc, ,ocCORcICWAC,44INNcRc,CccCcc..4-cvAcc44.74, Auceccciccrminc)ccw:c ACCiAnaticcakg:-:' zy,c,,cAckcc4CicCcitcAcC*ACVR,CcaccicTR,C, As directed by SOJ, GFCI control to be revised to meet requirements by AHJ noted in RFI above.See notes on attached plans from TFWB and WAU clarifying code requirements. L. Rock, Weinstein A+U 12/21/20 Refer to marked up plans for responses to RFI -614. RJ - TFWB 12-18-2020 Attachments: RFI 614 - Elec - Added GFCI Protection per AHJ TFWB Repppnse.odf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 01/13/2021 03:10 PM LVDI0 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425)885-3314 Fax: (425) 881-2903 RFI #614.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec Revised GFCI Installation TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 12/22/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E301N, E301S, 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 01/04/21 12/29/2020 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 02:42 PM on 12/22/2020 After reviewing RFI 614 and 272627 24A, further clarification is needed on the installation of GFCI receptacles to adhere with the AHJ inspection corrections. The AHJ required any receptacle within six feet of a sink to have GFCI protection, and 262726 2.4A requires any receptacle within 10 feet of a sink to have GFCI protection, regardless if it is shown on the power drawings or not. To comply, PCEC will install GFCI receptacles at the locations that fit these parameters at no cost to the project. There are certain locations that a GFCI receptacle will still not meet code and AHJ requirements as the receptacle would not be considered accessible. At these locations, PCEC will need to install GFCI breakers. Additionally, the GFCI breakers that are compatible with Panel C are two space circuit breakers and not a typical single space breaker. Since Panel C is full, this will require PCEC to move the circuits to Panel B where there are spare circuits, which will allow them to install the two space GFCI breakers. Both Panel C and Panel 6 require two space breakers based on their AIC rating. See attached photo for an example of a two space 20A GFCI breaker. The following list describes which circuits will be GFCI receptacles and which will be GFCI breakers: GFCI Receptacles • All receptacles in Shop 138 • C-75 for DEB -1 and Ice maker in Corridor 122 are GFCI receptacles • C-13 receptacles in Laundry 117 will be have GFCI receptacles • C-43 and C-45 in Great Room 224 will have GFCI Receptacles • C-53 in Launch 206 will have a GFCI Receptacle GFCI Breakers • C-9 and C-11 in Laundry 117 are not accessible and will need GFCI Breakers. These will be moved to PNL B to allow for two space circuit breakers. • C-59 in Lunch 206 will not be accessible and will require a GFCI Breaker. This circuit will also move to PNL B to allow for a two space circuit breaker. PCEC will update their as-builts to reflect any changes that are made to the circuitry. Please confirm the proposed changes are acceptable. Attachments: RFI 614.1 - Eiec- Revised GFCI Installation,:pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, January 4th, 2021 at 9:24AM PST Reply: Confirmed that the proposed changes are acceptable with the following items to be noted and adjusted if required. Corridor 122:Per RFI 614 response, GFCI breaker was to be installed for circuit serving DEB -1 and ice maker due to concerns the receptacles for these items would not be considered accessible.Per RFI 614.1 it is proposed to keep these items as GFCI receptacles and forego the GFCI breaker.GFCI receptacles are acceptable provided the inspector agrees the receptacles are accessible.lf not, provide GFCI breaker as per RFI 614 instead. Lydig Construction, Inc. Page 1 of 2 Printed On: 01/13/202 03 :10 PM RFI #614.1 LYD G Shop 138: Receptacle on west wall is more than 10' from the mop sink and can remain as a standard receptacle.Receptacle on the south wall is within 10' of mop sink and shall be changed to a GFCI type. Kevin Wartelle 12/31/20 Attachments: RFI -614.1 - Elec - Revised GFCI Installation TFWB Response.pdf All Replies: Reply:Confirmed that the proposed changes are acceptable with the following items to be noted and adjusted if required. Corridor 122:Per RFI 614 response, GFCI breaker was to be installed for circuit serving DEB -1 and ice maker due to concerns the receptacles for these items would not be considered accessible.Per RFI 614.1 it is proposed to keep these items as GFCI receptacles and forego the GFCI breaker.GFCI receptacles are acceptable provided the inspector agrees the receptacles are accessible.lf not, provide GFCI breaker as per RFI 614 instead. Shop 138: Receptacle on west wall is more than 10' from the mop sink and can remain as a standard receptacle.Receptacle on the south wall is within 10' of mop sink and shall be changed to a GFCI type. Kevin Wartelle 12/31/20 Attachments: RFI -6141 Else- Revised GFCI Installation TFWB Response_pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 01/13/2021 03:10 PM LYOIG Lydig Construction, Inc. 3180 139th Ave: SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425)881-2903 PCO #267 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order#267: CE #245 - RFI #499: Arch - Fiberglass Storefront Attachment and Jamb Flashings 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: 267 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 1/19 /2021 REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $866.93 POTENTIAL CHANGE ORDER TITLE: CE #245 — RFI #499: Arch - Fiberglass Storefront Attachment and Jamb Flashings CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #245 - RFI #499: Arch - Fiber. lass Storefront Attachment and Jamb Flashin.s Added costs to install flashing at fiberglass storefront jambs and added backer rod and sealant at the East App Bay elevation per RFI 499. ATTACHMENTS: tfs`52__gccm.-rfi 499-arch__fiberglass` storefront attachment and_amb_flashings202101192158_pdf _CE „245 PCO 11... FlashmgatApp Bay._pdf # Cost Code Description Type Amount 1 07-010.99- - BP -13 Aluminum Paneling & Cement Fiber Board Axiom COR 71 Subcontractor $ 813.46 Subtotal: $813.46 Fee - Self Perform Work: 15.09% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50 % Applies to Subcontractor, Purchase Agreements, and Protect Contingency. $ 36.61 GL Insurance: 0.75% Applies to all tine item types. $ 6.38 P&P Bond: 0.75% Applies to all line item types. $ 8.42 B&O Tax: =0.47% Applies to all line item types. $ 4.06 Grand Total: $866.93 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/19/ 2021 01 :59 PM To : Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 RE: East App Bay Flashing Flashing Instal at App Bayl per RFI 499 - See Attached EWR if Pending Change Order Change Order Request # : 11 Date: September 10, 2020 e 8 ltaa 1.4 1 Prefinished Flat Sheets Flashing Fabrication Flashing Installation 1.00 1.00 4.00 EA HRS HRS $ 62.00 72.00 143,34 62.00 72.00 573.36 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 & Consultina. LLC Authorized Signature Lydia Construction Labor: Material: Other: Subtotal: OH & P: 573.36 62.00 72.00 $ 707.36 15% $ 106.10 Pending Change Order Total $ 813.46 813.46 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 with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement of all direct and indirect costs and time impacts arising from the above change(s). Reservation of Rights. This change order isbased 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, extendedoverhead, acceleration, and/or Impact costs which are not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related Items of compensable cost overrun prior to final settlement of this Contract Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360.354.1184. Project Name Customer Name Biltrtg Address Axiom Construction & Consulting EXTRA WORK RECORD 1 BILLABLE J©b # 44- Co # 0hr Reference #r's io of Work:. 1 .. anon to perform work Authorized Signature A 98264 • Phone LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #499 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Fiberglass Storefront Attachment and Jamb Flashings TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 08/26/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A456, A423 LINKED DRAWINGS: FROM: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 09/01/20 DUE DATE: 09/02/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: 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) Question from David White (Lydig Construction, Inc. - Bellevue Of) at 06:32 PM on 08/26/2020 Clarification is needed on the attachment of the upper Cascadia storefront windows to the steel sill below, and also how the lower north and south Cascadia windows are to be sealed to the brick. Question 1: The approved Cascadia shop drawings (085413-1-1) show a continuous aluminum sill angle with a cover that attaches to the steel sill plate below, and then horizontally attaches to the storefront system. The issue with this attachment method is that the steel plate and c -channel below are not wide enough for both the continuous aluminum sill angle and the Cascadia frames. The aluminum sill angle and the Cascadia frame have a combined width of roughly 6", where as the supporting steel is 5 3/4" wide. Additionally, detail 14/A456 shows that the outside of the storefront is to be 2'-6" from an interior wide flange beam, which would not be possible with the aluminum sill angle being installed before the Cascadia system. In order to fit the Cascadia system at the 2'-6" mark identified in 14/A456, a possible solution is to use a continuous L angle similar to that shown in Detail 12/A456. Due to the wood blocking behind the L angle in 12/A456 already being installed with WRB adhered to it, the screws could be driven through the wood blocking, then through the L angle, and finally into the storefront frame, in lieu of only being through the L angle and storefront frame. This would eliminate having to remove the existing wood blocking, damaging the WRB, and also causing potential damage to near by electrical conduit. Please advise if this is acceptable and provide dimensions for the continuous L angle. Question 2: Due to the location of the prefinished metal head flashing that sits below the c -channel, the lower north and south Cascadia windows will not be able to be sealed against the brick as shown in 4/A423. The head flashing requires roughly a 3/8"-1/2" caulk joint which will require the storefront window to be set further west. This will create a gap that will be visible, and also susceptible to water intrusion. This exposed area is shown highlighted in green on the attached, under Question 2. Please advise how the area highlight in green is to be sealed, and provide a detail showing how this will be connected to the storefront system to provide a continious building envelope. Attachments: RFI 499 - Arch - Fiberglass Storefront Attachment and Jamb Flashings.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, August .31st, 2020 at 5:31PM PDT JRS COMMENTS (ANN; 8/31/20): Question 1) JRS does not object to the proposed detailing as long as (1) the fluid -applied flashing and metal sill flashing are still installed as generally shown in Arch detail 7/A456 and (2) fastening through the wood blocking and back angle still provides the structural support required for the system. See JRS on provided sketch. Question 2) JRS understands that the alignment of the fiberglass window and the brick would not allow the exterior sealant joint to be installed as shown in Arch detail A4/A423 and therefore another means of protecting the exposed membranes along the jamb is needed. A metal closure flashing can be installed along the jamb condition to cover the exposed membranes and then the fiberglass window and brick can each seal to this metal flashing. Lydig to confirm if such a metal flashing can be installed continuously behind the ends of the metal head flashings and the metal C channel. See JRS mark-ups on provided Arch detail. Lydig Construction, Inc. Page 1 of 2 Printed On: 01/19/2021 01 :58 PM RFI #499 LYDic Question 1: No exceptions taken to the proposed detailing. Follow Architectural detail 7/A456, with the revision of fastening through the wood block, as shown on the proposed detail included in the RFI. Install L2x2x3/16 back angle, as shown on 7/A456. Per building construction type, wood block should have been pressure treated so screws through the block need to be hot -dipped galvanized or stainless steel (as confirmed by D. Morrow, SSF). Refer to JRS comments throughout regarding flashing installation. Question 2: Install metal flashing as described by JRS. Flashing to match storefront. L. Rock, Weinstein A+U 8/31/2020 Attachments: RFI 499 - Arch,- Fiberglass Storefront: Attachment and Jamb Flashings REDUCED JRS=WAU.pdf All Replies: JRS COMMENTS (AHN; 8/31/20): Question 1) JRS does not object to the proposed detailing as long as (1) the fluid -applied flashing and metal sill flashing are still installed as generally shown in Arch detail 7/A456 and (2) fastening through the wood blocking and back angle still provides the structural support required for the system. See JRS on provided sketch. Question 2) JRS understands that the alignment of the fiberglass window and the brick would not allow the exterior sealant joint to be installed as shown in Arch detail A4/A423 and therefore another means of protecting the, exposed membranes along the jamb is needed. A metal closure flashing can be installed along the jamb condition to cover the exposed membranes and then the fiberglass window and brick can each seal to this metal flashing. Lydig to confirm if such a metal flashing can be installed continuously behind the ends of the metal head flashings and the metal C channel. See JRS mark-ups on provided Arch detail. Question 1: No exceptions taken to the proposed detailing. Follow Architectural detail 7/A456, with the revision of fastening through the wood block, as shown on the proposed detail included in the RFI. Install L2x2x3/16 back angle, as shown on 7/A456. Per building construction type, wood block should have been pressure treated so screws through the block need to be hot -dipped galvanized or stainless steel (as confirmed by D. Morrow, SSF). Refer to JRS comments throughout regarding flashing installation. Question 2: Install metal flashing as described by JRS. Flashing to match storefront. L. Rock, Weinstein A+U 8/31/2020 Attachments: REI 499__Arch,-FibergIassStorefront Attachment and: Jamb Ftashings;REDU_GED JRS_WALtpdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 01/19/2021 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 #268 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #268: CE #236 - RFI #449: Arch - Mechanical Roof Screen Design Modifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 268 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 1/19 /2021 None Amount Based No $1,998.03 POTENTIAL CHANGE ORDER TITLE: CE #236 - RFI #449: Arch - Mechanical Roof Screen Design Modifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #236 - RFI #449: Arch - Mechanical Roof Screen Desirn Modifications Revision of the mechanical screen attachment method. Originally, the drawings indicated attachment of the sheet metal screen to Impasse fence panels. RFI 449 revised the impasse fence panels to hat channel furring. ATTACHMENTS: tfs 52-_gccm-rfi 449 -arch - mechanical roof screen design modifications-202101192257.pdf CE 236 - COR 01_pdf CE,236__..PCO 10 - Mech ScreenFurring.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/19/ 2021 02 :58 PM Cost Code Description Type Amount 07-010.99-- BP -13 Aluminum Paneling & Cement Fiber Board Axiom CC PCO 10 Subcontractor $ 4,774.80 2 32-840-99- - BP -09 - Fendng & Gate COR 0SubcontractorSubcontractor SubcontractorSA5 ($2'900.00) Subtotal: 51,1374.80 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. 5 84.37 GL Insurance: 0.75% Applies to all Itne Bern types. $ 14.69 P&P Bond: 0.75% Applies to all line Item types. $ 14.80 B&O Tax: = 0.47% Applies to all line Item types. $ 9:37 Grand Total: 51,998.03 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/19/ 2021 02 :58 PM To: Lydig Construction 3180 139th Ave SE Bellevue, WA 98005 Project: Tukwila Fire Station 52 Pending Change Order Change Order Request # : 10 Date: September 03, 2020 8 x a RE: Furring at Mechanical Screen 8 8 55 r 7/8" Hat Channel Furring Fasteners/Misc. Furring Installation 0.00 0.00 30.00 LS $ LS HRS $ 0.00 0.00 98.40 1,100.00 100.00 2,952.00 Labor: Material: Other: Subtotal: OH&P: $ $ 2,952.00 1,200.00 $ 4,152.00 15% $ 622.80 Additional days for change order work Pending Change Order Total $ 4,774.80 Work will proceed upon approval, and the following amount will be added to the contract $ 4,774.80 Authorized Signature Axiom Construction & Consultina. LLC Authorized Signature Lydia Construction Date Date When signed by the Owner and the Contractor, this document becomes effective immediately and will be promptly incorporated as part of the next available Change Order. The. Contractor shall proceed with the change(s) described above, and both parties will be bound to the adjustments in Contract Sum and Contract Time proposed above as the complete and final settlement of all direct and indirect costs and time Impacts arising from the above change(s). Reservation of Rights. This change order is based solely on direct cost elements such as labor, material, and normal markups; and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling,extended overhead, acceleration, and/or impact costs which are not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overrun prior to final settlement of this Contract. Axiom Construction & Consulting, LLC 1841 Front Street, Suite A Phone: 360.354.1184. January 19, 2021 Lydig Construction Alex Carey 5931 238th St SE Woodinville, WA 98072 (360) 805-4855 RE: Credit for removal of pales on roof mechanical Alex, following is the lump sum credit for the removal of pales from the roof top mechanical enclosure: The total net change to lump sum contract Deduct: ($2,900.00) Best Regards David Krah Vice President Secure A Site Inc. LY DG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #449 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Mechanical Roof Screen Design Modifications TO: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 06/25/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A103S, 4/9/14/A303, 19/A423, 16/A458 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: SPEC SECTION: REFERENCE: Hank Lancaster (AXIOM CONSTRUCTION & CONSULTING) Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 07/06/20 07/02/2020 TBD Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 12:25 PM on 06/25/2020 Clarification is needed for the mechanical roof screen design. As discussed between Lydig and WAU, the design will be modified to remove the impasse fence pales and utilize a hat channel furring system instead, The attachment shows the proposed design of the fence screen. The main I- beam fence posts will be attached to the 3" stl pipe posts. The steel railing will span between the I-beam fence posts. Hat channels will then be attached to the steel railings in lieu of fence pales. The 12 ga sheet metal panel will then be attached to the hat channels. Please provide or confirm and clarify the revised design for the mechanical roof screen. Attachments: RFI 449 - Arch - Mechanical Roof Screen Design Modifications.pdf Official Response: Emma Nowinski (Weinstein A+U) responded on Monday, July 6th, 2020 at 12:14PM PDT The modifications described are acceptable. Hat channels to be located so that the flange is not visible between the joints in the panels. E.Nowinski / WAU 7/6/2020 Attachments: RFI 449 - Arch - Mechanical Roof Screen Desigfi Modifications WAU RESPONSE.pdf All Replies: 410411r41114111111011111111111111111 The modifications described are acceptable. Hat channels to be located so that the flange is not visible between the joints in the panels. E.Nowinski / WAU 7/6/2020 Attachments: RFI 449 - Arch - Mechanical Roof Screen Design Modifications WAU RESPONSE,pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 01/19/2021 02:57 PM ILY010 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #269 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #269: CE #333 - Wall Covering Allowance Reconciliation TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 269 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review No 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) 1/21 /2021 None Amount Based No ($15,297.55) POTENTIAL CHANGE ORDER TITLE: CE #333 - Wall Covering Allowance Reconciliation CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #333 - Wall Covering Allowance Reconciliation Remove the wall covering allowance as the scope of work was removed from the contract. ATTACHMENTS: PCO 269 - Combined.pdf 269 LQQR.1Z,pdf # Cost Code Description Type Amount 1 09-030-99- - BP -12 Painting and Coatings NWCC COR 17 Subcontractor (915,000.00) Subtotal: (515,000.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'siPA's, and Project Contingency. $ 000 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. (9112.50) P&P Bond: 0.75% Applies to all line Item types. (9113.34) 138.0 Tax: = 0.47% Applies to all Ilne Item types. (571.71) Grand Total: (515,297.55) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 1/21/ 2021 01:41 PM 11 COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Project No, 3012943 Source Documents: Subcontractor: N.W.Complete Contracting Description: Deleted wall covering allowance Date: 1121/2021 Contractor Ref. No. COR 17 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL $ Labor Markups d. direct supervision (NTE 15% of la) 2. MATERIAL COST (from attached cost breakdown form) 3. EQUIPMENT COST (from attached cost breakdown form) 4. SMALL TOOLS (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 10% portion of 1, 2, 3, & 4 In excess of $50,000 6. SUB -TIER SUBCONTRACTORS a.' b. c. . $ d. $ Supervision markup should be zero if any foreman lirne is included in direct labor costs. 7. OVERHEAD & PROFIT ON SUB -TIER SUBCONTRACTORS a. NTE 8% of Line 6 up to $50,000 for each sub b. NTE 6% of Line 6 in excess of $50,000 for each sub $ 8. INSURANCE OUTSIDE OF OCIP (offsite liability, workers' comp, etc. only) a. payroll driven liability insurance 2.50 % of 1 $ b. volume driven liability insurance % of 1-7 $ 9. BONDING 0.00 % of 1-8 Form Revised 9126/18 $ SUBTOTAL 1 thru 4 $ TOTAL COST $ (15,000.00) COR 17 Page of Printed 1(21/2021 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Subcontractor: N.W.Complete Contracting Subcontractor: Description Date: 1/21/2021 Contractor Ref. No. COR 17 Unit - Labor Material Equipment Total Quantity Type Unit $ Cost Unit $ Cost Unit $ Cost Cost Labor hrs $49.83` $ $ $ - $ Speedhide Primer Speedhide Finish DTM Primer Finish Spackel Masking tape Masking paper Sanding Sponge Acetone $32.80 $ $9.45; $ $4.85j $ $3.89', $ $3.27, $ $17.27! $ Freight/Delivery Costs :Subtotal Foreman Foreman Lead Foreman Lead Foreman Total Cost of Work COR 17 Page of Printed 1/21/2021 Page Three — 00 03 50 BID FORM BIDDER NAME: BID PACKAGE #: BP 12 — Painting and Coatings accordance with Prime Contract Agreement between the GC/CM and City of Tukwila, located in the Specifications. TIME IS OF THE, ESSENCE Time is of the essence for all work to be performed under this Contract. Contractors shall note that the Work must be completed within the time limit stated in the Contract Documents. ALLOWANCES (shall include all costs and impacts including supervision, transportation, indirect costs, markups, etc.) 1. Allowance 1: Subcontractor is to include one hundred and twenty (120) hours of touch up for trade damage purposes only to be included in the base bid. Hour allowance can only be used when authorized at the discretion of the GC/CM and does not remove the liability for punch list or warranty work not caused by other trades from this Subcontractor. Allowance for three hundred hours to be held by the GC/CM with unspent funds returned to the project. 2. Allowance 2: If alternate 1 is accepted by the owner, revise the total hours for allowance 1 to one hundred forty (140) hours of trade damage touch up and repairs of paint for the project. Allowance can only be used when authorized at the discretion of the GC/CM and does not remove the liability for punch list or warranty work not caused by other trades from this subcontractor. Allowance to be held by the GC/CM with unspent funds returned to the project. Include the cost of the additional allowance hours in the cost of the alternate on the bid form. 3. Allowance 3: Subcontractor is to include an allowance of fifteen thousand dollars ($15,000) in the base bid scope of work for cut vinyl custom graphics in stair 1 (6/A612), stair 2 (11/A614) and physical training room 124 (6/A613) to be used and reconciled after completion of the final graphic design. This allowance is intended to cover the cost to complete the vinyl wall covering scope of work, only. Subcontractors are to include all costs associated with managing this scope of work including all fees, markups, bond costs, etc. in the base bid amount. LIMITED NOTICE TO PROCEED (LNTP): As noted above, time is of the essence. Upon award of a contract, the Subcontractor may be given a Limited Notice to Proceed (LNTP) to assemble all submittals necessary to meet the schedule as outlined in the contract documents. Upon receipt of the building permit and execution of the subcontract with the Contractor, the Contractor will issue a Notice to Proceed (NTP) in the form of a subcontract change order to the Subcontractor for the remaining value of the work. Please note that the LNTP value, should be included in the total bid value on page 1 of the Bid Form 003500. The value below shall include submittals, engineering, permits and the like necessary to meet the project schedule. Limited Notice to Proceed Value $ BID GUARANTEE The Undersigned further agrees that the postal money order, certified or bank cashier's check or Bid Bond (collectively "Bid Guarantee") payable to the GC/CM, accompanying this proposal, is left in escrow with the Owner; that its amount is the BID FORM 00 03 50 - 3 ILYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #272 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #272: CE #337 - BP -08 Floor Prep Credit TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 PCO NUMBER/REVISION: 272 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/2 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: (5,09918) POTENTIAL CHANGE ORDER TITLE: CE #337 - BP -08 Floor Prep Credit CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #337 - BP -08 Floor Prep Credit Credit for $5,000 allowance for floor prep included in BP -08. ATTACHMENTS: 3. BP 08 - TFS52 - 00 03 50 - Bid Form - Floor Finishes and Tiling_pdf CE 337 - CO 4 - Tukwila Fire Station #52 - Floor Prep_ Credit.pdf_. Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/2/ 2021 09:58 AM Cost Code Description Type Amount 09-020-99- - BP -08 - Flooring Subcontractor Rubensteins COR 04 Subcontractor (05,000.00) Subtotal: (05,000.00) Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0 0.00 Fee -Sub Tier Work: 0.00°,6 Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line Item types. (037.50) P&P Bond: 0.75% Applies to all line Item types. ($37.78) 650 Tax: = 0.47% Applies to all line Item types. ($23.90) Grand Total: (05,099.18) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/2/ 2021 09:58 AM 02/02/21 I (SCOPE CHANGE:OF REMOVE: Remove unused floor prep allowance per documents. ��yy// {L M0 W COST I $ (3,250.00) 1 EtaEaEaEaE 1 1 1 I 1 Ea 1 Ea 1 Ea 1 69. 1 Ea 1 Ea 1 Ea 1 Ea 1 1 Ea 1 E 1 Ea 1 Ea -Ea 1 1 EaEaEaE 1 1 1 1. Ea 1 Ea $ (3,250.00)1 CDaa 03 OCe •.. 0N 1.L n $ (3,250.00) CHANGE ORDER PROPOSAL 4 — (LABOR 1 HOURS Q -1 F 2 COST Q 0 0.1 4.0 N.e ........ Ea Ea- 1 EaEa- 1 1 1 1 caEaEaEa6 1 i 1 1 1 c 1 c 1 a 1 r 1 1 eo. 1 Ea 1 Eia I Ea 1 Ea 1 1 Ea 1 EaEa 4 4 Q 0 4.0 \/ Ea MTL E D co v MTL W 0 F O. F- E Z D $ (1,750.00)1 MTL QUANTITY r 1Sub-Contractor: Rubenstein's Contract Carpet ASI / RFI / CCD / PCO #: MATERIAL DESCRIPTION Floor Prep Allowance LU Q ® r N inN N N TOTAL TOTAL MATERIALS & LABOR: Page Three — 00 03 50 BID FORM BIDDER NAME: BID PACKAGE #:BP00--Floor Finishes and Tiling UNIT PRICES: Undersigned proposes to provide the Unit Prices as described in the Contract Documents, and subject to the same conditions as indicated in the Form of Bid, Part 1 (Base Bid). The quantities shown are assumed as additions to the scope shown in the Contract Documents. Actual quantities will be dictated by the conditions found during constructon and the directions of the Owner's Representative onsite. Quantities exceeding the assumed quantity shall be compensated at the stated Unit Price and added to the Contract by Change Order. If actual final quantity is Iess than the assumed quantity, the difference shafl be credited to the Owner at the stated linit Price and deducted from the Contract by Change Order. UNIT COSTS (extended pricesshown below shall be included in Totl Bid.) Unit Prices (per Section Ol2ZOO) None for this section. TIME OF COMPLETION Substantial Completion ofTukwila Fire Statiori #52 and associateciarea,*urthe,deschbedinAppendix1nfthcBidfonnshaU be completed no later than October 20th, 2020.5ubstaxtal, Physical and Final Completion Damages shall be assessed in accordance with Prime Contract Agreement betwen the GC/CM and City of Tukwila, located in the Specifications. TIME IS OF THE ESSENCE Time is of the essence for all worto be performed under this Contract. Contractors shall note thathe Work must be completed within the time limit stated in the Contract Documents. ALLOWANCES (shall include all costs and impacts including supervision, transportation, indirect costs, markups, etc.) Allowance 1: Subcontractor is to include an allowance five -thousand dollars ($5,000) for floor preparation beyond minor - prep. LIMITED NOTICE TO PROCEED (LNTP): As noted abovetime is of the essence. Upon award of a contract, the Subcontractor may be given a Limited Notice to Proceed (LNTP) to assemble all submittals necessary to meet the schedule as outlined in the contract documents. Upon receipt of the building permit and execution of the subcontract with the Contractor, the Contractor will issue a Notice to Proceed (NTP) in the form of a subcontract change order to the Subcontractor for the remaining value of the work. Please note that the LNTP value should be included in the total bid value on page 1 of the Bid Form 003500. The value below shall include submittls, engineering, permits and the like necesary to meet the project schedule. Limited Notice to Proceed Value � BID GUARANTEE BID FORM 00 03 50 - 3 LYD!G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #273 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #273: CE #310 - RFI #585: Mech - Kohler Shower Valve Issues 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: 273 / 0 CONTRACT: 30129 - Tukwila Fire Station#52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/3 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $8,567.41 POTENTIAL CHANGE ORDER TITLE: CE #310 - RFI #585: Mech - Kohler Shower Valve Issues CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #310 - RFI #585: Mech - Kohler Shower Valve Issues The specified Kohler shower valves have a built in diverter, intended for use with (2) plumbing fixtures. These valves were specified with a single plumbing fixture at (6) shower locations. The diverter will not function properly with only a single plumbing fixture and field modification of the diverter/shower valve would result in a voided warranty of the fixture. Costs include removal and replacement of shower valves, re -insulation of plumbing lines, and drywall repairs. ATTACHMENTS: 30129-43 TFS 52 GCCM 585 -Meeh -Kohler Shower Valve Issues 2021.-02 03pdf_ _CE 310 - Van :#45 -Drywall Repairs at Shower Valves-EOC Storage.pdf _CE 310 JMI COR ,8025 RFI 585 Replace Shower Valves,pdf 6 Cost Code Description Type Amount 1 23-001-99-- MCCM Subcontractor JMI COR 8025 Subcontractor $ 6,283:00 2 09-010-99- - BP -06 - GWB, Insulation & ACT Sub VAN #45 Subcontractor $ 1,756.00 Subtotal: 98,039.00 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. $ 361.76 GL Insurance:. 0.75% Applies to all line Item types. $ 63.01 P&P Bond: 0.75% Applies: to all line Item types. $ 63.48 IMO Tax: = 0.47% Applies to all line Item types. 9 40.16 Grand Total: :$8,567.41 Owner Signature Lydig Construction, Inc. page 1 of 1 Date Printed On: 2/3/ 2021 09 :51 AM #1046- Tukwila Fire Station #52 Direct Work Change Order Proposal Submitted To: Alex Carey - Lydig Construction VAN #: 45 Submitted By: Mark Davis Document Reference: RFI #565 Company: Vanderlip & Company, Inc. Date: 12/16/2020 Description of Change: Additional work required for repairs at Shower Valve locations and drywall return at EOC Storage 212 as Indicated in RFI #585. Includes all GWB, taping and associated setup and cleanup for a complete installation. See attached signed EWO for labor details.. 1. CRAFT LABOR COSTS DESCRIPTION MHRS RATE COST (Working Foreman) Coordination/Lay-Out 2 985.22 $170 Demo 079.82 Framing 379.82 Hang Drywall 4 579.82 $319 Tape/Plaster 12 079.82 B958 Stock/Staging 079.82 Protection/Clean-up 079.82 Install WPP 079.82 Install Comer Guards 079.82 Delivery 079.82 Subtotal: $1,448 2. MATERIALS QTY UNIT RATE COST Track UFT $1.52 Studs UFT $1.26 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 Cornerbead LJFT $1.19 Hot Mud 20 UFT $0.98 $20 Subtotal: $66 3. EQUIPMENT QTY RATE COST Dumpster HRS 02.97 Equipment HRS 08.75 Subtotal: 4. SUBCONTRACTORS OW UNIT RATE COST Acoustical Design, Inc. Subtotal: 5. MARKUPS SUBTOTAL X CHARGED COST 5 Bond 1.00% $15 Sub -Tier Fee (8%) 8.00% 5.1 Fee (NTE 15% of 1,2,3) 15.00% $227 Subtotal: $242 TOTAL COST OF THIS CHANGE: $1,756 14535 NE 91d Street Redmond. WA 98052 - 425-885-4110 Fes 425-855-4110 VANDERLIP & COMPANY 14535 N.E 91st STREET REDMOND, WA 98052 DAILY EXTRA WORK REPORT Attention: LYDIG DATE: 12/03/2020 JOB #1046 THIS IS TO ACKNOWLEDGE THE HOURS WORKED TODAY: Per direction from Lydig to proceed with RFI #585 Repair Drywall at (6) Shower Valve locations and drywall return in Backup EOC Storage 212. 12/03 — Hang the drywall return in Storage 212. Pre-cut drywall material at all locations for the shower valve repairs, cannot install drywall, waiting on pipes lines to get insulated. 12/08 — Install the pre-cut drywall on 2nd floor, cut and install (3) additional drywall patches on first floor (pre- cut drywall got thrown away). 12/14 — Tape lst Coat and skim coat all patches. 12/16 — Finish sanding and touch up all patches. MATERIAL USED: TYPE SIZE GAUGE L/F S/F AMOUNT ********** 5/8" Type X HRS HRS HRS 11 DAGOBERTO R. 12/03 Taping 2 16 2 EQUIPMENT USED: SIGNED: Omar Garcia. NAME FRAME GYP TAPE DEMO TOTAL ********** HRS HRS HRS HRS HRS DAGOBERTO R. 12/03 2 2 MATT HIVELY 12/03 2 2 OMAR GARCIA 12/08 2 2 HERIBERTO REYES 12/14 8 8 HERIBERTO REYES 12/16 4 4 TOTALS 18 ACKNOWLEDGED BY: 6,283.00 I Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # D30060 DATE: JMI COR #: 8025 DESCRIPTION: Replace .(61 Shower Valves per direction of RFI 585 . EXCLUSIONS: REFERENCE: SCHEDULE IMPACT: 1— __I L. L LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES cio% of LABOR "A") @ HRG00 HRS@ HRS@ HR8@ HRS @ HRS @ HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.92 = $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTA 91.35 �$ -'� - / . 0. SUBCONTRACTORS A. ALL SUBS (Redline, Mechancial Insulating, Inc) 5,807.0O1 SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS 2% 5% OF LABOR OF LABOR 1 l$ - | � OTHER DIRECT COSTS TOTAL 91.35 � $ 5,667.00 V. TOTAL ITEMS I,II, III, AND H/ VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VALID FOR 30 DAYS 1 15%1 TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 5,758.35 Q 13.70 � � 453.36 � 57.58 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. MECHANCAL Change Order PN0poBaU010 December 7, 2020 Attn: Ivy LeVangie Johansen Mechanical Project: Tukwila Fire Station # 52 RE: Replace Shower Vaives Dear Ivy Reline had installed the specified shower vaives as specified and the approved submittals. After the installation was complete and final trim was installed it was discovered that the specified valves would not work in a shower only application. As such we had to remove the 6 - existing shower valves and replace with a model that would work in a shower only configuration. It 5 typical and standard industry practice acrossmultiple brands that tub/shower rough in vaives can have the tub side ofthe vaive capped offto function as a shower only vaive. However, in this case it was discovered after installation that the valve specified would not operate in this condition. CO9-01QCost: $ 5,193 Sincerely, ~_°r=°t=i REDLINE MECHANICAL 425'586'0553 BID RECAP SHEET ERIIIVE R M E C H AN IC A L Company: JobName: TFS-52 Bid Date December 7, 2020 Bid: COP -010 Replace Shower Valves 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 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/Sumnnary 0 $0 $0 0.0 $92.95 $0 $0 $1,196 27.0 $92.95 $2,510 $3,706 $119 $119 $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 7.3 $88.63 $646 $646 Overtime $0 0.0 $0.00 $0 $0 Sub Total $1,315 34.3 53,156 4,471 MATERIALS SUMMARY Plumbing/Piping Materials/Equipment Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL Cost OH&P $ Total 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 34.31 $92.03 $1,315 $197 51,512 $0 50 $0 $0 $0 $0 $0 $0 $0 $0 50 $0 $1,315 $197 $1,512 1 0.0 $0 $0 $0 $1,315 $197 $1,512 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 34.31 $92.03 $3,156 $473 $3,629 $3,156 $473 $3,629 0.0 % $0 $0 $0 $3,156 $473 _ $3,629 OH&P % 15% 15% 0% 15% SUBCONTRACTS SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1.0 OA 0.0 Cost OH&P $ $0 $0 $0 $0 Total $0 $0 $0 Cost $0 OH&P $ 1 $4,471 1 $671 $0 Total $5,141 QUOTED PRICE $51.41 $5,193 15% 15% #DIVIOI 15% OTHER JOB COSTS Company: 0 JobName: 0 Description Materials Plum Labor PL Hours Rate Total 1 Permits - Plumbing $0 $0 2 Permits - Plumbing Base add $ 150 ' $0 $0 3 Permits - Backflows $0 4 Permits - Pressure Vessels $0 5 Sewer Tap Fees $0 6 Gas Permit Base add $140 $O 7 Gas Permit Outlet $0 $0 8 Pressure Testing $0 9 Balancing $U 10 Draining &Refilling $U 11 Welding Qualification $U 12 $0 13 Trench Preparation . $0 14 Barricades $0 15 Shoring $O 16 $0 17 Job Office Trailers $U 18 Job Storage Tri|am $O 19 Job Fabrication Facility $O 20 Utjlitjes: Sewer, Water, Power, Phone $0 21 Equipment Cartage $O 22 Temporary Services &Fuel $O 23 Ventilation $O 24 Clean-up $O 25 $O 26 Engineering 0.0 $125.00 $0 27 Project Engineer 0.0 $50.00 $0 28 Detailing 0.0 $96.44 $0 29 Project Manangement 2.7 $00.00 $243 30 $0 31 Supervision 2.7 $105.00 $284 32 Material Handling 0.0 $50.00 $0 33 Delivery 1.4 $50.00 $68 34 $0 35 Parking $ Per Man Day O $0 36 Scheduling oO 37 Safety $24 0.5 $98.44 $52 38 $O 39 Foreman Truck & FueI /Week $0 $0 40 $0 41 Tools & Consumables $95 $O 42 $0 $119 7.3 $88.63 $640 FIXTURES :ompany: 0 obName: 0 Labo Unit Hours Total Mark. Description :Quantity Materials Unit Total 2.34 0.0 Water Closet FMFV 0 50.00 50.00 2.68 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 Cartier Single $0.00 2.70 0.0 WC Cr Double $0.00 0.0 50.00 1.98 0.0 Urinal WMFV $0.00 3.60. 0.0 Urinal FMFV 50.00 0.0 50.00 1.56 0.0 Unrinal Carrier 50.00 0.0 50.00 1.00 0.0 Lavatory Counter Top 50.00 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 50.00 2.30 0.0 Lavatory Undermount 50.00 0.30 0.0 Add for POU Mixing Valve 50.00 0.0 50.60 2.70 0.0 Sink 1 Comp Counter Top 50.00 3,60 0.0 Sink 2 Comp Counter Top 50.00 5.40 0.0 Sink Comp Counter Top 50.00 0.50 0.0 Add. for Undermount Sinks 90.00 0.30 0.0 Add for POU Mixing Valve 50.00 0.0 $0.00 3.90 0.0 Tub -Fiberglass $0.00 5.65 0.0 Tub/Shower Stall $0.00 0.0 50.00 4.50 0.0 Shower Stall 36" 50.00 7.50 0.0 Shower ADA 50.00 3.50 0.0 Shower Pan & Valve 50.00 4.50 27.0 Shower Valve Remove/Replace 6 9199.39 51,196.34 0,0 $0.00 1.50 0.0 Emergency Shower/Eyewash 50.00 1.00 0.0 Emergency Eye Wash 50.00 1.25 0.0 Add for Mixing Valve 90.00 0.0 50.00 3.50 0.0 Service Sink With Trap Stand $0.00 3.60 0.0 Mop Sink Floor Mount 50.00 2.50 0.0 Laundry Tub 90.00 0.0 50.00 4.77 0,0 Water Cooler Wall Hung 50.00 4.00 . 0.0 Water Cooler. Floor Mount 50.00 2.00 0.0 Water Cooler Carrier 50.00 0.0 50.00 0.54 0.0 Wall Hydrant. :$0.00 0.68 0.0 Wall Hydrant with Bax $0.00 0.90 0.0 Yard Hydrant 50.00 1,25 0.0 Roof Hydrant $0.00 0.54 0.0 Hose Bibb $0.00 0.0 50.00 0.50 0.0 Ice Maker Box $0.00 0.65 0.0 Washer Box 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 $0.00 0.0 $0.00 0.0 50.00 0.0 $0.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0,0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 $0.00 0.0 $0.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 50.00 0.0 $0.00 0.0 50.00 0.0 50.00 27.0 Totals 51,196.34 0 FERGUSON' ORDER DETAIL I ORDER #: 8794332 Job Name: TUKWILA FIRE STATION #52 PO #: J223-015 Ordered on: November 18, 2020 Web Order #: 8794332 Main Order #: 8794332 Status: Shipped On Account: TUKWILA FIRE STATION #52 REDLINE PLUMBING LLC TUKWILA, WA 98188 Attention To: JESSE Phone: (253) 736-3419 Order Date: 11/18/20 Ship To: REDLINE PLUMBING LLC 15447 65TH AVE S TUKWILA WA 98188 United States Date Requested: Nov 19, 2020 Total: $784.67 # Image Part # Description Net Price Order Oty Ship Oty BO Oty Total Price 1 (^ KTS73115-4-CP KOHLER Composed® Single Handle Bathtub & Sho... $130.778 6 6 0 $784,67 2 11 IN RICHLAND Subtotal: Shipping: Tax: Total: $784.67 $0.00 $0.00 $784.67 For help or to place your order, please call us at (206) 767-7700 wvvw.ferguson.com 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. Printed on 12/07/2020 at 7:43 AM. For the latest inform tion, view your order details on Ferguson.com. 0 FERGUSON° ORDER DETAIL I ORDER #: WS260465 Job Name: Tukwila Fire Station #52 PO #: J223-014 Ordered on: November 18, 2020 Web Order #: W701332446 Ordered by: Jon Benedict Main Order #: WS260465 Status: Shipped On Account: Main Account -1102871 REDLINE PLUMBING LLC Northwest - PVF Date Requested: Nov 20, 2020 Order Date: 11/18/20 Ship To: REDLINE PLUMBING *SHOP* 24230 ROBERTS DRIVE BLACK DIAMOND WA 98010 United States Total: $411.72 # Image Part # Description Net Price Order Oty Ship Oty BO Oty Total Price 1 GA K8304 -K -NA KOHLER Rite -Tempo 1/2 In. NPT and Sweat 45 PSI ... $66.62 6 6 0 $411.72 Subtotal: Shipping: Tax: Total: $411.72 $0.00 $0.00 $411.72 For help or to place your order, please call us at (206) 767-7700 wvvvv.ferg uson.com 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. Printed on 12/07/2020 at 7:46 AM. For the latest Information, view your order details on Ferguson.com. Typical Installation for tub/shower valves - This is the industry standard KOHLER. and typical across most makes and models of valves. Installation Guide Guide d'Installation Guia de Instalacion 3/18' Sealant Tape Ruben d'atanchdite Snap Ring Pli°r ChM salladora Pince pour anneau elastique Pinzas para elasticos Plus/Plus/Masi • Standard Woodworking Tools/Outlis de menutsene standard/ Herramlentas normales pare trabaJo en madam • Standard Plumbing Tools/Outils de plomberie standard/ Herramientas °standar de plomarfa • t2' NPT Pipe Nipples or Copper Tube/ Mamelons de tuyaux NPT de 12' ou tube an cuivre/ NIptes de tuberia o tubo de cobra de 12' NPT Record your model number below for future reference: NOTICE: The testcap is rated for 150 psi (1034 kPa) maximum.. Observe Woad plumbing and building codes. Neter le humero de model° ci-desueus pour reference ulterieure: AVIS: Le ca uchon d'essai est P classilie pour une valour nominate de 150 psi (1034 kPa) maximum. Respecter tous les codes de plornberie et de betiment locaux. Anota abaJo el numero de su model° come referencia future: AMda BO: La taps de prueba este clasificada para 150 psi (1034 kPa) cones maxima. Cumpla todos los codigos locales de plomerla y de constmccidn. A CAUTION: Risk of property ,--,--1 damage. Models with Stops Installed: Extreme heat will damage slops. Remove stops before applying soldering heat to the valve body. A ATTENTION: Risque de dommages materiels. Modeles avec pieces d'arret installdes:Una chaleur extreme endommagera les pieces d'arret. les Helirer les pieces d'arrti avant d'appliquerdelachateurdebrasage sur le corps du robinet. ® PRECAUCION: Riesgo. de defies a la propledad. Modeles con !laves de pass Instaladas: El calor extreme dans las !laves de paso. Retire las !laves de paso antes de aplicar calor do • r A\ CAUTION: Risk. of property .damage. Use only silicone -based lubricants.either Other lubricants may damage the rubber seals: ATTENTION: Risque de ©1 q dommages materiels: Utiliser des lubrifiants A base de silicone seulement. D'autres lubriliants aurralent endomma er P joints en caoutchouc. A PRECAUCION: Riesgo de danosa le propledad. Solo use derivados de silicons. Otros tipos de lubricantes pueden darter los sellos de goma. Important Information Do not install a shut-off device on outlet thisvalve:The device may create crossbow at the valve, affecting the water temperature. Informations Ne pas installer de dispositif d'artet sur les sorties de ce robinet. Ce dispositif peat ardor un du oulement transversal au niveau robinet ce qui affect° la temperature de i'eau. Informacienimportante No No instate undispositivo de cierre en ninguna de les salidas de este valvula. El dispositivo puede crear contracomente en la valvula; toque afecta la temperature del aqua.. For K -8300 -PX and K -8300 -PS: Use PEX connections with ASTM F1807 compliant copper crimp rings and ASTM F 887 compliant PEX tubing. Pour les modeles K -8300 -PX et K-8300•PS:Utiliserles taccords PEX avec des begues de sertissage en cuivre conformes a la norma ASTM F1807etune tubular° PEX confomle 3 la norme ASTM F 887. En K -8300 -PX y K -8300 -PS: Use conexiones de PEX con mitres de compresi mn de cobra q80ue yttjben con la norma ASTM F 1807 yMelia de PEX qua cumpla con la norma ASTM F 887. For K -8300 -UX and K -8300 -US. = PEX connections with ASTM F ' • r compliant cold expansion retai rings and ASTM F 887 complia' PEX tubing. g' Pour les modeles K -8300 -UX =. K -8300 -US: Utiliser les raccords ' avec des anneaux elasiiques 3 expansion Afraid conformes 3lj norma ASTM F 1960 et une tubi, PEX conform° A la norme AST 887• c En ml�n° -UX y PEXcan K -8300 -US:: conexianes de can anllbs ...: retention de expansion en Ino . cumplan con la norma ASTM F '•r y Woerie da PEX quo cumpia norma ASTM F 887. 1 Turn the lengths, Couper Disposer lesaongueurs Cierra bustribuya las Shower Douche Solo off the system. !'alimentation le el longitudes Only aeul°ment dacha /q / T� :� -. I Cap Capuchon Topa water Determine system°. des su 1 slsbero el sistema: de — 3t•✓• I supply. tuyaux. los Lay out pipe en eau: Determiner de ague. Determine tubes. 40' (9219 mm) To Floor Vers le sol Al Plso I r Bath Ba8ere //i1 /� `"� I I (�/ !.y r �• • 1° ' /0 it" and Shower re ducha the y 72'.(7829 mm) Min To Floor !cal Roman �I Vers le sol (typleue) Al Pisa (tpico) � 7' (178 mm)- 7®' (a57 mm) (90' (254 mm) Recommended! I Recanmari a/ 'V se recomiendaj : ::4'(102 mm) NOTICE:. Use only 1/2' (5/8" OD) copper pipe (type Lor M) between the valve and bath spout. Other materials may cause water to flow the sowemd bath t fromhh eaandaspout al the same time. AVIS: Seulement utiliser un tuyau en cuivre de 1/2" (Dia. ext. 5/8") (type L. ou M)entre le robinet et le bee de la baignoire. D'autres materieux Po umaientcraerun ecoulementd'eau stmukane en provenance de la mme de la douche et du ben dela ba bel noire. 9 AVISO: Solo use tuberia de cobra de 1/2" 5/8'dediametroexterior t ) (tips L o M) entre la valvula y el surtidor de la banera. Oiros materiales pueden ocasionar que 8uya aqua de Is cabeza de dacha y del surtidor de la Inhere al mismo tiempo. 2 Install to the Installer d'arr'Iveesur Instate enireda the outlet valve les los tubos al cuerpo \�'. e�` ,1y and inlet body. tuyaux de sortie le corps du de Salida de la ��� r/ �s pipes et robinet. y de valvula. 3 Configure back-to-back installations: as shown. Conlgurer les installations dos comme sur !'illustration. Configure instaladanesconaguas camo se muestra. mf�, �`' r t IT® li dos A �1� .1 � Stud Montana Poste 1 . 1- < • 1 r to step 5.If A is mm),gotostep Si A est °gal plus, alter A 1'etape.5. inferieura 3/4" ('&tape 8. SI A es 3/4" (19 al paso A m (19 mm),, sai ga de madera ,r •r less than 3/4* (19 '.8. A"3/4° (19 mm) ou Si A' est (19 mm), alter a mm) o mos, riga manor de 3/4" all 8 peso . A % Finished Wall / Mur am � Pareu acabada VA rThick support (89 finished Pour support. 3-112' 8ni En refueos 3-1 de I Walls: Mount the 2.3/4" (70 mm) to 3.1/2" mm) from the front of the wall.. les murs €pals: Monter 10 entre 2-3/4" (70 mm) et (89 mm) de !'avant du mar paredd 23ase7: Instate rz de 2314 (70 mm) a 2 (89 mm) a pari* del (rent° la pared acabada. 6 Mount using Monter d'aplomb tateplato Instate piomo cabeza `■`��/ the valve two 98 le corps en n° e1 cuerpo con plana 1111 body plumb flathead screws. du robinet utilisanrdeux 8. de la valvula dos tornillos de 118. Y : yl ' WO vis A a 7 Snap on the are not needed). Enclencher vis nest necessaire)..Passer 1'°tape 9. Enca e e reslen J P se necesitan Paso 9. r��. ,1�" NII Template P a�ilW a template (screws Go to step 9. le gabarit (aucune A la lantilla (no P tornillos). Sga al � ,a tt �r`� _ bra r� ��A / �r .� F�- -r.. 3.12' (89 mm) Finished Well Mur tint• Pared atabada 2-3/4' (70 mm) 8 For Thin Walls: Cut the lip from the template. Pour les murs minces: Couper la levre du model°. En parades detgadas: Recorta el labiode la plentilla. Ox2 Lip \l'� Lavre 1c halo ♦� b� Manna j/�'•.. Standard valve. Mark Modeles Iron pour emplacements Modelos officio pant lugares —0 Models: Cut a hole the screw locations. standard: Decouper le robinet. Marquer de vis, °standar: Recorte la valvula Marque para los tornillos. 4-12' (114 mm)-- -0.-.0 4' (102 mm)-- / r .mo\ \ 701'.►��.��l i /(25 for the un les un los mm) Models with Stops: Cut holes for the valve and stops. Mark the screw locations. Modeles avec pieces d'arret: Decouper des nous pour le robinet et les pieces d'arret. Marquer les emplacements de vis: Modetos con llaves'de peso:. Perfore orificios para la valvulay las. !laves de paso. Marque los lugares para los tornillos: Both Models: Dr'll our 3/16" holes at the marked locations. Les deux modeles: Percer quaire Brous de 316° aux emplacements marques. Ambos modelos:Talaore 4 orificios de 3/16" en los lugares marcados. ��y IV Attach the template panhead screws. Attacher le gabarit tete cylindriquo. Fije la plantilla cabeza redonda. --90101"- 111 y with two avec deux con dos :tornilbs vis A de ll l "" r'`Template:\� )Y`>Gallant `- b .0 4' 102 mm). I�Ir� 0 4-12" (114 mm) �.izJ\\ mm) 7/0' (22 mm) �a ,f 7/8' (22 1323643-2-A Mechanical Insulating, Inc - Mil COP Summary Project Name: Tukwila Fire 52 TCM # Project No. Document Reference: RFI 585 Date: 12/10/2020 Contractor: Mechanical Insulating, Inc Contractor Ref. No. Description: Tukwila Fire Station 52 RFI 585, Mech - Kohler Shower Valve Issues 1. CRAFT LABOR COSTS direct labor costs: a. crew (apprentices, journeymen, 8 laborers) Itemize all costs on attached COP Cost Breakdown form. 340.08 2. MATERIAL COSTS a. material costs 75.00 3. EQUIPMENT COSTS a. rental equipment 5 4. SUBCONTRACTOR FEE ON OWN WORK a. 12% Per PC 7.5.6.1 49.80 5. TIER SUBCONTRACTORS a. b. c. d. e. f. 9. h. J. k. m. n. 6. SUBCONTRACTOR FEE ON TIER WORK a. 7% per PC 7.5.6.2 7. INSURANCE a. liability insurance 8. BOND a. bond 9. STATE B & 0 TAX a. b & o 1. CRAFT LABOR COSTS $ 340.00 2. MATERIAL COSTS $ 75.00 3. EQUIPMENT COSTS $ SUBTOTAL 1 thru 3 415.00 4.MII PERFORMED WORK TOTAL $ 465.00 Sub's Fee, Subcontractor Insurance Subcontractor subtotal and Bond total $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1.500%ofl-6 1.000 °A of 1-7 0.600 % of 1-8 $ 6.23 2.53 5. SUBCONTRACTORS $ 6. TIER PERFOMRED WORK TOTAL 5 TOTAL FEE 7. INSURANCE $ 6.23 8. BOND $ 9.B&OTAX $ 2.53 TOTAL COST (4, 5, 6, 7, 8, 9) 474.00 Tukwila Fire 52 Change Order Form RFI 585 Page of Issued 12/10/2020 COP Cost Breakdown 0 0 0 cu Contractor Ref. No. Contractor: Witt) 0 ° 1— 0 $ 340.08 0 0 Lei N - V9 -69E8-69-646469.64 1 1 1 . . 1 1 1 1 169-64.69'69.0- 11111111111 en.fAE4Elleafft 415.08 Equipment Cost 1111111111111111111111 (196/3691(146g.(14f.a.E./.6S.W.(24W-Ea66..614.69.69.6.369'64e1.(.14' ele. :.-. c D aterial Cost 0 o 0 o 1 Lo1 1 1 1 1 1 IlIIIIlIuIIlIli cersa.64 6o6s.Go. rdq, catacfteatatatatil. 2 to f-, c D $75.00 Labor Cost 340.08 $$ $ $ 340.08 bs. C n N 0 !xi 64 E°. 1— oo = Quantity V' T- Description Labor Material Issued 12/10/2020 Tukwila Fire 52 Change Order Form RFI 585 COP VVage Rates uJ i= re Lu 0 0 2 00 Plumber Plumber Plumber SuparIntendent Foreman Journeyman . e . P-- 0- 1 co 64 r o- ee- VW r- a- co o 64 ‘- CD 64 CO 01 to • co 01 a co co CO ci en to r 808 to 0 CO (0 co 0 N CO a 64 09 Cs! ,- 49 1, •.3 1. - CO r ) 6') to 49 a 8') 000 0)08 o ci 49 cizi•; 0! oi CO 64 . 69 . 480 Plumber Journeyman r q NC LO CO r 6- CO 07 q 09 CN CO 6906') NI q 0 a $1.28 is - Plumber Foreman CO r-: WO 0690)) 03 r ,.. CO ai CO La" VI ci NI a o 0) CO 0.) ..- 8/) CO 80 69 Plumber Superintendent 80 0)10 , 40) 6 oo CO (0 a to he CO a 0 a oo 'TOTAL (incl. payroll taxes) I I $88.02 I 12 ta g8' . (0., ... (r! co al Trade & Position Rate Schedule Date' ;Prevailing Wage (Incl. Benefits) 11. Hourly Wage Rate 12. Hourly Benefits SUBTOTAL 13. FUTA % of 1 4. FICA % of 1 5. SUTA % of 1 B. T&E (insert amount per hour) I',...• tam .0 ... 0) a. 2. o E to co z S E 0 ts: 18. State Mandatory Sick Pay t ..;:. t f 5 a '6 I' E ' a," cCa ' c-7, t o., •.- 2 2. ro La 8 Z cb; 8 8 Ow 2, >... Q-- ..0 -0 > o sr 2 E ;r) Tii a) & g so 0 co < o -frs 2 c ,,, ..c 0, V) ay 2 : .e. D o , 2 .c • 0 c E 1 2 cc. o .... Jze 0)2 fiv) 2 S' ›^ a cT) a) to > 0 TO Et? 2 8 o 0. to o t.)§ M Of 5 - CO CO A' E (e, 8 ,...! a O. CO 0 t 4 5 E ... to v. m 13 g co c 2 -. • g LE 2 3 as a. E a) = o -0 00 2 2 a c 8 . s) E g - 0. 2 -0 ca 2 u' E 0 w ca 0 3 0 Ertl f - a) 0 2 va210o *E0c W 8.c '" a2 W LL 2 -8 = . ...``J 8 E .01 .2..' .c • -8 Al ON 5" . ° g -0 =W " ,,) CO Nr tea (0 N: EEEEEE 80 l' A) 2 A' f)EEE'jc.i.466 g • 413 ) g , 5 cc t, ta .ci a -ci 0113 Issued 12/10/2020 Form Revised 6/1/2004 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #585 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech - Kohler Shower Valve Issues 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) 11/05/2020 TBD M003 M002 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 11/12/2020 TBD RECEIVED FROM: Jon Benedict (REDLINE MECHANICAL) 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 f •0I vid White ydig Construction, no ellevue Of) a 09AMon4 /05/2020 Clarification is needed on the specified and installed Kohler faucets that are installed at each shower in the building. M003 specifies the Kohler K -T78016-4 CP shower valve trim, which requires the K -11748 -KS shower valve. Both the shower valve trim (K -T78016-4 CP) and shower valve (K -11748 -KS) were submitted and approved in 224200-3.0. As shown on the attached cutsheets, this shower valve has a diverter, which according to a Kohler representative, is intended for applications in which there are two shower heads or a shower head with also a bath faucet. With the current shower valve, the shower does not allow water to flow out of the shower head unless the diverter push button is depressed, and held down by the user for the duration of the shower. It is recommended to replace the current shower valve with a shower valve that is intended for the application of one shower head. The Kohler rep stated the 8304 -KS -NA is an example of a shower valve without a diverter. This will require removing drywall from the adjacent rooms to access the back of the shower, and then cutting out the current shower valve to replace it with one that does not have a diverter. 1. Please advise if the currently installed shower valve is to be removed and replaced with a different shower valve. If so, please provide a model number for the shower valve and trim. Attachments: RFI_ 585_Mech _Kohler Shower Valve Issues.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, November 17th, 2020 at 2:15PM PST Currently installed shower valve and trim is to be removed and replaced with the product shown at the end of this response. -Dali Yu, Greenbusch 2020.11.17 Per email from David White, Lydig, on 11/10/20, ROM to replace shower valves at the 6 showers is approximately $7,000 for valve replacement and associated drywall and paint repair. L. Rock, WAU 11/17/2020 Attachments: RFI585 Mech. Kohler Shower Valve Issues-GreenbuschResponse:pd( All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 02/03/2021 09 :50 AM LYOIG RFI #585 Currently installed shower valve and trim is to be removed and replaced with the product shown at the end of this response. -Dali Yu, Greenbusch 2020.11.17 Per email from David White, Lydig, on 11/10/20, ROM to replace shower valves at the 6 showers is approximately $7,000 for valve replacement and associated drywall and paint repair. L. Rock, WAU 11/17/2020 Attachments: RFI 585 - Mech - Kohler Shower Valve Issues-Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 02/03/2021 09:50 AM Y0I0 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #277 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #277: CE #342 - #635: Civil - 65th Ave S Driveway and Landing Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 277 / 0 REQUEST RECEIVED FROM: STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No 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) 2/3 /2021 None Amount Based No $6,425.29 POTENTIAL CHANGE ORDER TITLE: CE #342 -#635: Civil - 65th Ave S Driveway and Landing Revisions CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #342 - #635: Civil - 65th Ave S Driveway and Landing Revisions Removal of concrete sidewalk at 65th Ave S per the response to RFI 635. Add 8' long asphalt berm at the Kaur property driveway to channel water into the existing catch basin per the response to RFI 635. ATTACHMENTS: 30129^43-TFS 52GCCM-635Civil-65th_Aye S Driveway_and Landing_Rev sions_2021-02-03.pdf CE342:-1911TFS52 COP #067 - RFI 635 Driv_eway_Revision _,pdf_ # Cost Code Description Type Amount 31-001-99- -Earthwork and Utilities subcontract. pellco COP 67 Subcontractor $ 6,029.00 Subtotal: $6,029.00 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 Tler Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 271.31 GL Insurance: 0.75% Applies to all line Item types. $ 47.25 P&P Bond: 0.75% Applies to all line Item types. $ 47.61 BBO. Tax: =0.47;4 Applies to all line lien typos. $ 30.12 Grand Total; 56,425,29 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 10 :49 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: DESCRIPTION OF WORK: PELLCO Construction, Inc. Cost Event #: CP #: Document #: RFI 635 67 Costs for changes per RFI 635 Date: 1/19/21-1/22/21 I. SUBCONTRACTOR'S DIRECT WORK A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) B. MATERIAL COSTS ( Per Cost Breakdown Attached) C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) 3,669 372 1,092 5,133 11. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1) $ _ 2) $ - 3) 4) H. Subtotal Subcontractor Costs 111. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 770 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, 11, III Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, 11, III, IV Above) TOTAL 5,902 68 I 59 6,029 I s COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 67 Date: 1119/21-1/22121 Contractor Ref. No. Description Quantity Unit Labor Material Equipment Total Cost Type Unit $ Cost Unit $ Cost Unit $ Cost $ - $ - $ - $ - Operator Foreman 18 HR $81.15 $ 1,460.70 $ - $ - $ 1,460.70 Operator Foreman OT 1 HR $109.10 $ 109.10 $ - $ - $ 109.10 CT -16 9 HR $ - $ - $24.68 $ 222.12 $ 222.12 CT -5 8 HR $ - $ - $25.83 $ 206.64 $ 206.64 Driver 8 HR $74.56 $ 596.48 $ - $ - $ 596.48 Laborer 23 HR $61.67 $ 1,418.41 $ -$ - $ 1,418;41 Laborer OT 1 HR $84.10 $ 84.10 $ - $ - $ 84.10 CAT 304E 8 HR $ - $ - $39.19 $ 313.52 $ 313.52 1/2" HMA 1.5 TN $ - $200.00 $ 300.00 $ - $ 300.00 Compressor and Hammer Rental 1 Inv $ - $ - $349.26 $ 349.26 $ 349.26 Dump Fees 1 INV $ - $72.25 $ 72.25 $ - $ 72.25 $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - S - $ - $ - $ - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ $ - $ $ - $ $ - $ - $ - $ - Freight/Delivery Costs $ $ - $ - $ $ - $ - $ $ $ - $ $ - $ - $ - $ - $ - $ - $ $ - $ - $ - Labor Subtotal $ 3,668.79 $ 372.25 $ 1,091.54 Foreman $ - $ - Lead Foreman $ - $ Noncraft Labor $ - $ - Total Cost of Work $ 3,668.79 1 $ 372.25 1 $ 1,091.54 $ 5,132.58 19-11 TFS52 COP 9097 - RFI 835 Driveway Revision Page of Issued 21312021 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade$ Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER Rate Schedule Date" 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) .UNION $ 49.00 $ 45.50 $ 40.35 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45,50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72 $ 52.44 $ 61.59$ $ $ $ $ - Rate 3. FUI % of 1 0.80% $ 0.39 $ 0.36 $ 0.32 $ 0.33$ $ $ $ $ - 4. FICA % of 1 6.20% $ 3,04 $ 2.82 $ 2.50 $ 2,55 $- $ - $ - $ - $ - 5. MEDICARE % of 1 1,45% $ 0.71 $ 0.66 $ 0.59 $ 0.60$ - $ - $ - $ - $ - 6. SUI % of 1 (insert correct % to right) 5.63% $ 2.76 $ 2,56 $ 2.27 $ 2.32 $ - $ - $ - $ - $ - 7. WC/PFAMUSICK $ 4,03 $ 3.92 5 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 TOTAL (incl. payroll taxes) $ 81.16 $ 77.05 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 S 2.72 $ 2.90 Overtime a 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage S 73.50 5 68.25 S. 60.54 S 61.70 $ - 5 - S - - 3enefils S 21.22 "S 21.22 5 12.08 S 20.46 S - S - 5 - 5 - S Subtotal S 94.72 S. 89.47 5 72,62 $ 82.16 $ - S - Taxes. Lines 3-6 S '10.35 S 9.:31 3 8.53 5 8.09 5 - S - S - 5 - 5 - 'NC. 5 4.03 S 3.92 S 3.55 5 3.78 S 2.72 S 2.90 5 2.90 5.. _2.72 $ 2.90 Total S 109.10 $ 103.00 $ 84.70 $ 94.62 $ 2.72 $ 2.90 0 2.90 $ 2.72 $ 2;90 Double Time @ 2: DOUBLE TIME RATES CALCULATE AUTOMATICALLY Ionrly Wage S 08.00 S 91;00 S 30.72 $ 82.26 $ - S - o - .3 - 5 .3enefils. 5 21.22 S 21.22 5 '12.08 5 20.=16 5 o - S S 5 Subtotal S 119.22 5 112.22 S 92.80 S 102.72S - S - $ - $ - $ Taxes:. Lines 3-6 S 13 30 S 12.81 11.37 5 11.58 5- 'NC/PFMAUSICK. 5 4,03 3 3.92 S 3.55 S 3.78 S 2.72 3 2.90 S 2.90 ., 2.72 .$ 2.90 Total $ 137.05 S `128.05 $ 107.72 S 118.08 5 2.72 S 2.90 S 2.90 S 2,72 S 2.90 OT Premium. Portion Only 5 27,95 S . 25,95 5 23.02 3 23.46 w. - S - 5 - 5, - 5 DT Premium Portion Only 5 55.00 S 51.91 5 46.04 16.92 S - a - S -3 3 - Form Revised 3/19/2009 Issued 2/3/2021 COP Equipment Rates 0 Project Name: 0 a. J Total Hourly Rate = H + I $ 39.48 70.43 co to cd cr- .c.- 49 ' ti, e• 49 co cv ri CO 44. 0 P-7: ..- 40 49 co CO 4 07 4» to CO <:. 4D 69 01 LO ei C^... 4» 30.53 I el co .1111.111101111.1111 2 49 69 4» 64 49 49 49 64 49 4» 69 06 4» 4» 49 64 69 I Hourly Operating Cost $ 12.52 03 N 69 'Cl- 0) 9' 4» $ 80.76 00 0; C9 69 Ul oi 04 69 1— t--: •,— te $ 29.20 I CD CD r- 01 66 CO CD 4 <- tft 0 00 c‘i 04 69 H Hourly Rate = (F + G) /176 x Regional Adj. $ 26.96 tO 0) (4) 69 N 01 0) CD 4» CO CD r•-: 0) 4» 32.40 32.25 1- •,— P. 4» 22.36 I el 0) (ti 0) 4» 15.55 I o •IIIIIIIIIIIII E9 69 49 69 49 69 69 4» fil 69 69 69 4» 49 1111 69 69 69 69 G Blue Book Monthly Rate for Attachment $ 2,303.84 $ 2,303.84 $ 2,303.84 st 00 Oi 0 01 69 (0 0) 0 Cc) 0,1 69 F Blue Book Monthly Rate for Equipment 2,441.12 5,783.36 03 er t0 o) CO CT; 69 9- CO • 1- co CO T1: $ 5,702.40 a r- 69. 1,261.92 63 C9 6 04 06 Vi 69 CO tO c6 N 0) cii (4)4» 40 1— r.:. 01 I"- N- CV 01 t.-: 1. -- CD 69 Power Mode (Diesel, Gasoline, H draulic etc. ;13 0 w ›.. Model 4 or Axle Config, Size, Capacity,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 Z.)(85 Issued 2/3/2021 Revised 3/19/2009 picucgo consmaion, inc WORK AUTHORIZATION FORM # 3663 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME tafr; JOB NAME IF c #-2 OUR JOB NO. iq —u DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: 1/11/1\1 CONTRACTOR'S P.O. NO. PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR S1iF Or Cf ife 6 /4-6 itht cr-S- Vkird 4`Cf- tfike 8h Pry THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARECORRECT: 3IGNED SIGNED ELLCO consTRucr;on, inc WORK AUTHORIZATION FORM 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME LyOUR e1I9. f JOB NAME t F # / OB NO. `/-111 DATE / /� / THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: TIME AND MATERIALS ✓1 STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: ns I / - r,'� I LCIG(4- f firefIC ar i i4 CONTRACTOR'S P,O. NO. PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED' AUTHORIZED BY. THE WORK AS DESCRIBED: THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED `i -' -1 i ELLCO COflST tUCTion, Inc CONTRACTOR'S NAME /7/7/17— JOB NAME I -FS WORK AUTHORIZATION FORM # 3664 13036 BEVERLY PARK ROAD MUKJLTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 OUR aa �1r JOB NO. 17 ! 1 DATE 1/2 -MZ THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: x CONTRACTOR'S P.O. NO. PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR C r c(p e � 1 �,r'�r �f r.�J (1 --/ex rgyttivpi THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED SIGNED ,0 vt- Renton Concrete Recyclers - y, 22121 17th Ave SE, #117 , BOTHELL, WA 98021-7404-- ,y ix -,. = .... (425) 481-9101 PHONE (425) 486-3346 FAX INVOICE I Customer 0000726 Job 0035 Date 01/19/21 Invoice # 0144636 Bill To 1 PELLCO CONST INC 13036 BEVERLY PRK RD MUKILTEO, WA 98275 1 Job 1 Description 1911fTUKWILA FIRE - STATION #52 Plant Renton Ticket Date 101/19/21 Item # Descnption Ticket #/Reference Quantity Price Total 000072 000084 000800 CON HA1/1 BACK 2-4 CHB MINIMUN LOAD 5% WASTE DISPOSAL S/ 044801 044801 044801 3.00 1.00 .00 15.00 25.00 .00 45.00 25.00 2.25 Subtotal Tax Total 72.25 .00 _ _ . 72.25 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #635 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - 65th Ave S Driveway and Landing Revisions TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: C2.1 LINKED DRAWINGS: 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 01/13/2021 Bellevue, Washington 98005 STATUS: Closed on 01/16/21 DUE DATE: 01/20/2021 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue Off) 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) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 10:31 AM on 01/13/2021 The design team, C0T and Lydig have discussed potential design revisions and/or rework to the north and south sidewalk landings at the driveway to 65th Ave S. Per email from Marc Servizi/LPD on 1/11/21, the following is to be documented and revised: 1. MEF for the North Sidewalk area (Intent is that this area would remain as currently installed) 1. Marc/LPD to confirm whether truncated domes need to be relocated 2. Berm on Kaur driveway needs to be installed (Will need to reach out to Kaur for permission) 2. Plan Revision of South Ramp Providing 2% landing (cross slope) Please provide clarification and direction as to the extents of the revisions to these areas. Attachments: RFI 635 - Civil - 65th Ave S Driveway and Landing Revisions.pdf Official Response: Julie DeDonato (Ancora Projects LLC) responded on Friday, January 15th, 2021 at 10:52AM PST Clarification from 1/14/21 response. MEF and Plans submitted to City of Tukwila for record. Attachments: Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, January 14th, 2021 at 5:34PM PST 1. North Sidewalk area. See attached Plan Sheet C2.1: - Truncated domes shall be removed and installed per plan. - Install asphalt diversion berm. 2. South Sidewalk area. - Sawcut, remove and replace landing, south ramp, and pavement per plan. MEF and plans submitted to City of Tukwila for review and approval. M. Servizi 1-14-2021 Attachments: RFI 635 - Civil - 65th Ave S Driveway and Landing Revisions - LPD.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 02/03/2021 10 27 AM RFI #635 LY D G Clarification from 1/14/21 response. MEF and Plans submitted to City of Tukwila for record. Attachments: 1. North Sidewalk area. See attached Plan Sheet C2.1: - Truncated domes shall be removed and installed per plan. - Install asphalt diversion berm. 2. South Sidewalk area. -Sawcut, remove and replace landing, south ramp, and pavement per plan. MEF and plans submitted to City of Tukwila for review and approval. M. Servizi 1-14-2021 Attachments: RFI., 635_ _ Civil -;65th Ave ,S_ Driveway and Landing Revisions-: LPD_pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 02/03/2021 10:27 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #278 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave 5 Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #278: CE #343 - RFI #507: Arch/Civil - Grading at Transformer and Surrounding Area TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 278 / 0 Pending - In Review No 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) 2/3 /2021 None Amount Based No $4,269.31 POTENTIAL CHANGE ORDER TITLE: CE #343 - RFI #507: Arch/Civil - Grading at Transformer and Surrounding Area CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #343 - RFI #507: Arch/Civil - Grading at Transformer and Surrounding Area Regrading of the transformer and utility trash enclosure area per the response to RFI 507. ATTACHMENTS: 30129-43-TFS 52-GCCM-507-Arch Civil -Grading at Transformer and Surrounding Area-2021-02-03.pdf CE 343 - 19-11 TFS52 COP 4068 - RFI 507 Regrade Near Transformer.pdf # Cost Code Description Type Amount 1 31-001-99- - Earthwork and Utilities subcontract Pellco COP 68 Subcontractor $ 4,006.00 Subtotal: 94,006.00 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. $ 180.27 GL Insurance: 0.75% Applies to all fine Item types. 9 31.40 P&P Bond: 0.75% Applies to all line Item types. $ 31.63 B&O Tax: = 0.47% Applies to all line Item types. $ 20.01 Grand Total: 94,269.31 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 10 :56 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. DESCRIPTION OF WORK: Costs for changes per RFI 507 I. SUBCONTRACTOR'S DIRECT WORK Cost Event #: CP #: Document #: RFI 507 68 Date: 2/3/2021 A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) B. MATERIAL COSTS ( Per Cost Breakdown Attached) C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) D. SUBTOTAL DIRECT WORK (Total A, 8, C, and D Above) 1,143 600 1,668 3,410 II. SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) Direct Cost Fee 1) 2) 3) 4) H. Subtotal Subcontractor Costs 111. FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% 512 B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% IV. SUBTOTAL V. TOTAL VI. UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, Ill Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL $ 3,922 45 39 4,006 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 68 Date: 2/3/2021 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost - Unit $ Cost Cost $ - $ - $ - $ - Operator Foreman 8 HR $81.15 $ 649:20 $ - $ $ 649.20 CT -16 8 HR $ - $ - 524.68 $ 197:44 $ 197.44 CAT D4 Dozer 8 HR $ - $ - $70.24 $ 561.92 $ 561.92 Laborer 8 HR $61.67 $ 493.36 $ - $ - $ 493.36 CAT 304 8 HR $ - $ - $39.19 $ 313.52 $ 313.52 420 Backhoe 8 HR $ - $ - $38.73 $ 309.84 $ 309.84 DD Roller 8 HR $ $ - $35.62 $ 284.96 $ 284.96 CSBC 15 Tons $ - $40.00 $ 600.00 $ - $ 600.00 $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ $ $ - $ - $ $ $ - $ - $ - $ $ - - $ $ - $ $ - $ - $ $ - $ - $ - $ - $ - $ $ - $ - - $ - $ $ $ $ - $ - $ _ $ $ $ $ $ - $ - $ - $ - $ $ - $ Freight/Delivery Costs $ $ - $ $- $ $ $ $ $ $ _ $ $ - $ - $ - $ - $ - $ - $ - Labor Subtotal $ 1,142.56 $ 600.00 $ 1,667.68 Foreman $ _ $ Lead Foreman $ - $ - Noncraft Labor $ - $ - Total Cost -of Work $ 1,142.56 I $ 600.00 ! 1 $ 1,667.68 $ 3,410.24 18-11 TFS52 COP #088 - RFI 507 Regrade Near Transformer Page of Issued 2/32021 COP Wage Rates Project Name: Tukwila Fire Station #52 Protect No: 30129-43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER - TEAMSTER Rate Schedule Date` UNION 06/01/19 06/01/19 06/01/19 06/01/19 Prevailing Wage (incl. Benefits) $ 49:00 $ 45.50 $ 40.36 $ 41.13 1. Hourly Wage Rate $ 49.00 $ 45.50 $ 40.36 $ 41.13 2. Hourly Benefits $ 21.22 $ 21.22 $ 12.08 $ 20.46 SUBTOTAL $ 70.22 $ 66.72 $ 52.44 $ 61.69 $ - $ - $ - $ - $ - Rate 3. FIJI % of 1 0.80% $ 0:39 $ 0.36 $ 0.32 $ 0.33 $ - $ - $ - $ - $ - 4. FICA % of 1 6.20% $ 3.04 $ 2.82 $ 2.50 $ 2.55 $ - $ - $ - $ - $ - 5. MEDICARE. % of 1 1.45% $ 0.71 $ 0.66 $ 0.59 $ 0.60 $ - $ - $ - $ - $ - 6. SUI % of 1 (insert correct % to right) 5.63% $ 2.76 $ 2.56 $ 2.27 $ 2.32 $- $ - $ - $ - $ - 7. WC/PFAMUSICK $ 4,03 $ 3.92 $ 3.55 $ 3.78 $ 2.72 $ 2.90 $ 2.90 $ 2,72 $ 2:90 TOTAL (incl. payroll taxes) $ 81.15 $ 77.05 $ 61.67 $ 71.16 $ 2.72 $ 2.90 $ 2.90 $ 2.72 $ 2.90 Overtime .@ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY Hourly Wage 5 73.50 S 38.25 5 60.54. $ 61.70 S a S 9 a 3enefils 5 21.22 o 21_22: S 12:03 5 20.46 5 5 - 5 - 5. - a - Subtotal $ 94.72 5 89.47 S 72.62 S 92.16 $ - $ - $ - S - $ Taxes: Llnes3-6 S 10.35 5 9:61 a 9.53 5 3.59 5 - 5 - 5 - 5 - S 'vVC S 4.03 S 3.92 5 3.55 $ 3.73 5 2.72 S 2.90 5 2.90 5 2.72 5 2:90 Total 109.10 S 103.00 $ 84.70 9 94.62 S 2.72 5 2.90 S 2.90 $ 2.72 S 2.90 Double Time @ 2a ' DOUBLE: TIME RATES. CALCULATE AUTOMATICALLY 11ot�rly Wage S. 99.00 3 91 �oo s 80 72 5 52.26 5 - .� - S S - S iSenefits 5 21.22 S 21.22 5 1208 S 20:46 a - S - a - Subtotal S 119.22 $ 112.22 a 92.30 $ 102.72 taxes: Lines 3.6 S. 13.30 5 12.81 5 1137 5 11.55 $ - S - S `NC/PFMAUSICK S 4.03 a 3.92 5 3.55 5 3.75 , 2.72 S 2.90 S 2.90 $ 2.72 5 2.90 Total $ 137.05 5 128.95 5 107.72 S 110.08 S .2.72. S 2.90 S 2:90 S 2.72 $ 2.90 UT Premium Portion Only 27.95 5 25.95 5 23.02 S 23.45 5- 13T Premium Portion Only S 55.90 S 51.:7'1 5 46.04 S 46.92 - 5 - S - 5 - - Form Revised 3/19/2009 Issued 2/3/2021 COP Equipment Rates 0 Project Name: 0 z 0 w 0 0. Contractor: J Hourly Total Operating Hourly Rate Cost = H + I 12.52 $ 39.48 0 0 a- , • 0 I.- ,r• 03 e4 0 to 49 CI l'.' - tO W. W. .4. N 49 CO 1° , 0 BA 01 1° ei I, V) C° 6; CA (0 CA C° vi UT i 69 C.11111111111111101 64 69 6.9 69 OD et. 0.1 $ 49.24 $ 80.76 co CO 0 V) 69 29.45 1,-- LO 1..-. I- 0 N CT) NI (0 (0 r.- CO 69 CO 0) Tr 1- 0 CO N 04 r---7---iHourly Rate = (F + G) / 176 x Regional Adj. $ 26.96 0 CT) Lai v. 69- N CA ai co1- CO CO (- a) 0, st cNi c o 0 04 csi el 0- •c- r-,: to 0 (00) oi o4 ta CO 6 co 15.55 CA 0 •IIII 47 to to co /III 69 ta. 011111.111 0, Blue Book Monthly Rate for Attachment $ 2,303.84 $ 2,303.84 .4. oa O. o ro ('4( $ 2,303.84 .rt co ri o co '4 6o F Blue Book Monthly Rate for E ui ment $ 2,441.12 $ 5,783.36 co NT (0 0) CO 0) 69 $ 14,887.84 $ 5,702.40 0 0 (0(0 ai t•-• (0 0 0 N 0 ,-- (0 01. 1-- fil CD VI (0 CA 0) CO- $ 6,323.68 0 >- CO N. or $ 4,917.92 E Power Mode (Diesel, Gasoline, Hydraulic, etc.) 0 ti >- Model # or Axle Config, Size, Ca.aci etc. B Manufacturer A Equipment Description & Specifications incl. Attachment Descri.tion if a ..licable EXCAVATOR 304 _ EXCAVATOR 308 _ EXCAVATOR 320 EXCAVATOR 336 LOADER 924 LOADER 926 CREW TRUCK F-450 tX .....) ..-1 0 3- DOZER BOB CAT Hitachi ZX85 Revised 3/19/2009 Issued 2/3/2021 NLICO consnucrion, inc CONTRACTOR'S NAME WORK AUTHORIZATION FORM # 5389 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 JOB NAME T F3. .5-12 OUR if, JOB NO. I `I' / I DATE 7fl /id THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY TIME AND MATERIALS CONTRACTOR'S P.O. NO. DESCRIPTION OF WORK: f':Ive A 1 Vci.5 1, -ri/C de4e1 c urb rwf n LE 44- A-diedi fra 0 Fr? "(-i uti2 F PELLCO CONSTRUCTION, INC IS HEREBY AUTHORIZED TO PROCEED WITH THE WORK AS DESCRIBED: AUTHORIZED BY: CONTRACTOR THE DESCRIBED WORK HAS BEEN PERFORMED AS AU SIGNED 7.7-24--7 u • JT L '..111\ ND THE AB. .• HOURS ARE QORFIECT: DATE it276/zo SIdNED • (T—(6..1,/ /. ryer/6 1 ( //a I,/ ( 4, //eIa ',01)c..!, evi - f Ce -/T 0 "/ /4'24-- Wird COL 3 0 Lf( PA By signing thls By 4s 'ftqc9mert, that the Lydig Construction liot d were ( 1( LI 2 0 ,-:-._ 12,-, ( /I 4c -e askeowledging utilized. This aonstitutp I yriig' ("apkilowle 04dtailompr1 -Fcsourcos gement does that Ibis wruk not i an -1-- 1 Den roii-er— extra to the su were used an itra t, only h6 ws that the resources pertermr,d If '`-le subcontractor be remains the subcontractors ieves this iork is an eri duty to 'rvvJ- he it c le notice per the documents. and subcc- tr.Fk... reQiii .-1 -) -,r. 0 i cl- -•-i(p: cor ifr=,-t i. ..E:c 0 ., THE DESCRIBED WORK HAS BEEN PERFORMED AS AU SIGNED 7.7-24--7 u • JT L '..111\ ND THE AB. .• HOURS ARE QORFIECT: DATE it276/zo SIdNED • LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #507 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Civil - Grading at Transformer and Surrounding Area TO: Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 09/03/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: A003, C2.0 LINKED DRAWINGS: FROM: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 STATUS: Closed on 09/08/20 DUE DATE: 09/10/2020 COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: RECEIVED FROM: Matt McCotter (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 03:40 PM on 09/03/2020 Clarification is needed for grading around the transformer and the surrounding area at the trash/recycling enclosure and generator. C2.0 shows spot elevations surrounding the transformer to be 110.50. The transformer vault lid is set at the 110.5 elevation. The grading then shows to drop ata 4% slope down towards SD #8. As discussed between LPD and WAU, the grading may be revised to include a concrete curb and revised elevations for proper sloping and drainage through this area. Please provide an updated grading plan to clarify the grades and curbs through this area. Attachments: RFI 507 - Arch -Civil - Grading at Transformer and Surrounding Area.pdf Official Response: Emma Nowinskl (Weinstein A+U) responded on Friday, September 4th, 2020 at 3:00PM PDT LPD Response: 1. The transformer surface is intended to be flat, and proposed surface grades are provide around the transformer, attached. 2. To provide a 2% slope in the garbage area; the west end of the garbage area is raised — 6 -inches. Provide a curb, cast in place with the concrete surface. M. Servizi 9-4-2020 Attachments: RFI 507 - Arch -Civil - Grading at Transformer and SurroundipgArea- LPD RESPONSE.pdf All Replies: LPD Response: 1. The transformer surface is intended to be flat, and proposed surface grades are provide around the transformer, attached. 2. To provide a 2% slope in the garbage area; the west end of the garbage area is raised — 6 -inches. Provide a curb, cast in place with the concrete surface. M. Servizi 9-4-2020 Attachments: RFI 507 - Arch -Civil - Gradigg.gt Transformer and Surrounding Area- LPD RESPONSE.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 02/03/2021 10:55 AM LYDIG Lydig Construction, Inc. 3180139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #279 Project: 30129-43- TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #279: CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications TO: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 6200 Southcenter Boulevard 3180 139th Ave SE - Suite 110 Tukwila Washington, 98188 Bellevue Washington, 98005 PCO NUMBER/REVISION: 279 / 0 CONTRACT: 30129 -Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/3 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,822.39 POTENTIAL CHANGE ORDER TITLE: CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #344 - #302: Civil - Driveway and Front Apron Grading Clarifications Adjusting of rim elevation for SD #12 per the response to RFI 302. ATTACHMENTS: 30129.43-TFS 52-GCCM-302 Clvil-Driveway_and_Front Apron Grading_Clarifications-2021-02-03 (1)pdf_ CE 344 19-11 TFS52 COP #069 RF( 302 Grade Changes.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 11 :05 AM Cost Code Description Type Amount 31-001-99- -Earthwork and Utilities subcontract Pellco COP 069 Subcontractor $ 1,710.00 Subtotal: $1,710.00 Fee - Selt 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. $ 76.95 GL Insurance: 0.75% Applies to alliin item types. $ 13.40 P&P. Bond: 0.75% Applies to all line Item types. $ 13.50 B&O Tax: x 0.47%Applies to all line Item types. $ 8.54 Grand Total: $1,822.39 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 11 :05 AM Subcontractor CP Breakdown Summary Tukwila Fire Station 52 Project No. 30129-43 SUBCONTRACTOR: PELLCO Construction, Inc. Cost Event #: CP #: Document #: RFI 302 69 DESCRIPTION OF WORK: Costs for changes per RFI 302 Date: 2/3/2021 L SUBCONTRACTOR'S DIRECT WORK A. DIRECT LABOR COSTS ( Per Cost Breakdown Attached) B. MATERIAL COSTS ( Per Cost Breakdown Attached) C. EQUIPMENT COSTS ( Per Cost Breakdown Attached) D. SUBTOTAL DIRECT WORK (Total A, B, C, and D Above) 725 731 1,456 IL SUBTIER SUBCONTRACTORS G. Subtler Subcontractor Cost (Subcontractor Estimates Attached) 1) 2) 3) 4) H. Subtotal Subcontractor Costs Direct Cost Fee - $ HL FEE Breakdown Per Contract A. Fee on Direct Work (Item E) 15% B. Fee on Subtler Subcontractor Direct Costs (Item H) 8% 218 IV. SUBTOTAL V. TOTAL VL UNIT PRICE TOTAL SUBTOTAL (Total of Parts I, II, Ill Above) Liability Insurance (1.15%) Bond Costs (1.0%) TOTAL (Total of Parts I, II, III, IV Above) TOTAL 1,674 19 17 1,710 COP Cost Breakdown Project Name: Tukwila Fire Station 52 Project No. 30129-43 Contractor: PELLCO Construction, Inc COP Number: 69 Date: 2/3/2021 Contractor Ref. No. Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost $ - - $ - $ - Operator Foreman 4 HR $81.15 $ 324.60 $ $ 324.60 CT -16 4 HR - - $24.68 98.72 $ 98.72 CAT 04 Dozer 2 HR - $ - $70.24 $ 140.48 140.48 Laborer 4 HR 561.67 246.68 - $ - 246.68 CAT 304 2 HR - - $39.19 $ 78.38 78.38 420 Backhoe 2 HR - - $38.73 77.46 $ 77.46 DD Roller 2 HR $ - $ - $35.62 71.24 $ 71.24 CAT 308 2 HR $ - $ - $70.43 $ 140.86 140.86 Operator 2 HR $77.05 $ 154.10 $ - $ - $ 154.10 926 Loader 2 HR - $ - $61.70 $ 123.40 123.40 $ - $ _ $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - -5 - $ - $ - - - - $ - $ - $ - $ .. $ - $ - - $ - $ - $ - - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - - - - $ - $ - $ - Freight/Delivery Costs $ - - - $ - - $ - $ - $ - $ - - - $ - $ - - $ - $ - _ $ - $ - Labor Subtotal $ 725.38 $ - 730.54 Foreman $ - - Lead Foreman $ - $ - Noncraft Labor $ - $ - Total Cost of Work _ 725.38 [$ - 1 1 $ 730.54 1,455.92 19-11 TFS52 COP 9069 - RFI 302 Grade Changes Page of Issued 2/32021 COP Wage Rates Project Name: Tukwila Fire Station #52 Project No: 30129-43 Contractor: PELLCO Trade & Position OPERATOR FOREMAN OPERATOR OPERATOR LABOR LABOR TEAMSTER TEAMSTER RaM 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.$0 $ 40.36 41.13 2. Hourly Benefits $ 21.22 21 22 12.08 20.46 SUBTOTAL 70.22 6632 $ 62.44 61.69 $ - - - $ - - Rate 3. FUI % of 1 0.80% 0.39 $ 036 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 $ 2.27 222 $ - - $ - $ - - 7. WC/PFAMUSICK 4.03 $ 322 5 3.55 3.78 2.72 $ 2.90 $ 2.90 2.72 2.90 TOTAL (incl. payroll taxes) $ 81.15 77.05 61.67 71.16 $ 2.72 $ 2.90 2.90 2.72 2.90 Overtime @ 1.5x OVERTIME RATES CALCULATE AUTOMATICALLY 4u3y Wage 7.3 50 5 6525 S 60 54 $ 61 70 $ - 5 - 5 - 5 - 5 - 3enefils $ 21.22 S 21.22 S 1209. $ 20 46 $ • S - S - 3 - S - Subtotal S 94.72 9 89.47 72.62 5 82;16 , -5 - $ - $ - fans: lines 3-6 5 10.30 3 9.61 3 8.53 S 8.09 S S NC 5 4.03 3.92 3 3.55 3.78 S 2.72 5 2.90 3 2.90 5 72 S 2.90 rotal 3 109.10 5 103.00 5 84,70 5 94.62 5 2.72 5 2.90 S 2.90 5 /72 $ 2.99 Double Time @ 2x DOUBLE TIME RATES CALCULATE AUTOMATICALLY Hourly Wage 5 98.00 S 91 00 5 80 72 3 82 26 - 3 - S - $ - S 3eriefils S 21.22 5 21 22 12.08 3 2016. 3 - 5 - S .S - S - Subtotal 5 119.22 5 112.22 S 92.00 5 02.72 3 5 - $ - Faxes Lines 3.6 $ 13.80 5 1201. S 11 37 11 58 $ - S • 5 - $ - S - LNC/PFMAUSICK 5 -1 0. S 3.92 5 3 55 5 3.73 $ 2.72 2 90 S 2.90 5- 2.72 5 2 90 rotal 9 37.05 S 128.95 5 107.72 5 110.08 5 2.72 5 2.90 $ 2.90 3 2.72 5 2.90 OT Premium Portion Only S 27.95 5 25 95 5 23.02 5 23.46 5 - - S -5 5 - DT Premium Portion Only S 55 90 5 51 91 5 46 04 $ 46.92 $ - 5 - S - $ - S . Form Revised 3/19/2009 Issued 2/3/2021 COP Equipment Rates 0 Tukwila Fire Project Name: m EL z 43 Contractor: 2 0 To IX + }- a io 0 :c . C., v . 0 P— ER CO a . CO - ., 4» V' 4.4; CO I,. +- 4» CO 0.1 . CO (0 4» 0 t-1 .c.• CD 4» CO op . .1t Ol 4» (0 to . , 1.0 ER 0 to . 49. 30.53 63.83 1111.081,..110.11. 4» OR 4» 0 69 4» 64 4» 4» 0 4» 4» 0 69 4» 0 69 Hourly Operating Cost C,1 o CS/0 ,- 4» $ 24.48 V" 04 Nr 4» $ 80.76 CO co a m 4» 29.45 17.51 0(0 04 ai CNI 0 CO r•-: CO 0 CO C7) -4- .,-. 4» 0 CO 04 CV 0 H Hourly Rate = (F +G)/ 176 x Regional Adj. 26.96 45.95 NI C) CO E9 0 (0 01 4» 0 st (') 64 32.25 7.17 0 (fl 0i 0.1 69 C,3 a) a CO 0 15.55 CO 9.1111111111111111111 ., `11' 44 6» 4» 4» 69 69 0 (4 (4 69 69 69 69 G Blue Book Monthly Rate for Attachment $ 2,303.84 CO Oi a co C`i 64 $ 2,303.84 OD ei a (0 Csi 0 CO 4.) o CO C4 64 F Blue Book Monthly Rate for Equipment 2,441.12 5,783.36 CO .4-. CD 0) CO 0 64 14,887.84 5,702.40 0 CV 00 (0 r•-• r- (0 CO CV 16 ,--. Eft 3,935.36 1 CO CO (4) CNI CO 46 2,737.15 C \ 1 CO 4'.- 0) - Cr 0 Power Mode (Diesel, Gasoline, I-1 draulic etc. 11- 0 (1) ›- Model # or Axle Config, Size, Capacity, etc. Manufacturer A Equipment Description & Specifications (incl. Attachment Description, if applicable) EXCAVATOR 304 EXCAVATOR 308 EXCAVATOR32O EXCAVATOR 336 LOADER 924 LOADER 926 CREW TRUCK F-450 ROLLER DOZER BOBCAT Hitachi ZX85 Issued 2/3/2021 Revised 3/19/2009 paLLCO cons i-mucrion, inc WORK AUTHORIZATION FORM # 4483 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME JOB NAME -T-F-c OUR JOB NO. / DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT TIME AND MATERIALS STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY DESCRIPTION OF WORK: 04,12_ or Iv? CONTRACTOR'S P.O. NO. (S'Irvxi L5.17.1101;, -6.--e r 3ez THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED SIGNED by signing tens uoc,-umeni., t_yuly uur Isl' -IL Is acknowledging that the resources listed wire utilized. This acknowledgement does not constittite Lydig's agreement that this work is an extra to the subcontract, only that the resources F :. . .... : . : . wo was pe o :-. • • ...,,I.,: 1 , . • 0 ^ 1,.: I 30 - , - .,Ibe .... ., .ctor duty 10 provide due per the.' • — ' ' '' - ' thq\U rihD .. " . . ti a change dire ve, change order proposaL or : :quest for equitable adjustment ZED TO PROCEED WITH THE WORK AS DESCR BED: BY: CONTRACTOR F3Y DATE ei.t 0 1.13 1;0 TR '71 '.1 , !N- .1(' •2 Arc i11 Z le , 3 og v /dfe,„, 5,, it,,,,,,,, q.12 4.1' in74 / * .U4 -I I -Jar le -- THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED SIGNED rcL,LCO consmucTion, inc WORK AUTHORIZATION FORM # 5390 13036 BEVERLY PARK ROAD MUKILTEO, WA 98275 (425) 265-7211 FAX (425) 265-7215 CONTRACTOR'S NAME JOB NAME TE5-o5"-c), OUR JOB NO. I DATE THIS IS TO AUTHORIZE WORK TO BE PERFORMED AS: (CHECK ONE) EXTRA WORK TO OUR CONTRACT: STRAIGHT TIME RATE OVERTIME RATE PREMIUM TIME ONLY q -2a.741 TIME AND MATERIALS CONTRACTOR'S P.O. NO. DESCRIPTION OF WORK: J F 3c) r•-• c .11 ;• 0 I •• - • • IP . ruction - la acknowledging that the resources listed were utilized. Thio—aeknowledgefnent—dees—net- constitute,- Lydig's agreement that this work is an --extra-te-the-su- • • • • - - - . -01.1r-GeS- were used and work was performed. If the subcontractor-betiaves-this-iNock-is--an_extra_then_it_ remains the subcontractor's duty to provide due notice—per--the—subcentract and the enntract documents, and request a change directive, •-• : • •e_otder_ptoposal, or a request for equitable OttggiSTRUCTION, 9,t HEREBY AUTHORIZ DATE 7724 .'"g1/ --/------- ,J -a0 VD* CON TRUCTION, INC. AU H RIZE D TO PROCEED WITH THE WORK AS DESCRIBED: ) BY: CONTRACTOR THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED -4"--114,077 SIGNED Cr- /6 \'"1/ 11'17E1411 C141 a ir 71 t (rite, -7) .2, ht3 ( i 4 7 frc/i' ,1 Er 1,',) 01) a2hcy . ., , (,ii (-1- ' .Y_Ve(-- (._ keskii, 6c): p,4.,/) Rip, (- I i( istai/ pi; J. a, f-ei(4,- Virll la 1-1-.) K . . THE DESCRIBED WORK HAS BEEN PERFORMED AS AUTHORIZED AND THE ABOVE HOURS ARE CORRECT: SIGNED -4"--114,077 SIGNED ILYD10 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #302 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Civil - Driveway and Front Apron Grading Clarifications TO: Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) DATE INITIATED: 04/07/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: C2.1, 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), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: TBD SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 04/16/20 04/14/2020 Alex Carey (Lydig Construction, Inc. - Bellevue Off) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 02:37 PM on 04/07/2020 The following items require further clarification for grading and concrete paving activities at the driveway and front apron hardscape areas. 1. SD #12 catch basin rim elevation is 107.80 per C2.1. The surrounding grade call outs for top of pavement in the area are 107.47 and 107.44 placing the rim above the level of concrete pavement. Please provide revised grades or revised rim elevation for this conflict. 2. Where the driveway turns to the southwest and there are parking stalls on the south side of the driveway, there is a transition from concrete vertical curb to a curb ramp. Please advise on the location for transition from curb ramp to vertical curb and provide a detail for this location. 3. There is an area of steep slope at the west side of the Cowlitz driveway. The grade falls from 99' to 95.85 (3.15 drop) in approximately a 8.75' in run (approx. 35% slope). Please advise if this area of steep slope grading requires any retaining or rockery walls for retention of soils. 4. The ADA curb ramp at the east side of the Cowlitz driveway has a steep landing. The southwest corner of the ramp is at a grade of 93.04' and falls to 91.73' (1.31' drop) over approximately 6.6' (approx. 20% slope). Please advise if this curb ramp grading is to be revised. 5. There are several locations (highlighted on C2.1 - page 2 of the attachment) that have grading information covered by text boxes forstorm drainage structures. Please provide grading information concealed on sheet C2.1. Attachments: E3Fj 302,5 civil_:„Dny_eway anct.Flp.ntApspg.Diacling_Clerificptipp,pclf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, April 15th, 2020 at 1:30PM PDT LPD Response: 1. Set rim at 107.44 per adjacent spot grade. See updated sheet C2.1 attached. 2. Added callout for Curb Taper. See updated sheet C3.1 attached. 3. Since the Cowlitz Elec Panel / Irrigation controller has been removed, now remove the 2' riser from the existing CB. New Rim 97.56. Provide smooth transition to match new SDMH lid elevation. See attached Sheet C2.1. 4. Raised the back corner of the ramp to 92.03. The maximizes the cross slope on the walk at 5%. 5. Please see updated sheet C2.1 attached. -M. Servizi, PE 04/14/2020 Attachments: RFI 302 - Civil - Drivewayand Front Apron Grading Clarifications - LPD Response.pdf All Replies: Lydig Construction, Inc, Page 1 of 2 Printed On: 02/03/2021 10 :58 AM RFI #302 L1'D1G LPD Response: 1. Set rim at 107.44 per adjacent spot grade. See updated sheet C2.1 attached. 2. Added callout for Curb Taper. See updated sheet C3.1 attached. 3. Since the Cowlitz Elec Panel / Irrigation controller has been removed, now remove the 2' riser from the existing CB. New Rim 97.56. Provide smooth transition to match new SDMH lid elevation. See attached Sheet C2.1. 4. Raised the back corner of the ramp to 92.03. The maximizes the cross slope on the walk at 5%. 5. Please see updated sheet C2.1 attached. -M. Servizi, PE 04/14/2020 Attachments: BEI _N2 -_ Civil ..-_ Driveway and Front Apron Grading Clarifications LPDResponsepdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 02/03/2021 10:58 AM Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #284 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #284: CE #348 - RFI #642: Elec - Timer Switch for PT Outlet 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: 284 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/3 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $594.68 POTENTIAL CHANGE ORDER TITLE: CE #348 - RFI #642: Elec - Timer Switch for PT Outlet CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #348 - RFI #642: Elec - Timer Switch for PT Outlet Add timer control to Fitness Speaker outlet by Jaymarc. 60 second default reset after a alert is received to the PT room outlet that controls the bluetooth speaker per RFI 642 response. ATTACHMENTS: 30129-43-TFS 52-GCCM-642-Elec-Timer Switch for PT Outlet-2021-02-03.pdf CE 348 - COR075.1.0f Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 02 :20 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 075.1 Subcontractor $ 558.00 Subtotal: $558.00 Fee - Self Perforrn Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub'sfPA's, and Project Contingency. $ 0,00 Fee -Sub Tier Work: 4. Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 25.11 GL Insurance: 0.75% Applies to all ilne Item types. $ 4.37 P&P Bond: 0.75% Applies to all line Item types. $ 4.41 B&O Tax; . 0.47% Applies to all line Item types. $ 2.79 Grand Total: 5594.68 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 02 :20 PM nese January 27, 2021 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 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# 075.1 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 $558.00 We will not proceed with this change to our work until directed by Lydig Construction Light fixtures and equipment will not be released for production or canceled as appropriate until receipt of written notice to proceed with this work Our schedule may be impacted due to this revision. We will advise shipping schedules afier direction has been provided to us. Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt 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: ( 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# 075.1 Work Add timer control to Fitness Speaker outlet. Jaymarc scope of Date: 1/27/2021 Description: work only. cc D# RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 94.97 0.00 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 $ 164.59 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 $ - Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight $ 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 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 - $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT 6. SUBCONTRACTORS a. Jaymarc AV 501.19 b.$ c. d. 7. 0 & P ON SUBCONTRACTORS a. 8% overhead & profit of 6 8. SUBCONTRACTORS 7,05 P ON SUBS $ 501.19 40.10 8. INSURANCE / TAXES a, volume driven liability insurance 1.00% (of 1 through 7) $ 5.41 b. Bonding 2.00% (of 1 through 7) $ 10.93 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8. INSURANCE 16.35 9. O& P ON INSURANCE/TAXES a. 0% portion of 8 9. O& P ON INS / TAX TOTAL COST 1 TFIRU 8 558.00 This is a change order Proposal to : Pacific Coast Electrical Contractors for the project listed as Tukwila Fire #52 - FAST Change Order Date: 1/27/2021 Change Order Title: Add Timer control to Fitness Outlet Change Order Details: Provide and install a separate control pair of wires to the relay provided by the electrical contractor for the dedicated outlet in the Fitness Room. Provide programming so that there is a manual reset button on the master control panel. Provide programming so that the user can adjust the amount of time for the outlet to stay off until reset on alarm. This Change Order, if accepted, will modify the contract value by: $501.19 This change order provides a modification in the original scope of work contracted for. All terms and conditions as previously agreed upon are not altered except as noted in this document. If this project is a progress billing project, the added/modified scope of work will become part of the overall project total and the billings will be adjusted accordingly. The completion date on the project MAY be affected by the additions and/or modifications in this change order. Both parties agree to discuss completion time modifications if necessary. If no discussions are made, there shall be an assumption of 10 working days added to the contract completion date if this change order is executed. It is up to the client to verify that the scope of work of this change order matches the desired changes. If the Change Order Details listed above are not clear or do not match your desires; DO NOT SIGN THIS DOCUMENT. This change order is accepted as presented: Pacific Coast Electrical Contractors Jack Calderon Date: Date: RC AV PJH I rif.ta'..g:f0t9. I. support 09. PATCH CABLES, BULK WIRING & CONNECTOR5 .125 Roll Windy City WIre 570 Speaker Cable (18 -02P -B IY)-Black 2 JAYMARC TECH - COMMISSIONING 09. PATCH CABLES, BULK WIRING & CONNECTORS 10. ANCILLARY OR MISCELLANEOUS EQUIPMENT/COSTS Parts: $143.75 $167.97 $250.00 $17.97 Labor: $400.00 Total: $417.97 1 Lot JAYMARC MISCELLANEOUS JOB COSTS 1 Lot JAYMARC Nuts & Bolts, Safety Equip, etc. $6.25 $6.25 0 JAYMARC EQUIPMENT RENTAL 0 JAYMARC Tolls & Parking $1.00 .25 JAYMARC ENG - AS BUILT'S $25.00 10. ANCILLARY OR MISCELLANEOUS EQUIPMENT/COSTS Parts: $6.25 Labor: $25.00 Total: $31.25 Fitness Outlet Control Parts: $24.22 Labor: $425.00 Total: $449.22 Pacific Coast Electrical Contrac, C16004 Date: Misc Parts/ Freight/Etc.: $0.97 Project Management: $46.75 Mobilization: $4.25 Parts: $24.22 Labor: $425.00 Parts No Tax: Labor No Tax: $.00 $.00 Subtotal: $501.19 Sales Tax: $0.00 Total: $501.19 JOSHLIMEJOHN I SEN/ORERIMARNS JAYIVIARC.PIV *1),, I ASSONIERMSAN AVESC4714 I SfAMES/A 96168 FLZIESS26111 x1011 C MCL927.1%12 1 IESDA763429F • Joshua Littlejohn Date: Miia•AMARA.s%Amis i-a,LL./L;//%:;:A/A%LRLLR'/YA/iR/TA,i/ALZR,'i;Szi../k.•;rs;,MMYi;R;/jA,,MiA::A'RY'SE'LY/..±%t//AYF,/A,•Yy/Amr/oiFAYA.%/YA'A;::FLYR/L/F%L'AA•;%:FiiF AR•:///E4LFARLYR/A1,-ARARYLAAK.7i/AiLelimiRLY/RRRYIMEFFALAYRY "FR:RRM,AF/Askee'FALELL4, LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #642 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Timer Switch for PT Outlet TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 01/25/2021 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E3018 LINKED DRAWINGS: 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 01/27/21 02/01/2021 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), 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 01:12 PM on 01/25/2021 During the Alerting Owner Training, Jaymarc AV informed Fire that based on the current configuration, the only way to reset the alerting controlled receptacle in PT room would be via the gas reset button in the Kitchen. Fire requested Lydig identify ways to have a reset near by. PCEC and Jaymarc have identified two options: 1. Jaymarc AV provides a unique trigger to the power relay for this outlet and programs the reset into the Alerting system. The reset can either be manual via a button on the master panel or a timed reset that can be accomplished via a set time in the master panel. Jaymarc AV could complete this for a ROM of $600 2. PCEC could install a time clock within the power module junction box that would need to set itself on trigger of the alert and then reset after a specified amount of time. PCEC could complete this for a ROM of $700. Please advise which option is acceptable, and provide how much time should elapse before power is restored to the the outlet. Attachments: RFI 642 - Elec -Timer Switch for PT Outletpsif Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, January 27th, 2021 at 11:43AM PST A timed reset at 60 seconds is to be provided and programmed by Jaymarc, as elected by Fire. L. Rock, Weinstein A+U 1/27/2021 Attachments: RFI 642 - Elec.: Timer Switch for PT Outlet_SOJ-WAU Response psif Official Response: Julie DeDonato (Ancora Projects LLC) responded on Tuesday, January 26th, 2021 at 10:54AM PST Owner and Stakeholders request to proceed with Option #1. 1. Jaymarc AV provides a unique trigger to the power relay for this outlet and programs the reset into the Alerting system. The reset can either be manual via a button on the master panel or a timed reset that can be accomplished via a set time in the master panel. Jaymarc AV could complete this for a ROM of $600 Attachments: All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 02/03/2021 02 :18 PM RFI #642 LY DG VmN4WMMWW, ...,,,gii4liRVAliksuA402e;$142W43egoo, A timed reset at 60 seconds is to be provided and programmed by Jaymarc, as elected by Fire. L. Rock, Weinstein A+U 1/27/2021 Attachments: RFI 642 - Elec - Timer Switch for PT Outlet SOJ-WAU Response.pdf !IL Imegmaxplef0WWWWWwispoo ;iiv*OINOWWWWWW.0g0X400000046.41 Owner and Stakeholders request to proceed with Option #1. 1. Jaymarc AV provides a unique trigger to the power relay for this outlet and programs the reset into the Alerting system. The reset can either be manual via a button on the master panel or a timed reset that can be accomplished via a set time in the master panel. Jaymarc AV could complete this for a ROM of $600 Attachments: BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 02/03/2021 02:18 PM L `i D Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #285 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #285: CE #349 - RFI #570: Arch/Elec - SL -6 Mounting Clarifications TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 285/0 Pending - In Review No 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) 2/3 /2021 None Amount Based No $2,419.20 POTENTIAL CHANGE ORDER TITLE: CE #349 - RFI #570: Arch/Elec - SL -6 Mounting Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #349 - RFI #570: Arch/Elec - SL -6 Mounting Clarifications Addition of a SL -6 light fixture at the underside of the canopy at the entry vestibule ATTACHMENTS: 30129-43-TFS 52 GCCM-570Arch EIec-SL-6_Mounting_Clarifications_2021 02 03.pd1 CE 349 COR052pdf_ # Cost Code Description Type Amount 1 26-001-99-- BP -11 - Electrical Subcontractor PCEC COR 052 Subcontractor $ 2,270.00 Subtotal: $2,270.00 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. $ 102,15 GL Insurance: 0.75% Applies to all line item types. $ 17.79 P&P Bond: 0.75% Applies to all line item types. $ 97.92 B&O Tax: = 0.47% Applies to all line Item types. $ 11.34 Grand Total: $2,419.20 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 03:57 PM nese November 17, 2020 Lydig Construction 3180 139th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# 0 CCD# 0 RFI# 0 PCEC RFI# 000 PCEC COR# 052.0 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump sum additive change order price for the above referenced work as described on our attached worksheets in the amount of $2,270.00 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 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 marlcups, 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 peso Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: PCEC Job No.: Work Description: Tukwila Fire Station 52 19066. Additional SL -6 for Canopy 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# 0 PCEC COR#: 052.0 Date: 11/17/2020 CCD# 00 RFI# 0 PCEC RFI# 000 94.97 3.85 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 ShiftTime 365.63 1. CRAFT LABOR COSTS 365.63 2. MATERIAL COSTS a. scheduled material $ 23.85 d. permits $ b. quoted material $ 1,126.50 e. dumpster $ c. freight $ f. coordination drawings $ 2. MATERIAL COSTS $ 1,150.35 3. EQUIPMENT COSTS a. owned equipment (spec approved source) Scissor Lift $ 400.00 b. rental equipment (per invoices attached) 3. EQUIPMENT COSTS 400.00 4. SMALL TOOLS a. small tools 0% (of direct labor) 4. SMALL TOOLS 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 7. 0 & P ON SUBCONTRACTORS a. 0% overhead & profit of 6 5. OVERHEAD & PROFIT $ $ 8. SUBCONTRACTORS 7.0&PONSUBS $ 287.40 8. INSURANCE/TAXES a. volume driven liability insurance 1.00% (of 1 through 7) $ 22.03 b. Bonding 2.00% (of 1 through 7) $ 44.51 c. State B&O Tax 0 (of 1 through 7) d. City B&O Tax 0 (of 1 through 7) 8. INSURANCE 66.54 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 9. O& P ON INS / TAX TOTAL COST 1 THRU 8 2,270.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR Itern Item Name 'Quantity [Items and ByProducts] Price Ext Price " • • Labor Material Filter: <None> Report: COR 2/1 Labor Ext Label Set: Combined, Combined, Combined, Combined, Combined 68 12 THHN CU STRANDED 22.20 $387.54 M 4,037 8 X 1/2 HEX HD Da TEK SCR 4,634 TSGB-24 BOX BRACKET 7,153 IDEAL 452 RED WIRE NUT 7,178 IDEAL 452 RED WIRE NUT 7,182 IDEAL 341 TAN TWISTER WIRE 13,928 LVS EMERG POWER CONTROLI 14,093 36"L LED SURF MOUNT 17,465 4/5 BOX 1-1/2"D COMBO 17,493 4/S 3/0 MUD RING 1/2"DP 18,773 GRD PIGTAIL #12 x 10-1/2" 6.00 ' . $7.66 C 1.00:: . $448.31: C 300. $201.37M . . . 3.00 I $20137 M 3.00 • M $6.66 Q .$0.00 Q 1.00 $29049. C 1.00 C 1.00 .. $55.4o C $23.85 $8.60 $0.46 $4.48 $0.60 $0.60 $0.63 $0.00 $0.00 $2.90 $5.01 $0.55 $23.85 arTkv,a,A7.1,9gge.: aftiii1440. M E E E E E 3.85 0.13 0.30 0.10 0.18 0.18 0.15 1.50 0.80 0.30 0.15 0.06 3.85 Courtesy of McCormick Systems Inc. Page 2 11/23/2020 10:19 AM PLATT QUOTATION PLATT LIGHTING QUOTATION QUOTE DATE: 11/09/20 COMPANY: PACIFIC COAST ELECTRICAL PROJECT: TUKWILA FS 52 ATTN: SCOTT TERMS: NET 30 DAYS FREIGHT: FOB FACTORY QUOTED BY: Candy Scarborough PLATT BRANCH: SEATTLE Prices quoted; unless othernlse specifically noted on this quotation; are subject to availability and must be accepted and released for iaoedlata shlpuent within 48 hours. Prices are abject to change without notia. astom.r agrees thatthis quotation and any sale of product entered into is applicable to Platt el.ctrit'a standard Term and condition of sale and cannot be advad. Platt's standard Tans and condition of sala are not included in this doament, but are so h.rs incorporated by rsf.rance within this quotation. A copy of Platt's standard Tarnsand condition of sale is available at dhttps//anv.p1att.cnu/serv1a/tenas.hteb. TOTAL: $1,126.50 TYPE QTY MFG DESCRIPTION UNIT PRICE U M EXTENDED PRICE. SL6 1 WINONA HLF105 LSL 2FT6 MSL2/6 LED 30K 24 100DEG 100ADJ SGB $372.41 E $372.41 SL6 TRANS 1 WINONA TQDX500 120 $754.09 E 5754.09 E E PLUS FREIGHT 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 LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #570 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch/Elec - SL -6 Mounting Clarifications 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) 10/28/2020 TBD E201S, A452 A452, E2016. 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 11/23/20 11/04/2020 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 01:88 PM on 10/28/2020 Clarification is needed on the mounting of the SL -6 fixtures on the bottom of the steel entry canopy. Detail 14/A452 shows a channel that the SL -6 fixture is mounted in on the bottom side of the entry canopy, with no dimensions, attachment, or material information. 1. Please provide material type, dimensions of the channel, attachment detail, fastener spacing, and paint color. Sheet E101 shows (2) SL -6 fixtures centered on the canopy with space on either side of the fixture. Each of these fixtures are 48" long so there will be approximately 1-6" of space on either side of the fixture and the north and south ends of the canopy. 2. Please confirm that this mounting configuration is acceptable. Attachments: REt57.9.,,Arch_E ............................................. Official Response: Lauren Rock (Weinstein A+U) responded on Monday, November 23rd, 2020 at 5:56PM PST Per 11/18/20 email from Lydig, ROM to supply and install (1) additional 30" SL -6 fixture was reduced to $2,200. Lydig to coordinate the supply and installation of (1) additional 30" SL -6 fixture to be mounted under entry canopy. Maintain adjustable mounts of existing fixtures and new fixture as specified. Installation of current (2) 48" fixtures should proceed according to schedule and this revision should not delay inspection for C of 0. Fixtures to be installed according to sketch included in RFI response which shows the 30" fixture centered and the 48" fixtures installed on either side. L. Rock, Weinstein A+U 11/23/2020 Attachments: RFI 570 - Arch Elec - SL -6 Mounting Clarifications WAU Response-2.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 02/03/2021 03 :56 PM RFI #570 LY016 Per 11/18/20 email from Lydig, ROM to supply and install (1) additional 30" SL -6 fixture was reduced to $2,200. Lydig to coordinate the supply and installation of (1) additional 30" SL -6 fixture to be mounted under entry canopy. Maintain adjustable mounts of existing fixtures and new fixture as specified. Installation of current (2) 48" fixtures should proceed according to schedule and this revision should not delay inspection for C of 0. Fixtures to be installed according to sketch included in RFI response which shows the 30" fixture centered and the 48" fixtures installed on either side. L. Rock, Weinstein A+U 11/23/2020 Attachments: RFI 570 - Arch Elec - SL -6 Mounting Clarifications WAU Response-2.pdf Per part two of the response, the ROM for an additional 30" SL -6 fixture is $3,000 supply/install. WAU also requested a ROM for changing the mounting configuration of the SL -6 to a fix mount style instead of adjustable style. The two originally specified lights would cost $450/ea (total of $900), and the 30" SL -6 fixture would be ordered to have a fix mount style so no additional costs if a third fixture is added at the canopy. Attachments: 1. Install SL -6 fixture as shown on new detail 10/A452, using 1" tall by 1.5' wide alum channel, painted black to match canopy. Length of alum angle to match width of canopy, verify in field. Provide sealant at attachment screws on top of canopy. Detail similar to installation at station 51. See revised A452, attached and see notes throughout RFI. 2. WAU requested a ROM from Lydig for (1) additional 30" SL -6 fixture on, Monday, November 9, 2020. Please provide this ROM ASAP so WAU can provide direction on light fixture lengths and mounting configurations. L. Rock, Weinstein A+U 11/14/2020 Attachments: RFI 57D__ -Arch Elec; SL -6 Mounting Ciarifications_WAU Response.pdf BY DATE COPIES TO Lydig Construction, Inc. Page 2 of 2 Printed On: 02/03/2021 03:56 PM L 'el) I Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #286 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #286: CE #350 - RFI #593: Elec - Comm Room 209 Roof Penetrations TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 PCO NUMBER/REVISION: 286 / 0 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract REQUEST RECEIVED FROM: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) STATUS: Pending - In Review CREATED DATE: 2/3 /2021 REFERENCE: PRIME CONTRACT None FIELD CHANGE: LOCATION: SCHEDULE IMPACT: No CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $662.88 POTENTIAL CHANGE ORDER TITLE: CE #350 - RFI #593: Elec - Comm Room 209 Roof Penetrations CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #350 - RFI #593: Elec - Comm Room 209 Roof Penetrations Addition of (2) roof penetrations and conduits to provide pathway for DAS antenna cabling per the response to RFI 593. ATTACHMENTS: 30129-43-TFS 52-GCCM-593-Elec-Comm Room_209 Roof Penetrations -2021-02-04 pdf CE 350 - COR060 pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 05 :27 PM Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 060 Subcontractor 622.00 Subtotal: 9622.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 9 0.00 Fee -Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 27.99 GL Insurance: 0.75% Applies to all line Item types. $ 4.87 P&P Bond: 0.75% Applies to all line Item types. $S 4.91 B80 Tax: = 0.47% Applies to all line Item types. $ 3.11 Grand Total: $66288 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/3/ 2021 05 :27 PM PeEe December 4, 2020 Lydig Construction 3180 I39th Ave SE, Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFI# 593 PCEC RFI# PCEC COR# 060.0 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 $622.00 We are proceeding with this change to our work as directed by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid day proposal apply to this proposal. Proposal is valid for 30 days unless required otherwise within the contract documents. We will require an additional 0 days added to our schedule after receipt ofwritten approval and required material products for this change to our scope of work The pricing of this change order is based solely on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead acceleration, and/or impact cost, which it is not possible to assess at the present time. Right is expressly reserved to make claim for any and all of these related items of compensable cost overruns prior to final settlement of this contract. I hope our pricing meets your expectations for the required change to our work, Please feel free to call should you have any questions regarding this change proposal. Scott Driscoll Project Manager Enclosures: ( 2 ) worksheets Pae Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 PCEC Job No.: ri9066 Work Addition of 1" and 2" Conduit penetration through roof for DAS Description: Antenna PER RFI 593 1. CRAFT LABOR COSTS (includes payroll taxes & burden) a. craft labor costs from breakdown b. craft labor costs from breakdown c. craft labor costs from breakdown d. craft labor costs from breakdown e. craft labor costs from breakdown DIRECT LABOR SUBTOTAL Supervision d. direct supervision 0% (of direct labor) e. safety 0% (of labor) f. travel (if applicable, itemize) parking 2. MATERIAL COSTS a. scheduled material b. quoted material c. freight$ $ 115.78 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) $ 94.97 129.78 164.59 107.02 116.83 409.32 COP# - PCEC COR#: 060.0 Date: 12/4/2020 CCD# RFI# 593 PCEC RFI# 4.31 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&0 Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 $ - $ - $ 3. EQUIPMENT COSTS 4. SMALL TOOLS 5. OVERHEAD & PROFIT $ $ 6, SUBCONTRACTORS 7. 0 & P ON SUBS 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 6.04 12.20 $ 409.32 115.78 $ 78.77 18.24 $ 622.00 Job Name: FS#52 Tukwila Job Number: 1429 Extension Name: COR [tem # Item Name Label Set: Combined, Combined, Combined, 1,048 1 EMT 1,051 2 EMT 1,508 1 EMT CHNL STRAP W/BOLT 1,511 2 EMT CHNL STRAP W/BOLT 3,172 1 BUSH PLASTIC 3,175 2 BUSH PLASTIC 4,277 1/4 X 1-1/2" FENDER WASHER 4,342 1/4X4 TOGGLE BOLT 4,752 1-5/8 SLOT STRUT CHNL 12 G. [Items and ByProducts] Quantity Price Combined, Combined 10.00 $268.82 C 10.00 $626.03 C 1.00 $272.52 C 1.00 $396.82 C 2.00 .$107.06 C 2.00 $394.01 C 2.00 $123.78 C 2.00 $30.40 C 2.00 $325.06 C Ext Price $115.78 $26.88 $62.60 $2,73 $3.97 $2.14 $7.88 $2.48 $0.61 $6.50 $115.78 Labor owavx 7,6744,2N, intiON 9. '..cktgk641 tizia,t/o. 6 E E c c c Material Filter: <None> Report: COR 2/1 tLabor Ext 4.31 0.55 0.80 0.03 0.04 0.80 1.60 0.01 0.24 0.24 4.31 Courtesy of McCormick Systems Inc. Page 2 2/3/2021 4:14 PM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #593 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Comm Room 209 Roof Penetrations TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A4 -LI) DATE INITIATED: 11/16/2020 LOCATION: PROJECT STAGE: COST IMPACT: Yes (Unknown) DRAWING NUMBER: A103S 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 11/19/20 11/23/2020 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 09:52 AM on 11/16/2020 There are (2) additional roof penetrations required above Comm Room 209. The DAS donor antenna will require a 2" conduit. The alerting system antenna is a pre-emptive measure to assure signal strength is sufficient for the alerting system based off of signal strength issues at TFS 51. Lydig has proposed locating these two conduits to the south of the mechanical roof screen as shown on the attachment, above the Comm Room. Please confirm that the two roof cores are to be added at this location for the antennas. Attachments: RFI 593 - Elec - Comm Room 209 Roof Penetrations.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Wednesday, November 18th, 2020 at 11:53AM PST Add the (2) conduit roof penetrations as shown. Rocxy Juan - TFWB 11-18-2020 Attachments: RFI 593 - Elec - Comm Room 209 Roof Penetrations TFWB Response.pdf All Replies: Add the (2) conduit roof penetrations as shown. Rocxy Juan - TFWB 11-18-2020 visamegekkkeptataIRPHIRMUMNONAMMOLEMO op; 4 4atOr#OPMOZPVIMMOMaikth,,MOVVVIWO"AblV 'Ork*CWWWSWMARMALUIONAMAMOVVRAU*WgiatM,VfWaiAttANNA,AA Attachments: RFI 593 - Elec - Comm Room 209 Roof Penetrations_TFWB Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 1 of 1 Printed On: 02/03/2021 04:15 PM LYD G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #291 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #291: CE #357 - RFI #643: Land - Irrigation Controller Discrepancy TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila FROM: 6200 Southcenter Boulevard Tukwila Washington, 98188 291 / 0 CONTRACT: CREATED BY: Pending - In Review CREATED DATE: No 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) 2/11 /2021 None Amount Based No $971.95 POTENTIAL CHANGE ORDER TITLE: CE #357 - RFI #643: Land - Irrigation Controller Discrepancy CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #357 - RFI #643: Land - trri.ation Controller Discre.anc Revised irrigation controller from specified model to a wifi-compatible model per the response to RFI 643. ATTACHMENTS: CE357-_SLI #::11RFI 643swap controler pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/11/ 2021 09 :12 AM Cost Code Description Type Amount Sub590-99-- BP -10 -Landscaping & Irrigation SLI 411 Subcontractor $ 912.00 Subtotal: $912.00 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. $41.04 GL Insurance: 0.75% Applies to all line Item types. 5 7.15 P&P Bond: 0.75% Applies to all line Bern types. $ 7.20 950 Tax: = 0.47% Applies to all line Bern types. $ 4.56 Grand Total: $971.95 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 2/11/ 2021 09 :12 AM Specialized Landscaping COP Subcontractor Breakdown Summary Project Name: Tukwila fire 52 Source Documents: RFI 643 Project No. Contractor: Specialized Landscaping, Inc. Description: Swap out the irrigation controller per RFI 643 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, joumeymen, Foreman, & laborers) 630.00 DIRECT LABOR SUBTOTAL $ 630.00 Date: 2111/2021 Contractor Ref. No. Itemize all costs on attached COP Cost Breakdown form. 2. MATERIAL COSTS a. material total from cost breakdown form 159,00 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. OVERHEAD & PROFIT a. NTE 12% 5. LOWER -TIER SUBCONTRACTORS a. b. c. d. e. f. 94.68 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 1.00 % of 1 6.30 8.84 1. CRAFT LABOR COSTS $ 630.00 2. MATERIAL COSTS $ 159.00 3. EQUIPMENT COSTS $ SUBTOTAL 1 thru 3 4. OVERHEAD & PROFIT $ 95.00 5. SUB -SUBCONTRACTORS $ 6. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ b. volume driven liability Insurance 1.00 % of 1-6 8. BOND a. Bond 1.49 % of 1-7 13.35 7. INSURANCE $ 15.00 8. BOND $ TOTAL COST 13.00 $ 912.00 all # 11 swap controler 2.11.21 Page of Issued 2/11/2021 COP Cost Breakdow 0.1 z v 0 8 5 vs VI w VS 8, 8 w vs ses U in in vs ens ve w w 8 8 8 us en w be vs et 8 a 8 a 8 8 8 Q3 S N Total Cost of Work o • 00000,0 00000000 Gn or,e0 w• oe 01.- CA 0 0 0 CO (/) VT (a tri, ti) tel ao — Subcontractor 0 E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 t .., (1) en ea ea en ea en 0 110 01 4,0 01 4.0 0 cn fil CO 111 0 . E a. 0 O E 47 'Cr Ili E 0. uJ mAl Lc, 0— 0 A &; 8 8 0 co in en a0 04 0 0 0 0 0 4- 40 40 S0 C°4 LO 3 a, ea En. P 03 3 0 q X i 10 7 I— a lied controller 0 Install PCH2400 hunter controller (00) 0 0 0 0 0 0 0 0 0 0 0 0 VI CO (0 0) a 0 0 0 0 0 0 0 0 0 (0 (0 0) VI 111} 0 est LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #643 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Land - Irrigation Controller Discrepancy TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 01/27/2021 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: L301 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 02/09/21 02/03/2021 TBD RECEIVED FROM: Bill Drea (SPECIALIZED LANDSCAPING, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David white (Lydig construction, Inc. - Bellevue Of) at 09:43 AM 011 01/27/2021 Clarification is needed on the required irrigation controller. During the Landscaping Owner Training on 01/07/2021, the CoT representative stated that the irrigation controller needs to be wift compatible and able to be controlled remotely, through an app based program. After further review, there appears to be a conflict based on the the requirements of L301 and 328400 2.13 paragraph A. Currently the Hunter IC 600 is installed as required by the irrigation legend on L301 and 328400 2.13 paragraph A. According to Note 12 on L301, the irrigation controller is also required to have, "WIFI CONNECTIVITY TO SYNC W/ WEATHER -BASED SOFTWARE AND MOBILE DEVICE LINK FOR OPERATIONAL MONITORING AND CONTROL'. The specified Hunter IC -600 conflicts with the requirements of Note 12 as this model does have these capabilities, After checking with the supplier, a different model would need to be installed in order to meet the requirements of Note 12. The supplier has stated that the Hunter HCC, ICC2 or the ACC2 are all wifl capable models. At TFS 51, the Hunter PRO -HC is installed. Please advise if the currently installed Hunter IC -600 is required to be changed to a different model. If so, please provide a model number. Attachments: REI, 64.35 Land - Iiingation Control Discrepancy.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, February 8th, 2021 at 4:19PM PST 2021-02-08 SWIFT PER INFORMATION FROM LYDIG, THE HUNTER PHC-2400 IS INSTALLED AT TFS51. IT IS REQUIRED THAT THE CONTROLLERS BE CONSISTENT BETWEEN THESE PROJECTS, THEREFOR THE HUNTER PHC-2400 SHOULD BE USED AT TFS52 FOR CONSISTENCY, Attachments: RFI 643 - Land - Irrigation centrolpiscreparn...: sWIFT...RUPQN.5.E,pstr. All Replies: IMMEA,V$ 7V'VA,A,15tAWkAVA*4414tOgli lAithANSAAMPhajOUVRialIZA,44-1,,,,,.' 2021-02-08 SWIFT PER INFORMATION FROM LYDIG, THE HUNTER PHC-2400 IS INSTALLED AT TFS51. IT IS REQUIRED THAT THE CONTROLLERS BE CONSISTENT BETWEEN THESE PROJECTS, THEREFOR THE HUNTER PHC-2400 SHOULD BE USED AT TFS52 FOR CONSISTENCY. Attachments: F3F1643 - Land - Irrig_ation Control Discrepancy - SWIFT RESPONSE.pcif BY Lydig Construction, Inc. DATE Page 1 of 1 COPIES TO Printed On: 02/11/2021 09:13 AM