Loading...
HomeMy WebLinkAbout21-046 - Lincoln Construction - Public Works Fleet and Facilities Tenant Improvements Project (Amendments A-F)T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 06 DATE: 10/18/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (f ) 21-046(f) 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 10-21-2021 Contractor _LCI, Inc By _7 4 Rowie,e9 Title _Project Manager Original Contract (without tax)* Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 4,427,221.00 $ 415,424.00 $ 42,068.00 $ 4,884,713.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 242 days (December 3, 2021) APPROVED BY THE CITY OF TUKWILA Date 10/29/2021 Bya,. o0 o ea Mayor Public Works Director 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 *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. E 00 111 00 TUKWILA r 10II�. SUMMA 00,1,1°! 0 F 11 A N''1 E - Public Works (PW) Fleet & Facilities PW II' IV 4''" 1[' ,ua 1;, CO # ��� V �, 1 VIII A, G CITY OF Project Name Project # TO CONTRACTOR: ' u II 3nu II. Contract # ' 1) Date 0 V 0 ;11,,I1 0 0 uuua 0 ( +)11111!�Iuuoa°.Iu+)n0 Iluii.a:: I 0 >u° n;':'3 II n II ,A A, °°4 I ; i II Su u u��: ° ,11III. COP/CCD # Description Reason Code Amount COP 040R2 Per COPR Gate Access Control. The cost of the exterior gates electrical coordination including all access control components to make a functional system. OC $29,862.00 COP 059R1 ASI 028 Plywood Wall Painting. The cost of painting the plywood walls in shop areas identified in ASI 028. DC $6,626.00 COP 060R1 Rebar for Fall Arrest Footings. The cost for the supply and installation of rebar for the Fall Arrest Footings. UFC $1,535.00 COP 062 Added Insulation Per RFI 158-162. The cost to supply and install spray foam insulation at 2 infills abandoned rooftop louvers and install R-21 fiberglass at exterior rim joist per RFI 158. AD $1,967.00 COP 063 Per RFI 155 Added Roof Vents. The roof vent for the microwave called out in the mechanical drawings was not called out on the roof plan. The cost to supply and install water -tight roof jack with flashing collar. DC $640.00 COP 064 RFI 158 Rooftop Louver Demo -Cap -Bird Screen. The cost to demo existing duct back within 6" of roof, cap the existing duct with sheet metal cap, fill duct space with 6" of closed cell insulation, and install bird screen on exterior of roof top hood to prevent pest and water intrusion per RFI 158. OC $1,438.00 Change Order No. Ono $42,068.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: 040R2 CCD/PR No.: COPR 001 Date: 10/14/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 27,351.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,641.06 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 869.76 28,992.06 869.76 TOTAL CHANGE PROPOSAL COST I$ 29,862 CONTRACT TIME ADJUSTMENT (DAYS) I" :a llf1 Lincoln Construction, Inc. CONTRACTOR 10/14/2021 DATE U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Puublllliic °urlI s III""'teet and Ill"'acliilllliitliies Date: 10/14/2 X21 COP #: 040R2 Owner COP/CCD/PR #: COPR 001 Please provide a change order for the following work: Gate Access Control Per COPR 001 Total price per attached breakdown: State and local sales tax: Extension of time: $ includ( X not included �""IIIIII'fIII':� We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 74°,1444 7.CiAmgc,41.. 7nk,w ac'^ Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 040 Owner COP/CCD/PR #: COPR 001 REV: 002 DATE: 10/14/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Seahurst Electric SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X 27,351.00 = $ 27,351.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 27,351 6.0% Less Sub Fee $ 27,351.00 $ 1,641.06 $ 28,992.06 3.000% $ 28,992.06 $ 869.76 $ 29,861.82 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEOO' Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 05 Date: 10/14/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide scope per CO11:::niR1. lirucludirug all accesscontwll componets to make a functionall system. i[::Exclusions: Curling and patching of any surfaces. Assumes irustaiied underground raceway is undamaged and of the correct sire. All gate componets not identified in the is proposal. re:seuve: the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 5 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 05. Itemized Breakdown Description 1" EMT CONDUIT 2" EMT CONDUIT 2" EMT STL SS CONN Qty Net PriceU Total Mat. LaborU Total Hrs. 200 105.05 C 210.10 5.60C 11.20 100 247.33 C 247.33 9.50C 9.50 12 41.30 C 4.96 22.50 C 2.70 1" EMT STL COMP CONN 8 158.05 C 12.64 18.75 C 1.50 1" EMT STL COMP CPLG 5 186.92 C 9.35 18.75 C 0.94 1" EMT INSUL STL COMP CONN 37 204.59 C 75.70 18.75 C 6.94 2" EMT INSUL STL COMP CONN 2 646.02 C 12.92 28.00 C 0.56 2" EMT 90 DEG ELBOW 3 685.36 C 20.56 56.25 C 1.69 1" EMT STRUT CLAMP 26 97.47 C 25.34 7.00C 1.82 2" EMT STRUT CLAMP 12 148.13 C 17.78 10.75 C 1.29 1" PVC BELOW GRADE 10 85.60 C 8.56 5.63C 0.56 1" PVC TERM ADAPTER 8 72.67 C 5.81 15.00C 1.20 1" PVC COUPLING 6 47.22C 2.83 4.00C 0.24 1" PVC T FITTING 2 1,045.59 C 20.91 56.25 C 1.13 1" PVC 90 DEG ELBOW 4 170.52 C 6.82 27.50 C 1.10 PVC CEMENT (1 -QUART) 1 40.88E 40.88 1.25E 1.25 #8 THHN BLACK 750 468.07 M 351.05 8.75 M 6.56 4 11/16x2 1/8" SQ BOX 1" KO 4 1,200.92 C 48.04 31.25 C 1.25 4 11/16" SQ BLANK COVER 4 484.74 C 19.39 3.13C 0.13 A-HE12x12x4 HNGD CVR NEMA 1 1 43.82E 43.82 1.00E 1.00 A-HE24x24x6 HNGD CVR NEMA 1 1 186.56E 186.56 2.25E 2.25 P-3300 7/8 STRUT 30 390.37 C 117.11 10.00C 3.00 20A 1P BREAKER BOLT -ON 2 61.88E 123.76 0.19E 0.38 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Description 30A 250V FUSIBLE DSN SW NEMA 3R Totals Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: Qty Net Price U 2 114.80 E 1,230 Total Mat. 229.60 1,841.82 05 10/14/2021 Tukwila Public Works 117110 2 LaborU Total Hrs. 1.25E 2.50 60.68 Summary General Materials Material Markup (@ 13.000 %) Total Material Foreman (60.68 Hrs @ $103.26) Labor Markup (@ 13.000 %) Total Labor Foreman Truck Warranty Subtotal Seacom Subtotal Insurance Final Amount (60.68 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 13.000 %) (1.00 @ 1.00 @ $288.00 + 0.000 % + 0.000 % + 0.000 %) ($14,944.02 + 0.000 % + 0.000 % + 6.000 %) (@1.800%) 1,841.82 239.44 2,081.26 6,265.82 814.56 7,080.38 1,577.07 288.00 11,026.71 15, 840.66 26,867.37 483.61 $27,350.98 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 05 Final Amount:$27,350.98 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work Work Description ORIGINAL Seacom Cabling Inc 3014 Hoyt Ave Everett, WA 98201 Proposed Change Order Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Date: 10/8/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Smpe::1Provilde and IlirP,kaallll (2) (Door dwdyin..irolllllcr,, (6) Card IRcaadt ir: aarnd Outdoor rated vMiiirc aa: c aarngcdt dyirn COIF"IR#'P I:::'xclllua,iidyirn,: Contract a vxclllu sliidyirns We reserve the iroglht .to mimed. this quote for ern aairPd dyirmiiis,iidyirnc;. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, Conduit, Boxes, Expedited Shipped for delayed materials etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all matenals, labor, and equipment as per your instructions on COPR # 1. Itemized Breakdown Description Qty Net price Total Mat. Labor U Total Hrs. HoneyWell 4 door controller 2 $2,400.00 $4,800.00 0.00 HID Card Readers 6 $245.00 $1,470.00 0.00 Wire Retainer hangers 25 $1.75 $43.75 0.00 J -hooks 25 $4.95 $123.75 0.00 12V 7AH Batteries 4 $40.00 $160.00 0.00 18/6 Underground Wire 1000 $0.65 $650.00 0.00 18/4 Underground Wire 1000 $0.45 $450.00 0.00 22/4 Underground Wire 1000 $0.42 $420.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 Labor to Install 60 1.00 E 55.00 Totals $8,117.50 55.00 Summary Total Material Foreman (60.00 Hrs @ $57.55) 8,117.50 3,453.00 Foreman Truck Warranty Subtotal Overhead & Markup Subtotal Insurance (60.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 0.00 @ $40.46 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.800 %) 1380.00 40.46 12,990.96 1688.82 14,679.78 264.24 Final Amount CONTRACTOR CERTIFICATION 14,944.02 Name: Date: Signature: CLIENT ACCEPTANCE Name: Date: Signature: r I Nrpou 0000vl 1,111011 0000liv rt IFa IIIIwIMiS M1MoYIIIMwENE IQD Aurcanaa Avenue N, Suite 200 Shorehn. 8 w3 w3 284-215 FAX Q2fD62159 , 1 wv 11,1 umom muw oiioioiioiiiiiiiioaiiii I HOURLY COST SUMMARY FOR SOUND & COMMUNICATION WORK IBEW Local 46 (Seattle) August 2, 2021 - February 6, 2022 TECHNICIANS AL lftn tYyMf5s:llii August 2021 JOURNEYMAN JOURNEYMAN TECHNICIAN TECHNICIAN FOREMAN/ (EL06 Certified) (EL06 Non -Cert.) LEAD TECHNICIAN INSTALLER 1 INSTALLER 2 INSTALLER 3 BASE WAGE $41.85 $37.67 $46.04 $17.00 $19.00 $23.02 HEALTHCARE $6.00 $6.00 $6.00 $6.00 $6.00 $6.00 PENSION $4.31 $3.88 $4.31 $0.35 $0.35 $2.37 401K $3.10 $2.79 $3.10 $0.20 $0.20 $1.71 TRAINING FUND $0.55 $0.55 $0.55 $0.55 $0.55 $0.55 NEBF $1.26 $1.13 $1.38 $0.51 $0.57 $0.69 NECA/AMF $0.42 $0.38 $0.46 $0.17 $0.19 $0.23 SAP $0.10 $0.10 $0.10 $0.10 $0.10 $0.10 LMCC $0.05 $0.05 $0.05 $0.05 $0.05 $0.05 NLMCC $0.01 $0.01 $0.01 $0.01 $0.01 $0.01 TOTAL $57.65 $52.56 $62.00 $24.94 $27.02 $34.73 APPRENTICES FIRST SECOND THIRD FOURTH FIFTH SIXTH PERIOD PERIOD PERIOD PERIOD PERIOD PERIOD 6 Months 12 Months 18 Months 24 Months 30 Months 36 Months Sat Progress 1st Yr School Comp Sat Progress 2nd Yr School Comp Sat Progress ApprComp106 Lic (0-800 hrs) (801-1600 hrs) (1601-2400 hrs) (2401-3200 hrs) (3201-4000 hrs) (4001-4800 hrs) BASE WAGE $25.11 $27.20 $29.30 $31.39 $33.48 $35.57 HEALTHCARE $6.00 $6.00 $6.00 $6.00 $6.00 $6.00 PENSION $2.59 $2.80 $3.02 $3.23 $3.45 $3.66 401K $1.86 $2.02 $2.17 $2.33 $2.48 $2.64 TRAINING FUND $0.55 $0.55 $0.55 $0.55 $0.55 $0.55 NEBF $0.75 $0.82 $0.88 $0.94 $1.00 $1.07 NECA/AMF $0.25 $0.27 $0.29 $0.31 $0.33 $0.36 SAP $0.10 $0.10 $0.10 $0.10 $0.10 $0.10 LMCC $0.05 $0.05 $0.05 $0.05 $0.05 $0.05 NLMCC $0.01 $0.01 $0.01 $0.01 $0.01 $0.01 TOTAL $37.27 $39.82 $42.37 $44.91 $47.45 $50.01 *Vacation Deduction: 6% of gross wages for all employees. Change Order Proposal Request Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101" Ave E, #201 Puyallup, WA 98373 Copies SHKSARCH ITECTS COPR No Date of Issuance Contract dated 01 05/21/21 04/05/21 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Submit proposal within 14 days, or notify the Architect in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. Description Exterior Gates Electrical Coordination Attachmen` ASI — 4 Exterior Gates Electrical Coordination Issued By M Frantz 1050N, 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Architect Supplemental Instructions Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101" Ave E, #201 Puyallup, WA 98373 SIIHIIKSARCH ITECTS ASI No. Date of Issuance 04 05/21/21 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Desert') on Make the following revision to the Drawings: At Sheet E0.3 — Electrical Schedules: o Replace sheet E0.3 with the attached revised sheet. Sheet E3.1— First Floor West Power Plan: o Replace sheet E3.1 with the attached revised sheet. Sheet E6.1— First Floor West Telecom & Security Plan: o Replace sheet E6.1 with the attached revised sheet. Sheet E10.1— Panel Schedules o Replace sheet E10.1 with the attached revised sheet. achments Sheet E0.3 — Sheet E3.1— Sheet E6.1— Sheet E10.1 Electrical Schedules. First Floor West Power Plan. First Floor West Telecom & Security Plan. — Panel Schedules. Issued By M Frantz 1050N, 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Q` /}\\\ >- (MECHANICAL EQUIPMENT SCHEDULE }} ( § \ :... _ > \ }:rE, (\}}( }18 \_ �������� }:t § ( — §p 0 , / j }}\ }\ )0 ( - ®� - }}}}}\ \ ~ ; , A \\\\\\\\\\\\\ . . . NOTES. 1. COORDINATE FINAL CONNECTION NPES AND LOCATION WITH O':INER PRIOR TO ROUGH -IN. 2, PROVIDE CONDUIT, WIRE, AND CONNECTIONS TO EOUIPIAENT CONTROLLER, OPERATOR SAITCHES, AND ANCILLARY DEVICES. COORDINATE'NITH EQUIPMENT IAANUFACTURER AND GENERAL CONTRACTOR. COORDINATE SWITCH LOCATIONS WITH ARCHITECT PRIOR TO ROUGH -IN. § , A ; . . \.(„ :: AA \\. .. .. .. _ :: AA .. .. .. ! ° _ \ \.\:\3 }::::AAAA:: : \ \ i \ (j) /}}: ,E . 61 Viii> ^ 1Thr' ,,.... _ ^ 2\, -- 0 HSE A L,T O,L' :} : -' ` \ ,,,,,,,, E ` §§ ;;; §§§§§§§ :§§§§§§§§§§§§ \ }\\}}\\}}}\\\\\\}\\\\\}\}}\}j}}}}} : : : AAA ,,, AAA ,,,,,,,,,,, ::::::::::: ,,,,,,,,,,,,, ::::::::::::: , A , A , A \\\ \\\\\\\\}\\ ... ........... ............. \\([ EA §) . . . ... ,,, ........... TIRE CHANGER (PDI AIR COMPRESSOR (38) '2E ............. > . . ... ... ........... ............. }. ::}>> r, }}/}\\\\\\\\\Z/}\t{\\\{\\\\\\\\\/}}/\\\}/}/§}° CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' CA' 8\° ` ( LE SHOP EQUIPMENT SCHEDULE (\}}( }18 \_ �������� }:t § ( — §p 0 , / j }}\ }\ )0 ( - ®� - }}}}}\ \ ~ NOTES. 1. COORDINATE FINAL CONNECTION NPES AND LOCATION WITH O':INER PRIOR TO ROUGH -IN. 2, PROVIDE CONDUIT, WIRE, AND CONNECTIONS TO EOUIPIAENT CONTROLLER, OPERATOR SAITCHES, AND ANCILLARY DEVICES. COORDINATE'NITH EQUIPMENT IAANUFACTURER AND GENERAL CONTRACTOR. COORDINATE SWITCH LOCATIONS WITH ARCHITECT PRIOR TO ROUGH -IN. /:<::::::: }::::AAAA:: : Viii> ^ 1Thr' ,,.... _ ^ 2\, -- 0 HSE A L,T O,L' :} : -' ` \ ,,,,,,,, E ` \ }\\}}\\}}}\\\\\\}\\\\\}\}}\}j}}}}} \\([ EA §) RADVAL SAA (10) BAND SAi0- METAL CUTTING (11) Sc §;)i;())\;II[ TIRE CHANGER (PDI AIR COMPRESSOR (38) '2E ed [j (EQUIPMENT SCHEDULE (\}}( }18 \_ �������� }:t § ( — §p 0 , / j }}\ }\ )0 ( - ®� - }}}}}\ \ ~ /:<::::::: }::::AAAA:: : Viii> ^ 1Thr' ,,.... _ ^ 2\, -- 0 HSE A L,T O,L' :} : -' ` \ ,,,,,,,, E ` SHEET NOTES: tae 2. FLAG NOTES: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 R oz = Y w a E � -0 ▪ m wsa o 1- ole 6 A - I I I I I I I I I I 11 I NI I 4) o' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ¢CO CO 0 z o L Pc • Q m O a O CO - C7. a a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 = � J-- U I 0 Z J a 41110 W 111 , o 3 130 - oe! 3:33i 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I A <VD MCD 1-- c) 0,E=3 L,33:3 gg 3 3 A g A < 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 059R1 CCD/PR No.: ASI 028 Date: 9/27/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 6,069.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 364.14 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 192.99 6,433.14 192.99 TOTAL CHANGE PROPOSAL COST 6,626 CONTRACT TIME ADJUSTMENT (DAYS)I 0 Lincoln Construction, Inc. CONTRACTOR 9/27/2021 DATE / rr'a'n�aa'ezy G$�fPFNA�� 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: IIPuubllliiic ourlil s Ilf:::'lllee't and Ilf"'aciiillliiitiiies Date: 9/27/2 21 COP #: 059R1 Owner COP/CCD/PR #: ASV 028 Please provide a change order for the following work: Painting of Plywood Walls Per ASI 028 Total price per attached breakdown: State and local sales tax: Extension of time: includE X not included 0 We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 74'0,4144 >Canegg,CrG1... Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 059 Owner COP/CCD/PR #: ASI 028 REV: 001 DATE: 9/27/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Todd Robinson Painting PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 6,069.00 = $ 6,069.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 6,069.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 364.14 TOTAL SUBCONTRACTS $ 6,433.14 PROPOSAL SUBTOTAL $ 6,433.14 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 192.99 PROPOSAL TOTAL $ 6,626.13 Updated: 9/30/2011 Page 5 of 7 Commercial Contractors • 5030 Joppaa St. S (3601753-4504 • FAX (360) 753-4512 PROJECT: Tukwilla Public Works Lmcoh C onsmicdon ASI -28IASK -044 Description: paint plywood walls in shop areas identified on modified sheet A2.4 DATE: 57/202,_ LABOR Material SUB TIER -QUI PM EN- LABOR $ MATERIAL $ SUB TI ER $ EQUIPMENT DES RIPTION QTY UNIT $/UNIT $/UNIT $/UNIT $/UNIT EXTENSION EXTENSION EXTENSION EXTENSION TOTAL Labor 56.0 HR $64.42 $3,607.52 $0.00 $0.00 $0.00 $3,607.52 SW Preprite Problock Primer 15.0 GAL $19.15 $0.00 $287.25 $0.00 $0.00 $287.25 SW Pro CIassicS3 30.0 GAL $46.59 $0.00 $1,397.70 $0.00 $0.00 $1,397.70 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DIRECT COST TOTALS SJFRVISON - MAX 15% OF 01 RECT LABOR COST 15% MATERIAL - 10% OF DIRECT MATERIAL COST 10% SMALL TOOLS -3% OF DI RECT LABOR COST 3% SAFETY - 2% OF DI RECT LABOR COST 2% SUBTOTAL DI RECT COSTS COST TOTALS TIERJBTOTALSUBL SUBCONTRACTOR OVERHEAD AND PROFIT SUBCONTRACTOR FEE ON LOWER TIER SUBCONTRACTOR FEE ON DIRECT COSTS $3,607.52 $1,684.95 $0.00 $0.00 $5,292.47 $0.00 $0.00 $0.00 $0.00 $0.00 $5,292.47 $0.00 $0.00 13% $688.02 6% $0.00 $0.00 SUBTOTAL - SUB $5,980.49 INSJRANCE 1.0000% $59.80 WSSi 0.000% $0.00 B& O TAX 0.4840% $28.95 TOTAL COST $6,069.24 57/202,_ LABOR RATE $ 34.54 per hour $ 5.93 Employment Security $ 2.06 FICA $ 1.45 Medicare $ 4.73 i_& I $ 7.06 Health & Welfare $ 0.18 SUTA $ 1.04 Training Fund $ 0.03 Painter Progression $ 0.27 FUTA $ 4.35 WW Pension $ 2.73 WWSPE $ 0.05 IUPAT 64.42 Add $1.50 Foreman $ 65.92 Add $0.50 Industrial $ 64.92 Overtime Rate $ 96.63 Premium Time $ 32.21 Double Time $ 128.84 Architect Supplemental Instructions Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 II IIKSARCH ITECTS ASI No. 28 Date of Issuance 09/21/21 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Make the following revision to the Drawings: - Sheet A2.4 FINISH PLANS & SCHEDULE: o Modify sheet A2.4 with the attached sketch. o ASK — 044 Finish Schedule Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com 17170>ISV psiEsipw, sv.sp HIno]HSS a SNVId HSINIH b dV DNIalIf9 S31111IOV3 ONV 13313 - 4fL�GLI W,s"4�Fp'NfiIPo"nnV fPal lh �J�^n +In ^�a3 Vap? I C'I'r144 S_I..')30..IFI.71Y VI" x' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I INV .444sLo/L?/G FINISH SCHEDULE Addendum 3 CO o co v .n co Comments SEE FINISH PLANS FOR LOCATION & EXTENTS OF FRP SEE FINISH PLANS FOR LOCATION & EXTENTS OF FRP SEE FINISH PLANS FOR LOCATION & EXTENTS OF FRP SEE FINISH PLANS FOR LOCATION & EXTENTS OF FRP PLY UP TO 8' 0" AF NT -1, PLY UP TO 8'0"AF PNT-1r PLY UP TO 8' 0"AF,PNT-1 PLY UP TO 8'0"AF PNT-1 fP-LINP TO 16' AFF, PNT-1)-1 CEILING z`c`f`f`c-z LI 2 z 2 z 2 z 2 i— i— 2 0 i— 2 i— 2 z 2 z 2 J WEST WALL z LL H H 2 2 H H 2 2 H H 2 2 H 2 H 2 H 2 H H 2 2 R H 2 2 H 2 H 2 Z Z 2 2 2 H H R 2 H 2 H 2 H 2 H 2 H 2 J U' U' U' U' CC U' 0 0 0 0 U' U' U' U' U' U' } 2 } 2 >r 2 U' U' SOUTH WALL z LL H H 2 2 H H 2 2 H H 2 2 H 2 H 2 H 2 H H 2 2 R H 2 2 H 2 H 2 b H H 2 2 H 2 H H 2 2 H 2 I- I- 2 2 1- 2 MATL GWB GWB GWB GWB GWB GWB, FRP GWB, FRP GWB, FRP GWB GWB GWB GWB GWB GWB GWB PLY GWB PLY F GWB (E) EW GWB GWB GWB CO EAST WALL z LL I- I- 2 2 I- I- 2 2 I- I- 2 2 I- 2 I- 2 I- 2 I- I- 2 2 I- I- 2 2 I- 2 I- 2 I- I- 2 2 \ I- j 2 I- 2 I- I- 2 2 1- 2 MATL 0000 GWB GWB, FRP 0 GWB, FRP 0 00 GWB GWB GWB GWB 00 PLY „ GWB GWB 0, NORTH WALL z LL I- I- 2 2 I- I- 2 2 I- I- 2 2 I- 2 I- 2 H 2 H H 2 2 R H 2 H 2� H iii H H 2 2 H 2 H 2 H H 2 2 H 2 H 2 MATL GWB GWB GWB GWB, FRP GWB GWB, FRP GWB, FRP GWB GWB GWB GWB PLY GWB GWB PLY GWB PLY, GWB GWB CO03 0 J LL BASE 03 CC CC 03 03 CC CC 03 03 CC CC CO CC CO CC CO CC 03 03 CC CC 03 03 CC CC 03 CC 03 03 CC CC 03 03 CC CC 03 03 CC CC 03 03 CC CC 03 03 CC CC 03 03 CC CC 03 03 CC CC 03 CCC MATL RF CPT CPT CPT IS IS IS CPT CPT U Z O ULU U CC U Z O CC U (E) CONC (E) CONC (E) CONC (E) CONC (E) CONC (E) CONC U Z ‘n0 U U Z O N U U Z O CD (E) CONC (E) CONC (E) PLY (E) PLY/ PLY N LU J ROOM NAME ADMIN OFFICE - FAC FOREMAN OFFICE - FAC SUPER OFFICE - CUST LUNCH ROOM / LRG MTG M RR M LOCKER W RR W LOCKER HALLWAY LAUNDRY FILE STOR OFFICE - FAC TECH / HEAD CUST FLEET PARTS OFFICE - FLEET OFFICE - FLEET MGR 11RE SHOP & STORAGE MACHINE SHOP WELDING SHOP COMPRESSOR ROOM HAZARDOUS MATERIAL STORAGE CUSTODIAL/ FACILITIES STORAGE FACILITIES / EQUIPMENT MAINT STAIR 1 VEHICLE MAINTENANCE A VEHICLE MAINTENANCE B STAIR 2 FLEET PARTS KEY EQUIP FAC LAUNDRY RECORD / FILE STORAGE MEZZANINE STORAGE HALLWAY 2 SURPLUS PARTS STORAGE TELECOM CO O in co V in co V in co CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 10/7/2021 Project: LCI Project No.: 060R1 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,406.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 84.36 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 44.71 1,490.36 44.71 TOTAL CHANGE PROPOSAL COST I$ 1,535 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 10/7/2021 DATE U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Puublllliie ourlllas IIf:::'llleet and Ilf"'acliilllliitliies Date: 10/7/2 X21 COP #: 060 Please provide a change order for the following work: Rebar supply and installation for fall arrest footings Total price per attached breakdown: State and local sales tax: Extension of time: $ includ( X not included 0 We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 74°,1444 7.CiAmgc,41.. 7nk,w ac'^ Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 060 Owner COP/CCD/PR #: REV: 001 DATE: 10/7/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Grizzly Bar PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 1,406.00 = $ 1,406.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,406.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 84.36 TOTAL SUBCONTRACTS $ 1,490.36 PROPOSAL SUBTOTAL $ 1,490.36 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 44.71 PROPOSAL TOTAL $ 1,535.07 Updated: 9/30/2011 Page 4 of 6 GRIZZLY BAR AND POST TENSIONING INC CHANGE ORDER Project Name: Tukwila Fleet & Facilities C/O NO: 4 Project NO: 21-009 Prime Contractor: Lincoln Construction Description of Change: Fall protection tower footings 3 hours @ $97.66 per hour Subcontractor Direct Costs 0% Additive Costs Labor Markup Total A Labor (Supervision, Small tools, Safety) [..$ 292.98 I B Material Approx .4 ton rebar C Equipment/Accessories Tie wire/dobie D Subtotal of Additive Cost Deductive Costs (Use parenthesis to denot negative figures) E Labor F Material G Equipment H Subtotal of Deductive Cost Subcontractor's Total Direct Cost (D+H) J Subcontractor's Mark-up K 'Total Subcontractor Direct Costs + Mark-up (Line + $ 292.98 $ 947.00 5.00 81 1.4 eral Foreman - Ir e * g g QuotoCO CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 062 CCD/PR No.: RFI 158-162 Date: 10/11/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,802.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 108.12 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 57.30 1,910.12 57.30 TOTAL CHANGE PROPOSAL COST 1,967 CONTRACT TIME ADJUSTMENT (DAYS)I 0 Lincoln Construction, Inc. CONTRACTOR 10/11/2021 DATE / rr'a'n�aa'ezy G$�fPFNA�� 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Puubllliiic ourlil s Ilf:::'llleet and Ilf'aciiillliiitiiies Date: 10/11/2 X21 COP #: 062 Owner COP/CCD/PR #: RF, u 158-162 Please provide a change order for the following work: Added Insualtion Per RFI 158-162 Total price per attached breakdown: State and local sales tax: Extension of time: includE X not included 0 We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 74'0,4144 >Canegg,CrG1... Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 062 REV: Owner COP/CCD/PR #: RFI 158-162 000 DATE: 10/11/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Commercial Insulation Commercial Insulation PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 1,351.00 451.00 _ $ _ $ _ $ 1,351.00 _ $ 451.00 _ $ _ $ _ $ _ $ SUBTOTAL $ 1,802.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 108.12 TOTAL SUBCONTRACTS $ 1,910.12 PROPOSAL SUBTOTAL $ 1,910.12 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 57.30 PROPOSAL TOTAL $ 1,967.42 Updated: 9/30/2011 Page 5 of 7 Commercial Insulation Service 7930 Center St. SW Tumwater, WA 98501 P: 360-507-0851 George@cisinsulation.com CHANGE ORDER REQUEST CIS Job Number Job Name 02112 Date 9/13/2021 Tukwila Public Works Facilities Building Qty UM Rate Total COR RFI 1 158 Labor Project Manager 0 HR $ 100.00 $ Foreman 0 HR $ 87.95 $ Journeyman 4 HR $ 84.46 $ 337.84 Journeyman OT 0 HR $ 126.69 $ Subtotal $ 337.84 Materials Froth Pack spray foam 1 EA $ 858.00 $ 858.00 $ $ $ $ $ $ $ $ $ $ $ $ $ - $ Sub Total $ 858.00 Equipment $ $ $ $ $ $ - $ Sub Total $ Grand -Subtotal $ 1,195.8 Labor, Materials, Equipment Consumables $ B&O Use Tax $ Environmental Fee $ Sub Total $ 1,195.8 »» Total $ 1,195.84 Cost of Time Time Extension Delays Description of work day 0.00 $ day 0.00 $ Sub Total $ $ 6" closed cell spray foam insulation at 2 infills abandoned rooftop louvers per RFI 158. Access by others. Additional Working Days Subtotal Allowed Markup 13% $ 1,195.84 $155.46 COR Total $1,351 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 Date 9/13/2021 Signature Approved by: Date Signature Commercial Insulation Service 7930 Center St. SW Tumwater, WA 98501 P: 360-507-0851 George@cisinsulation.com CHANGE ORDER REQUEST CIS Job Number Job Name 02112 Date 10/8/2021 Tukwila Public Works Facilities Building Qty UM Rate Total COR RFI 2 162 Labor Project Manager 0 HR $ 100.00 $ Foreman 0 HR $ 87.95 $ Journeyman 4 HR $ 84.46 $ 337.84 Journeyman OT 0 HR $ 126.69 $ Subtotal $ 337.84 Materials R-21 Fiberglass 140 SF $ 0.49 $ 68.60 $ - $ $ $ $ $ $ $ $ $ $ $ $ - $ Sub Total $ 68.60 Equipment $ $ $ $ $ $ - $ Sub Total $ Grand -Subtotal $ 406.4 Labor, Materials, Equipment Consumables $ B&O Use Tax $ Environmental Fee $ Sub Total $ 406.4 »» Total $ 406.44 Cost of Time Time Extension Delays Description of work day 0.00 $ day 0.00 $ Sub Total $ $ Install R-21 fiberglass at exterior rim joist. Additional Working Days Subtotal Allowed Markup 13% $ 406.44 $52.84 COR 2 Total $459 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 Date 10/8/2021 Signature Approved by: Date Signature Commercial Insulation Service, LLC Hourly Cost Break Detail 6/1/2021 through 5/31/2022 Journeyman Foreman Hourly Wage met educ. $ 49.84 $ 54.83 Fringe Benefits: Health & Security $ 8.76 $ 8.76 Industry Fund $ 0.94 $ 0.94 Pension $ 9.10 $ 9.10 Apprenticeship Fund $ 1.01 $ 1.01 Social Security $ 3.22 $ 3.22 Medicare $ 0.75 $ 0.75 Employment Security (SUTA) $ 2.96 $ 2.96 FUTA $ 3.11 $ 3.11 Labor & Industries $ 1.98 $ 1.98 PTO Rate $ 1.15 $ 1.15 Family Leave Act $ 0.14 $ 0.14 Zone Pay $ 1.50 $ 1.50 Total Hourly Cost NO PROFIT $ 84.46 $ 87.95 Overtime 1.5 (no profit) $ 126.69 $ 131.93 Overtime 2x (no profit) $ 168.92 $ 175.90 John R. Morton, CPS, PS u0' �ii�A/90r9 00000007000 r 0099r 0.„0-° 10° (00.ap11'110;0000 0 000000 00:11:0u ur 090'110E0 RFI No. 158 Date 9/1/2021 # of pages Project No. 1 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 9/7/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Abandoned Rooftop Louvers Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Henry Ancira from the City of Tukwila is asking that the (2) abandoned roof duct louvers for GUH-08 & GUH-09 be capped on the roof to prevent pest and water intrusion. Please advise. Thank you. Cost Impact? H Yes H No H Potential Schedule Impact? H Yes H No H Potential REVIEW Date of Review 13 -Sep -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Demo (E) ductwork back to within 6" of (E) roof. Cap (E) duct with sheet metal cap, fill duct space with 6" of closed cell insulation. Install bird screen on exterior of roof top hood. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. >aa . ,„; e0„.e,it ' !,31:).1.../ 1.. ((;r.,) RFI No. 162 Date 9/1/2021 # of pages Project No. 1 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 9/7/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Insulation in Cantilevered Soffit Around 1st Floor Offices Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Bill Centen , Inspector from the City of Tukwila, is requiring that insulation be installed in the cantilevered soffit on the perimeter of the 1st floor offices. Please advise. Thank you. Cost Impact? H Yes H No H Potential Schedule Impact? H Yes H No H Potential REVIEW Date of Review 21 -Sep -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Provide 4" of batt insulation in the (e) wall cavity above the (e) masonry wall around the perimeter of the office space. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 063 CCD/PR No.: RFI 155 Date: 10/12/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 586.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 35.16 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 18.63 621.16 18.63 TOTAL CHANGE PROPOSAL COST 640 CONTRACT TIME ADJUSTMENT (DAYS)I 0 Lincoln Construction, Inc. CONTRACTOR 10/12/2021 DATE / rr'a'n�aa'ezy G$�fPFNA�� 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: IlPuublllliic W1' urlks III""llleet and Ilf"'acliilllliitliies Date: 10/12/2 X21 COP #: 063 Owner COP/CCD/PR #: RI: U t 55 Please provide a change order for the following work: Added roof vents per RFI 155 Total price per attached breakdown: State and local sales tax: Extension of time: 11 includE X not included 0 We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 74'0,4144 >Canegg,CrG1... Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 063 Owner COP/CCD/PR #: RFI 155 REV: 000 DATE: 10/12/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Capitol Heating PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 586.00 = $ 586.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 586.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 35.16 TOTAL SUBCONTRACTS $ 621.16 PROPOSAL SUBTOTAL $ 621.16 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 18.63 PROPOSAL TOTAL $ 639.79 Updated: 9/30/2011 Page 5 of 7 Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI -155 Roof vent terminations Date: 10/11/2021 Contractor: Capital Heating and Cooling Contractor Ref. No. COP 005 Description: Use a metal roof jack with flashing collar or flexible roof jack collar assembly (grainger master flash unit). Installation shall be water tight. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. noncraft labor $ 210.00 DIRECT LABOR SUBTOTAL $ 210.00 7058 Labor Markups: e. direct supervision (NTE 15% of la) $ f. safety (NTE 2% of lines la, b, & c) $ 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form $ 300.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, &4 up to $50,000 b. NTE 13% portion of 1, 2, 3, &4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. f. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Forth Revised 9/26/2008 $ 66.30 ,Supervision markup should qe zero if foremantime j included m directilabor costs. '. 1. CRAFT LABOR COSTS $ 210.00 2. MATERIAL COSTS $ 300.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 510.00 5. OVERHEAD & PROFIT $ 66.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.90 % of1 $ 3.99 1.00 % of 1-7 $ 5.76 1.00 % of 1-8 8. INSURANCE $ 10.00 $ 9. BOND $ TOTAL COST $ 586.00 COP 005 RFI 155 Roof flashings for 6 & 8 vents Page of 10/11/2021 141 ktefillann,"/ RAR:„„ SAMCMEAt IRA":R.04MRIASMEetERCOR 155,5 RFI No. 155 Date 8/31/2021 # of pages Project No. 1 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 9/3/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Roof Vents - Dryer, Microwave Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) There is (1) 6" roof vent for the microwave called out in the mechanical drawings, but nothing is shown on the roof plan. There is (1) 8" additional roof vent that was added in RFI -120 for the dryer vent. Please advise on how to roof, flash and seal these two separate vents. Thank you. Cost Impact? 0 Yes 0 No u Potential Schedule Impact? 0 Yes 0 No 2 Potential REVIEW Date of Review 2 -Sep -21 Reviewed by Regan Corwin, PE Company Hargis Engineers, Inc. Remarks/Recommendations Contractor can do flashing similar to detail 6/M9.01 or use a metal roof jack with flashing collar or flexible roof jack collar assembly (see Grainger Master Flash unit below). Installation shall be water- tight. MASTER FLASH Pipe Roof Flashing, Number of Pipes 1, 4 to 8-1/4 Pipe Size (In.) nom in 46E375 uNSPSC I1 30151602 Nlodel SC1501 GA (';atalog Page1 2063 Country of Origin USA. Country of OriOn is subject to champ,. The MASTER FLASH® corrugated metal roof and wall flashing us made of 1 piece EPOM flexible rubber flashing with integral aluminum base. Wether resistant flashing also resists UV light. Soft aluminu.um based is designed to form a seal on most panel configurations and roof pitches. Easy on-site installation takes about 5 minutes. CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 064 CCD/PR No.: RFI 158 Date: 10/12/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,317.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 79.02 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 41.88 1,396.02 41.88 TOTAL CHANGE PROPOSAL COST 1,438 CONTRACT TIME ADJUSTMENT (DAYS)I 0 Lincoln Construction, Inc. CONTRACTOR 10/12/2021 DATE / rr'a'n�aa'ezy G$�fPFNA�� 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: IlPuubllliiic W urlks Ilf'llleet aurmdV Ilf"'aciiillliiitiiies Date: 10/12/2 X21 COP #: 064 Owner COP/CCD/PR #: RA;;;; II 158 Please provide a change order for the following work: Rooftop Louver demo -cap -install bird screen Total price per attached breakdown: State and local sales tax: Extension of time: ,43 includE X not included 0 We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 74'0,4144 >C4negg,CrG1... Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 064 Owner COP/CCD/PR #: RFI 158 REV: 000 DATE: 10/12/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Capitol Heating PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 1,317.00 = $ 1,317.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,317.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 79.02 TOTAL SUBCONTRACTS $ 1,396.02 PROPOSAL SUBTOTAL $ 1,396.02 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 41.88 PROPOSAL TOTAL $ 1,437.90 Updated: 9/30/2011 Page 5 of 7 Project Name: Tukwila Public Works Source Documents: RFI -158 Abandoned RHs Contractor: Capital Heating and Cooling Owner COP No. Date: 10/11/2021 Contractor Ref. No. COP 004 Description: Demo existing duct back within 6" of roof. Cap existing duct with sheet metal cap, fill duct space with 6" of closed cell insulation. Install bird screen on exterior of roof top hood. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. noncraft labor Labor Markups: e. direct supervision (NTE 15% of la) f. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS 840.00 DIRECT LABOR SUBTOTAL $ a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. SMALL TOOLS a. small tools (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. 840.00 Supervision markup should be zero if fore is included in direct labor costs.: n time 1. CRAFT LABOR COSTS $ 840.00 $ 300.00 2. MATERIAL COSTS $ 300.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 148.20 $ 1,140.00 5. OVERHEAD & PROFIT $ 148.00 f. $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Forth Revised 9/26/2008 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.90 % of1 $ 15.96 1.00 % of 1-7 $ 12.88 1.00 % of 1-8 8. INSURANCE $ 29.00 $ 9. BOND $ TOTAL COST $ 1,317.00 COP 004 RFI 158 Abandoned Rooftop Louvers Page of 10/11/2021 7058 u0' �ii�A/90r9 00000007000 r 0099r 0.„0-° 10° (00.ap11'110;0000 0 000000 00:11:0u ur 090'110E0 RFI No. 158 Date 9/1/2021 # of pages Project No. 1 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 9/7/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Abandoned Rooftop Louvers Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Henry Ancira from the City of Tukwila is asking that the (2) abandoned roof duct louvers for GUH-08 & GUH-09 be capped on the roof to prevent pest and water intrusion. Please advise. Thank you. Cost Impact? H Yes H No H Potential Schedule Impact? H Yes H No H Potential REVIEW Date of Review 13 -Sep -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Demo (E) ductwork back to within 6" of (E) roof. Cap (E) duct with sheet metal cap, fill duct space with 6" of closed cell insulation. Install bird screen on exterior of roof top hood. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 05 DATE: 9/17/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (e ) 21-046(e) 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 9-23-2021 Contractor LCI, Inc. By Ilam RomIeeuy Title Project Manager Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 364,883.00 Date This Change Order (without tax) $ 50,541.00 By REV. CONTRACT AMOUNT $ 4,842,645.00 APPROVED BY THE CITY OF TUKWILA 09/29/2021 Mayor Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 242 days (December 3, 2021) Public Works Director ahG U-76,,a��eAcuc SOJ Program DirectorGfr14 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. Exhibit "A" ,4:i4+La -``� CHANGE ORDER - SUMMARY OF CHANGE o CITY OF TUKWILA - Public Works (PW) Fleet & Facilities 39[}8 Project Name PW Fleet & Facilities CO # 005 Project # 91630601 Contract # 21-046 (e) Date 9/17/21 TO CONTRACTOR: Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 034R1 RFl 105 Existing Unit Heaters. In order for the steel workers to install their stiffener plates, we will need to take some unit heaters down and reinstall them when complete. This cost is to remove and reinstall/rehang the unit heaters. UFC $5,256.00 COP 041 Remove and Replace Fire Sprinkler East Shop Siesmic. The cost to demo and replace with new siesmic restraint East shop fire sprinkler branch line at 7 beams in conflict with structural bracing. UFC $7,038.00 COP 050 Per ASI 020 Additional Outlets. The cost for added electrical and data outlets per ASI 020. OC $2,689.00 COP 051 Per ASI 018 North Water Line Modifications. The cost to reroute/raise the North wateufnain per ASI 018. This includes install of sewer line, fittings and cleanouts. As well as raising the 8" DI Wateufnain over sewer route with vertical bends, putting in thrust blocks and Controlled Density Fill (CDF), import of bedding and trench backfill and subgrade prep. UFC $21,110.00 COP 052 Add Exterior Lighting Control Per RF1 133. Upon inspection, the existing contactor cabinet for the exterior lighting control is nothing more than a wire pull and splice box. This is the cost to add the new exterior lighting control ability per RFI 133. UFC $3,121.00 COP 053 Added OCC Sensors per Submittal Review. The cost to provide and install 4 additional occupancy sensors outlined in Lighting Control Submittal review. OC $2,008.00 COP 054 Transformer Testing Per RFI 124. When the 75KVA transfouner from RFI 086 that was disconnected and removed temporarily was shut down, Seahurst noticed that it was very hot to the point of not being able to disconnect the wires inside until it cooled down. As there is not much load on it this should be tested to confiufn if unit is bad or just needs to be cleaned up. This is the cost for testing the transfouuer only. UFC $1,043.00 COP 055 Power to Existing Electric Unit Heater (EUH)-10. Existing EUH at the 2nd floor File Storage was previously connected to power via demolished electrical panel. This is the cost to reconnect the EUH per RFI 152. DC $1,894.00 Project Name Project # COP 056 PW Fleet & Facilities CO # 005 DC $1,162.00 91630601 Contract # 21-046 (e) Date 9/17/21 RFI 151 2nd Floor Water Closet. The cost to provide and install electrical items per RFI 151 in the 2nd Floor Water Closet, including provision and installation of wall heater. COP 057 ASI 019 Fire Treated Plywood. The cost for added fire treated plywood in Telecom Room Interior per ASI 019. AD $2,702.00 COP 058 ASI 025R1 Guardrail Blocking. The cost to provide and install guardrail blocking per AS 025R1. UFC $2,518.00 Change Order No. 005 $50,541.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/19/2021 Project: LCI Project No.: 034R1 RFI 105 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 4,814.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 288.84 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 153.09 5,102.84 153.09 TOTAL CHANGE PROPOSAL COST 5,256 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 8/19/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/19/2021 COP #: 034 Owner COP/CCD/PR #: RFI 105 Please provide a change order for the following work: Per RFI 105 Disconnect -Remove and Reconnect Unit Heaters for Welding connections Total price per attached breakdown: State and local sales tax: Extension of time: 5,256 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 034 Owner COP/CCD/PR #: RFI 105 REV: 001 DATE: 8/19/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Seahurst Capitol Heating Pipe PHASE CODE UNITS RATE 1 X = $ - 1 X 1,129.00 = $ 1,129.00 1 X 2,743.00 = $ 2,743.00 1 X 942.00 = $ 942.00 1 X = $ - X = $ X = $ X = $ SUBTOTAL $ 4,814.00 MARK-UP @ Sub Direct Cost 1,129 6.0% Less Sub Fee $ 288.84 TOTAL SUBCONTRACTS $ 5,102.84 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 5,102.84 $ 153.09 5 255.93 Updated: 9/30/2011 Page 4 of 6 $ $ 108.42 $ 834.32 21-299.005 7/1/2021 Change Order Summary Sheet CONSTRUCTION, INC. Project Name: Tukwila Public Works Fleet Facility Pipe COP No. Project No. 21-299 Source Documents: RFI -000 Date: Contractor: Lincoln Construction Contractor Ref. No. Description: R & R gas piping at 2 unit heaters 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of 1a) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) Itemize all costs on attached COP Cost Breakdown form. $ 834.32 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% 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 a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 1/28/2019 2.00 % of 1 % of 1-7 1. CRAFT LABOR COSTS $ 834.00 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 834.00 5. OVERHEAD & PROFIT $ 108.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 8. INSURANCE $ 1.00 % of 1-8 $ 9. BOND $ This change adds 1 calender day extension TOTAL COST $ 942.00 COP Cost Breakdown Pipe Construction Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost $ $ $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ Labor Subtotal $ - Superintendent hr $ - $ - $ - $ Lead Foreman hr $ - $ - $ - $ Journeyman Plumber 8 hr 104.29 $ 834.32 $ - $ - $ 834.32 Total Cost of Work Form Revis d 2/27/2020 $ 834.32 $- $ - $ 834.32 Pipe REVISED Page of Issued 8/19/2021 $ 1,675.20 Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI 105- Steel Stiffeners Date: Contractor: Capital Heating and Cooling Contractor Ref. No. 7/1/2021 COP 002 Description: *Note: We are assuming the equiment is in good working condition, but there is no way to verify that. If there are problems there may be additional costs to complete start up. Disconnect -control wiring (Gas and Electrical by others), Remove (4) GUHs, re -install hangers, GHUs, and connect control wiring (Gas and Electrical by others), reuse controls, equipment start up. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. noncraft labor Labor Markups: e. direct supervision (NTE 15% of la) f. safety (NTE 2% of lines la, b, & c) DIRECT LABOR SUBTOTAL $ 1,675.20 7058 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. SMALL TOOLS a. small tools (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. f. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 9/26/2008 1.90 % of 1 1.00 % of 1-7 1.00 % of 1-8 $ 400.00 Supervision markup should be zero if foreman time is included in direct labor costs. $ 300.00 $ 308.75 1. CRAFT LABOR COSTS $ 1,675.00 2. MATERIAL COSTS $ 400.00 3. EQUIPMENT COSTS $ 300.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 2,375.00 5. OVERHEAD & PROFIT $ 309.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 31.83 $ 26.84 8. INSURANCE $ 59.00 $ 9. BOND $ TOTAL COST $ 2,743.00 COP 002 RFI 105 Steel Stiffener Plates Impact on Existing Equipment Page of 7/1/2021 Project Name: TPW Description: Remove & replace GUH (4) for steel Contractor: Capital Heating and Cooling Materials are hanging materials, all thread rod, isolation spring hangers Rentals are for the high bay scissor lift we will have to rent Owner COP No. Date: Contractor Ref. No. 7/1/2021 COP 002 Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost 4 Gas Unit Heaters $0.00 $ - $0.00 $ - $ - Field Labor 16 Hrs $104.70 $ 1,675.20 $ - $ - $ 1,675.20 Materials 4 Ea $ - $100.00 $ 400.00 $ - $ 400.00 Rentals 2 Ea $ - $ - $150.00 $ 300.00 $ 300.00 $ - $ - $ - $ Foreman $ - $ - $ - $ - Wage $64.91 $ - $ - $ - $ - Benefits $30.66 $ - $ - $ - $ - SUI $1.93 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.39 $ - $ - $ - $ - FICA $4.02 $ - $ - $ - $ - Medi $0.94 $ - $ - $ - $ - PFMLA $0.08 $ - $ - $ - $ - Total $104.07 $ - $ - $ - $ - $ - $ - $ - $ Journeyman $ - $ - $ - $ - Wage $59.01 $ - $ - $ - $ - Benefits $30.60 $ - $ - $ - $ - SUI $1.76 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.35 $ - $ - $ - $ - FICA $3.66 $ - $ - $ - $ - Medi $0.86 $ - $ - $ - $ - PFMLA $0.08 $ - $ - $ - $ - Total $97.46 $ - $ - $ - $ - $ - $ - $ - $ Apprentice 55% $ - $ - $ - $ - Wage $32.46 $ - $ - $ - $ - Benefits $25.51 $ - $ - $ - $ - SUI $0.97 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.19 $ - $ - $ - $ - FICA $2.01 $ - $ - $ - $ - Medi $0.47 $ - $ - $ - $ - PFMLA $0.04 $ - $ - $ - $ - Total $62.79 $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ Labor Subtotal $ 1,675.20 Foreman $ - $ - $ - $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ - $ - $ - $ - Total Cost of Work Form Re. d 9/26/2008 $ 1,675.20 $ 400.00 $ 300.00 $ 2,375.20 COP 002 RFI 105 Steel Stiffener Plates Impact on Existing Equipment Page of 7/1/2021 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 10 Date: 7/12/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Disconnect and Reconnect Unit Heater electrical connnections only Exclusions: Removing/removal of unit heaters from ceiling if necessary by others. We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 10. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. Disconnect Power 8 1.50E 12.00 0.25E 2.00 Reconnect Power 8 1.50E 12.00 0.50E 4.00 Totals 16 24.00 6.00 Summary General Materials 24.00 Total Material 24.00 Foreman (6.00 Hrs @ $103.26) 619.56 Total Labor 619.56 Foreman Truck Scissor Lift Subtotal Overhead & Markup (6.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 138.00 (1.00 @ 2.00 @ $100.00 + 0.000 % + 0.000 % + 0.000 %) 200.00 981.56 (@ 13.000 %) 127.60 Subtotal 1,109.16 Insurance (@ 1.800 %) 19.96 Final Amount $1,129.12 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 10 7/12/2021 Tukwila Public Works 117110 2 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 10 Final Amount:$1,129.12 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA 54e, 1953 To: Capital Heating cc: Site Email 7/1/21 RFI No. 105 Date 6/28/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/1/2021 RFI Originator (Name & Company) Chris Seversike - Capital Heating & Cooling RFI Subject Steel Stiffener Plates Impact on Existing Equipment Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) It was brought to our attention that in order for the steel workers to install their stiffener plates, we will have to take some Unit Heaters down and reinstall them when complete. There will be cost impacts associated with this work. Please confirm this is acceptable. ROM $1,500 per unit heater. Please review and advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No ✓ Potential ❑ Yes ❑ No ✓ Potential REVIEW Date of Review 07/.1/21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Remove and reinstall/rehang in place if possible noted unit heaters in conflict with structural work. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CAPITAL HEATING & COOLING De4.ving Comfort since 1937 Status Capital Heating & Cooling, Inc. 1218 Carpenter Rd SE Lacey, Washington 98503 P: (360)491-7450 Project: 16285 Tukwila Maintenance - PW Fleet Facility 11210 Tukwila International Blvd Tukwila, Washington 98158 LCi RFI 105 Attachment RFI #3: Steel Stiffener Plates Impact on Existing Equipment Open To Chris Seversike (Capital Heating & Cooling, Inc.) (Response Required) Date Initiated Location Cost Impact Spec Section Drawing Number Linked Drawings Received From Copies To Activity Question Jun 28, 2021 Yes (Unknown) From Chris Seversike (Capital Heating & Cooling, Inc.) Due Date Project Stage Schedule Impact Cost Code Reference Chris Seversike (Capital Heating & Cooling, Inc.) Sub Job Jul 1, 2021 Course of Construction Yes (Unknown) Cole Blume (Capital Heating & Cooling, Inc.), Cindy Butterworth (Lincoln Construction), Casey Neuman (Lincoln Construction), Tom Romberg (Lincoln Construction) Question from Chris Seversike Capital Heating & Cooling, Inc. on Monday, Jun 28, 2021 at 02:58 PM PDT It was brought to our attention that in order for the steel workers to install their stiffener plates we will have to take some Unit Heaters down and reinstall them when complete. There will be costs impacts associated with with work. Please confirm this is acceptable. ROM $1,500 per unit heater. Awaiting an Official Response Capital Heating & Cooling, Inc. Page 1 of 1 Printed On: Jun 28, 2021 02:58 PM PDT LCi RFI 105 Attachment Cindy Butterworth From: Chris Seversike <ChrisS@capitalheatingandcooling.com> Sent: Monday, June 28, 2021 3:22 PM To: Cindy Butterworth Cc: Tom Romberg; Cole Blume Subject: RE: Tukwila Maintenance - PW Fleet Facility: New RFI 3 (Steel Stiffener Plates Impact on Existing Equipment) Hi Cindy, Our foreman is out for the next 3 days, but 90% sure it is Grid line 5 GUH-03,04 and Grid line 8 GUH-05,06 MD3.2 7 - • 0 E F 1 Thanks, Chris Seversike 1L 1 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/3/2021 Project: LCI Project No.: 041 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 6,446.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 386.76 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 204.98 6,832.76 204.98 TOTAL CHANGE PROPOSAL COST 7,038 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 8/3/2021 DATE 740.0444 a & U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 8/3/2021 COP #: 041 Please provide a change order for the following work: Demo and replace with new siesmic restraint East shop fire sprinkler sprinkler branch line at 7 beams in conflict with structural bracing. Total price per attached breakdown: State and local sales tax: Extension of time: 7,038 includE X not included TBD This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7aoma2 Romgoruf-Pzoyect ( e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 041 Owner COP/CCD/PR #: REV: 000 DATE: 8/3/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Smith Fire PHASE CODE UNITS RATE 1 X = $ - 1 X 6,446.00 = $ 6,446.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 6,446.00 MARK-UP @ Sub Direct Cost 6,446 6.0% Less Sub Fee $ 386.76 TOTAL SUBCONTRACTS $ 6,832.76 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 6,832.76 $ 204.98 7 037.74 Updated: 9/30/2011 Page 4 of 6 71 SMITH FIRE SYSTEMS TELE: (253) 926-1880 • FAX (253) 926-2350 SMITH FIRE SYSTEMS, INC 1106 54th Avenue East Tacoma, Washington 98424 July 12, 2021 Lincoln Construction PO Box 730 Spanaway, Wa Attention: Tom Romberg Job Name: Tukwila Fleet Services TI Job Address: 11210 Tukwila International Blvd Tukwila, Wa Job Number T121029 Contractor Fax: Contractor Phone: (253) 847-6414 Reference: Change Order Request C - Modifications required to accommodate structural upgrades in NIC areas To Whom It May Concern: This cost includes design, fabrication labor, field labor and materials required to complete this portion of work. SUBMITTAL / PERMIT FEES FOR THIS WORK HAVE BEEN INCLUDED. Smith Fire Systems will provide this work for the amount of $6,446.00, plus applicable state and local taxes. The following is our breakdown of costs: Material $ 1,526 Equipment $ 522 Design Labor (6 hrs @ $102.00 hr) $ 612 Fab/Shop/List Labor (6 hrs @ $138.00 hr) $ 690 Field Labor (18 hrs @ $172.00 hr) $ 3,096 Grand Total $ 6,446 All work will be performed under the original conditions of the contract Upon acceptance, please sign in the space provided below and return one copy to our office along with any additional paperwork required by your office. Sincerely, Lane Luvaas Lane Luvaas Special Projects Manager (Accepted By) (Date) CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 8/16/2021 Project: LCI Project No.: 050 ASI 020 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,463.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 147.78 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 78.32 2,610.78 78.32 TOTAL CHANGE PROPOSAL COST 2,689 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 8/16/2021 DATE 7a4maa R'om6ie9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/16/2021 COP #: 050 Owner COP/CCD/PR #: ASI 020 Please provide a change order for the following work: Additional outlets per ASI 020 Total price per attached breakdown: State and local sales tax: Extension of time: 2,689 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,4144 ma4 ,Roode4uy- Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 050 Owner COP/CCD/PR #: ASI 020 REV: 000 DATE: 8/16/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 X 88.95 X 77.15 X 75.85 X 67.72 X X TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS RATE 1 X = $ - 1 X 2,463.00 = $ 2,463.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,463.00 MARK-UP @ Sub Direct Cost 2,463 6.0% Less Sub Fee $ 147.78 TOTAL SUBCONTRACTS $ 2,610.78 PROPOSAL SUBTOTAL $ 2,610.78 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 78.32 PROPOSAL TOTAL $ 2 689.10 Updated: 9/30/2011 Page 5 of 7 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 17 Date: 8/16/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per ASI -020 Added electrical and data outlets Exclusions: Contract Exclusions We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 17. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 30 70.61 C 21.18 5.00C 1.50 3/4" EMT INSUL STL COMP CONN 3 1,095.75 C 32.87 30.00 C 0.90 3/4" PLASTIC BUSHING 3 24.89 C 0.75 12.00C 0.36 #12/2C CU MC CABLE STL ARMOR 30 463.31 M 13.90 26.00 M 0.78 1872A MULTI -MEDIA 4P CAT6 CMR CBL 500 346.51 M 173.26 8.75 M 4.38 3/4" AC-90/MC DC SS CONN 6 227.12 C 13.63 14.00 C 0.84 4x21/8" SQ BOX COMB KO 6 364.78 C 21.89 30.00 C 1.80 4" SQ 1G PLSTR RING 5/8" RISE 3 170.59 C 5.12 15.00C 0.45 4" SQ 1G PLSTR RING 1-1/4" RISE 3 631.94 C 18.96 15.00 C 0.45 GROUND SCREW W/ INSUL #12 LEAD 3 492.58 C 14.78 6.00C 0.18 1G DECORATOR PLATE -PLASTIC IVY 3 74.13C 2.22 10.00C 0.30 KEYSTONES 5 431.18 C 21.56 20.51 C 1.03 DATA PLATE SINGLE 1 526.02C 5.26 15.00C 0.15 DATA PLATE DUPLEX 2 715.51 C 14.31 15.00 C 0.30 TSGB24 ADJ BOX MTG BRKT 3 436.88 C 13.11 14.00C 0.42 Totals 601 372.78 13.83 Summary General Materials 372.78 Total Material 372.78 Foreman (13.83 Hrs @ $103.26) 1,428.09 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 17 8/16/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Total Labor Foreman Truck Warranty Subtotal Overhead & Markup Subtotal Insurance Final Amount (13.83 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 0.00 @ $22.51 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.800 %) 1,428.09 318.09 22.51 2,141.47 278.39 2,419.86 43.56 $2,463.42 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 17 Final Amount:$2,463.42 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL ARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 020 To Cindy Butterworth Date of Issuance 08/12/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Des cri} Make the following revision to the Drawings: Sheet E6.1 — First Floor -West- Telecom & Security Plan: o MODIFY 1/E6.1 per the attached ESK-02a Sheet E7.1 — Electrical Enlarged Plan: o MODIFY 1/E7.1 per the attached ESK-02b Attachments ESK-02a First Floor -West- Telecom & Security Plan ESK-02b Electrical Enlarged Plan 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz ARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 020 To Cindy Butterworth Date of Issuance 08/12/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Des cri} Make the following revision to the Drawings: Sheet E6.1 — First Floor -West- Telecom & Security Plan: o MODIFY 1/E6.1 per the attached ESK-02a Sheet E7.1 — Electrical Enlarged Plan: o MODIFY 1/E7.1 per the attached ESK-02b Attachments ESK-02a First Floor -West- Telecom & Security Plan ESK-02b Electrical Enlarged Plan 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz n.tz,TT FT''°FoL SHEET NOTES: (9,(9 I ,L WORN SHOM SHALL BE COORDINATED WITH ,L OTHER PROJECT DISCIPLINE DOCUMENTS TO AVOID CONFLICTS OFF1k SUI rift - FAG H 0 - UST 12... Fa I Will& NCH ROOM ... 1 li -0 ..- _ NM ." 9- " 0 — 0 17\ FIRST FLOOR - WEST - TELECOM & SECURITY PLAN \zi)scAre MZIETHEll.'1AENGE IEN FLEET PARTS ERR MA,,G,1101,1E ELM VI,L.11:101,F:16 EIS j GOMZ,S,,S01, IKE HM'TREDPAULS OPAGE SHI<S,,CHITFCTS 2 ,CDC:17,'/:21.7JTUHN=ETACCTEUSRF‘ILNFArWEA'fDTELN°CCEAT'N LOCATIONS SHALL BE RENEWED AND ACCEPTED , ARCHITECT PRIOR TO ROUGH IN COMPLETION 3 S:r1,,LE:E',1 TIZKEICET'fiGEFDTODielIVE'CAE:S=DWEIFIl'ES 4 PAIRED TELECOM AND ELECTRIC, DENCE S SH,L HA, A 6 MAXIMUM SEPARATION FLAG NOTES: jAgleTITS=AgIPIO'CTSIIITLH=-TrFO' j-E'C?I'.gEADNIE;ACNAGBEL:S=Den!rARTRTED °N TRANSITION CABLE SUPP ORTS FROM J-HOONS TO =IENSGATDCC:: BSAU=: IUNPT°HNE PRE rUZT19°NFG OPEN CABLING M ETHODS FOR THE ROUTING, =C'OFTENNTATLZCSTUUPRPECZEDETEASTHFZI'l VOT EXCEED 25 CABLE MAXIMUM FOR A, JHOON AND 225 ..^..BLE MAXIMUM FOR A CABLE SADDLE BAG HARGIS TUKWILA PUBLIC WORKS FLEET & FACILITIES BUILDING BID DOCUMENTS FIRST FLOOR - WEST - TELECOM & SECURITY PLAN ESK-02a (ThFIRST FLOOR - OFFICE - ENLARGED LIGHTING PLAN L)SCALE 3/1611 1, . . OMCE '!f SUFER 103 - FAC '''' R:3:op +9' 0" AF 1 1C1 1 LUNCH ROOM RG3 MG 12 GS 211 105 1 EC' 2F36 Se OS 2 6 11 • • C1 +*" AFF " LOS 1LOS LOS 22 LOS 2 4 OS 2 10LOS 2 8 ,F •,, , . z? .1 :7 ' +9' 0" AFF *9"O" A .. 1 M RR 3 06 1 .. U. - , 4 '', LI. 01 OS 2 16 OS , •, aWAY 't ...-'6= _ LOS 2 31 i Live, 1 , Ai El DI . C2A 1 1•1 ... . Mill —.22022 LOS 09 1 108 W LOCKER 1 C1 GI +9' 0" AFF +9' OAFF +D9CPAFF 0,11 174 cFs EJ - —GI 1 VIA El •D . el c1 o 01 c1 f, +9 0" FEE VT. 1 D C2A CA t .1 +94 AFF 0,11 01 [ il• C2A +9 0 AFF +9 0 AFF (ThFIRST FLOOR - OFFICE - ENLARGED LIGHTING PLAN L)SCALE 3/1611 1, 17\ FIRST FLOOR - OFFICE - ENLARGED POWER PLAN :2)SCALE 3/1611, 0 SHEET NOTES: SHKSARCHITECTS 1 2EFER TO ARCHITECTURAL PLANS FOR EXACT LOCATION OF FLOOR MOUNTED DEVICES 2 2EFER TO ARCHITECTURAL ELEVATIONS FOR EXACT EOCATION OF WALL -MOUNTED DEMCES 3 VENERE RECEPTACLE IS INDICATED AS "GB,. PROTECTED BY OF! PRE BRANCH CIRCUG BREA/8ER, FRONDE LABELING PER SPECIFICATION SECTION 262726 2EFER TO P ANEL SCHEDULES FOR ADDGIONAL NFORMATION 4 2EFER TO SPECIFICATION SECTION 262726 AND ELECTRICAL DETAILS FOR DEMCE FACEPLATE LABELING FLAG NOTES: NSETEALLL NEVE RETCEE PTACLE DEVICE AND STARLESS IS2ECONFRAECCT:Gg1EXIENTEI=CSN'CREZT VVIREMOLD SHALL BE LEGRAND 4000DS SE RIES NAN ETERNAL DIVIDER OR EQUIVALENT POWER OUTLETS SHALL BE •421 AFF FLOOR -MOUNT WITH EGON-TO-BAON lilluT1=e14.:S=BOIERE NO WALLAIOUNT 'COOTREDXFELXITT11°1rEDDEORRTNED°ARCCHILEECETRP1RIOR TO RC'JGHF'N f -T-\ FIRST FLOOR - MACHINEIWELDING - ENLARGED POWER PLAN :2)SCALE 3/1 6 1 0 HARGIS TUKWILA PUBLIC WORKS FLEET & FACILITIES BUILDING BID DOCUMENTS ELECTRICAL ENLARGED ESK-02b OMCE '!f SUFER 103 - FAC '''' OFFICE - CUSTos, I 104 1_0,111, 1 LUNCH ROOM RG3 MG 12 GS 211 105 1 EC' 2F36 Se OS 2 6 11 • • 0 FFIN9- FA FOREMAN 102 1 LOS 1LOS LOS 22 LOS 2 4 OS 2 10LOS 2 8 ,F •,, , . z? ok , rammulori 1,.. 0 ,,Irrk :7 ' A ADMIN I 1 01 I .._ .. .. 1 M RR 3 06 1 .. U. - , 4 '', L ,KE linaos2 •. • .. • OS 2 16 OS , •, aWAY 't ...-'6= _ LOS 2 31 i Live, gIFFICE - 'TECH/ H CU , Ai , ! FILE STOR 1 112 I Mill —.22022 LOS 09 1 108 W LOCKER 1 17\ FIRST FLOOR - OFFICE - ENLARGED POWER PLAN :2)SCALE 3/1611, 0 SHEET NOTES: SHKSARCHITECTS 1 2EFER TO ARCHITECTURAL PLANS FOR EXACT LOCATION OF FLOOR MOUNTED DEVICES 2 2EFER TO ARCHITECTURAL ELEVATIONS FOR EXACT EOCATION OF WALL -MOUNTED DEMCES 3 VENERE RECEPTACLE IS INDICATED AS "GB,. PROTECTED BY OF! PRE BRANCH CIRCUG BREA/8ER, FRONDE LABELING PER SPECIFICATION SECTION 262726 2EFER TO P ANEL SCHEDULES FOR ADDGIONAL NFORMATION 4 2EFER TO SPECIFICATION SECTION 262726 AND ELECTRICAL DETAILS FOR DEMCE FACEPLATE LABELING FLAG NOTES: NSETEALLL NEVE RETCEE PTACLE DEVICE AND STARLESS IS2ECONFRAECCT:Gg1EXIENTEI=CSN'CREZT VVIREMOLD SHALL BE LEGRAND 4000DS SE RIES NAN ETERNAL DIVIDER OR EQUIVALENT POWER OUTLETS SHALL BE •421 AFF FLOOR -MOUNT WITH EGON-TO-BAON lilluT1=e14.:S=BOIERE NO WALLAIOUNT 'COOTREDXFELXITT11°1rEDDEORRTNED°ARCCHILEECETRP1RIOR TO RC'JGHF'N f -T-\ FIRST FLOOR - MACHINEIWELDING - ENLARGED POWER PLAN :2)SCALE 3/1 6 1 0 HARGIS TUKWILA PUBLIC WORKS FLEET & FACILITIES BUILDING BID DOCUMENTS ELECTRICAL ENLARGED ESK-02b CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/18/2021 Project: LCI Project No.: 051 ASI 018 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 19,335.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,160.10 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 614.85 20,495.10 614.85 TOTAL CHANGE PROPOSAL COST 21,110 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 8/18/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/18/2021 COP #: 051 Owner COP/CCD/PR #: ASI 018 Please provide a change order for the following work: North Waterline Modifications Per ASI 018 Total price per attached breakdown: State and local sales tax: Extension of time: 21,110 includE X not included TBD This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 051 Owner COP/CCD/PR #: ASI 018 REV: 000 DATE: 8/18/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE NW Cascade SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X 19,335.00 = $ 19,335.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 19,335 6.0% Less Sub Fee $ 19,335.00 $ 1,160.10 $ 20,495.10 3.000% $ 20,495.10 $ 614.85 21 109.95 Updated: 9/30/2011 Page 4 of 6 ew NORTHWEST CASCADE INC. POST OFFICE BOX 73399, DUVALLUF, WASHINGTON 98373 / TOLL FREE 000.568-� POST OFFICE BOX PUYALLUP, WASHINGTON / TOLL 800-562-4442 Action Request Date: 8/18/2021 To: Casey Neuman Project Manager Lincoln Construction 11210 Tukwila International Blvd. Tukwila, WA 98168 425-350-0004 From: Chris Brazda RE: ASI 018 North Water Line Pricing NWC # 4313 Action Request # 4 Casey, The purpose of this Action Request is to provide Lincoln Construction Inc. with a forward price for the civil and site work associated with the North Water/Sewer Line of the Tukwila Fleet and Facilities Building depicted on ASI #018 dated 8/3/2021, and on plan sheet C3.0. NWC proposes to perform the install of sewer line, fittings and cleanouts. This also includes raising the 8" DI Watermain over sewer route with vertical bends, putting in thrust blocks and CDF, import of bedding and trench backfill and subgrade prep, for a lump sum forward price of $19,334.84. This pricing excludes electrical trenching, paving and applicable sales tax. Please issue a change order in the amount of $19,334.84 at your earliest convenience to ensure the project schedule and overall sequencing isn't impacted. If you would like to discuss the matter in more detail, I can be reached at 253-370-0669. Chris Brazda NORTHWEST CASCADE, INC. NWC PROJECT # 4313 DESCRIPTION: ASI 018 -North End Sewer Reroute/Raise Watermain LOCATION: Tukwila Fleet and Facilities Building Cut, Drain & Remove Bends for Thrust Subgrade WORK DATE(S): Pothole Pipe Pipe Laying Clean Outs Watermain Blocks CDF Asphalt Bill to: Lincoln Construction 4 LABOR Laborer Group 3 - General Laborer 2 EA 90LF 105 LF 2 EA 2 EA 1 CY 133 SY HOURS RATE AMOUNT REG 2 1 3 6 $64.19 $385.14 O.T. 0 $87.96 $0.00 Laborer Group 4 - Pipe Layer REG O.T. 2 4 4 6 4 20 $65.36 $1307.29 0 $89.70 $0.00 Foreman REG 2 2 4 4 6 4 1 3 26 $90.01 $2340.17 D.T. 0 $122.96 $0.00 Foreman REG O.T. 0 $90.01 $0.00 0 $122.96 $0.00 Operator Group 3 - Light REG 2 2 4 4 6 4 3 26 $81.67 $2123.49 O.T. 0 $110.69 $0.00 Operator Group 2 - Heavy REG 2 4 4 6 4 3 23 $81.85 $1882.57 O.T. 0 $111.69 $0.00 LABOR SUBTOTAL $8038.66 13% MARKUP: $1045.03 0% Sick Leave: $0.00 0% Small Tools: $0.00 LABOR TOTAL $9083.69 EQUIPMENT C930 2020 HOURS RATE AMOUNT CHEVROLET 3500 FOREMAN TRUCK REG 2 2 4 4 6 4 3 24 $27.28 $654.72 STNBY 0 $3.27 $0.00 D220 2014 JOHN DEERE 245G L CCRAWLER REG 2 4 6 3 MOUNTED STNBY 15 $117.77 $1766.55 0 $32.98 $0.00 D160 2003 JOHN DEERE 310SG TRACTOR REG 2 2 4 6 LOADER STNBY TR M236 1999 SCHWING BPA SOLAILER REG MOUNTED STNBY 3 4 17 $37.25 $633.25 0 $8.80 $0.00 5 $43.14 $215.70 0 $10.86 $0.00 EQUIPMENT SUBTOTAL: $3270.22 13% MARKUP: $425.13 EQUIPMENT TOTAL: $3695.35 MATERIALS Sewer Pipe and Fittings Vertical Bends for Watermain (4) Thrust Blocks Dirt Export - per TCY Pipe Bedding - per TON Gravel Borrow - per TON CSTC for Subgrade - per TON CDF with Short Load Fees LATEST REVISION 11/18/2020 HRS/UNITS RATE AMOUNT 105 $5.22 $548.10 4 $150.00 $600.00 2 $125.00 $250.00 100 $20.25 $2025.00 25 $23.35 $583.75 45 $15.80 $711.00 25 $23.35 $583.75 1 $500.00 $500.00 MATERIAL SUBTOTAL: $5801.60 13% MARKUP: $754.21 MATERIAL TOTAL: $6555.81 TOTAL $19334.84 ARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 018 To Cindy Butterworth Date of Issuance 08/03/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Description Make the following revision to the Drawings: ADD SK -033 North Water/Sewer Line. Attachments A -SK 033 North Water/Sewer Line. 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz / - I I ,--TH 411 471 • • ! 1 1111 in ! , sji. 1 --- k44 cro,14.,./ DI 14,41&4,-/r_._1930i1,5ea_.@.icf0S-51 rt_._ LAS_Itala , Lends ' tot joivIt15 ! : - , i ! 14.9s- le 44( li..._-r., , , 3tizuta=fg:401ri I S... IC G elerrt ' i • re e 3•"1 "re. 0 . 13.0 • ; ! i ! Set-43,er I , .., , .._..] 4,.. le iz.!Tr, 1 i I i . . , f 1 1 I ! 1 , i r. i irtyl 1 )• 1 , iallit„,,t i 1 C (0 SS ir r : .• , , i , 1 , i 1 (- , Vgialla ‘,) , , , , , , i f AJ , ! 1 , 1 , - I i 1 ! t 1 f /), ! I I : !. \ ' [ ' t c-trJ a t:11 /0100A/14 -A Tc) /36/ 4 • ! (4/ 414-x..51 . I , i [ , , . 1 : 1 I i : , ; 1 ,) i , 1 r 1 • _.__ f 1 I W/4 -r OL- 1 L ;IAA= ICA 4st,..16,_-=;,___Lz i 1 , ! ! , l'iti, j5 el i WA'treizi L11 "f! L'ilki-r/) (4) , ! . 1 . ! 1-- , . 1 Pig 01 Vilile rr! LL BLOUti4 ?kjE it De -74A‘livs 4)0. 1 I i , . , i 1 I i I /44.:scr '.2. • )7 ::1 21 (3 e) 1 i 1 1 , , I, r , , r : 1 i --, , 1 1 1 1 1 I 1 [ North Water/Sewer Line ' DR*,..,),6t- i kii4k4 C.,a. bl r- s-Roit .._B! Eki,6)AJA- 1116i 72 Y/&, 1 ! J 1 i i 1 _ 1 ! i ! 1 1 I li- t ! i ! ! 1 ! ! ! I I CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/23/2021 Project: LCI Project No.: 052 RFI 133 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,859.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 171.54 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 90.92 3,030.54 90.92 TOTAL CHANGE PROPOSAL COST 3,121 CONTRACT TIME ADJUSTMENT (DAY8)I TBD Lincoln Construction, Inc_ CONTRACTOR 8/23/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/23/2021 COP #: 052 Owner COP/CCD/PR #: RFI 133 Please provide a change order for the following work: Add Exterior Lighting Control Per RFI 133 Total price per attached breakdown: State and local sales tax: Extension of time: 3,121 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 052 Owner COP/CCD/PR #: RFI 133 REV: 000 DATE: 8/23/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS RATE 1 X = $ - 1 X 2,859.00 = $ 2,859.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,859.00 MARK-UP @ Sub Direct Cost 2,859 6.0% Less Sub Fee $ 171.54 TOTAL SUBCONTRACTS $ 3,030.54 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 3,030.54 $ 90.92 3 121.46 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 18 Date: 8/23/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per RFI 133 add exterior lighting control ability. Exclusions: Contract Exclusions We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 18. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. Exterior Lighting Contactors 1 1,700.00E 1,700.00 6.00E 6.00 Totals 1 1,700.00 6.00 Summary General Materials 1,700.00 Total Material 1,700.00 Foreman (6.00 Hrs @ $103.26) 619.56 Total Labor 619.56 Foreman Truck (6.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 138.00 Warranty (1.00 @ 1.00 @ $27.77 + 0.000 % + 0.000 % + 0.000 %) 27.77 Subtotal 2,485.33 Overhead & Markup (@ 13.000 %) 323.09 Subtotal 2,808.42 Insurance (@ 1.800 %) 50.55 Final Amount $2,858.97 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 18 8/23/2021 Tukwila Public Works 117110 2 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 18 Final Amount:$2,858.97 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL Date: Aug 11, 2021 Quote: GRASB21-24615-1 G works to your advantage Project Tukwila Public Works - Fleets & Facilities Bldg Location Tukwila WA Quote GRASB21-24615-1 To: Justin Kerr Seahurst Electric, Inc 2915 Chestnut Street Everett WA 98201 Phone: (425) 258-1882 EMail: jkerr@seahurst.com QTY Type MFG 1 EXT CONT PNL WATT Quote Page 1/2 Graybar Electric Company, Inc. 1919 6th Avenue South Seattle WA 98134 Phone: (206) 292-4848 Fax: (206) 701-2949 From: Christopher Giebel Quoter Ph: (206) 235-7540 email: christopher.giebel@graybar.com For Bid Date Aug 11, 2021 Expires Sep 10, 2021 Part EXTERIOR CONTROL PANEL Total: Notes: SPARES NOT INCLUDED UNLESS OTHERWISE NOTED FREIGHT ALLOWED FOB SHIPPING POINT QUOTING STANDARD FACTORY WARRANTIES AND FINISHES Price UQ ExtPrice $1,700.00 $1,700.00 $1,700.00 Graybar Electric Company, Inc. Christopher Giebel Page 1/2 Terms & Conditions 1. ACCEPTANCE OF ORDER; TERMINATION —Acceptance of any order is subject to credit approval and acceptance of order by Graybar Electric Company, Inc. ("Graybar") and, when applicable, Graybar's suppliers. If credit of the buyer of the goods or services ("Buyer") becomes unsatisfactory to Graybar, Graybar reserves the right to terminate upon notice to Buyer and without liability to Graybar. 2. PRICES AND SHIPMENTS — Unless otherwise quoted, prices for goods shall be those in effect at time of shipment, which shall be made F.O.B. shipping point, prepaid and bill. Unless otherwise indicated in the applicable quotation or statement of work, prices for services shall be those in effect at the time of completion. The contract price for goods and or services shall be increased by the amount of any applicable tariff, excise, fee, assessment, levy, charge or duty of any kind whatsoever, imposed, assessed or collected by any governmental body, whether or not reflected in the costs charged to Graybar, and Graybar may increase its cost for goods and or services appropriately to take into account such increases in Graybar's costs. 3. RETURN OF GOODS — Credit may be allowed for goods returned with prior approval. A deduction may be made from credits issued to cover cost of handling. Returns will not be accepted for services or any material which has been modified at the request of or by Buyer. In addition, no custom orders may be returned. 4. TAXES — Prices shown do not include sales or other taxes imposed on the sale of goods or services. Taxes now or hereafter imposed upon sales, shipments or services will be added to the purchase price. Buyer agrees to reimburse Graybar for any such tax or provide Graybar with acceptable tax exemption certificate. 5. DELAY IN DELIVERY— Graybar is not to be accountable for delays in delivery occasioned by acts of God, failure of its suppliers to ship or deliver on time, or other circumstances beyond Graybar's reasonable control, including, but not limited to, sourcing, shipment or delivery issues caused by, related to, or resulting from COVID-19 or other similar national or global health situations. Factory shipment or delivery dates are the best estimates of our suppliers, and in no case shall Graybar be liable for any consequential or special damages arising from any delay in shipment or delivery. 6. LIMITED WARRANTIES — Graybar warrants that all goods sold are free of any security interest and will make available to Buyer all transferable warranties (including without limitation warranties with respect to intellectual property infringement) made to Graybar by the manufacturer of the goods. Buyer acknowledges that the performance of any service which alters the manufacturer provided goods as indicated in the statement of work may void the manufacturer's warranty. Graybar shall use the same care and skill a similarly situated provider of like services would exercise following commonly accepted industry practices in the performance of its duties under this agreement. GRAYBAR MAKES NO OTHER EXPRESS OR IMPLIED WARRANTIES, AND SPECIFICALLY DISCLAIMS ALL IMPLIED WARRANTIES INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PURPOSE. UNLESS OTHERWISE AGREED IN WRITING BY AN AUTHORIZED REPRESENTATIVE OF GRAYBAR, PRODUCTS SOLD HEREUNDER ARE NOT INTENDED FOR USE IN OR IN CONNECTION WITH (1) ANY SAFETY APPLICATION OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY, OR (2) IN A HEALTHCARE APPLICATION, WHERE THE GOODS HAVE POTENTIAL FOR DIRECT PATIENT CONTACT OR WHERE A SIX (6) FOOT CLEARANCE FROM A PATIENT CANNOT BE MAINTAINED AT ALL TIMES. 7. LIMITATION OF LIABILITY— Buyer's remedies under this agreement are subject to any limitations contained in manufacturer's terms and conditions to Graybar, a copy of which will be furnished upon written request. Furthermore, Graybar's liability shall be limited to either repair or replacement of the goods, re-performance of the services, or refund of the purchase price, all at Graybar's option, and IN NO CASE SHALL GRAYBAR BE LIABLE FOR INCIDENTAL, SPECIAL, OR CONSEQUENTIAL DAMAGES. In addition, claims for shortages, other than loss in transit, must be made in writing not more than five (5) days after receipt of shipment. Unless otherwise agreed in the applicable statement of work, acceptance of services will occur not more than five (5) days after completion of performance. 8. WAIVER — The failure of Graybar to insist upon the performance of any of the terms or conditions of this agreement or to exercise any right hereunder shall not be deemed to be a waiver of such terms, conditions, or rights in the future, nor shall it be deemed to be a waiver of any other term, condition, or right under this agreement. 9. MODIFICATION OF TERMS AND CONDITIONS — These terms and conditions, and any associated statement of work, supersede all other communications, negotiations, and prior oral or written statements regarding the subject matter of these terms and conditions. No change, modification, rescission, discharge, abandonment, or waiver of these terms and conditions shall be binding upon Graybar unless made in writing and signed on its behalf by a duly authorized representative of Graybar. No conditions, usage of trade, course of dealing or performance, understanding or agreement, purporting to modify, vary, explain, or supplement these terms and conditions shall be binding unless hereafter made in writing and signed by the party to be bound. Any proposed modifications or additional terms are specifically rejected and deemed a material alteration hereof. If this document shall be deemed an acceptance of a prior offer by Buyer, such acceptance is expressly conditional upon Buyer's assent to any additional or different terms set forth herein. 10. REELS — When Graybar ships returnable reels, a reel deposit may be included in the invoice. The Buyer should contact the nearest Graybar service location to return reels. 11. CERTIFICATION — Graybar hereby certifies that these goods were produced in compliance with all applicable requirements of Sections 6, 7, and 12 of the Fair Labor Standards Act, as amended, and of regulations and orders of the United States Department of Labor issued under Section 14 thereof. This agreement is subject to Executive Order 11246, as amended, the Rehabilitation Act of 1973, as amended, the Vietnam Veterans' Readjustment Assistance Act of 1974, as amended, E.O. 13496, 29 CFR Part 471, Appendix A to Subpart A, and the corresponding regulations, to the extent required by law. 41 CFR 60-1.4, 60-741.5, and 60- 250.5 are incorporated herein by reference, to the extent legally required. 12. FOREIGN CORRUPT PRACTICES ACT — Buyer shall comply with applicable laws and regulations relating to anti-corruption, including, without limitation, (i) the United States Foreign Corrupt Practices Act (FCPA) (15 U.S.C. §§78dd-1, et. seq.) irrespective of the place of performance, and (ii) laws and regulations implementing the Organization for Economic Cooperation and Development's Convention on Combating Bribery of Foreign Public Officials in International Business Transactions, the U.N. Convention Against Corruption, and the Inter -American Convention Against Corruption in Buyer's country or any country where performance of this agreement or delivery of goods will occur. 13. ASSIGNMENT— Buyer shall not assign its rights or delegate its duties hereunder or any interest herein without the prior written consent of Graybar, and any such assignment, without such consent, shall be void. 14. GENERAL PROVISIONS —AII typographical or clerical errors made by Graybar in any quotation, acknowledgment or publication are subject to correction. This agreement shall be governed by the laws of the State of Missouri applicable to contracts to be formed and fully performed within the State of Missouri, without giving effect to the choice or conflicts of law provisions thereof. All suits arising from or concerning this agreement shall be filed in the Circuit Court of St. Louis County, Missouri, or the United States District Court for the Eastern District of Missouri, and no other place unless otherwise determined in Graybar's sole discretion. Buyer hereby irrevocably consents to the jurisdiction of such court or courts and agrees to appear in any such action upon written notice thereof. 15. PAYMENT TERMS — Payment terms shall be as stated on Graybar's invoice or as otherwise mutually agreed. As a condition of the sales agreement, a monthly service charge of the lesser of 1-1/2% or the maximum permitted by law may be added to all accounts not paid by net due date. Visa, MasterCard, American Express, and Discover credit cards are accepted at point of purchase only. 16. EXPORTING — Buyer acknowledges that this order and the performance thereof are subject to compliance with any and all applicable United States laws, regulations, or orders. Buyer agrees to comply with all such laws, regulations, and orders, including, if applicable, all requirements of the International Traffic in Arms Regulations and/or the Export Administration Act, as may be amended. Buyer further agrees that if the export laws are applicable, it will not disclose or re-export any technical data received under this order to any countries for which the United States government requires an export license or other supporting documentation at the time of export or transfer, unless Buyer has obtained prior written authorization from the United States Office of Export Control or other authority responsible for such matters. 17. CANCELLATION; CHANGES FOR SERVICES— Buyer may cancel or make changes to a statement of work up to five (5) business days prior to commencement of the work. All changes and cancellations after such date are subject to Graybar's prior written approval in Graybar's sole and absolute discretion. Buyer shall pay to Graybar amounts necessary to cover cancellation, restocking fees and other charges applicable to the cancelled goods or services including those incurred or committed to by Graybar. 18. "30 days storage/staging included in our proposal. Anything beyond 30 days is subject to fees and/or a bill & hold agreement" LCA 4c eo€i epQxzuciiaa 10C. Ede 1953 To: Seahurst Electric cc: Site Emailed 7/292/1 RFI No. 133 Date 7/27/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/3/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Exterior Lighting Control Related Spec Section(s) Related Drawing/Detail(s) E2.1 Specific Question(s) or Description of Concern(s) Sheet E2.1 shows an existing contactor cabinet for the exterior lighting control. Note 2 mentions reusing this contactor cabinet in conjunction with the new lighting control system for control of the exterior lighting. The contactor cabinet, upon inspection, is nothing more than wire pull and splice box. The exterior lighting is currently being controlled by a timeclock. See attached for recommendation. Please advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No ' Potential ❑ Yes ❑ No ' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Lighting control system shall control vendor for contactor cabinet is required and the contactors. Lee Bragg (Hargis) 7/29/2021 control existing exterior lights per flag note 1 on E2.1. Coordinate with lighting requirements and provide as needed per flag note 2 on E2.1. If a contactor existing cabinet cannot be reused then provide a new cabinet to house the NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works FIeel Contract No.: WA Seahurst Project#: 117110 Subject: Exterior Lighting Control Spec Section: Plan No.: E2.1 Originated From: Justin Kerr LCi RFI 133 Attachment R.F.I.#: 31 Date: 7/27/2021 Page / Paragraph: Detail No.: Request: E2.1 shows an existing contactor cabinet for the exterior lighting control, Note 2 mentions reusing this contactor cabinet in conjunction with the new lighting control system for control of the exterior lighting. The contactor cabinet upon inspection is nothing more than wire pull and splice box. The exterior lighting is currently being controlled by a timeclock. Recommendation: Upgrade the new lighting control system to be able to control both the interior and exterior lighting systems. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 8/3/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Lighting control system shall control existing exterior lights per flag note 1 on E2.1. Coordinate with lighting control vendor for contactor requirements and provide as needed per flag note 2 on E2.1. If a contactor cabinet is required and the existing cabinet cannot be reused then provide a new cabinet to house the contactors. Lee Bragg (Hargis) 7/29/2021 By Firm Date CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/23/2021 Project: LCI Project No.: 053 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 1,839.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 110.34 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 58.48 1,949.34 58.48 TOTAL CHANGE PROPOSAL COST 2,008 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 8/23/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 8/23/2021 COP #: 053 Please provide a change order for the following work: Added OCC Sensors Per Submittal Review Total price per attached breakdown: State and local sales tax: Extension of time: 2,008 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 053 Owner COP/CCD/PR #: REV: 000 DATE: 8/23/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS RATE 1 X = $ - 1 X 1,839.00 = $ 1,839.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,839.00 MARK-UP @ Sub Direct Cost 1,839 6.0% Less Sub Fee $ 110.34 TOTAL SUBCONTRACTS $ 1,949.34 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,949.34 $ 58.48 2 007.82 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 19 Date: 8/23/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide and install 4 additional occupancy sensors outlined in Lighting Control Submittal review. Exclusions: Contract Exclusions We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 19. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. #18- 2P AWG CABLE 250 243.10 M 60.77 7.20 M 1.80 4x21/8" OCT BOX COMB KO 4 1,553.59 C 62.14 15.00C 0.60 OCCUPANCY SENSOR 4 162.50E 650.00 1.00E 4.00 Totals 258 772.92 6.40 Summary General Materials 772.92 Total Material 772.92 Foreman (6.40 Hrs @ $103.26) 660.86 Total Labor 660.86 Foreman Truck (6.40 @ 1.00 @ $23.00 + 0.000 % + 0.000 (Yo + 0.000 %) 147.20 Warranty (1.00 @ 1.00 @ $17.87 + 0.000 % + 0.000 % + 0.000 %) 17.87 Subtotal Overhead & Markup 1,598.85 (@ 13.000 %) 207.85 Subtotal 1,806.70 Insurance (@ 1.800 %) 32.52 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 19 8/23/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Final Amount $1,839.22 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 19 Final Amount:$1,839.22 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL Date: Aug 11, 2021 Quote: GRASB21-24617-2 G works to your advantage Project Tukwila Public Works - Fleets & Facilities Bldg Location Tukwila WA Quote GRASB21-24617-2 To: Justin Kerr Seahurst Electric, Inc 2915 Chestnut Street Everett WA 98201 Phone: (425) 258-1882 EMail: jkerr@seahurst.com QTY Type 4 OCC Quote Page 1/2 Graybar Electric Company, Inc. 1919 6th Avenue South Seattle WA 98134 Phone: (206) 292-4848 Fax: (206) 701-2949 From: Christopher Giebel Quoter Ph: (206) 235-7540 email: christopher.giebel@graybar.com For Bid Date Aug 11, 2021 Expires Sep 10, 2021 MFG Part WATT DT -300 OCC Line Note: 4 Added OCC's NOT ON ENG DWG'S Total: Notes: SPARES NOT INCLUDED UNLESS OTHERWISE NOTED FREIGHT ALLOWED FOB SHIPPING POINT QUOTING STANDARD FACTORY WARRANTIES AND FINISHES Price UQ $650.00 ExtPrice -$2-G6u.ff $650 Total for all 4 Graybar Electric Company, Inc. Christopher Giebel Page 1/2 Terms & Conditions 1. ACCEPTANCE OF ORDER; TERMINATION —Acceptance of any order is subject to credit approval and acceptance of order by Graybar Electric Company, Inc. ("Graybar") and, when applicable, Graybar's suppliers. If credit of the buyer of the goods or services ("Buyer") becomes unsatisfactory to Graybar, Graybar reserves the right to terminate upon notice to Buyer and without liability to Graybar. 2. PRICES AND SHIPMENTS — Unless otherwise quoted, prices for goods shall be those in effect at time of shipment, which shall be made F.O.B. shipping point, prepaid and bill. Unless otherwise indicated in the applicable quotation or statement of work, prices for services shall be those in effect at the time of completion. The contract price for goods and or services shall be increased by the amount of any applicable tariff, excise, fee, assessment, levy, charge or duty of any kind whatsoever, imposed, assessed or collected by any governmental body, whether or not reflected in the costs charged to Graybar, and Graybar may increase its cost for goods and or services appropriately to take into account such increases in Graybar's costs. 3. RETURN OF GOODS — Credit may be allowed for goods returned with prior approval. A deduction may be made from credits issued to cover cost of handling. Returns will not be accepted for services or any material which has been modified at the request of or by Buyer. In addition, no custom orders may be returned. 4. TAXES — Prices shown do not include sales or other taxes imposed on the sale of goods or services. Taxes now or hereafter imposed upon sales, shipments or services will be added to the purchase price. Buyer agrees to reimburse Graybar for any such tax or provide Graybar with acceptable tax exemption certificate. 5. DELAY IN DELIVERY— Graybar is not to be accountable for delays in delivery occasioned by acts of God, failure of its suppliers to ship or deliver on time, or other circumstances beyond Graybar's reasonable control, including, but not limited to, sourcing, shipment or delivery issues caused by, related to, or resulting from COVID-19 or other similar national or global health situations. Factory shipment or delivery dates are the best estimates of our suppliers, and in no case shall Graybar be liable for any consequential or special damages arising from any delay in shipment or delivery. 6. LIMITED WARRANTIES — Graybar warrants that all goods sold are free of any security interest and will make available to Buyer all transferable warranties (including without limitation warranties with respect to intellectual property infringement) made to Graybar by the manufacturer of the goods. Buyer acknowledges that the performance of any service which alters the manufacturer provided goods as indicated in the statement of work may void the manufacturer's warranty. Graybar shall use the same care and skill a similarly situated provider of like services would exercise following commonly accepted industry practices in the performance of its duties under this agreement. GRAYBAR MAKES NO OTHER EXPRESS OR IMPLIED WARRANTIES, AND SPECIFICALLY DISCLAIMS ALL IMPLIED WARRANTIES INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PURPOSE. UNLESS OTHERWISE AGREED IN WRITING BY AN AUTHORIZED REPRESENTATIVE OF GRAYBAR, PRODUCTS SOLD HEREUNDER ARE NOT INTENDED FOR USE IN OR IN CONNECTION WITH (1) ANY SAFETY APPLICATION OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY, OR (2) IN A HEALTHCARE APPLICATION, WHERE THE GOODS HAVE POTENTIAL FOR DIRECT PATIENT CONTACT OR WHERE A SIX (6) FOOT CLEARANCE FROM A PATIENT CANNOT BE MAINTAINED AT ALL TIMES. 7. LIMITATION OF LIABILITY— Buyer's remedies under this agreement are subject to any limitations contained in manufacturer's terms and conditions to Graybar, a copy of which will be furnished upon written request. Furthermore, Graybar's liability shall be limited to either repair or replacement of the goods, re-performance of the services, or refund of the purchase price, all at Graybar's option, and IN NO CASE SHALL GRAYBAR BE LIABLE FOR INCIDENTAL, SPECIAL, OR CONSEQUENTIAL DAMAGES. In addition, claims for shortages, other than loss in transit, must be made in writing not more than five (5) days after receipt of shipment. Unless otherwise agreed in the applicable statement of work, acceptance of services will occur not more than five (5) days after completion of performance. 8. WAIVER — The failure of Graybar to insist upon the performance of any of the terms or conditions of this agreement or to exercise any right hereunder shall not be deemed to be a waiver of such terms, conditions, or rights in the future, nor shall it be deemed to be a waiver of any other term, condition, or right under this agreement. 9. MODIFICATION OF TERMS AND CONDITIONS — These terms and conditions, and any associated statement of work, supersede all other communications, negotiations, and prior oral or written statements regarding the subject matter of these terms and conditions. No change, modification, rescission, discharge, abandonment, or waiver of these terms and conditions shall be binding upon Graybar unless made in writing and signed on its behalf by a duly authorized representative of Graybar. No conditions, usage of trade, course of dealing or performance, understanding or agreement, purporting to modify, vary, explain, or supplement these terms and conditions shall be binding unless hereafter made in writing and signed by the party to be bound. Any proposed modifications or additional terms are specifically rejected and deemed a material alteration hereof. If this document shall be deemed an acceptance of a prior offer by Buyer, such acceptance is expressly conditional upon Buyer's assent to any additional or different terms set forth herein. 10. REELS — When Graybar ships returnable reels, a reel deposit may be included in the invoice. The Buyer should contact the nearest Graybar service location to return reels. 11. CERTIFICATION — Graybar hereby certifies that these goods were produced in compliance with all applicable requirements of Sections 6, 7, and 12 of the Fair Labor Standards Act, as amended, and of regulations and orders of the United States Department of Labor issued under Section 14 thereof. This agreement is subject to Executive Order 11246, as amended, the Rehabilitation Act of 1973, as amended, the Vietnam Veterans' Readjustment Assistance Act of 1974, as amended, E.O. 13496, 29 CFR Part 471, Appendix A to Subpart A, and the corresponding regulations, to the extent required by law. 41 CFR 60-1.4, 60-741.5, and 60- 250.5 are incorporated herein by reference, to the extent legally required. 12. FOREIGN CORRUPT PRACTICES ACT — Buyer shall comply with applicable laws and regulations relating to anti-corruption, including, without limitation, (i) the United States Foreign Corrupt Practices Act (FCPA) (15 U.S.C. §§78dd-1, et. seq.) irrespective of the place of performance, and (ii) laws and regulations implementing the Organization for Economic Cooperation and Development's Convention on Combating Bribery of Foreign Public Officials in International Business Transactions, the U.N. Convention Against Corruption, and the Inter -American Convention Against Corruption in Buyer's country or any country where performance of this agreement or delivery of goods will occur. 13. ASSIGNMENT— Buyer shall not assign its rights or delegate its duties hereunder or any interest herein without the prior written consent of Graybar, and any such assignment, without such consent, shall be void. 14. GENERAL PROVISIONS —AII typographical or clerical errors made by Graybar in any quotation, acknowledgment or publication are subject to correction. This agreement shall be governed by the laws of the State of Missouri applicable to contracts to be formed and fully performed within the State of Missouri, without giving effect to the choice or conflicts of law provisions thereof. All suits arising from or concerning this agreement shall be filed in the Circuit Court of St. Louis County, Missouri, or the United States District Court for the Eastern District of Missouri, and no other place unless otherwise determined in Graybar's sole discretion. Buyer hereby irrevocably consents to the jurisdiction of such court or courts and agrees to appear in any such action upon written notice thereof. 15. PAYMENT TERMS — Payment terms shall be as stated on Graybar's invoice or as otherwise mutually agreed. As a condition of the sales agreement, a monthly service charge of the lesser of 1-1/2% or the maximum permitted by law may be added to all accounts not paid by net due date. Visa, MasterCard, American Express, and Discover credit cards are accepted at point of purchase only. 16. EXPORTING — Buyer acknowledges that this order and the performance thereof are subject to compliance with any and all applicable United States laws, regulations, or orders. Buyer agrees to comply with all such laws, regulations, and orders, including, if applicable, all requirements of the International Traffic in Arms Regulations and/or the Export Administration Act, as may be amended. Buyer further agrees that if the export laws are applicable, it will not disclose or re-export any technical data received under this order to any countries for which the United States government requires an export license or other supporting documentation at the time of export or transfer, unless Buyer has obtained prior written authorization from the United States Office of Export Control or other authority responsible for such matters. 17. CANCELLATION; CHANGES FOR SERVICES— Buyer may cancel or make changes to a statement of work up to five (5) business days prior to commencement of the work. All changes and cancellations after such date are subject to Graybar's prior written approval in Graybar's sole and absolute discretion. Buyer shall pay to Graybar amounts necessary to cover cancellation, restocking fees and other charges applicable to the cancelled goods or services including those incurred or committed to by Graybar. 18. "30 days storage/staging included in our proposal. Anything beyond 30 days is subject to fees and/or a bill & hold agreement" CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/23/2021 Project: LCI Project No.: 054 RFI 124 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 955.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 57.30 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 30.37 1,012.30 30.37 TOTAL CHANGE PROPOSAL COST 1,043 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 8/25/2021 DATE 74ama d ,tea e,19 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/25/2021 COP #: 054 Owner COP/CCD/PR #: RFI 124 Please provide a change order for the following work: Perform Transformer Testing Per RFI 124 Total price per attached breakdown: State and local sales tax: Extension of time: 1,043 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 054 Owner COP/CCD/PR #: RFI 124 REV: 000 DATE: 8/25/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 955.00 SUBTOTAL $ 955.00 MARK-UP @ Sub Direct Cost 955 6.0% Less Sub Fee $ 57.30 TOTAL SUBCONTRACTS $ 1,012.30 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,012.30 $ 30.37 1 042.67 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Proposed Change Order Everett, WA 98201 CCN# 20 Date: 8/25/2021 Client Address: Project Name: Tukwila Public Works Project Number: 117110 Lincoln Construction Page Number: 1 Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Work Description Scope: Provide transformer testing to see if XLPR needs replacement or is fit for reinstall. Exclusions: We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 20. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. Transformer Testing 1 20.00E 20.00 5.00E 5.00 Totals 1 20.00 5.00 Summary General Materials 20.00 Total Material 20.00 TEGG Technician (5.00 Hrs @ $139.00) 695.00 Total Labor 695.00 Foreman Truck (5.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 115.00 Subtotal 830.00 Overhead & Markup (@ 13.000 %) 107.90 Subtotal 937.90 Insurance (@ 1.800 %) 16.88 Final Amount $954.78 CONTRACTOR CERTIFICATION ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 20 8/25/2021 Tukwila Public Works 117110 2 Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn the information provided. CLIENTACCEPTANCE CCN #: 20 Final Amount:$954.78 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA Zegeoef4 eopa zuciiaa Ea. 1953 To: Seahurst cc: Site Emailed 7/23/21 RFI No. 124 Date 7/21/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/27/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Transformer XLPR Related Spec Section(s) Related Drawing/Detail(s) 2/M2.1, 5/M9.3 Specific Question(s) or Description of Concern(s) The 75KVA transformer XLPR from RFI 086 that has been disconnected and removed temporarily is in pretty rough shape. When going to shut it down, Seahurst noticed that it was very hot to the point of not being able to disconnect the wires inside until it cooled down. Currently there isn't much load on other than a few lifts being plugged in and some hand tools used by the iron workers. See attached for recommendation. Please review and advise. Thank you. Cost Impact? ❑ Yes ❑ No ✓ Potential Schedule Impact? ❑ Yes ❑ No ✓ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Concur with recommendation. Provide separate pricing for 1) testing and 2) replacement and confirm with architect before proceeding with work. L. Bragg (Hargis) 7/23/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street To: Tom Romberg Everett, WA 98201 Lincoln Construction Inc (425)258-1882 (425)259 -2794 -fax 11803 101st Avenue E, Suite 201 Puyallup LCi RFI 124 Attachment Project: Tukwila Public Works FIeel Contract No.: WA Date: Seahurst Project#: 117110 R.F.I.#: 28 Subject: Transformer XLPR Spec Section: Plan No.: Originated From: Justin Kerr Page / Paragraph: Detail No.: Request: The 75KVA transformer XLPR from RFI 86 that has been disconnected and removed temporarily is in pretty rough shape. When going to shut it down Seahurst noticed that it was very hot to the point of not being able to disconnect the wires inside until it cooled down. Currently there isnt much load on other than a few lifts being plugged in and some hand tools used by the iron workers. Recommendation: Perform TEGG testing on transformer to confirm if unit is bad or just needs to be cleaned up. If bad replace with a like 75KVA in 3r similar to ones already submitted and approved. Seahurst can provide a price to do both the testing and replacement. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 7/27/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Concur with recommendation. Provide separate pricing for 1) testing and 2) replacement and confirm with architect before proceeding with work. L. Bragg (Hargis) 7/23/2021 By Firm Date CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 9/1/2021 Project: LCI Project No.: 055 RFI 152 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 1,735.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 104.10 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 55.17 1,839.10 55.17 TOTAL CHANGE PROPOSAL COST 1,894 CONTRACT TIME ADJUSTMENT (DAY8)I TBD Lincoln Construction, Inc_ CONTRACTOR 9/1/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 9/1/2021 COP #: 055 Owner COP/CCD/PR #: RFI 152 Please provide a change order for the following work: Power for Existing EUH-10 Per RFI 152 Total price per attached breakdown: State and local sales tax: Extension of time: 1,894 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 055 Owner COP/CCD/PR #: RFI 152 REV: 000 DATE: 9/1/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS RATE 1 X = $ - 1 X 1,735.00 = $ 1,735.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,735.00 MARK-UP @ Sub Direct Cost 1,735 6.0% Less Sub Fee $ 104.10 TOTAL SUBCONTRACTS $ 1,839.10 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,839.10 $ 55.17 1 894.27 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 22 Date: 9/1/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Reconnect EUH-1 per RFI 152 Exclusions: Contract Exclusions We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 22. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 60 70.61 C 42.37 6.20C 3.72 3/4" EMT STL COMP CONN 6 102.19 C 6.13 37.00 C 2.22 3/4" EMT INSUL STL COMP CONN 3 141.20 C 4.24 37.00 C 1.11 3/4" EMT STRUT CLAMP 4 89.20 C 3.57 3.75 C 0.15 3/4" EMT 2-H STRAP 10 33.65 C 3.37 5.60 C 0.56 #12 THHN BLACK 195 235.66 M 45.95 7.50 M 1.46 20A 2P BREAKER BOLT -ON 1 139.59E 139.59 0.65E 0.65 Totals 279 245.21 9.87 Summary General Materials 245.21 Total Material 245.21 Foreman (9.87 Hrs @ $103.26) 1,019.18 Total Labor 1,019.18 Foreman Truck (9.87 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 227.01 Warranty (1.00 @ 0.00 @ $16.85 + 0.000 % + 0.000 % + 0.000 %) 16.85 Subtotal Overhead & Markup 1,508.25 (@ 13.000 %) 196.07 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 22 9/1/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Subtotal Insurance Final Amount (@ 1.800 %) 1,704.32 30.68 $1,735.00 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 22 Final Amount:$1,735.00 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA To: Seahurst cc: Capital Heating & Cooling Site Emailed 8/27/21 Zeptcoef4 epQxzuciiot /pre. Ede 1953 RFI No. 152 Date 8/23/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/30/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Existing Electric Unit Heater Room 201 Related Spec Section(s) Related Drawing/Detail(s) E3.2, M4.2 Specific Question(s) or Description of Concern(s) At the 2nd floor File Storage #201, there is an existing electric unit heater "(E) EUH-10" previously connected to power via demolished electrical panel. No electrical plan information is found. Mechanical note shows information on seismic support, but no direction as to repowering. See attached for photo and Seahurst recommendation. Please review and advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No -/ Potential ❑ Yes ❑ No -/ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Existing EUH-10 is 3 kW, 208V/1 with intergral thermostat. Provide power circuit (20A/2P panel 'LOS -2' Amanda Waszgis, PE / Hargis Engineers, Inc. 8/26/2021 circuit breaker) from NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works FIeel Contract No.: WA Seahurst Project#: 117110 LCi RFI 152 Attachment R.F.I.#: 37 Date: 8/23/2021 Subject: Existing Electric unit heater Rm 201 Spec Section: Page / Paragraph: Plan No.: E3.2, M4.2 Detail No.: Originated From: Justin Kerr Request: At 2nd floor file storage #201, there is an existing electric unit heater "(E)EUH-10" previously connected to power via demolished electrical panel. No electrical plan information found. Mechanical note shows information on seisemic support but no direction as to repowering. Recommendation: Please advise on any electrical/ mechanical requirements for "(E)EUH-10" Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 8/30/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Existing EUH-10 is 3 kW, 208V/1 with intergral thermostat. Provide power circuit (20A/2P circuit breaker) from panel 'LOS -2' Amanda Waszgis, PE / Hargis Engineers, Inc. 8/26/2021 By Firm Date f o- J 7c �. • - LCA To: Seahurst cc: Capital Heating & Cooling Site Emailed 8/27/21 Zeptcoef4 epQxzuciiot /pre. Ede 1953 RFI No. 152 Date 8/23/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/30/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Existing Electric Unit Heater Room 201 Related Spec Section(s) Related Drawing/Detail(s) E3.2, M4.2 Specific Question(s) or Description of Concern(s) At the 2nd floor File Storage #201, there is an existing electric unit heater "(E) EUH-10" previously connected to power via demolished electrical panel. No electrical plan information is found. Mechanical note shows information on seismic support, but no direction as to repowering. See attached for photo and Seahurst recommendation. Please review and advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No -/ Potential ❑ Yes ❑ No -/ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Existing EUH-10 is 3 kW, 208V/1 with intergral thermostat. Provide power circuit (20A/2P panel 'LOS -2' Amanda Waszgis, PE / Hargis Engineers, Inc. 8/26/2021 circuit breaker) from NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works FIeel Contract No.: WA Seahurst Project#: 117110 LCi RFI 152 Attachment R.F.I.#: 37 Date: 8/23/2021 Subject: Existing Electric unit heater Rm 201 Spec Section: Page / Paragraph: Plan No.: E3.2, M4.2 Detail No.: Originated From: Justin Kerr Request: At 2nd floor file storage #201, there is an existing electric unit heater "(E)EUH-10" previously connected to power via demolished electrical panel. No electrical plan information found. Mechanical note shows information on seisemic support but no direction as to repowering. Recommendation: Please advise on any electrical/ mechanical requirements for "(E)EUH-10" Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 8/30/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Existing EUH-10 is 3 kW, 208V/1 with intergral thermostat. Provide power circuit (20A/2P circuit breaker) from panel 'LOS -2' Amanda Waszgis, PE / Hargis Engineers, Inc. 8/26/2021 By Firm Date f o- J 7c �. • - CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 9/2/2021 Project: LCI Project No.: 056 RFI 151 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,064.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 63.84 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 33.84 1,127.84 33.84 TOTAL CHANGE PROPOSAL COST 1,162 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 9/2/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 9/2/2021 COP #: 056 Owner COP/CCD/PR #: RFI 151 Please provide a change order for the following work: 2ns Floor water closet per RFI 151 Total price per attached breakdown: State and local sales tax: Extension of time: 1,162 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 056 Owner COP/CCD/PR #: RFI 151 REV: 000 DATE: 9/2/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS RATE 1 X = $ - 1 X 1,064.00 = $ 1,064.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,064.00 MARK-UP @ Sub Direct Cost 1,064 6.0% Less Sub Fee $ 63.84 TOTAL SUBCONTRACTS $ 1,127.84 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,127.84 $ 33.84 1 161.68 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 21 Date: 9/2/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide and install electrical items Per RFI 151 2nd Floor Ex Water Closet, including provision and installation of wall heater. Exclusions: Contract Exclusions. We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 21. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 5 70.61 C 3.53 6.20C 0.31 #12 THHN BLACK 30 235.66 M 7.07 7.50 M 0.23 #12/2C CU MC CABLE STL ARMOR 25 463.31 M 11.58 32.50 M 0.81 3/8" AC-90/MC DC SS CONN 2 50.04 C 1.00 12.00C 0.24 B2-1 RED WIRE CONN 3 10.90C 0.33 8.00C 0.24 DEV BOX 2 3/4" DEEP 1/2" KO+TS-BRKT 1 2,254.77 C 22.55 30.00 C 0.30 GROUND SCREW W/ INSUL #12 LEAD 1 492.58 C 4.93 8.00C 0.08 20A 125V DUP REC - GFCI IVY (SG) 1 1,676.13 C 16.76 43.70 C 0.44 #8x 3/4 P/H SELF -TAP SCREW 2 12.71 C 0.25 3.88C 0.08 TY -526M TY -RAP (11") 4 37.80 C 1.51 9.00 M 0.04 20A 1P BREAKER BOLT -ON 1 61.88E 61.88 0.43E 0.43 500W WALL INSERT HTR 1 159.50E 159.50 1.75E 1.75 Totals 76 290.89 4.94 Summary General Materials 290.89 Total Material 290.89 Foreman (4.94 Hrs @ $103.26) 510.10 Total Labor 510.10 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 21 9/2/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Foreman Truck Warranty Subtotal Overhead & Markup Subtotal Insurance Final Amount (4.94 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 0.00 @ $10.34 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.800 %) 113.62 10.34 924.95 120.24 1,045.19 18.81 $1,064.00 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 21 Final Amount:$1,064.00 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA .4:/co i epQxzuciiaa 10C. Ede 1953 To: Seahurst cc: Capital Heating & Cooling Site Emailed 8/27/21 RFI No. 151 Date 8/23/2021 # of pages Project No. 5 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/30/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject 2nd Floor Existing Water Closet Related Spec Section(s) Related Drawing/Detail(s) ED3.2, E3.2, M3.2, MD4.2, E Specific Question(s) or Description of Concern(s) The 2nd floor water closet is no longer powered from any source. No new power is shown in the design besides heat. There are a few existing receptacles & a gutted light fixture, as well as exhaust fan, all fed via toggle switches. None of these have a power source anymore and are not known to be in working condition. Lastly, a unit heater is shown to be relocated into this space, but the unit heater itself cannot be located. See attached for photos and Seahurst recommendation. Please review and advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No -/ Potential ❑ Yes ❑ No -/ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Exhaust fan can be demolished; the toilet room is being exhausted by a new 50 cfm exhaust grille and duct. No power required for a fan. Drawings call for a relocated salvaged wall heater to be installed and powered for this room 202. Per discussion with electrician, they don't have that wall heater (apparently got demolished). In discussion with Architect, Contractor to provide min. 500 W wall heater with integral thermostat for this room. (comments by Regan Corwin, PE / Hargis Engineers, Inc. 8/26/2021) Provide new wall sensor switch and light fixture circuited with level 2 lights as shown on E2.2. The "gutted light fixture" shall be demolished as shown on ED2.2. Replace existing GFCI receptacle with new and circuit to LOS -2-33. (comments by Amanda Waszgis, PE / Hargis Engineers, Inc. 8/26/2021) NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works FIeel Contract No.: WA Seahurst Project#: 117110 Subject: 2nd Floor Existing Water Closet Spec Section: Plan No.: ED3.2,E3.2,M3.2,MD4.2,EE Originated From: Justin Kerr LCi RFI 151 Attachment R.F.I.#: 36 Date: 8/23/2021 Page / Paragraph: Detail No.: Request: The 2nd floor water closet is no longer powered from any source, no new power is shown in the design besides heat. There are a few existing receptacles and a gutted light fixture, as well a exhaust fan all fed via toggle switches. None of these have a power source anymore and are not known to be in working condition. Lastly a unit heater is shown to be relocated into this space but the unit heater itself cannot be located. Recommendation: Please advise on any desired power and device upgrades for the water closet. We recommend replacing the toggle switches with occupancy switches for fan and light, and connect to panel LOS -2 120v. We recommend replacing the Existing GFCI and associated Duplex receptacle and connect to power via panel LOS -2. Reccomend white trim and faceplates. Reccomend new EWHwith integral thermostsate and connect to panel LOS -2 41,43 per panel schedule. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 8/30/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Exhaust fan can be demolished; the toilet room is being exhausted by a new 50 cfm exhaust grille and duct. No power required for a fan. Drawings call for a relocated salvaged wall heater to be installed and powered for this room 202. Per discussion with electrician, they don't have that wall heater (apparently got demolished). In discussion with Architect, Contractor to provide min. 500 W wall heater with integral thermostat for this room. (comments by Regan Corwin, PE / Hargis Engineers, Inc. 8/26/2021) Provide new wall sensor switch and light fixture circuited with level 2 lights as shown on E2.2. The "gutted light fixture" shall be demolished as shown on ED2.2. Replace existing GFCI receptacle with new and circuit to LOS -2-33. (comments by Amanda Waszgis, PE / Hargis Engineers, Inc. 8/26/2021) By Firm Date „ 301SNV31 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 9/15/2021 Project: LCI Project No.: $ 1,260.00 057 ASI 019 1239 $ 1,061.90 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 301.85 $ 2,321.90 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 301.85 H. BOND (GC ONLY) SUBTOTAL 78.71 78.71 TOTAL CHANGE PROPOSAL COST 2,702 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 9/15/2021 DATE 74ama d ,tea e,19 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 9/15/2021 COP #: 057 Owner COP/CCD/PR #: ASI 019 Please provide a change order for the following work: Added fire treated plywood per ASI 019 Total price per attached breakdown: State and local sales tax: Extension of time: 2,702 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 057 Owner COP/CCD/PR #: ASI 019 REV: 000 DATE: 9/15/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER 14 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 1,061.90 X 67.72 = $ - X $ = X$ - $ 1,061.90 0.0% $ $ 1,061.90 MARK-UP @ 13.0% $ 138.05 $ 1,199.95 TOTAL LABOR MATERIALS/EQUIPMENT 3/4 fire rated plywood SUBTOTAL PHASE CODE UNITS 14 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE 90.00 _ $ 1,260.00 _ $ _ $ _ $ $ 1,260.00 $ 163.80 $ 1,423.80 PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE SUBTOTAL $ MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,623.75 $ 78.71 2 702.46 Updated: 9/30/2011 Page 4 of 6 ARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 019 To Cindy Butterworth Date of Issuance 08/11/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Description Make the following revision to the Drawings: Sheet A6.9 — Interior Elevations: o MODIFY interior elevation 9,10,11,12 /A6.9 per the attached A -SK 034 Telecom Room Interior Elevations Attachments A -SK 034 Telecom Room Interior Elevations 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz FIRE RETARDANT PLYWOOD BACK BOARD, PNT-1 ASI -019 206 TELECOM EAST 1/4" = RB FIRE RETARDANT PLYWOOD BACK BOARD, PNT-1 206 i 11 206 TELECOM SOUTH 1/4" = ASI -019 RB 1 FIRE RETARDANT PLYWOOD BACK BOARD, PNT-1 206 TELECOM NORTH 1/4" = FIRE TARDAN PLYWOOD BACK BOARD, PNT-1 12 206 TELECOM WEST 1/4" = 8/11/2021 1:45:36 PM I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SHKSARCH ITECTS FLEET AND FACILITIES BUILDING A6.9 INTERIOR ELEVATIONS Scale: 1/4" = 1'-0" 1050 N.38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com A -SK 034 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: 058 CCD/PRNo.: ASO 025R1 Date: 9/15/2021 Project: LCI Project No.: 1239 $ 950.00 $ 1,213.60 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 281.27 $ 2,163.60 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 281.27 H. BOND (GC ONLY) SUBTOTAL 73.35 73.35 TOTAL CHANGE PROPOSAL COST 2,518 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 9/15/2021 DATE 74ama d ,tea e,19 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 9/15/2021 COP #: 058 Owner COP/CCD/PR #: ASI 025R1 Please provide a change order for the following work: Guardrail Blocking Per ASI 025R1 Total price per attached breakdown: State and local sales tax: Extension of time: 2,518 includE X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 058 Owner COP/CCD/PR #: ASI 025R1 REV: 000 DATE: 9/15/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER 16 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 1,213.60 X 67.72 = $ - X $ = X$ - $ 1,213.60 0.0% $ $ 1,213.60 MARK-UP @ 13.0% $ 157.77 $ 1,371.37 TOTAL LABOR MATERIALS/EQUIPMENT Hardware hangers and bolts Lumber -plywood and blocking SUBTOTAL PHASE CODE UNITS RATE 1 X 250.00 1 X 700.00 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% = $ 250.00 = $ 700.00 = $ - _ $ $ 950.00 $ 123.50 $ 1,073.50 PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE SUBTOTAL $ MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,444.87 $ 73.35 2 518.21 Updated: 9/30/2011 Page 4 of 6 SHKSARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 025R1 To Cindy Butterworth Date of Issuance 09/13/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Description Make the following revision to the Drawings: ADD SSK-017R1 Guard Post Anchorage Attachments SSK-017R1 Guard Post Anchorage 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz ProjectT-D W 11 r� R/.1 ' F1 £tT� i FAG\1_1i \SheetS 4, 17_:)1r', Q L Subject (1c4i4Q PlS t� 1{��(�� Page No. Client C-7.1444cj Project No. .1' =cS Designer *-7—��/1��jp� Date 1' \,.D' 221 www.lundopsahl.com I Tel: 206.402.5156 \w1 (2:f -t) cr ' • 'ovJ\ WE To 17 t -o PC. 4t5 Gel-1Tic c t -A b' c PL �uLL Lx12 ' v CtZI7rq oV-51-. Qo . W i 1c E. Jo I -T?= 1()1GU tAkt2 -To 1)\‘1\•^-1 'PAov \ t au- '2,'0 2 R. -‘,=r -k-1 a (� AT EA, A.SJ, JcALDT V57\40--1- moo\' V (.S\w1 `To 1771..) TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 04 DATE: 8/18/2021 PROJECT NO.: 91630601 PROJECT NAME; PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 ( d ) 21-046(d) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 8-19-2021 Contractor Lincoln Construction, Inc By 7l ad Zooteeilf Title Project Manager Original Contract (without tax)* Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA $ 300,302.00 Date 09/01/2021 IDsc $ 64,581.00 By Mayor $ 4,792,104.00 ' Public Works Director 08/20/2021 Original Contract Time: 242 days (December 3, 2021) SOJ Program Director 01A Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 242 days (December 3, 2021) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. Exhibit "A" ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 004 '? CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (d) Date 8/11/21 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 033R1 ASI 014 Re-Route Existing Sewer Line. This is for the cost of re-routing the existing sewer line on the South Side of the building. AD $37,141.00 COP 035 Per ASI 017 Toilet Accessories. Toilet accessories added to the scope per ASI 017. OC $1,037.00 COP 036 Per RFI 082 Existing Purlin-I Beam Braces. The West half of the West shop have welded iron tabs with a single bolt attachment and the East side of the West shop has a single bolt connection through the bottom of the I- Beam. These braces will need to be removed in order to install the angle iron correctly without cutting the angle iron up into several smaller lengths per I-Beam. Where the existing pulin braces occur, angles will be segmented between these braces. This is the cost of installing these angles with a 6" max clear space between segments. UFC $2,298.00 COP 037 Per RFI 109 Roof Purlin Bolt Angle Iron Conflict. All of the roof purlins in the west shop are bolted through the top of the roof I-Beams in the east shop. The roof beams located above the roof I-Beams that support the roof top units are bolted through the top of the I-Beams. Both shops get a new angle iron installed in these locations. This is the cost to layout and cut angles around the exhisting bolts. UFC $2,830.00 COP 038 Per RFI 115 Continuous Plates East Shop. The plates being welded to the bottom of the I-beams in the east shop are short. This is the cost to splice the plates coming from the distributor into (2) pieces in order to make up the 10" they are short. UFC $1,277.00 COP 039 Per RFI 116 Steel Cable X Bracing at East Shop Roof Beams. There are (48) locations at the east shop roof I-beams where cable X bracing conflicts with the angle iron being installed. This cost if to cut and notch 12 angles around exhisting rod bracing per RFI 116. UFC $1,617.00 COP 042 Added Handrail Per RFI 032. The design does not show to remove the (E) handrail and (E) guard rail on the 2nd floor. The guardrail will be in the way building the new framed wall on the 2nd floor. This is the cost to remove the Handrail/Guard rail and supply a new one. DC $1,042.00 COP 043R1 Light Fixtures Per RFI 121. This cost is to demolish and replace the (3) existing entrance lights remaining in the soffit at the main entry exterior covered area outsid of Admin 101. DC $4,542.00 Project Name Project # PW Fleet & Facilities CO # 004 91630601 Contract # 21-046 (d) Date 8/11/21 COP 044 Lower Light Fixtures Per RFI 139. Cost to lower the light fixtures on the mezzanine to avoid duct conflicts, per RFI 139. UFC $1,013.00 COP 045R1 Per RFI 135 Doorway 130. RFI 075's response was to keep the existing devices and provide new conductors to do so, however, the circuits source panel has been demolished. This is the cost to rewire two HR dedicated receptacles as explained in RFI 135. UFC $2,926.00 COP 047 Provide Reconditioned Breakers Per RFI 041. The cost for the new required breakers in existing panels per RFI 41, 55, 56, 57. These breakers are reconditioned. Seahurst will cover the cost of all the labor to shut down panels and install the breakers. DC $4,360.00 COP 048 RFI 128 Provide Access Panel. The cost to provide and install 18x36 access door for BC -1 area. DC $550.00 COP 049 RFI 134 Relocate Electrical at Bridge Crane. While coordinating with LCI it was noticed that there are potential conflicts between new bridge crane and existing electrical pathways that are to remain. This is for the cost to relocate the existing electrical pathway in conflict with beam crane. UFC $3,948.00 Change Order No. 004 $64,581.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST COP NO: CCD/PR No.: Lincoln Construction 033R1 ASI 14 Date: 7/20/2021 Project: LCI Project No.: $ 2,590.00 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 336.70 2,590.00 D. SUBCONTRACT COST $ 31,257.00 E. OVERHEAD AND PROFIT ON 336.70 SUBCONTRACT COST (6%) $ 1,875.42 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 1,081.77 33,132.42 1,081.77 TOTAL CHANGE PROPOSAL COST $ 37,141 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 7/20/2021 DATE 7eloma4 R04IoE29 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/20/2021 COP #: 033R1 Owner COP/CCD/PR #: ASI 014 Please provide a change order for the following work: Per ASI 014 Re-route existing sewer line Total price per attached breakdown: State and local sales tax: Extension of time: 37,141 includE X not included TBD Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 77aM-44 R'om ev - paaject 7TZaaaaaz Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 033 Owner COP/CCD/PR #: ASI 014 REV: 001 DATE: 7/20/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ X $ _ X $ TOTAL 0.0% $ 13.0% $ 2" HMA Tons PHASE CODE UNITS RATE 1 X 0.00 = $ 14 X 185.00 = $ 2,590.00 1 X 0.00 = $ 1 X 0.00 = $ SUBTOTAL USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 2,590.00 $ 336.70 $ 2,926.70 NW Utility Northshore Exteriors SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X 26,663.00 = $ 26,663.00 1 X 4,594.00 = $ 4,594.00 1 X = $ 1 X = $ X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL $ 31,257.00 26,663 6.0% Less Sub Fee $ 1,875.42 $ 33,132.42 3.000% $ 36,059.12 $ 1,081.77 $ 37,140.89 Updated: 9/30/2011 Page 4 of 6 NW NORTHWEST CASCADE INC. POST OFFICE BOX 73399, PUYALLUP, WASHINGTON 98373 / TOLL FREE 800-562-4442 Action Request Date: 7/19/2021 To: Casey Neuman Project Manager Lincoln Construction 11210 Tukwila International Blvd. Tukwila, WA 98168 425-350-0004 From: Chris Brazda RE: Revised Tukwila Fleet South Revision Forward Pricing NWC # 4313 Action Request # 3-1 Casey, The purpose of this action request is to provide Lincoln Construction Inc. with a forward price for the civil and site work associated with the revised plans for the south side of the Tukwila Fleet and Facilities Building depicted in ASI #14, sheet C 3.0 dated 6/18/2021. NWC proposed to perform the added sawcutting, asphalt removal & disposal, export of dirt spoils, install of sewer line, cleanouts and storm drain cleanout, import of bedding and trench backfill and subgrade prep, as modified per the email dated 7/12/2021, for a lump sum forward price of $26,663.23. This pricing excludes electrical trenching, paving and applicable sales tax. Please issue a change order in the amount of $26,663.23 at your earliest convenience to ensure the project schedule and overall sequencing isn't impacted. If you would like to discuss the matter in more detail, I can be reached at 253-370-0669. Respectfully, C U F a O 6n v .n U N Q 9d C. 10 O b '4 m .s e� cG m O 0 O Pr 170 LF 4 EA CO 69 ON 69 69 0 m N e O 609 0' 00 0 O Laborer Group 3 - General Laborer e N b 61 8 W O 00 664 O O 69 r 60 69 O 8 409 rn 64 O N 01 4,9 0 4a9 a m O a, N O m b N 49 64 m m O 69 113 69 O N N CO 03 69 m Laborer Group 4 - Pipe Layer Laborer Group 5 - Grade Checker/Pipe Layer Lead O Operator Group 3 - Light O 49 O 1- O O 69 r 60 O O 09 N 00CI O O Operator Group 1 - Heavy/Heavy 0 0 64 O O 69 O 6 b 7 F � d M c( w aa 0 e O 69 a 0 Cal U 0 1.U 0 M U U m 00 O 49 b w INTERNATIONA: 4700 0, ON 0 69 O r rn op m Q\ 64 01 00 N m m 04 0 64 01 64 O cn rn H N JOHN DEERE D220 2014 01 8 CI 64 N 8 64 o00 K 0 OG Cl 6N9 m 8 64 N 64 O N. a K H m CO 8 69 00 O O D160 2003 C930 2020 M236 1999 F cn 6n O O K O N V N 64 N 69 0 O 0 8 69 CDF with Sh O N N m b r O 69 0 O C 69 69 F 0 b GG 10 7 w O0. CO 64 N 69 69 N N 1 64 0 00 N oo N O O 69 O O 69 Ij o 2 W � > „,0a 0 0 0 0 0.1 R1 W zzzzw N o CA zs 0 O i 6) a 0 609 0 49 O 0 0 w O 0 w 0 0 O 0 w 0 O O O G col o o w w LATEST REVISION 11/18/2020 NORTHSHORE Itemized Change Order Proposal Attention: Tom Romberg Date: NSE Ref By: 7/7/2021 Project: Tukwila Public Works 6223-002 COP / RFI #: ASI -014 Canon Snyder Work Description ASI 014 - new gutter on south elevation QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 3 Per Hr $ 105.70 $ 317.09 $ - $ - Shop Foreman 2 Per Hr $ 138.65 $ 277.29 $ - $ - Field Journeymen 8 Per Hr $ 98.18 $ 785.47 $ - $ - Field Foreman 8 Per Hr $105.99 $ 847.90 $ - $ - Delivery Driver 1.5 Per Hr $ 52.07 $ 78.10 $ - $ - Material Gutter 100 If $ - $ 5.00 $ 500.00 $ - Downspout 25 if $ - $ 5.00 $ 125.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Equipment 20 ft flat bed 1.5 Per Hr $ - $ - $ 57.00 $ 85.50 8 ft 1/2 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius 2 Per Hr $ - $ - $ 396.14 $ 792.28 RAS 90 Break 2 Per Hr $ - $ - $ 74.28 $ 148.56 CNC Router Per Hr $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) Day $ - $ - $ 530.00 $ - 65 ft Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $ - $ - $ 300.00 $ - Lift Delivery Fee EA $ - $ - $ 150.00 $ - Safety act expense @ 0% of Small tools expense @ 0% of Transportation $4.76 per Field Foreman Subtotals without overhead Other Total Value of Subtotals direct labor direct labor Hour & profit $ 2,305.86 $ 625.00 $ 1,026.34 $ - $ - $ 38,08 $ 2,305.86 $ 625.00 $ 1,064.42 Expense: Subtotal of all expenses (labor, materials, Contractor liability insurance = 1.75% of labor, materials, Total value of work for this contract before 13 % overhead work for this contract including overhead & equipment) & equipment overhead & profit & profit $ 3,995.28 $ 69.92 $ 4,065.20 $ 528.48 & profit $ 4,593.67 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www. northshoreext, com SHKSARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 14 To Cindy Butterworth Date of Issuance 06/18/21 Lincoln Construction Inc 11803 1015[ Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Description Make the following revision to the Drawings: Sheet A1.0 — Site Plan: o Replace sheet A1.0 with the attached revised sheet. Sheet C3.0 — Sewer Plan: o Replace sheet C3.0 with the attached revised sheet. - Sheet AD2.1 — Demo First Floor Plan: o Replace sheet AD2.1 with the attached revised sheet. - Sheet A2.1.2 — First Floor Plan - West: o Replace sheet A2.1.2 with the attached revised sheet. - Sheet A3.0 — Exterior Elevations: o Replace sheet A3.0 with the attached revised sheet. Attachments Sheet A1.0 — Site Plan: - Sheet C3.0 — Sewer Plan: - Sheet AD2.1 — Demo First Floor Plan: - Sheet A2.1.2 — First Floor Plan - West: Sheet A3.0 — Exterior Elevations: Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH 206.675.9151 www.shksarchitects.com r o CO CO I.I o a a m Z U � < m d 0 3 5 0 $a,`x R1. \I } 6 < § 111111111111 x\ 1111111111 k co CI 111 1 A A 11 \�. ol § ( § / ) � �� # #0 . ,t\; /t2. :248 /6&” \/�^��%/\< ±y3� .. »moi _ ». \ \. - gggggg 0 0 0 O 1 L e.4.a .a s � i { 66 r. iiAA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0 1 1 I^ 1 1 1 1 1 1 1 ie eve oee's&e65a5'eA$ex I e 7 0 i l l ! !iii sx 2wZ o ,-,z. aes mZ ,!,.-2_1=-7z.7. U QdLL 1 1 1 1 1 1 1 1 0 0 ,1,94 0 0 pS ta } !;!§!! ; - 2,..222;.... 0 c> 0 0 0 0 0 O § �|I �|| ■ / /H& z 522;,« 2@222 4 Cl- [| | | , .�- fl ;|§\ § ) CN C |�.__..,.. � Mr Nh H I I I I I I I ai 1 1 1 F J Y 9E2 2 O F- O G OJ m W 3rw+am J Q aLL 1 1 1 1 1 1 1 1 0 g4 R ' Architect Supplemental Instructions Project Tukwila Public Works SHKSARCHITECTS ASI No. 14a1 To Cindy Butterworth Date of Issuance 06/25/21 Lincoln Construction Inc 11803 101st Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Description Make the following revision to the Drawings: Sheet A3.0 — Exterior Elevations: o Replace sheet A3.0 with the attached revised sheet. - Sheet A4.1 — Exterior Details: o Replace sheet A4.1 with the attached revised sheet. Attachments - Sheet A3.0 — Exterior Elevations - Sheet A4.1 — Exterior Details Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 Fir. 206.675.9151 www.shksarchitects.com iii 1 1111 Lu Y Z w Z y O 6~ E m =-tc coLL 1 § 2 §, �It URIMISIMEMICONIMOMMI �II � ` p g. \§ CC \ a»keg:, «§[qpe; 22 U' Z5 75 \ |} ;; )! \ A1 / 2| cc §4 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 7/23/2021 Project: LCI Project No.: 035 ASI 0107 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 950.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 57.00 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 30.21 1,007.00 30.21 TOTAL CHANGE PROPOSAL COST $ 1,037 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 7/23/2021 DATE 7`cac ca.4 Rocttget9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/26/2021 COP #: 035 Owner COP/CCD/PR #: ASI 017 Please provide a change order for the following work: Per ASI 017 Add Toilet Accessories Total price per attached breakdown: State and local sales tax: Extension of time: 1,037 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 74ama2 Roy de 9 - pwject Waaayez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 035 Owner COP/CCD/PR #: ASI 017 REV: 000 DATE: 7/26/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75,85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS RCB Specialties 0.0% 13.0% PHASE CODE UNITS RATE 1 X = $ - 1 X 950.00 = $ 950.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 950.00 MARK-UP @ Sub Direct Cost 950 6.0% Less Sub Fee $ 57.00 TOTAL SUBCONTRACTS $ 1,007.00 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,007.00 $ 30.21 $ 1,037.21 Updated: 9/30/2011 Page 5 of 7 Al RC BUILDING �"® SPECIALTIES LLC FROM Gerald Jarvis Company RC Building Specialties, LLC Email gerald(curcbspecialties.com Phone 206 612 2545 FAX 206 629 2340 Portland (OR) - Mailing / Billing 10940 SW Barnes Rd #378 Portland OR 97225 P: 503 568 6431 F: 503 645 9748 MBE & ESB Certified #6349 (OR) Seattle (WA) - Office / Warehouse 988 Industry Drive Tukwila WA 98118 P: 206 612 2545 F: 206 629 2340 MBE Certified #M3M5521635 (WA) Toilet Accessories Project Name: Tukwila Public Works Pricing per ASI 017 7.26.2021 Products / Specifications Model Number l iQuantity 1 Unit Price I ! Amount Manufacturer: Bobrick Two Roll Toilet Tissue Dispenser— Recessed i Toilet Tissue / Seat Cover Dispenser / Napkin Disposal — recessed Seat Cover Dispenser — recessed B-3888 B-30920,-1315---$385.00 1 4;01' B-301 : io 114+ hi' h++� 'Over I $95.00 each each $85.00 each 9� 770 gc- NOTE: B-301 will he need if the previously quoted B-3474 in RFI 002 & 019 is deleted jQ Sr l l 1 1 Freight included when materials delivered in one shipment to job site MATERIAL SUPPLIER ONLY — NO INSTALLATION Your signature authorizes RC Building Specialties LLC to proceed and constitutes your acceptance and contract with RC Building Specialties LLC. Please sign and fax/email back to us. We will place the order upon receipt of your signed acceptance. Signature Print Name Date Payment Terms Net 30 Days Ship VIA Direct Ship F.O.B. Job Site Lead Time 1-2 weeks Prices firm for 60 days due to potential market volatility of steel Sc aluminum tariffs. Prices subject to change without notice thereafter. Architect Supplemental Instructions Project Tukwila Public Works SHKSARCHITECTS ASI No. 017 To Cindy Butterworth Date of Issuance 07/23/21 Lincoln Construction Inc 11803 101st Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. Description Make the following revision to the Drawings: - Sheet A6.1 — Interior Elevations: o MODIFY interior elevation 4,20/A6.1 per the attached A -SK 031 Toilet Accessories. Modify Section 102813 Toilet Accessories: a. Modify to 2.1 Accessories B: 3. Toilet Paper Dispenser (TPD): Multi -roll B-3888 (recessed). b. Add to 2.1 Accessories B: 14. Recessed -Mounted Toilet Tissue, Seat -Cover Dispenser and Waste Disposal. (TT/SCD/WD): B- 3092. Attachments A -SK 031 Toilet Accessories. Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 Pn: 206.675.9151 www.shksarchitects.com 1.E )I S V .O,L = .6/L :01P)S SNOI1VA31311010,NI 6 9V 9NIG1Ifl9 S3111119Vd ONV1331d I I I I I I I I I I L:IOJ Tall'4_)es)4,,,,M LS16;(99oe rin CMG VM "oiU OS ,i1861,1 O OI S 1 D 3 I I H D H V S N H S 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 kVd 8Z:6Z:01 lZOZ6ZIC m Q 2 0 Cr Cr CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: 036 RFI 082 Date: 7/27/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,105.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 126.30 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 66.94 2,231.30 66.94 TOTAL CHANGE PROPOSAL COST $ 2,298 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 7/27/2021 DATE 7t ocrsad RocsideV 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/27/2021 COP #: 036 Owner COP/CCD/PR #: RFI 082 Please provide a change order for the following work: Per RFI 082 Existing Purlin-I Beam Braces Total price per attached breakdown: State and local sales tax: Extension of time: 2,298 include X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 76Hta4 ,RomIen9 - Pw ece na449e2 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 036 Owner COP/CCD/PR #: RFI 082 REV: 000 DATE: 7/27/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL = $ = $ = $ = $ = $ = $ = $ 0.0% $ MARK-UP @ 13.0% $ - TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAUEQUIPMENT SUBCONTRACTS 0.0% 13.0% $ Moe Welding SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X 2,105.00 = $ 2,105.00 1 X = $ 1 X = $ 1 X = $ X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL $ 2,105.00 2,105 6.0% Less Sub Fee $ 126.30 $ 2,231.30 3.000% $ 2,231.30 $ 66.94 $ 2,298.24 Updated: 9/30/2011 Page 5 of 7 6. SUBCONTRACTORS (attach breakdown for each Project: Tukwila Subcontractor: Scope: Moe Welding Erecting, LLC P.O box 1033, Spanaway WA 98387 253-212-0043, 253-592-5250 (cell) SUBCONTRACTOR BREAKDOWN SUMMARY Lincoln 26 -Jul WAF 0 Ref. Docs 0 Moe Welding & Erecting, LLC RFI # 82 Extra cost for RFI 082 COP # 0 CCD 0 FA # 0 1. CRAFT LABOR COSTS CRAFT QTY RATE UNITS EXTENSION Statement of Intent rates + insurance) Iron worker Iron worker of Iron worker 0 Iron worker Iron worker of 0 0 18 $89.31 0 $89.31 0 0 0 $91.31 0 0 0 MH MH MH MH MH MH MH MH Supervision (15% of direct labor excluding working foreman) Safety (2% of direct labor) Small Tools (5% of direct labor) 2. MATERIAL COSTS 3. EQUIPMENT COSTS 4. OVERHEAD (doesn't apply to deductive changes) a. 8% subtotal up to $50,000 b. 4% subtotal greater than $50,000 5. PROFIT (doesn't apply to deductive changes) a. 5% on subtotal 7. OVERHEAD ON SUB (doesn't apply to deductive changes) a. 4% of 7. Up to $50,000 b. 2% of 7. Greater than $50,000 8. PROFIT ON SUB (doesn't apply to deductive changes) a. 4% of 7 9. BOND AND INSURANCE Bond Rate Insurance Rate 10. UNIT PRICE WORK Scope 0 3 $1,607.58 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DIRECT LABOR SUBTOTAL $1,607.58 $0.00 1. Craft Labor Total $1,607.58 2. Material Total $0.00 3. Equipment Total $201.00 SUBTOTAL 1-3 $1,808.58 $144.69 $0.00 4. Overhead $144.69 $90.43 5. Profit $90.43 SUBTOTAL 1-5 $Z043.70 6. Sub Total 7. OH on SUB $0.00 $0.00 $0.00 $0.00 $0.00 8. Profit on SUB $0.00 SUBTOTAL 1-8 $2,043.70 9. Bond and Insurance $0.00 $61.31 $61.31 SUBTOTAL 1-9 $2,105.01 Units UOM Unit Price Extended Price $0.00 $0.00 10. Unit Price Work $0.00 Scope: Extra cost for RFI 082 LABOR CRAFT QTY RATE non foremen positions Iron worker 18 $89.31 Iron worker ot 0 $89.31 Iron worker 0 0 $0.00 0 lead foremen positions Iron worker 0 $91.31 Iron worker ot 0 EA scissor lift 0 $0.00 EA 0 MATERIAL EQUIPMENT DESCRIPTION QTY RATE UNITS EXTENSION HR Total MH $1,607.58 $1,607.580 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 Non Foremen Labor Subtotal $1,607.58 Foreman Labor Subtotal $0.00 Direct Labor Subtotal $1,607.58 UNIT EQUIPMENT QTY RATE UNIT Electric Welder 0 $0.00 EA LN 25 wire feeder 0 $0.00 CY Oxi torch 0 $0.00 CY lead 0 $0.00 SF Forklift 0 $0.00 EA scissor lift 0 $0.00 EA EQUIPMENT QTY RATE UNIT Electric Welder 0 $16.50 HR LN 25 wire feeder 0 $21.50 HR Oxi torch 12 $16.75 hr lead 0 $0.50 ft Forklift 0 $118.00 HR scissor lift 0 $205.00 da EXTENSION $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXTENSION $0.00 $0.00 $201.00 $0.00 $0.00 $0.00 Subtotal Materials Subtotal Equipment $0.00 $201.00 MOE WELDING LABOR RATE BREAKDOWN Iron Worker Hourly Rate $ 46.79 Union Benefits Package $ 31.54 Employer Taxes $ 8.48 Insurance $ 2.50 Total $ 89.31 Iron Worker Foreman Hourly Rate $ 48.79 Union Benefits Package $ 31.54 Employer Taxes $ 8.48 Insurance $ 2.50 Total $ 91.31 L 46/leo& eoadrizactiog vec, RFI No. 082 Date 5/28/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 6/4/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Existing Purlin/I-Beam Braces Related Spec Section(s) Related Drawing/Detail(s) 12/S5.2 Specific Question(s) or Description of Concern(s) 12/S5.2 is the detail showing the new angle iron placement on the (E) I -Beams. There are 127 +/- angle braces from the (- Beams to the roof purlins that are in the way of the (2) angle irons being installed on the lower inside corners of the (E) [- Beams. The West half of the West shop have welded iron tabs with a single bolt attachment and the East side of the West shop has a single bolt connection through the bottom of the I -Beam. These braces will need to be removed in order to install the angle iron correctly without cutting the angle iron up into several smaller lengths per I -Beam. See attached photos. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No 2 Potential Schedule Impact? ❑ Yes ❑ No 0 Potential REVIEW Date of Review 31 -May -21 Reviewed by T Mason Company Lund Opsahl Remarks/Recommendations where the existing purlin braces occur, angles may be segmented between these braces. Please install angles with 6" max clear space between segments NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: 037 RFI 109 Date: 7/27/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,592.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 155.52 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 82.43 2,747.52 82.43 TOTAL CHANGE PROPOSAL COST 2,830 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 7/27/2021 DATE 74ama2 Rock e 9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/27/2021 COP #: 037 Owner COP/CCD/PR #: RFI 109 Please provide a change order for the following work: Per RFI 109 Roof Purlin Bolt Angle Iron Conflict Total price per attached breakdown: State and local sales tax: Extension of time: 2,830 include X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,44 Rom/A y-?wjest N ia9et Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 037 Owner COP/CCD/PR #: RFI 109 REV: 000 DATE: 7/27/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ $ Moe Welding PHASE CODE UNITS RATE 1 X = $ - 1 X 2,592.00 = $ 2,592.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ - X = $ - SUBTOTAL $ 2,592.00 MARK-UP @ Sub Direct Cost 2,592 6.0% Less Sub Fee $ 155.52 TOTAL SUBCONTRACTS $ 2,747.52 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,747.52 $ 82.43 $ 2,829.95 Updated: 9/30/2011 Page 5 of 7 Project: Tukwila Subcontractor: Scope: Moe Welding Erecting, LLC P.O box 1033, Spanaway WA 98387 253-212-0043, 253-592-5250 (cell) SUBCONTRACTOR BREAKDOWN SUMMARY Lincoln 26 -Jul WAF 0 Ref. Docs 0 Moe Welding & Erecting, LLC RFI # 109 Extra cost for RFI 109 to layout and cut angles around 168 exhisting bolts COP # 0 CCD 0 FA # 0 1. CRAFT LABOR COSTS CRAFT QTY RATE UNITS EXTENSION Statement of Intent rales + insurance) Iron worker Iron worker of Iron worker 0 Iron worker Iron worker of 0 0 21 $89.31 0 $89.31 0 0 0 $91.31 0 0 0 MH MH MH MH MH MH MH MH Supervision (15% of direct labor excluding working foreman) Safety (2% of direct labor) Small Tools (5% of direct labor) 2. MATERIAL COSTS 3. EQUIPMENT COSTS 4. OVERHEAD (doesn't apply to deductive changes) a. 8% subtotal up to $50,000 b. 4% subtotal greater than $50,000 5. PROFIT (doesn't apply to deductive changes) a. 5% on subtotal 6. SUBCONTRACTORS (attach breakdown for each 7. OVERHEAD ON SUB (doesn't apply to deductive changes) a. 4% of 7. Up to $50,000 b. 2% of 7. Greater than $50,000 8. PROFIT ON SUB (doesn't apply to deductive changes) a. 4% of 7 9. BOND AND INSURANCE Bond Rate Insurance Rate 10. UNIT PRICE WORK Scope 0 3 % $1,875.51 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DIRECT LABOR SUBTOTAL $1,875.51 $0.00 1. Craft Labor Total $1,875.51 2. Material Total $0.00 3. Equipment Total $351.75 SUBTOTAL 1-3 $2,227.26 $178.18 $0.00 4. Overhead $178.18 $111.36 5. Profit $111.36 SUBTOTAL 1-5 $2,516.80 6. Sub Total $0.00 7. OH on SUB $0.00 $0.00 $0.00 $0.00 8. Profit on SUB $0.00 SUBTOTAL 1-8 $2,516.80 9. Bond and Insurance $0.00 $75.50 $75.50 SUBTOTAL 1-9 $2,592.31 Units UOM Unit Price Extended Price $0.00 $0.00 10. Unit Price Work $0.00 Scope: Extra cost for RFI 109 to layout and cut angles around 168 exhisting bolts LABOR CRAFT QTY RATE non foremen positions Iron worker 21 $89.31 Iron worker ot 0 $89.31 Iron worker 0 0 $0.00 0 lead foremen positions Iron worker 0 $91.31 Iron worker ot 0 EA scissor lift 0 $0.00 EA 0 MATERIAL EQUIPMENT DESCRIPTION QTY RATE UNITS EXTENSION HR Total MH $1,875.51 $1,875.510 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH S0.00 $0.00 Non Foremen Labor Subtotal Foreman Labor Subtotal Direct Labor Subtotal UNIT EQUIPMENT QTY RATE UNIT Electric Welder 0 $0.00 EA LN 25 wire feeder 0 $0.00 CY Oxi torch 0 $0.00 CY lead 0 $0.00 SF Forklift 0 $0.00 EA scissor lift 0 $0.00 EA EQUIPMENT QTY RATE UNIT Electric Welder 0 $16.50 HR LN 25 wire feeder 0 $21.50 HR Oxi torch 21 $16.75 hr lead 0 $0.50 ft Forklift 0 $118.00 HR scissor lift 0 $205.00 da EXTENSION $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXTENSION $0.00 $0.00 $351.75 $0.00 $0.00 $0.00 Subtotal Materials Subtotal Equipment $1,875.51 $0.00 $1,875.51 S0.00 $351.75 L 1'iacoee eaucc iuctiaw %Gu, To: Moe Welding cc: Site Email 7/8/21 RFI No. 109 Date 7/8/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/13/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Roof Purlin Bolts & Angle Iron Conflict Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) All of the roof purlins in the west shop are bolted through the top of the roof I -beams. There are (12) roof beams located above the roof I -beams that support the roof top units and are bolted through the top of the I -beams in the east shop. Both shops get a new angle iron installed in these locations. How do we install the angle iron around these bolts? The angle iron can change orientation in the east shop to miss these bolts but the angle iron in the west shop is 4x4 and the I -beams are only 6" wide. See attached photo. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No Li Potential Schedule Impact? ❑ Yes ❑ No lil Potential REVIEW Date of Review 8 -Jul -21 Reviewed by T Mason Company Lund Opsahl Remarks/Recommendations In locations where reorienting the angle does not provide a solution, the angle can be notched 1" for up to 6" of length to fit around the existing anchors. Additionally, the horizontal leg can be drilled with 3/4"0 hole to accommodate existing purlin bolting through the top flange. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. LCi RFI 109 Attachment CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: 038 RFI 115 Date: 7/27/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,339.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 140.34 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 74.38 2,479.34 74.38 $1,277 TOTAL CHANGE PROPOSAL COST $ -275554- CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 7/27/2021 DATE 74041(44 ROfftetCV 0 Tom Romberg Per Tom's email on 8/18/2021 (attached) the total is now 50% of the original cost. 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/27/2021 COP #: 038 Owner COP/CCD/PR #: RFI 115 Please provide a change order for the following work: Per RFI 115 Continuous Plates East Shop Total price per attached breakdown: State and local sales tax: Extension of time: 2,554 include X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7(,m44 o Jie 9-Pzafect Vtaaalet Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 038 Owner COP/CCD/PR #: RFI 115 REV: 000 DATE: 7/27/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ MARK-UP @ 13.0% $ TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Moe Welding PHASE CODE UNITS RATE 1 X = $ - 1 X 2,339.00 = $ 2,339.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,339.00 MARK-UP @ Sub Direct Cost 2,339 6.0% Less Sub Fee $ 140.34 TOTAL SUBCONTRACTS $ 2,479.34 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,479.34 $ 74.38 $ 2,553.72 Updated: 9/30/2011 Page 5 of 7 Project: Tukwila Subcontractor: Scope: Moe Welding Erecting, LLC P.O box 1033, Spanaway WA 98387 253-212-0043, 253-592-5250 (cell) SUBCONTRACTOR BREAKDOWN SUMMARY Lincoln 26 -Jul WAF 0 Ref. Docs 0 Moe Welding & Erecting, LLC RFI # 115 Extra cost for RFI 115 to cut and splice CP wled (7)1V plates COP # 0 CCD 0 FA # 0 1. CRAFT LABOR COSTS CRAFT QTY Iron worker Iron worker ot Iron worker 0 Iron worker Iron worker ot 0 0 RATE UNITS EXTENSION Statement of Intent rates insurance) 15 $89.31 0 $89.31 0 0 0 $91.31 0 0 0 MH MH MH MH MH MH MH MH Supervision (15% of direct labor excluding working foreman) Safety (2% of direct labor) Small Tools (5% of direct labor) 2. MATERIAL COSTS 3. EQUIPMENT COSTS 4. OVERHEAD (doesn't apply to deductive changes) a. 8% subtotal up to $50,000 b. 4% subtotal greater than $50,000 5. PROFIT (doesn't apply to deductive changes) a. 5% on subtotal 6. SUBCONTRACTORS (attach breakdown for each 7. OVERHEAD ON SUB (doesn't apply to deductive changes) a. 4% of 7. Up to $50,000 b. 2% of 7. Greater than $50,000 8. PROFIT ON SUB (doesn't apply to deductive changes) a. 4% of 7 9. BOND AND INSURANCE Bond Rate Insurance Rate 10. UNIT PRICE WORK Scope 0 3 $1,339.65 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DIRECT LABOR SUBTOTAL 51,339.65 $0.00 1. Craft Labor Total $1,339.65 2. Material Total $0.00 3. Equipment Total $670.00 SUBTOTAL 1-3 $2,009.65 4. Overhead $160.77 $0.00 $160.77 $100.48 5. Profit $100.48 SUBTOTAL 1-5 $2,270.90 6. Sub Total 7. OH on SUB $0.00 $0.00 $0.00 $0.00 $0.00 8. Profit on SUB $0.00 SUBTOTAL 1-8 $2,270.90 9. Bond and Insurance $0.00 $68.13 $68.13 SUBTOTAL 1-9 $2,339.03 Units UOM Unit Price Extended Price $0.00 $0.00 10. Unit Price Work $0.00 Scope: Extra cost for RFI 115 to cut and splice CP wled (7) 10" plates LABOR CRAFT QTY RATE non foremen positions Iron worker 15 $89.31 Iron worker ot 0 $89.31 Iron worker 0 0 $0.00 0 lead foremen positions Iron worker 0 $91.31 Iron worker ot 0 EA scissor lift 0 $0.00 EA 0 MATERIAL EQUIPMENT DESCRIPTION QTY RATE UNITS EXTENSION HR Total MH $1,339.65 $1,339.650 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 Non Foremen Labor Subtotal $1,339.65 Foreman Labor Subtotal $0.00 Direct Labor Subtotal $1,339.65 UNIT EQUIPMENT QTY RATE UNIT Electric Welder 0 $0.00 EA LN 25 wire feeder 0 $0.00 CY Oxi torch 0 $0.00 CY lead 0 $0.00 SF Forklift 0 $0.00 EA scissor lift 0 $0.00 EA EQUIPMENT QTY RATE UNIT Electric Welder 15 $16.50 HR LN 25 wire feeder 15 $21.50 HR Oxi torch 0 $16.75 hr lead 200 $0.50 ft Forklift 0 $118.00 HR scissor lift 0 $205.00 da EXTENSION $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXTENSION $247.50 $322.50 $0.00 $100.00 $0.00 $0.00 Subtotal Materials Subtotal Equipment $0.00 $670.00 L 4iuzco&i 6)0W/1u-dim '2& To: Moe Welding cc: Site Email 7/15/21 RFI No. 115 Date 7/14/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/15/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Continuous Beam Plates East Shop Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) The continuous 3/8" plates being welded to the bottom of the I -beams in the east shop are short. The plates come from our distributor in either 20' or 40' lengths. The high side is 20'-10" and the low side is 20'-2". Can we install the plates on the low side 2" short? Can we splice the high side into (2) pieces in order to make up the 10" we are short? Lengths of the splices will be needed. See attached. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No 0 Potential Schedule Impact? ❑ Yes ❑ No I] Potential REVIEW Date of Review 15 -Jul -21 Reviewed by T Mason Company Lund Opsahl Remarks/Recommendations On both sides, a 2" gap at the face of column is acceptable. Plate is to be installed continuous from the column to the transition between tapered and flat beam sections. If spliced in this section, splices should be CJP welded to maintain continuity. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. ry� 0 0 N dpi30 5 ( hYC From: Paul Schlachter <paul@apollo-designstudio.com> Sent: Wednesday, August 18, 2021 12:11 PM To: Matt Strutynski Subject: Fwd: COP 038 -LCI response Attached Matt, Can you adjust the total on COP 038 - per Tom's email below? Paul Paul Schlachter, A!A Apollo Design Studio 206-257-9254 A n Forwarded message From: Tom Romberg <tom.romberg@Iincolnnw.com> Date: Wed, Aug 18, 2021 at 7:29 AM Subject: RE: COP 038 -LCI response Attached To: Paul Schlachter <pauls@sojsea.com> Paul, While my subcontractor disagrees with this, I did strike a deal with him to split the costs. Please scratch out the total and make it 50% Thank you Tom Romberg I LCi Zeacoea eaaJeuictioa lac € e 1953 11803 101' Ave Ct E, Suite 201 Puyallup, WA 98373 CeII 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Paul Schlachter <pauls@soisea.com> Sent: Tuesday, August 17, 2021 8:33 AM To: Tom Romberg <tom.romberg@lincolnnw.com> Subject: Re: COP 038 -LCI response Attached Tom, Would Lincoln be willing to split this? The design team still disagrees with this assessment. Paul Paul Schlachter 1 pauls@soisea.com 101 Yesler Way 1 Suite 606 1 Seattle, WA 98104 206.257.9254 1 sojsea.com Shiels 1 Obletz 1 Johnsen Project Focused. Community Driven. On Aug 16, 2021, at 7:43 AM, Tom Romberg <tom.romberg@lincolnnw.com> wrote: Paul, Please see attached response from the subcontractor. Thank you Tom Romberg I LCi 4c co%t eaktenticetha cat. 1953 11803 101St Ave Ct E, Suite 201 Puyallup, WA 98373 Cell 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Paul Schlachter <pauls@sojsea.com> Sent: Friday, August 13, 2021 3:16 PM To: Tom Romberg <tom.romberg@lincolnnw.com> Cc: Justine Kim <justinek@sojsea.com>; Matt Strutynski <matts@sojsea.com> Subject: COP 038 Tom, The owner group is disputing the merits of COP 038. See language below from the design team: Per 9/53.1, the Contractor is to provide "PL 3/8" x 10 Continuous per 4/55.2". The length of steel and any required splices or cuts is the responsibility of the Contractor as outlined in spec section 00 72 00 General Conditions 5.1 Contractor Control and Supervision, the Contractor is responsible for Means and Methods of construction unless the Contract Documents give other specific instructions. As outlined in the RFI 115 question the subcontractor elected to provide the 20' length of steel vs a 40' length and as a result, the steel was required to splice weld them together to fulfill the requirements of 9/53.1 "PL 3/8" x 10 Cont per 4/S5.2". Paul Schlachter 1 pauls@sojsea.com 101 Yesler Way 1 Suite 606 1 Seattle, WA 98104 206.257.9254 1 sojsea.com Shiels 1 Obletz 1 Johnsen Project Focused. Community Driven. <mime-attachment> CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 7/27/2021 Project: LCI Project No.: 039 RFI 116 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 1,481.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 88.86 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 47.10 $ 1,569.86 47.10 TOTAL CHANGE PROPOSAL COST I$ 1,617 CONTRACT TIME ADJUSTMENT (DAYS)1 0 Lincoln Construction, Inc. CONTRACTOR 7/27/2021 DATE ROGled079 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/27/2021 COP #: 039 Owner COP/CCD/PR #: RFI 116 Please provide a change order for the following work: Per RFI 116 Steel Cable X Bracing at East Shop Roof Beams Total price per attached breakdown: State and local sales tax: Extension of time: 1,617 include X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, p �yy,�� p 7t/c ua4 ,ROK - puvect 1teut49e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 039 Owner COP/CCD/PR #: RFI 116 REV: 000 DATE: 7/27/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ X = $ X = $ 0.0% $ 13.0% $ PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ SUBTOTAL $ USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ TOTAL MATERIAL/EQUIPMENT $ SUBCONTRACTS Moe Welding PHASE CODE UNITS RATE 1 X = $ - 1 X 1,481.00 = $ 1,481.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ - X = $ - SUBTOTAL $ 1,481.00 MARK-UP @ Sub Direct Cost 1,481 6.0% Less Sub Fee $ 88.86 TOTAL SUBCONTRACTS $ 1,569.86 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,569.86 $ 47.10 $ 1,616.96 Updated: 9/30/2011 Page 5 of 7 Project: Tukwila Subcontractor: Scope: Moe Welding Erecting, LLC P.O box 1033, Spanaway WA 98387 253-212-0043, 253-592-5250 (cell) SUBCONTRACTOR BREAKDOWN SUMMARY Lincoln 26 -Jul WAF 0 Ref. Docs 0 Moe Welding & Erecting, LLC RFI # 116 Extra cost for RFI 116 to cut and notch 12 angles around exhisting rod bracing COP # 0 CCD 0 FA # 0 1. CRAFT LABOR COSTS CRAFT QTY RATE UNITS EXTENSION Statement of Intent rates + insurance) Iron worker Iron worker of Iron worker 0 Iron worker Iron worker of 0 0 12 589.31 0 $89.31 0 0 0 591.31 0 0 0 MH MH MH MH MH MH MH MH Supervision (15% of direct labor excluding working foreman) Safety (2% of direct labor) Small Tools (5% of direct labor) 2. MATERIAL COSTS 3. EQUIPMENT COSTS 4. OVERHEAD (doesn't apply to deductive changes) a. 8% subtotal up to $50,000 b. 4% subtotal greater than $50,000 5. PROFIT (doesn't apply to deductive changes) a. 5% on subtotal 6. SUBCONTRACTORS (attach breakdown for each) 7. OVERHEAD ON SUB (doesn't apply to deductive changes) a. 4% of 7. Up to $50,000 b. 2% of 7. Greater than $50,000 8. PROFIT ON SUB (doesn't apply to deductive changes) a. 4% of 7 9. BOND AND INSURANCE Bond Rate Insurance Rate 10. UNIT PRICE WORK Scope 0 3 % % 51,071.72 $0.00 $0.00 50.00 $0.00 50.00 $0.00 50.00 DIRECT LABOR SUBTOTAL $1,071.72 $0.00 1. Craft Labor Total $1,071.72 2. Material Total 50.00 3. Equipment Total 5201.00 SUBTOTAL 1-3 $1,272.72 5101.82 $0.00 4. Overhead $101.82 $63.64 5. Profit $63.64 SUBTOTAL 1-5 6. Sub Total 7. OH on SUB $1,438.17 $0.00 $0.00 $0.00 $0.00 $0.00 8. Profit on SUB $0.00 SUBTOTAL 1-8 51,438.17 9. Bond and Insurance 50.00 $43.15 $43.15 SUBTOTAL 1-9 51,481.32 Units UOM Unit Price Extended Price $0.00 $0.00 10. Unit Price Work $0.00 Scope: Extra cost for RFI 116 to cut and notch 12 angles around exhisting rod bracing LABOR CRAFT QTY RATE non foremen positions Iron worker 12 $89.31 Iron worker of 0 $89.31 Iron worker 0 0 $0.00 0 lead foremen positions Iron worker 0 $91.31 Iron worker of 0 EA scissor lift 0 $0.00 EA 0 MATERIAL EQUIPMENT DESCRIPTION QTY RATE UNITS EXTENSION HR Total MH $1,071.72 $1,071.720 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 MH $0.00 $0.00 Non Foremen Labor Subtotal $1,071.72 Foreman Labor Subtotal $0.00 Direct Labor Subtotal $1,071.72 UNIT EQUIPMENT QTY RATE UNIT Electric Welder 0 $0.00 EA LN 25 wire feeder 0 $0.00 CY Oxi torch 0 $0.00 CY lead 0 $0.00 SF Forklift 0 $0.00 EA scissor lift 0 $0.00 EA EQUIPMENT QTY RATE UNIT Electric Welder 0 $16.50 HR LN 25 wire feeder 0 $21.50 HR Oxi torch 12 $16.75 hr lead 0 $0.50 ft Forklift 0 $118.00 HR scissor lift 0 $205.00 da EXTENSION $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 EXTENSION $0.00 $0.00 5201.00 $0.00 $0.00 $0.00 Subtotal Materials Subtotal Equipment $0.00 $201.00 4eocatot ecuaterucaog%c2C. s. / 95 To: Moe Welding cc: Site Email 7/15/21 RFI No. 116 Date 7/14/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/15/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Steel Cable X Bracing at East Shop Roof Beams Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) There are (48) locations at the east shop roof I -beams where steel cable X bracing conflicts with the angle iron being installed. See attached photo. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No E Potential Schedule Impact? ❑ Yes ❑ No 0 Potential REVIEW Date of Review 15 -Jul -21 Reviewed by T Mason Company Lund Opsahl Remarks/Recommendations From the accompanying photo, it appears that the 3" required for the angle is available, or very nearly so. Angles should be installed either in the arrangement shown in the contract documents, or in the toes -down orientation provided in SSK 012 (RFI 090 response). Where required, angle can be notched up to 1/2" at braces. Notches can be continuous between both braces where two braces intersect at the beams. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ B. TOTAL LABOR COST SUBTOTAL COP NO: CCD/PR No.: Date: 8/3/2021 Project: LCI Project No.: 042 RFI 032 1239 $ 303.40 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 39.44 303.40 D. SUBCONTRACT COST $ 631.00 E. OVERHEAD AND PROFIT ON 39.44 SUBCONTRACT COST (6%) $ 37.86 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 30.35 668.86 30.35 TOTAL CHANGE PROPOSAL COST 1,042 CONTRACT TIME ADJUSTMENT (DAYS)1 0 Lincoln Construction, Inc. CONTRACTOR 8/3/2021 DATE 7�Ht Ros 6czy 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 8/3/2021 COP #: 042 Please provide a change order for the following work: Added handrail per RFI 032 Total price per attached breakdown: State and local sales tax: Extension of time: 1,042 include X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740ead - w jest 7114 49er Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 042 Owner COP/CCD/PR #: RFI 032 REV: 000 DATE: 8/3/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 4 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL _ $ = $ = $ = $ 303.40 = $ = $ = $ $ 303.40 0.0% 13.0% $ 303.40 $ 39.44 $ 342.84 SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% APs Welding PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 631.00 = $ = $ 631.00 _ $ _ $ _ $ = $ = $ = $ SUBTOTAL $ 631.00 MARK-UP @ Sub Direct Cost 631 6.0% Less Sub Fee $ 37.86 TOTAL SUBCONTRACTS $ 668.86 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,011.70 $ 30.35 $ 1,042.05 Updated: 9/30/2011 Page 5 of 7 AL'S WELDING STEEL FABRICATION, INC 222 DOWNIE ROAD CHEHALIS, WA 98532 360-740-8020 360-740-8826FX CHANGE ORDER REQUEST Date: 4/20/2021 Change Order No. Sub Mod #: Job No. 01 2109 General Contractor: Lincoln Construction Detailer: TJO Attn: Casey/Tom Original Drwg# : Project: Tukwila Facilities Bldg REF. RFI -032 A -SK 007 Estimated Time for Delivery: Supply Scope: Supply and deliver new stair handrail to suit design changes by RFI -032 Material (HSS/Plate) 105 Lbs. @ $ 1.20 $ 126.00 Material 0 Lbs. @ $ 1.05 $ - Galvanizmg 0 Lbs. @ $ 0.65 $ - Sandblast/Tnemec 105 Lbs. @ $ 0.50 $ 52.50 Shop Labor 3 Mhr @ $ 65.00 $ 195.00 Quality Control 0.5 Mhr @ $ 60.00 n/c Material Handling/Delivery 2 Mhr @ $ 60.00 $ 120.00 Detailing Costs 1 Mhr @ $ 60.00 $ 60.00 Subtotal $ 553.50 O/H/P (12%) $ 66.42 L&I/Insurance (2%) $ 11.07 TOTAL: $ 630.99 Original Purchase Order Amount Total Cost of Change $ 630.99 ACCEPTED: By: Date: AL'S WELDING & STEEL FABRICATION, INC. By: Nick Fagernes Date: 4/20/2021 4/20/2021 L -dew-66s eoputOwaoa RFI No. 032 Date 4/5/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 4/9/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Existing Handrail Related Spec Section(s) Related Drawing/Detail(s) AD2.2 Specific Question(s) or Description of Concern(s) See attached. AD2.2 does not show to remove the (E) handrail and (E ) guard rail on the 2nd floor. The guardrail will be in the way of building the new framed wall on the 2nd floor. The west handrail is welded to the handrail above. Please verify whether the handrails/guardrails are being removed/replaced. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No 1 Potential ❑ Yes ❑ No -' Potential REVIEW Date of Review 14 -Apr -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations (E) Handrail and Guard rail on west side of mezzanine to be removed. See ASK -007/008 for clarification of handrail replacement and wall extension. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. LOO)1S-V paleaIpu! sV:aIeaS SNOIIVA313 801E1111 d'9V SNIO1Ine S3111110VA GNV 1331d WO3 SlDauyvOS 1qS m,:\M 1916'a/O O 00166 VM '.114,05 -IS ,118£.N 0501 S1:)311 HDdVSNHS 1 1 1 I I I I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I Z p 0 s� o coo 0 05 40 F -:„.'-dc, WD- Z Q a p 3 f A & U N , O Z 0 3 0 r ��s mz -J=NzozW mw0 3 L r ..0 -.4 L OPEN TO BEYOND o w 2 N Q O � F _ Y N 00 o� 3m LL B.O. STAIRS L reiS t 800 NS -V W OJ' SJ 0871 yw e5Ny S'MMN. 19L6 5L9'90Z �n £01.86 VM'aIAeOS '1S 08E 'N 0501 0 d = .6/1 :sten NVId 50014 MONS 036HV1N3 Z'SV 9m 1189 S31111IOVd (AV 13313 S 1 J 3 1 1 H 3 EJ V S )I H S 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NH 2:031 20Z/Li6 3 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 043R1 CCD/PR No.: RFI 121 Date: 8/11/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 4,160.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 249.60 SUBTOTAL 4,409.60 H. BOND (GC ONLY) SUBTOTAL 132.29 132.29 TOTAL CHANGE PROPOSAL COST 1 $ 4,542 CONTRACT TIME ADJUSTMENT (DAYS)! TBD Lincoln Construction, Inc. CONTRACTOR 8/11/2021 DATE 74acrcaa 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/11/2021 COP #: 043R1 Owner COP/CCD/PR #: RFI 121 Please provide a change order for the following work: Demo and install new Tight fixtures per RFI 121 Total price per attached breakdown: State and local sales tax: Extension of time: 4,542 includf X not included TBD This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 74:10xa4 Romeo:9 - Pxaject F6uta yen Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 043 Owner COP/CCD/PR #: RFI 121 REV: 001 DATE: 8/11/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ TOTAL LABOR RATE 95.00 88.95 77.15 75.85 67.72 TOTAL = $ $ $ = $ = $ = $ = $ 0.0% 13.0% MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ SUBTOTAL $ USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ TOTAL MATERIAL/EQUIPMENT $ SUBCONTRACTS Seahurst SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 4,160.00 = $ = $ 4,160.00 = $ = $ = $ = $ = $ = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL $ 4,160.00 4,160 6.0% Less Sub Fee $ 249.60 $ 4,409.60 3.000% $ 4,409.60 $ 132.29 $ 4,541.89 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG' Electrical Services Seahurst Electric 2915 Chestnut St Proposed Change Order Everett, WA 98201 CCN# 14 Date: 8/11/2021 Client Address: Project Name: Tukwila Public Works Project Number: 117110 Lincoln Construction Page Number: 1 Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Work Description Scope: Demo and install new light fixtures per RFI 121 Exclusions: Contract exclusions We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 14. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 1/2" EMT CONDUIT 40 40.59C 16.24 0.00C 0.00 1/2" EMT STL COMP CONN 1 73.32 C 0.73 0.00 C 0.00 1/2" EMT STL COMP CPLG 3 86.45 C 2.59 0.00 C 0.00 #12 THHN BLACK 150 214.24 M 32.14 0.00 M 0.00 DEV BOX 2 1/2" DEEP 1/2" KO+EARS 2 1,086.93C 21.74 0.000 0.00 4x1 1/2" SQ BOX COMB KO+B-BRKT 2 904.09 C 18.08 0.00 C 0.00 4" SQ 1G PLSTR RING 3/4" RISE 1 280.85C 2.81 0.000 0.00 GROUND SCREW W/ INSUL #12 LEAD 4 447.80 C 17.91 0.00 C 0.00 1G TGL SWITCH PLATE - 302 S/S 2 91.85 C 1.84 0.00 C 0.00 20A 120-277V S/P SW- TOGGLE IVY (SG) 1 387.30 C 3.87 0.00 C 0.00 STEM MNT 120V PHOTOCELL 2001 1 27.09E 27.09 0.00E 0.00 DEMO 2'x2' SURFACE FIXTURE 3 0.00E 0.00 0.00E 0.00 Labor to Demo & Install 16 0.00E 0.00 1.00E 16.00 Totals 226 145.04 16.00 Summary General Materials 145.04 Fixtures 1,415.00 Total Material 1,560.04 Foreman (16.00 Hrs @ $103.26) 1,652.16 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 14 8/11/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Total Labor Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (16.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 1,652.16 368.00 3,580.20 465.43 4,045.63 40.46 73.55 $4,159.64 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENT ACCEPTANCE CCN #: 14 Final Amount:$4,159.64 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described wak Work Description ORIGINAL Date: Aug 2, 2021 Quote: GRASB21-24473-1 works to your advantage Project Tukwila Public Works Fixture Add Location Quote GRASB21-24473-1 Quote Page 1/2 Graybar Electric Company, Inc. 1919 6th Avenue South Seattle WA 98134 Phone: (206) 292-4848 Fax: (206) 701-2949 From: Christopher Giebel Quoter Ph: (206) 235-7540 email: christopher.giebel@graybar.com To: Justin Kerr For Seahurst Electric, Inc Bid Date Aug 2, 2021 2915 Chestnut Street Expires Sep 1, 2021 Everett WA 98201 Phone: (425) 258-1882 EMail: jkerr@seahurst.com QTY Type MFG Part Price UQ ExtPrice 2 KENALL MS15FL-PP-MW-15L35K-DV $386.25 $772.50 1 KENALL MS15FL-PP-MW-15L35K-DV-LEL-SA $567.50 $567.50 1 MISC GROUND FREIGHT $75.00 $75.00 Total: $1,415.00 Graybar Electric Company, Inc. Christopher Giebel Page 1/2 Terms & Conditions 1. ACCEPTANCE OF ORDER; TERMINATION —Acceptance of any order is subject to credit approval and acceptance of order by Graybar Electric Company, Inc. ("Graybar') and, when applicable, Graybar's suppliers. If credit of the buyer of the goods or services ("Buyer") becomes unsatisfactory to Graybar, Graybar reserves the right to terminate upon notice to Buyer and without liability to Graybar. 2. PRICES AND SHIPMENTS — Unless otherwise quoted, prices for goods shall be those in effect at time of shipment, which shall be made F.O.B. shipping point, prepaid and bill. Unless otherwise indicated in the applicable quotation or statement of work, prices for services shall be those in effect at the time of completion. The contract price for goods and or services shall be Increased by the amount of any applicable tariff, excise, fee, assessment, levy, charge or duty of any kind whatsoever, imposed, assessed or collected by any governmental body, whether or not reflected in the costs charged to Graybar, and Graybar may increase its cost for goods and or services appropriately to take into account such increases in Graybar's costs. 3. RETURN OF GOODS — Credit may be allowed for goods returned with prior approval. A deduction may be made from credits issued to cover cost of handling. Returns will not be accepted for services or any material which has been modified at the request of or by Buyer. In addition, no custom orders may be returned. 4. TAXES — Prices shown do not include sales or other taxes imposed on the sale of goods or services. Taxes now or hereafter imposed upon sales, shipments or services will be added to the purchase price. Buyer agrees to reimburse Graybar for any such tax or provide Graybar with acceptable tax exemption certificate. 5. DELAY IN DELIVERY—Graybar is not to be accountable for delays in delivery occasioned by acts of God, failure of its suppliers to ship or deliver on time, or other circumstances beyond Graybar's reasonable control, including, but not limited to, sourcing, shipment or delivery issues caused by, related to, or resulting from COVID-19 or other similar national or global health situations. Factory shipment or delivery dates are the best estimates of our suppliers, and in no case shall Graybar be liable for any consequential or special damages arising from any delay In shipment or delivery. 6. LIMITED WARRANTIES — Graybar warrants that all goods sold are free of any security interest and will make available to Buyer all transferable warranties (Including without limitation warranties with respect to intellectual property infringement) made to Graybar by the manufacturer of the goods. Buyer acknowledges that the performance of any service which alters the manufacturer provided goods as indicated in the statement of work may void the manufacturer's warranty. Graybar shall use the same care and skill a similarly situated provider of like services would exercise following commonly accepted Industry practices In the performance of its duties under this agreement. GRAYBAR MAKES NO OTHER EXPRESS OR IMPLIED WARRANTIES, AND SPECIFICALLY DISCLAIMS ALL IMPLIED WARRANTIES INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR PURPOSE. UNLESS OTHERWISE AGREED IN WRITING BY AN AUTHORIZED REPRESENTATIVE OF GRAYBAR, PRODUCTS SOLD HEREUNDER ARE NOT INTENDED FOR USE IN OR IN CONNECTION WITH (1) ANY SAFETY APPLICATION OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY, OR (2) IN A HEALTHCARE APPLICATION, WHERE THE GOODS HAVE POTENTIAL FOR DIRECT PATIENT CONTACT OR WHERE A SIX (6) FOOT CLEARANCE FROM A PATIENT CANNOT 8E MAINTAINED AT ALL TIMES. 7. LIMITATION OF LIABILITY— Buyer's remedies under this agreement are subject to any limitations contained in manufacturer's terms and conditions to Graybar, a copy of which will be furnished upon written request. Furthermore, Graybar's liability shall be limited to either repair or replacement of the goods, re-performance of the services, or refund of the purchase price, all at Graybar's option, and IN NO CASE SHALL GRAYBAR BE LIABLE FOR INCIDENTAL, SPECIAL, OR CONSEQUENTIAL DAMAGES. In addition, claims for shortages, other than loss in transit, must be made in writing not more than five (5) days after receipt of shipment. Unless otherwise agreed in the applicable statement of work, acceptance of services will occur not more than five (5) days after completion of performance. 8. WAIVER — The failure of Graybar to insist upon the performance of any of the terms or conditions of this agreement or to exercise any right hereunder shall not be deemed to be a waiver of such terms, conditions, or rights in the future, nor shall it be deemed to be a waiver of any other term, condition, or right under this agreement. 9. MODIFICATION OF TERMS AND CONDITIONS — These terms and conditions, and any associated statement of work, supersede all other communications, negotiations, and prior oral or written statements regarding the subject matter of these terms and conditions. No change, modification, rescission, discharge, abandonment, or waiver of these terms and conditions shall be binding upon Graybar unless made in writing and signed on its behalf by a duly authorized representative of Graybar. No conditions, usage of trade, course of dealing or performance, understanding or agreement, purporting to modify, vary, explain, or supplement these terms and conditions shall be binding unless hereafter made in writing and signed by the party to be bound. Any proposed modifications or additional terms are specifically rejected and deemed a material alteration hereof. If this document shall be deemed an acceptance of a prior offer by Buyer, such acceptance is expressly conditional upon Buyer's assent to any additional or different terms set forth herein. 10. REELS — When Graybar ships returnable reels, a reel deposit may be Included in the Invoice. The Buyer should contact the nearest Graybar service location to return reels. 11. CERTIFICATION — Graybar hereby certifies that these goods were produced in compliance with all applicable requirements of Sections 6, 7, and 12 of the Fair Labor Standards Act, as amended, and of regulations and orders of the United States Department of Labor issued under Section 14 thereof. This agreement is subject to Executive Order 11246, as amended, the Rehabilitation Act of 1973, as amended, the Vietnam Veterans' Readjustment Assistance Act of 1974, as amended, E.O. 13496, 29 CFR Part 471, Appendix A to Subpart A, and the corresponding regulations, to the extent required by law. 41 CFR 60-1.4, 60-741.5, and 60- 250.5 are incorporated herein by reference, to the extent legally required. 12. FOREIGN CORRUPT PRACTICES ACT— Buyer shall comply with applicable laws and regulations relating to anti-corruption, including, without limitation, (i) the United States Foreign Corrupt Practices Act (FCPA) (15 U.S.C. §878dd-1, et. seq.) irrespective of the place of performance, and (ii) laws and regulations implementing the Organization for Economic Cooperation and Development's Convention on Combating Bribery of Foreign Public Officials in International Business Transactions, the U.N. Convention Against Corruption, and the Inter -American Convention Against Corruption in Buyer's country or any country where performance of this agreement or delivery of goods will occur. 13. ASSIGNMENT — Buyer shall not assign its rights or delegate its duties hereunder or any interest herein without the prior written consent of Graybar, and any such assignment, without such consent, shall be void. 14. GENERAL PROVISIONS — All typographical or clerical errors made by Graybar in any quotation, acknowledgment or publication are subject to correction. This agreement shall be governed by the laws of the State of Missouri applicable to contracts to be formed and fully performed within the State of Missouri, without giving effect to the choice or conflicts of law provisions thereof. All suits arising from or concerning this agreement shall be filed in the Circuit Court of St. Louis County, Missouri, or the United States District Court for the Eastern District of Missouri, and no other place unless otherwise determined in Graybar's sole discretion. Buyer hereby irrevocably consents to the jurisdiction of such court or courts and agrees to appear in any such action upon written notice thereof. 15. PAYMENT TERMS — Payment terms shall be as stated on Graybar's invoice or as otherwise mutually agreed. As a condition of the sales agreement, a monthly service charge of the lesser of 1-1/2% or the maximum permitted by law may be added to all accounts not paid by net due date. Visa, MasterCard, American Express, and Discover credit cards are accepted at point of purchase only. 16. EXPORTING — Buyer acknowledges that this order and the performance thereof are subject to compliance with any and all applicable United States laws, regulations, or orders. Buyer agrees to comply with all such laws, regulations, and orders, including, if applicable, all requirements of the International Traffic in Arms Regulations and/or the Export Administration Act, as may be amended. Buyer further agrees that if the export laws are applicable, it will not disclose or re-export any technical data received under this order to any countries for which the United States government requires an export license or other supporting documentation at the time of export or transfer, unless Buyer has obtained prior written authorization from the United States Office of Export Control or other authority responsible for such matters. 17. CANCELLATION; CHANGES FOR SERVICES— Buyer may cancel or make changes to a statement of work up to five (5) business days prior to commencement of the work. All changes and cancellations after such date are subject to Graybar's prior written approval in Graybar's sole and absolute discretion. Buyer shall pay to Graybar amounts necessary to cover cancellation, restocking fees and other charges applicable to the cancelled goods or services including those incurred or committed to by Graybar. 18. "30 days storage/staging included in our proposal. Anything beyond 30 days is subject to fees and/or a bill & hold agreement" L `!e fl 4c 9KZ, To: Seahurst cc: Site Emailed 7/23/21 RFI No. 121 Date 7/19/2021 # of pages Project No. 4 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/26/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Exterior Lights at Main Entry Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) At the main entry exterior covered area outside of Admin 101, there are (3) existing lights remaining in the soffit. We have maintained the pipe and wire feeding these lights because we have not found any direction to re-energize or demo the lights. The lights were originally fed by a panel and switch that we have demolished per plan. See attached for photos and recommendation. Please review and advise. Thank you. Cost Impact? ❑ Yes ❑ No - Potential Schedule Impact? ❑ Yes ❑ No -' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Demolish existing 3 entrance lights and replace with the following, or submit equal for approval: Kenall Millenium Square MS15FL-PP-MW-15L35K-277 (+ battery backup for one fixture as noted below) Connect entrance lights to same power circuit as adjacent Office lighting (HOS-1-1 per E2.1). Provide single standalone photocell for dawn -to -dusk control of all three fixtures. Provide toggle switch inside main door to allow manual override capability. The center entrance light shall have battery backup included for Code required egress lighting. L. Bragg (Hargis) 7/23/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works Flee. Contract No.: WA Seahurst Project#: 117110 Subject: Exterior Lights at Main Entry Spec Section: Plan No.: Originated From: Justin Kerr LCi RFI 121 Attachment R.F.I.#: 26 Date: 7/19/2021 Page / Paragraph: Detail No.: Request: At the Main entry exterior covered area outside of Admin 101 there are 3 existing lights remaining in the soffit. We have maintained the pipe and wire feeding these lights because we have not found any direction to re-energize or demo the lights. The lights were originaly fed by a panel and switch that we demolished per plan. Recommendation: Easiest option: The 3 existing fixtures should be reconnected to a new home run circuit from the closest new panel (assuming 120v BUT voltage requirements need to be verified). Seahurst have never seen the lights energized so there may be some rebuilding or retrofitting (recomended) of lamps and ballasts to get them to light up reliably. Control of the lights should be tied to an interior toggle switch grouped with similar at entry door. Additional daylight control Via Photo -cell switch mounted at exterior soffit to add automatic operation. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 7/26/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Demolish existing 3 entrance lights and replace with the following, or submit equal for approval: Kenall Millenium Square MS15FL-PP-MW-15L35K-277 (+ battery backup for one fixture as noted below) Connect entrance lights to same power circuit as adjacent Office lighting (HOS-1-1 per E2.1). Provide single standalone photocell for dawn -to -dusk control of all three fixtures. Provide toggle switch inside main door to allow manual override capability. The center entrance Tight shall have battery backup included for Code required egress lighting. L. Bragg (Hargis) 7/23/2021 By Firm Date CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 8/7/2021 Project: LCI Project No.: 044 RFI 139 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 928.00 E. OVERHEAD AND PROFIT ON $ SUBCONTRACT COST (6%) $ 55.68 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 29.51 983.68 29.51 TOTAL CHANGE PROPOSAL COST $ 1,013 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 8/9/2021 DATE 7 oo:uu. R'o se e 9 U Tom Romberg 01114.00 g3.3 (2) Lower Light Fixtures Per RFI 139 Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/9/2021 COP #: 044 Owner COP/CCD/PR #: RFI 139 Please provide a change order for the following work: Total price per attached breakdown: State and local sales tax: Extension of time: 1,013 include X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740M44 R001429- Pw feet Na`rariai Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 044 Owner COP/CCD/PR #: RFI 139 REV: 000 DATE: 8/9/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ TOTAL LABOR MATERIALS/EQUIPMENT RATE 95.00 88.95 77.15 75.85 67.72 = $ = $ $ = $ = $ = $ = $ TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ Seahurst PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 928.00 SUBTOTAL $ 928.00 MARK-UP @ Sub Direct Cost 928 6.0% Less Sub Fee $ 55.68 TOTAL SUBCONTRACTS $ 983.68 PROPOSAL SUBTOTAL $ 983.68 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 29.51 PROPOSAL TOTAL $ 1,013.19 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG' Electrical Services Seahurst Electric 2915 Chestnut St Proposed Change Order Everett, WA 98201 CCN# 15 Date: 8/9/2021 Client Address: Project Name: Tukwila Public Works Project Number: 117110 Lincoln Construction Page Number: 1 Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Work Description Scope: Lower lighting fixtures per RFI 139 Exclusions: We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 15. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 1/2" LT FLEX 20 201.37 C 40.27 12.00C 2.40 #12 THHN BLACK 100 214.24 M 21.42 15.00M 1.50 Coordination with HVAC 1 0.00E 0.00 2.00E 2.00 Totals 121 61.70 5.90 Summary General Materials 61.70 Total Material 61.70 Foreman (5.90 Hrs @ $103.26) 609.23 Total Labor 609.23 Foreman Truck (5.90 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 135.70 Subtotal 806.63 Overhead & Markup (@ 13.000 %) 104.86 Subtotal 911.49 Insurance (@ 1.800 %) 16.41 Final Amount $927.90 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# 15 Date: 8/9/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn he information provided. CLIENT ACCEPTANCE CCN #: 15 Final Amount:$927.90 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the abo,,e described work Work Description ORIGINAL L E. r. 1953 to: Capital Heating Seahurst Electric cc: Site Emailed 8/5/21 RFI No. 139 Date 8/5/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/5/2021 RFI Originator (Name & Company) Chris Seversike - Capital Heating & Cooling RFI Subject Upper Main Office HRU-1,2 Duct Height Related Spec Section(s) Related Drawing/Detail(s) M3.2 Specific Question(s) or Description of Cpncern(s) The upper floor has exposed ceilings and currently the bottom of our duct is at 9'-5". At this elevation, we are hitting structure and sprinkler main. If we lower the duct elevation, we are colliding with the lights. Please confirm - is it acceptable to lower the lights on upper level mezzanine to avoid duct light conflict? We need a response ASAP. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No -' Potential ❑ Yes ❑ No 4 Potential REVIEW Date of Review 5 -Aug -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Acceptable for lights to be lowered on the mezzanine to avoid duct conflicts. SHKS to coordinate with LCI/Seahurst for direction on light placement/elevation. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CAPITAL HEATING S. COOLING 0.Cmin[(:m4n Knn,1937 Capital Heating & Cooling, Inc. 1218 Carpenter Rd SE Lacey, Washington 98503 P. (360) 491-7450 Status Open LCi RFI 139 Attachment Project: 16285 Tukwila Maintenance - PW Fleet Facility 11210 Tukwila International Blvd Tukwila, Washington 98158 RFI #8: Upper Main Office HRU-1,2 Duct Height To Chris Seversike (Capital Heating & Cooling, Inc.) From Cole Blume (Capital Heating & Cooling, Inc.) (Response Required) Date Initiated Aug 5, 2021 Due Date Aug 8, 2021 Location Project Stage Course of Construction Cost Impact Yes (Unknown) Schedule Impact Yes (Unknown) Spec Section Cost Code Drawing Number M3.2 Reference Linked Drawings Received From Cole Blume (Capital Heating & Cooling, Inc.) Sub Job Phase 1 Copies To Activity Question Question from Cole Blume Capital Heating & Cooling, Inc. on Thursday, Aug 5, 2021 at 07:56 AM PDT The upper floor has exposed ceilings and currently the bottom of our duct is at 9'-5". At this elevation we are hitting structure and sprinkler main. If we lower the duct elevation we are colliding with the lights. Please confirm Is it acceptable to lower the lights on upper level mezzanine to avoid duct light conflict? Awaiting an Official Response Capital Heating & Cooling, Inc. Page 1 of 1 Printed On: Aug 5, 2021 08:45 AM PDT 1., 4e iza€ to: Capital Heating Seahurst Electric cc: Site Emailed 8/5/21 RFI No. 139 Date 8/5/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/5/2021 RFI Originator (Name & Company) Chris Seversike - Capital Heating & Cooling RFI Subject Upper Main Office HRU-1,2 Duct Height Related Spec Section(s) Related Drawing/Detail(s) M3.2 Specific Question(s) or Description of Cpncern(s) The upper floor has exposed ceilings and currently the bottom of our duct is at 9'-5". At this elevation, we are hitting structure and sprinkler main. If we lower the duct elevation, we are colliding with the lights. Please confirm - is it acceptable to lower the lights on upper level mezzanine to avoid duct light conflict? We need a response ASAP. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No J Potential ❑ Yes ❑ No ' Potential REVIEW Date of Review 5 -Aug -21 Reviewed by M Frantz Company SHKS RemarkslRecommendations Acceptable for lights to be lowered on the mezzanine to avoid duct conflicts. SHKS to coordinate with LCI/Seahurst for direction on light placement/elevation. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CAPITAL Capital Heating & Cooling, Inc. 1218 Carpenter Rd SE Lacey, Washington 98503 1 P (360) 491-7450 u.i;.enwc k•n S'.—or Status Open LCi RFI 139 Attachment Project: 16285 Tukwila Maintenance - PW Fleet Facility 11210 Tukwila International Blvd Tukwila, Washington 98158 RFI #8: Upper Main Office HRU-1,2 Duct Height To Chris Seversike (Capital Heating & Cooling, Inc.) From Cole Blume (Capital Heating & Cooling, Inc.) (Response Required) Date Initiated Aug 5, 2021 Due Date Aug 8, 2021 Location Project Stage Course of Construction Cost Impact Yes (Unknown) Schedule Impact Yes (Unknown) Spec Section Cost Code Drawing Number M3.2 Reference Linked Drawings Received From Cole Blume (Capital Heating & Cooling, Inc.) Sub Job Phase 1 Copies To Activity Question Question from Cole Blume Capital Heating & Cooling, Inc. on Thursday, Aug 5, 2021 at 07:56 AM PDT The upper floor has exposed ceilings and currently the bottom of our duct is at 9'-5". At this elevation we are hitting structure and sprinkler main. If we lower the duct elevation we are colliding with the lights. Please confirm Is it acceptable to lower the lights on upper level mezzanine to avoid duct light conflict? Awaiting an Official Response Capital Heating & Cooling, Inc. Page 1 of 1 Printed On: Aug 5, 2021 08:45 AM PDT CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin: A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: 045R1 CCD/PR No.: RFI 135 Date: 8/11/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,680.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 160.80 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 85.22 2,840.80 85.22 TOTAL CHANGE PROPOSAL COST $ 2,926 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 8/11/2021 DATE %e ;ia¢ ,R'3 eeu9 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/11/2021 COP #: 045R1 Owner COP/CCD/PR #: RFI 135 Please provide a change order for the following work: Electrical at doorway 130 per RFI 135 Total price per attached breakdown: State and local sales tax: Extension of time: 2,926 include X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 74ofnaz Roodev-put7ecs Vtaiiaget Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 045 Owner COP/CCD/PR #: RFI 135 REV: 001 DATE: 8/11/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAUEQUIPMENT SUBCONTRACTS Seahurst 0.0% 13.0% SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X 2,680.00 = $ 2,680.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL $ 2,680.00 2,680 6.0% Less Sub Fee $ 160.80 $ 2,840.80 3.000% $ 2,840.80 $ 85.22 2 926.02 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG' Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 13 Date: 8/11/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Rewire two HR dedicated receptacles as explained in the attached RFI. Exclusions: We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 13. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 3/4" EMT CONDUIT 80 70.61 C 56.49 0.00C 0.00 3/4" EMT INSUL STL COMP CONN 8 141.20 C 11.30 0.00C 0.00 #12 THHN BLACK 500 235.66 M 117.83 0.00 M 0.00 20A 1P BREAKER BOLT -ON 2 61.88E 123.76 0.00E 0.00 Labor to Trace, Demo, Install 16 0.00 E 0.00 1.00 E 16.00 Totals 606 309.37 16.00 Summary General Materials 309.37 Total Material 309.37 Foreman (16.00 Hrs @ $103.26) 1,652.16 Total Labor 1,652.16 Foreman Truck (16.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 368.00 Subtotal 2,329.53 Overhead & Markup (@ 13.000 %) 302.84 Subtotal 2,632.37 Insurance (@ 1.800 %) 47.38 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 13 8/11/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Final Amount $2,679.75 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based ai the information provided. CLIENTACCEPTANCE CCN #: 13 Final Amount:$2,679.75 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the abae described work Work Description ORIGINAL L 4L teo/ ea � resctia� % . 5sr. 1953 RFI No. 135 Date 7/28/2021 # of pages Project No. 5 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/5/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Doorway #130 (RFI 075) Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Response to RFI 075 told us to keep the existing devices and provide new conductors to do so, however, the circuits source panel has been demolished. These circuits will need to be fed from a new panel. See attached for recommendation. Please review and advise. Thank you. Cost Impact? ❑ Yes ❑ No -' Potential Schedule Impact? ❑ Yes ❑ No ' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Re -feed existing circuits from panel LOS -1, similar to other west end receptacles as noted in RFI 50 response. Receptacles shall have new devices and faceplates to match the other receptacles throughout the Warehouse space (ref E3.1, flagnote #1). L. Bragg (Hargis) 8/3/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works Flee. Contract No.: WA Seahurst Project#: 117110 Subject: RFI #75 R1 Doorway #130 Spec Section: Plan No.: Originated From: Justin Kerr LCi RFI 135 Attachment R.F.I.#: 33 Date: 7/29/1931 Page / Paragraph: Detail No.: Request: RFI 75's response told us to keep the existing devices and provide new conductors to do so. However, the circuits source panel has been demolished. These circuits will need to be fed from a new panel. Recommendation: Refeed existing outlets to remain from LOS -2 Circuits 30/32. Also feed the nearby receptacles under the stairs with the same circuits as they do not have a designation either. See attached pricing to do the discussed work. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 8/5/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Re -feed existing circuits from panel LOS -1, similar to other west end receptacles as noted in RFI 50 response. Receptacles shall have new devices and faceplates to match the other receptacles throughout the Warehouse space (ref E3.1, flagnote #1). L. Bragg (Hargis) 8/3/2021 By Firm Date L 4c:flea& .9`tc. To: Seahurst Electric cc: Site Email 6/1/21 RFI No. Date # of pages Project No. LCi RFI 135 Attachment 075 5/26/2021 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 6/2/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Doorway #130 Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) At new Doorway #130, an existing electrical conduit runs horizontally through the wall cavity. This conduit will have to be removed/altered for the new door to be installed. We assume the conduit pathway connects in -wall recessed receptacle boxes at the flanking walls (unconfirmed). See attached for photo & proposed recommendation. Please review & advise. Thank you. Cost Impact? ❑ Yes ❑ No 1 Potential Schedule Impact? ❑ Yes ❑ No -/ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Contractor shall field confirm the contents of existing conduit and take one of the following actions: 1. If conduit contains existing conductors to be reused (e.g. for existing receptacles), demolish and reroute conduit around new doorway. Provide new conductors as needed to maintain existing circuit runs. 2. If conduit does not contain existing conductors to be reused, cut and cap conduit at each side of doorway and abandon in place. L. Bragg (Hargis) 6/1/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION LCi RFI 135 Attachment Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works Contract No.: WA Seahurst Project#: 117110 Subject: Doorway #130 Spec Section: Plan No.: Originated From: Justin Kerr LCi RFI 075 Attachment R.F.I.#: 14 Date: 5/26/2021 Page / Paragraph: Detail No.: Request: At new doorway #130, an exiting electrical conduit runs horizontaly through the wall cavity. This conduit will have to be removed/altered for the new door to be installed. We assume the conduit pathway connects in -wall recessed receptacle boxes at the flanking walls (unconfirmed) Recommendation: Demo and reroute conduit around new doorway Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 6/2/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Contractor shall field confirm the contents of existing conduit and take one of the following actions: 1. If conduit contains existing conductors to be reused (e.g. for existing receptacles), demolish and reroute conduit around new doorway. Provide new conductors as needed to maintain existing circuit runs. 2. If conduit does not contain existing conductors to be reused, cut and cap conduit at each side of doorway and abandon in place. L. Bragg (Hargis) 6/1/2021 By Firm Date LCi RFI 075 Attachment LCi RFI 135 Attachment CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: 047 CCD/PR No.: RFI 041 Date: 8/11/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERREAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 3,993.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 239.58 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 126.98 4,232.58 126.98 TOTAL CHANGE PROPOSAL COST 4,360 CONTRACT TIME ADJUSTMENT (DAYS)! 0 Lincoln (Construction, Inc. CONTRACTOR 8/11/2021 DATE 74-ora.4 Rocx6ez9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/11/2021 COP #: 047 Owner COP/CCD/PR #: RFI 041 Please provide a change order for the following work: Provide reconditioned breakers at existing panels per RFI 41-55-56-57 Total price per attached breakdown: State and local sales tax: Extension of time: 4,360 include X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 74,u44 Roaic(icn f - aoect '%?1444 yea Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 047 Owner COP/CCD/PR #: RFI 041 REV: 000 DATE: 8/11/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ PHASE CODE UNITS 1 X = $ 1 X = $ 1 X = $ 1 X = $ RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAUEQUIPMENT SUBCONTRACTS 0.0% 13.0% Seahurst Electric SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X 3,993.00 = $ 3,993.00 1 X = $ 1 X = $ - 1 X = $ - X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL $ 3,993.00 3,993 6.0% Less Sub Fee $ 239.58 $ 4,232.58 3.000% $ 4,232.58 $ 126.98 $ 4,359.56 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG'Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 11.1 Date: 8/11/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per RFI 41,55,56,57 attached are prices for new required breakers in existing panels. These breakers are RECONDITIONED In good faith Seahurst will cover the cost of all the labor to shut down panels and install the breakers. 1 GE 480v/3pole/125A - TED134125WL- $284.89 for Re -Certified 1 G E 480v/2pole/300A - SGHA36AT0400 - $437.96 for Re -Certified SRPG400A300 Rating Plug - $39.22 for Re -Certified GE SG6DPK Hardware Kit - $592.00 1 GE TJF/TED 480v 3pole/150a - TED134150WL- $322.00 for Re -Certified 1 GE 480v/3pole/70A - TED134070WL - $129.33 for Re -Certified 9 GE TED 134015 breakers at 480v/3pole/15A MCB - TED134015WL-$118.16for Re -Certified 5 SqD I -line breakers at 480/3pole/15A MCB - FA36015 - $112.74 for Re -Certified Exclusions: We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 11.1. Itemized Breakdown Summary Reconditioned Breakers and Hardware Kits 3,432.54 Total Material 3,432.54 Warranty (1.00 @ 0.00 @ $38.79 + 0.000 % + 0.000 % + 0.000 %) 38.79 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 11.1 8/11/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Subtotal Overhead & Markup Subtotal Insurance Final Amount (@ 13.000 %) (@ 1.800 %) 3,471.33 451.27 3,922.60 70.61 $3,993.21 CONTRACTORCERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based m the information provided. CLIENT ACCEPTANCE CCN #: 11.1 Final Amount:$3,993.21 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the aba a described wcdc Work Description ORIGINAL CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 8/11/2021 Project: LCI Project No.: 048 RFI 128 1239 $ 151.70 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 19.72 151.70 D. SUBCONTRACT COST 342.00 19.72 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 20.52 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 16.02 362.52 16.02 TOTAL CHANGE PROPOSAL COST $ 550 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 8/11/2021 DATE 7l ; 44 , om6ez9 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/11/2021 COP #: 048 Owner COP/CCD/PR #: RFI 128 Please provide a change order for the following work: Provide access panel per RFI 128 Total price per attached breakdown: State and local sales tax: Extension of time: 550 include X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 74,1142 R(101. 19 - Failed V`1.cuca yet Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 048 Owner COP/CCD/PR #: RFI 128 REV: 000 DATE: 8/11/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL X = $ X = $ X = $ 2 X = $ 151.70 X = $ X = $ X = $ $ 151.70 SMALL TOOL ALLOWANCE @ 0.0% $ SUBTOTAL $ 151.70 MARK-UP @ 13.0% $ 19.72 $ 171.42 TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS 1 X = $ 1 X = $ 1 X = $ 1 X = $ RATE SUBTOTAL $ USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ TOTAL MATERIAUEQUIPMENT $ SUBCONTRACTS Capital Heating PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 342.00 = $ = $ 342.00 = $ = $ = $ = $ = $ = $ SUBTOTAL $ 342.00 MARK-UP @ Sub Direct Cost 342 6.0% Less Sub Fee $ 20.52 TOTAL SUBCONTRACTS $ 362.52 PROPOSAL SUBTOTAL $ 533.94 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 16.02 PROPOSAL TOTAL $ 549.96 Updated: 9/30/2011 Page 4 of 6 $ $ 39.00 Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI -128 BC -1 Access Date: 8/11/2021 Contractor: Capital Heating and Cooling Contractor Ref. No. COP 003 Description: Provide and install 18x36 access door for BC -1. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. noncraft labor Labor Markups: e. direct supervision (NTE 15% of la) f. safety (NTE 2% of lines la, b, & c) $ $ $ DIRECT LABOR SUBTOTAL $ - 7058 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form 4. SMALL TOOLS a. small tools (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to 550,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. f. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b, volume driven liability insurance 9. BOND 1.90 % of 1 1.00 % of 1-7 $ 300.00 Supervision markup should be zero if foreman time Is Included in direct labor costs. 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 300.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 300.00 5. OVERHEAD & PROFIT $ 39.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 3.39 8. INSURANCE $ 3.00 a. bond 1.00 % of 1-8 $ - 9. BOND $ Form Revised 9262008 TOTAL COST $ 342.00 COP 003 RFI 128 BC -1 Access Door Page of 8/11/2021 Project Name: TPW Description: Provide and install Access Door Contractor: Capital Heating and Cooling Owner COP No. Date: 8/11/2021 Contractor Ref. No. COP 003 Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost 18x36 access door 1 $0.00 $ - $0.00 $300.00 $ 300.00 $ 300.00 Field Labor 0 Hrs $104.70 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - Foreman $ - $ - $ - $ - Wage $64.91 $ - $ - $ - $ - Benefits $30.66 $ - $ - $ - $ - SUI $1.93 $ - 5 - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.39 $ - $ - $ - $ - FICA $4.02 S - $ - $ - $ - Medi $0.94 $ - S - $ - $ - PFMLA $0.08 $ - $ - $ - $ - Total $104.07 $ - S - $ - $ - $ - $ - $ - $ Journeyman S - $ - $ - $ - Wage S59.01 $ - $ - $ - $ - Benefits $30.60 $ - S - $ - $ - SUI $1.76 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.35 $ - $ - $ - $ - FICA $3.66 $ - $ - $ - $ - Medi $0.86 $ - $ - $ - $ - PFMLA $0.08 $ - $ - $ - $ - Total $97.46 $ - $ - $ - $ - $ - $ - $ - $ Apprentice 55% $ - $ - $ - $ - Wage $32.46 $ - $ - $ - $ - Benefits $25.51 $ - $ - $ - $ - SUI $0.97 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - S - FUTA $0.19 $ - $ - $ - $ - FICA $2.01 $ - $ - $ - $ - Medi $0.47 $ - $ - $ - $ - PFMLA $0.04 $ - $ - $ - S - Total $62.79 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - Labor Subtotal $ - Foreman $ - $ - $ - $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ - $ - $ - $ - Total Cost of Work Form Revised 9/26/2008 $ - $ - $ 300.00 $ 300.00 COP 003 RFI 128 BC -1 Access Door Page of 8/11/2021 L ..du4.alta eoadm4te eca 1(1c, RFI No. 128 Date 7/26/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 7/29/2021 RFI Originator (Name & Company) Chris Seversike - Capital Heating & Cooling RFI Subject BC -1 Access Related Spec Section(s) Related Drawing/Detail(s) M3.1 Specific Question(s) or Description of Concern(s) BC -1 is above a hard lid area. What is the plan for service access and maintenance? See attached. Please reivew and advise. Thank you. Cost Impact? ❑ Yes ❑ No ' Potential Schedule Impact? ❑ Yes ❑ No ' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations PROVIDE 36X18 CEILING ACCESS PANEL --9" FROM CONTROL PANEL END OF UNIT. COORDINATE ACCESS PANEL LOCATION WITH MECH CONTRACTOR & BC -01 ORIENTATION & MANUFACTURER'S RECOMMENDATIONS. SEE MARKED UP SKETCH. Regan Corwin, PE, Hargis Engineers, Inc. 7/28/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. CAPITAL HEATING & COOLING IkIi... C,mL.tS'me19]'! Capital Heating & Cooling, Inc. 1218 Carpenter Rd SE Lacey, Washington 98503 P. (360) 491-7450 Status Open LCi RFI 128 Attachment Project: 16285 Tukwila Maintenance - PW Fleet Facility 11210 Tukwila International Blvd Tukwila, Washington 98158 RFI #6: Bc 1 access To Chris Seversike (Capital Heating & Cooling, Inc.) From Cole Blume (Capital Heating & Cooling, Inc.) (Response Required) Date Initiated Jul 26, 2021 Due Date Jul 29, 2021 Location Project Stage Course of Construction Cost Impact Yes (Unknown) Schedule Impact Yes (Unknown) Spec Section Cost Code Drawing Number M3.1 Reference Linked Drawings Received From Cole Blume (Capital Heating & Cooling, Inc.) Sub Job Phase 1 Copies To Activity Question Question from Cole Blume Capital Heating & Cooling, Inc. on Monday, Jul 26, 2021 at 07:28 AM PDT BC -1 is above a hard lid area. What is the plan for service access and maintenance? Attachments 1627309686918.185059_templ mage.jpeg Awaiting an Official Response PROVIDE 36X18 CEILING ACCESS PANEL —9" FROM CONTROL PANEL END OF UNIT. COORDINATE ACCESS PANEL LOCATION WITH MECH CONTRACTOR & BC -01 ORIENTATION & MANUFACTURER'S RECOMMENDATIONS. SEE MARKED UP SKETCH. Regan Corwin, PE, Hargis Engineers, Inc. 7/28/2021 Capital Heating & Cooling, Inc. Page 1 of 1 Printed On: Jul 26, 2021 09:05 AM PDT ., Verizon LTE x6 10 7:26 AM 4 95%rfti1 LCi RFI 128 Attachment 8x8 EUH-01 1I LOCKER 12,1 l0 fr j BC -01 1 P•IC nl4c-l • Ccrinc. Wr 8x 120 0x8 110 unit capadl ii!loi T YP) (5 TYP) High press. Pipe r2 I .,TS.BdlSBf 6 o19.05(3)4) VE -11 COORDINATE ACCESS PANEL LOCATION WITH MECH CONTRACTOR & BC -01 ORIENTATION. Low press. Pipe 3.0'51..M) 022.2(7!8) 12r 1019.05(3)4) 022 2(718) or 028.58(1-118) 'For ' frgerant pipe sue. refer ro Installation Manual 01 outdoor 050110at source units. Provide 36x18 ceiling access panel -9" from control panel end of unit. A B +7120 18718.374 (7-15) (Lifting bolt pitch) 60(2-318)"C=0 - — 50(2-318) I / Indoor unit model (Note 4) at A a r. • s rr.� P18 or less:o6.35(114)<Brazed> 1"4'1 P18 over :09.52(303)03razed> Connection pipe or ', indoor unit (Gas) 6012 3.8) Indoor unit model (Note 4) 15 16 - 1-4-i I t Connection pipe of indoor unit (Liquid) Control Panel 45'.117_) E C D E —9-310 try 66826) 23114(8) 9113)' 15 900(3Wit 61 8834139!16)) L BC -01 97:81 1250) t a8 (Nae 2) 71 3 3 5 -r-i7; -2 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 049 CCD/PR No.: RFI 134 Date: 8/12/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 3,616.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 216.96 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 114.99 3,832.96 114.99 TOTAL CHANGE PROPOSAL COST CONTRACT TIME ADJUSTMENT (DAYS) 3,948 0 Lincoln Construction, Inc. CONTRACTOR 8/12/2021 DATE 74o i u 'ocss6ez9 u Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 8/12/2021 COP #: 049 Owner COP/CCD/PR #: RFI 134 Please provide a change order for the following work: Relocate electrical at bridge crane per RFI 134 Total price per attached breakdown: State and local sales tax: Extension of time: 3,948 include X not included 0 This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 76,4tac X'orn6e - Pw fed /`€ 49e' Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 049 Owner COP/CCD/PR #: RFI 134 REV: 000 DATE: 8/12/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 0.0% $ 13.0% $ $ PHASE CODE UNITS 1 X = $ 1 X = $ 1 X = $ 1 X = $ RATE SUBTOTAL $ USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ TOTAL MATERIAL/EQUIPMENT $ SUBCONTRACTS Seahurst PHASE CODE UNITS RATE 1 X = $ - 1 X 3,616.00 = $ 3,616.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 3,616.00 MARK-UP @ Sub Direct Cost 3,616 6.0% Less Sub Fee $ 216.96 TOTAL SUBCONTRACTS $ 3,832.96 PROPOSAL SUBTOTAL $ 3,832.96 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 114.99 PROPOSAL TOTAL 3 947.95 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG' Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 CCN# 16 Date: 8/12/2021 Client Address: Project Name: Tukwila Public Works Project Number: 117110 Lincoln Construction Page Number: 1 Proposed Change Order Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Work Description Scope: Per RFI 134 relocate existing electrical pathway in conflict with beam crane. Exclusions: Contract Exclusions We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 16. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 1/2" EMT CONDUIT 160 44.65C 71.44 4.50C 7.20 1/2" EMT STL COMP CPLG 14 834.43 C 116.82 12.00 C 1.68 1/2" EMT INSUL STL COMP CONN 14 785.21 C 109.93 25.00 C 3.50 #12 THHN BLACK 640 235.66 M 150.82 6.00M 3.84 4x21/8" SQ BOX COMB KO 4 364.78 C 14.59 30.00 C 1.20 4" SQ BLANK COVER 4 112.71 C 4.51 8.000 0.32 Totals 836 468.11 17.74 Summary General Materials 468.11 Total Material 468.11 Foreman (17.74 Hrs @ $103.26) 1,831.83 Total Labor 1,831.83 Foreman Truck (17.74 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 408.02 Genie 2624 (1.00 @ 1.00 @ $400.00 + 0.000 % + 0.000 % + 0.000 %) 400.00 Warranty (1.00 @ 0.00 @ $35.16 + 0.000 % + 0.000 % + 0.000 %) 35.16 Subtotal Overhead & Markup 3,143.12 (@ 13.000 %) 408.61 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# 16 Date: 8/12/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 Summary (Cont'd) Subtotal Insurance Final Amount (@ 1.800 %) 3,551.73 63.93 $3,615.66 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cri the information pro ided. CLIENT ACCEPTANCE CCN #: 16 Final Amount:$3,615.66 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the at se described work Work Description ORIGINAL L /1 Ziacceot ea 4ZnuCtiaot To: Seahurst cc: Site Emailed 8/4/21 RFI No. 134 Date 7/28/2021 # of pages Project No. 7 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/4/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Bridge Crane West Shop Related Spec Section(s) Related Drawing/Detail(s) S2.2.1, E3.2, ED3.1, E3.1 Specific Question(s) or Description of Concern(s) While coordinating with LCi, it was noticed that there are potential conflicts between the new bridge crane and existing electrical pathways that are to remain. These are shown on the attached and are located at the West Shop Grids 5 thru 8 by "G." There are multiple existing electrical pathways, boxes, and device locations along the support beam structure for the crane. They serve egress lighting, and general purpose receptacles within Grids 5, 6, 7 & 8. Please review and advise on items to be removed, reinstalled, or relocated. Thank you. Cost Impact? ❑ Yes ❑ No -/ Potential Schedule Impact? ❑ Yes ❑ No ❑ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Relocate the conflicting electrical pathways to the north side of grid line 'G' and maintain existing circuit continuity. L. Bragg (Hargis) 8/3/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. REQUEST FOR INFORMATION Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works Flee LCi RFI 134 Attachment R.F.I.#: 32 Contract No.: WA Date: 7/28/2021 Seahurst Project#: 117110 Subject: Bridge Crane West Shop Spec Section: Page / Paragraph: Plan No.: S2.2.1, E3.2, ED3.1, E3.1 Detail No.: Originated From: Justin Kerr Request: While coordinating with LCI it was noticed that there are potential conflicts between the new bridge crane and existing electrical pathways that are to remain. These are shown below and are located at the West Shop Grids 5 thru 8 by "G." There are multiple existing electrical pathways, boxes, and devices locations along the support beam structure for the crane. They serve egress lighting, and general purpose receptacles within Grids 5,6,7,8. Recommendation: Please review and advise on items to be removed, reinstalled, or relocated. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 8/4/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Relocate the conflicting electrical pathways to the north side of grid line 'G' and maintain existing circuit continuity. L. Bragg (Hargis) 8/3/2021 By Firm Date -c.)g .11^ < ; x . 111111111 111111 SHEET NOTES: r2 ! 51,,,t2.2 z cy) . ,... . . . . 0_ 67, IS i M 3 LI ,111,1,,1i1,11111.1,,,111,1 ,11 111111111111111/1 z a. uJ 0 CC 0 0 z- 0LL -; 11.1 Az EE � u J Q oc 1111111111 1111111 11111 SHEET NOTES: sx � o ESQ , U LL LL m O 39 o- CO 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 _a o� SSW £i a i aW id3Di ig 22 ttzly .N Yg g g e6N dPa tees 542' APAg A A A ` l 5 E➢ Si .;5x 1111111111 ilii 16 rq I '7' '7\7 7 7' 4 J P4 z J a uJ w 3 d z 0 1- 0 w 0 0 1- y w 0 0 J LL r c ei c o 1-7 "•=- Z.4= g- 9 9 9 i i I i i • i_ _. -I. .1-- I ! ! I 1 1. 1.1 3 I I. i I .I. I. 2152211 .5.15. 4 5- z CN1 ci u TO: 21-046(c) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 03 DATE: 7112/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (c ) 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 744-2021 Contractor -dei By 71 4.a Rom Title Plate ` Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 175,238.00 Date This Change Order (without tax) $ 125,064.00 By REV. CONTRACT AMOUNT $ 4,727,523.00 APPROVED BY THE CITY OF TUKWILA Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 242 days (December 3, 2021) 427� ).ae-urekttsrGz Public Works Director as�„° ^ e31O�°°x°° °� 07/20/2021 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 *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. Exhibit "A" ,4:i4+La -``� CHANGE ORDER - SUMMARY OF CHANGE o 4 CITY OF TUKWILA - Public Works (PW) Fleet & Facilities 39[}8 Project Name PW Fleet & Facilities CO # 003 Project # 91630601 Contract # 21-046 (c) Date 7/12/21 TO CONTRACTOR: Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 017B AS1003 Compressor Room Roof. Roof framing-decking installation in the Compressor room per ASI 003. UFC $15,342.00 COP 021A ASI 009 Draft Curtain at Tire Rack-Fire Sprinkler Portion Only. This cost includes design, fabrication labor, field labor and materials required to complete the Fire Sprinkler portion of the work. AD $11,783.00 COP 021B ASI 009 Draft Curtain at Tire Rack-Electrical Demo and Smoke Curtain Only. This cost is for the draft curtain above the tire carousel. Includes 4 additional smoke curtain penetrations and the removal of 1 existing ceiling fan. AD $54,561.00 COP 023 Per ASI 008R1 Added Rods to Existing Column Base Plates-Footing. This cost is for core drilling (32 holes) in existing column base plates and adding rods in the east shop. UFC $9,000.00 COP 027 Per RFI 060 Remove and Replace Transformer Pad. The cost to remove and reinstall existing transfouner, demo transformer pad, remove and reinstall existing bollards and pour new transformer pad per RFI 060. UFC $4,378.00 COP 028 Per RFI 102 Re-Route New Utility Due to Conflict with Existing Utility. The cost to remove and re-route sewer line due to conflict with existing water line elevation while installing. UFC $2,926.00 COP 029R1 Per RFI 078 Added DF-1 Scope. Drawings indicated 2 single station drinking fountains side by side. Mechanical demo plans instructed to demo the DF-1 (Drinking Fountain) in this location. Contractor instructed to provide 2 new DF-1. This is the cost of the additional drinking fountatin. DC $4,033.00 COP 030 Per RFI 086 Demo Electrical at New Pile Cap Location. This is an existing conduit running vertical out of the slab and into a breaker panel on gridlines C and 7. Cost to demolish welder panel 1 and feeder back to msb- 1. Feed roll up door at C & with conduit and wire from welder panel 2. UFC $1,045.00 COP 031R1 Per RFI's 080-087 and 103 Plumbing Demo. The cost for extra demo perfoinied beyond the scope of work due to X bracing on structural steel needed for seismic purposes. Various plumbing systems also need to be demo'd for this to happen. Cost of the additional plumbing demo. UFC $19,121.00 Project Name Project # COP 032 PW Fleet & Facilities CO # 003 UFC $2,875.00 91630601 Contract # 21-046 (c) Date 7/12/21 Per RFI 094 Deck Accessories. The cost to provide one row of continuous metal stud blocking between joists at deck transition per RFI 094. Change Order No. 003 $125,064.00 Reason Codes UFC Unforeseen Condition DC Design Change AD Agency Directive OC Owner Change AL Alternate CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 6/24/2021 Project: LCI Project No.: $ 1,300.00 017B ASI 003 1239 $ 3,445.68 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 616.94 $ 4,745.68 D. SUBCONTRACT COST $ 8,993.00 E. OVERHEAD AND PROFIT ON 616.94 SUBCONTRACT COST (6%) $ 539.58 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 446.86 9,532.58 446.86 TOTAL CHANGE PROPOSAL COST 15,342 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 6/24/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/24/2021 COP #: 017B Owner COP/CCD/PR #: ASI 003 Please provide a change order for the following work: Roof framing -decking installation per ASI 003. Total price per attached breakdown: State and local sales tax: Extension of time: 15,342 includE X not included TBD Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad ,Ram6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 017B Owner COP/CCD/PR #: ASI 003 REV: 000 DATE: 6/24/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER 24 24 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 1,820.40 X 67.72 = $ 1,625.28 X $ - X = $ - $ 3,445.68 0.0% $ $ 3,445.68 MARK-UP @ 13.0% $ 447.94 $ 3,893.62 TOTAL LABOR MATERIALS/EQUIPMENT Steel angles -brackets -Epoxy Lift SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 = $ - 1 X 1,050.00 = $ 1,050.00 1 X 250.00 = $ 250.00 X = $ - USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 1,300.00 $ 169.00 $ 1,469.00 Northshore Exteriors Washington Best Finishes PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 5,755.00 3,238.00 _ $ _ $ 5,755.00 _ $ 3,238.00 _ $ _ $ _ $ _ $ _ $ SUBTOTAL $ 8,993.00 MARK-UP @ Sub Direct Cost 5,755 6.0% Less Sub Fee $ 539.58 TOTAL SUBCONTRACTS $ 9,532.58 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 14,895.20 $ 446.86 15 342.05 Updated: 9/30/2011 Page 4 of 6 NORTHSHORE Itemized Change Order Proposal Attention: Tom Romberg Date: NSE Ref: By: 5/6/2021 Project: Tukwila Public Works COP -6233-001 COP / RFI #: ASI 003 Canon Snyder Work Description QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 4 Per Hr $ 105.70 $ 422.79 $ - $ - Shop Foreman 2 Per Hr $ 138.65 $ 277.29 $ - $ - Field Journeymen 8 Per Hr $ 98.18 $ 785.47 $ - $ - Field Foreman 8 Per Hr $ 105.99 $ 847.90 $ - $ - Delivery Driver 1 Per Hr $ 52.07 $ 52.07 $ - $ - Material Panel 400 sf $ 2.95 $ 1,180.00 $- $ - Flat sheet 4 ea $ 101.00 $ 404.00 $- $ - $$ $ - $$ $ - $$ $ - Equipment 20 ft flat bed 1 Per Hr $- $ - $ 57.00 $ 57.00 8 ft 1/2 ton Per Hr $- $ - $ 32.29 $ - Finn Power Shear Genius 2 Per Hr $- $ - $ 396.14 $ 792.28 RAS 90 Break 2 Per Hr $- $ - $ 74.28 $ 148.56 CNC Router Per Hr $- $ - $ 89.51 $ - Salvagnini Per Hr $- $ - $ 342.57 $ - 45 ft boom Manlift (Rented) Day $- $ - $ 530.00 $ - 65 ft Boom Manlift (Rented) Day $- $ - $ 655.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $- $ - $ 300.00 $ - Lift Delivery Fee EA $- $ - $ 150.00 $ - Subtotals Safety act expense @ 0% of direct labor Small tools expense @ 0% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Total Value of work $ 3,969.52 $ - $ 997.84 $ - $ - $ 38.08 $ 3,969.52 $ - $ 1,035.92 Subtotal of all expenses (labor, materials, & equipment) Contractor liability insurance = 1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 % overhead & profit for this contract including overhead & profit $ 5,005.44 $ 87.60 $ 5,093.04 $ 662.09 $ 5,755.13 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 0 E a) 0) 0 N a) 0 0 �-c v ) Material Handler CO CO N CO CO LO 0(��� co 47.84 ««This Cr) O CC) 71N O CO N O N O� ('7 O O I` N CO 0 O N O O N C7 E • 00 co a) Ea ea ea ea ea ea tn. Ea Ea Ea 0 Is- CO N00 Cfl O O (Y) 0 LO N L O • Et} Et} Et} Et} Et} 69- Et} Et} Et} O co co O co N co co O O O O t co t L0 co (6 N— Co Lf) N O J o— CV a) Et} Et} Et} Et} Et} Et} to 69. 69. 69- 0 O CO O N- CO N' Cr) O 0 0 0 0 CO LO M CO71- cco ao • N O a) N a) LL ▪ EA- EA- EA- EA- EA - Et} to69-69-69- O 0 0 LO • O CO N CO I` C7 0 E o U o a) L_ CO • U) c13 o E Q D a) Q - co _ L (6 0 U 0 ig (6 0 vnmLc(n�> HDU Indirect Fabrication Cost M N EA - M 0 ri M 0 ri EA - M N EA - M N EA - H H H H H ✓ v v v v ✓ v v v v ✓ v v v v ✓ v v v v 0 CO N Cfl EA- EA - EA- EA - 0 CO CO LO EA- EA - o -) A- 0) co O () EA- EA - co co cci • cCO EA- EA - E E a) 0- 4- _C - 4 - c13 c13 a) LO N- Co CO Cfl CO EA- EA - o coo co C7 co O EA- EA - EA- EA - I's CD LO EA- EA - LO CO•C7 CO• N— CO I` EA- - EA - Total time & a half Double time Premium (Y) CO L CO L) O Co N N Cfl O ti Ef} L) l(� co Ef} Total Double time Employee benefits = old acct 58500 20 ft Stake bed (Lg Hino) 8 ft 1/2 ton Pickup 1 1/2 ton Stake bed (Sm Hino) CNC Router RAS 90 Power Seamer Turret Punch Salvagnini RAS 73.40 Flex Bend Finn Power Press Break Finn Power Shear Genius Roller Machine 7500 Watt Generator 10,000 Watt Generator Mig/Tig Welder Gutter Roof panel Roll Former 45 ft boom Manlift (Rented) 65 ft Boom Manlift (Rented) 85 ft Boom Manlift (Rented) 125 ft Boom Manlift (Rented) 6000# Forklift Straight Mast (Owned) 26 Ft Scissor Lift 1000# (Rented) 34 ft 3,000# 4x4 Reach type Forklift (Rented) 43 ft 4,000# 4x4 Reach type Forklift (Rented) Month Week Day Hour $ 3,563.00 $1,247.00 $ 463.00 $ 57.00 $ 2,018.00 $ 706.00 $ 262.00 $ 32.29 $ 3,113.00 $1,089.00 $ 405.00 $ 49.80 $ 89.51 $ 74.28 $ 355.00 $ 124.00 $ 46.00 $ 5.68 $ 302.38 $ 342.57 $ 59.04 $ 44.79 $ 396.14 $ 388.00 $ 136.00 $ 50.00 $ 6.20 $ 738.00 $ 258.00 $ 96.00 $ 11.80 $ 450.00 $ 158.00 $ 59.00 $ 7.20 $ 3,124.00 $1,093.00 $ 406.00 $ 49.98 $ 2,900.00 $1,175.00 $ 530.00 $ 4,175.00 $1,795.00 $ 655.00 $ 7,400.00 $2,850.00 $1,120.00 $12,950.00 $4,700.00 $1,520.00 $ 3,706.00 $1,240.00 $ 443.00 $ 1,545.00 $ 595.00 $ 265.00 $ 2,950.00 $ 750.00 $ 420.00 $ 4,745.00 $1,495.00 $ 540.00 $ 1,418.69 $ 1,400.04 WBF 01 5/28/2021 Washington Best Finishes LLC COP Subcontractor Breakdown Summary Project Name: Tukwila Public Works Fleet and Facilities Building Project No. Source Documents: General Contractor: Lincoln Construction Inc. ASI -003 COP No. Date: Contractor Ref. No. Description: ASI -003 Added Compressor Room/Haz Mat Shed Roof Framing Provide additional cold formed metal roof framing at (E) Compressor Room extending south to end of existing brick wall. Note: Miscellaneous steel installation by WBF and provided by others i.e. 1/4" L -angle and 1/2" plate. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 0% of la) e. safety (NTE 0% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 1,400.04 4. SMALL TOOLS a. small tools (NTE 0% of la & b) $ 5. OVERHEAD & PROFIT a. Overhead & Profit 13 % Portion of 1,2,3 &4 6. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 7. BOND a. Bond 3.75 % of 1 % of 1-7 0.00 % of 1-6 $ 366.47 $ 52.50 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 1,400.00 1,419.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 2,819.00 5. OVERHEAD & PROFIT $ 366.00 6. INSURANCE $ 53.00 7. BOND $ TOTAL COST $ 3,238.00 Tukwila Public Works WBF COP #01 Page of Issued 6/14/2021 COP Cost Breakdown Washington Best Finishes LLC O LL m N Z jp a 0 0 U Contractor Ref. No. Project Name: Z U O Contractor: Total Cost $ 331.65 $ 875.40 V Ca. CO d) 0 O O N d) 0 O O M EFT $ 1,244.48 I $ 155.56 I $ 2,818.73 Equipment Cost EST Unit $ m CU m Cost $ 331.65 $ 875.40 v CO EFT $ 20.00 $ 30.00 $ 1,418.69 Unit $ $30.15 rn ui NI" EFT v v EFT $5.00 $5.00 Labor Cost $ 1,244.48 $ 155.56 $ 1,400.04 $ 1,400.04 Unit $ $77.78 $77.78 Unit Type CO CD CO CD CO CD CO CD CO CD s E s E >, CO 7 0 - Cfl M V CO CO N 600S162-54, 12' O N CO - Co N CO CO 0 0 0 N- S/JCT Hanger 5/8" x 6-1/2" Hilti Kwik HUS -EZ 1/2" bolt 2 Framers, 8 hours each Frame added roof per SSK-006 1 Framer, 2 hours Mobilization, weld joist hangers at end of sloped roof not previously shown in drawings. Labor Subtotal Foreman Total Cost of Work TS N 16 O n Equipment Issued 6/14/2021 Tukwila Public Works WBF COP #01 COP Wage Rates Project Name: Tukwila Public Works Fleet and Facilities Building 0 z a U 0 O N o O L O O o • O N r O U 4 E O O O 2 o C w O T U o a w o -o > o w o E > N w QE`o 2,_ . NIN-. m m o - s --.c.-1 o N o D o 0 c-=:-;;- r! r E E °,° m -o N O Y > w .-. O m O U .LO. U N r O oN> '5 m m aa 75 o ` a N ) .^O o 0 . 0 m m m m : .N o ° ° g3 a E O_.wm 2 0) 0) T N N o N 2 .8 C O '7)0 0 O Z0) C E .- O ( N -O) 0 > U o N a 0 d N co E OU U .'5 O Cd co ooa -g C O 0Ep0U•Np o LE.> OU OQ o O ` O Q 70 c,-_c.Ni O o ., E E W L o U(6 o o 0 ..- offs Q coa) .N o; EnO C 2 H EQ o EYo NOUCO> w >. !- E o O o __ C -o N C O NN O C U E C E2 a> 2OO U o N 'E -m E N E ONO w o Q i o N J 3 m o N -8 o t U U N LI` m 0 w a m o ° a = -O -O o vo) � O )i om w 0'N Q a'N'N 0 U o U N-- ° L r r EEEEE 0 0 0 0 0 0 0 o ro r- o. ... w w U E E E .0 N M V N (O 0 o 0 0 .E m o 0 0 -O c (4 U a W H 0 z Issued 6/14/2021 Form Revised 6/1/2004 EA CIO CIO CIO CIO EA ., EA CIO CIO CIO CIO EA CIO CIO Ell- CIO CIO EA EA CIO CIO CIO CIO EA CIO CIO EA CIO CIO EA CIO E» CIO CIO CIO CIO EA EA CIO CIO CIO CIO EA .. .. - EA Efl Efl Efl Efl EA Efl Efl EA Eft ER EA EH Finisher Foreman N co O) V to $ 20.47 O) f- O) co to N to to O M to $ 0.72 co O to to Ni M to co N .- to co O to 1n O) N. to co O) CO to (-- V n to 10 c} to (O to CO N M to $ 105.32 $ 25.78 Drywall Foreman $ 54.47 O) r- r cd M to $ 73.26 ,_ N to $ 3.38 O) r O to O) O to $ 3.26 to M to $ 0.22 N. co 00 to 1- co to O) r COM•• to $ 100.50 U) co 00 to to Ni M to t- 4- t- 4 - N 00 N ,- to to Drywall Finisher $ 44.84 I� V O N E» CO 1n CO E» CO O .- E» CO I-- Ni E» U) (O O E» r O E» (O (NI M E» N .- E» w O E» CO te N. E» CO N r CO E» $ 20.47 CO r N 0o E» V O) (O E» CO N M E» CO 1A Cr) N: co O) N E» E» A C 0 $ 49.52 O)o I- co CIO co EA .— CIO UO co N CIO r (O O CIO co O CIO to Ni co CIO to Ni .- CIO o Ni O CIO co r EA co N 4 00 CIO O) r Eft N. O OM) EA co r Eft co N CO EH $ 103.46 $ 25.68 0 0 O 00 o 0 O N m 0 NN- 4. 0 M 0 0 O V 0 Trade & Position Rate Schedule Date* 1. Hourly Wage Rate 2. Hourly Benefits SUBTOTAL 3. FUTA % of 1 0 U lL 4 5. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) Z J I: 8. Sick leave 9. FMLA TOTAL incl. .a roll taxes iculate OT Wage Rate @ 1.5x Benefits Subtotal Taxes: Lines L&I: WC Premium Total Overtime Rate Premium Portion Only U 0 O N o O L O O o • O N r O U 4 E O O O 2 o C w O T U o a w o -o > o w o E > N w QE`o 2,_ . NIN-. m m o - s --.c.-1 o N o D o 0 c-=:-;;- r! r E E °,° m -o N O Y > w .-. O m O U .LO. U N r O oN> '5 m m aa 75 o ` a N ) .^O o 0 . 0 m m m m : .N o ° ° g3 a E O_.wm 2 0) 0) T N N o N 2 .8 C O '7)0 0 O Z0) C E .- O ( N -O) 0 > U o N a 0 d N co E OU U .'5 O Cd co ooa -g C O 0Ep0U•Np o LE.> OU OQ o O ` O Q 70 c,-_c.Ni O o ., E E W L o U(6 o o 0 ..- offs Q coa) .N o; EnO C 2 H EQ o EYo NOUCO> w >. !- E o O o __ C -o N C O NN O C U E C E2 a> 2OO U o N 'E -m E N E ONO w o Q i o N J 3 m o N -8 o t U U N LI` m 0 w a m o ° a = -O -O o vo) � O )i om w 0'N Q a'N'N 0 U o U N-- ° L r r EEEEE 0 0 0 0 0 0 0 o ro r- o. ... w w U E E E .0 N M V N (O 0 o 0 0 .E m o 0 0 -O c (4 U a W H 0 z Issued 6/14/2021 Form Revised 6/1/2004 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 6/7/2021 Proj ect: LCI Project No.: 021A ASI 009 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 10,792.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 647.52 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 343.19 11,439.52 343.19 TOTAL CHANGE PROPOSAL COST 11,783 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 6/7/2021 DATE 7 cuazad R'om6e 9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/7/2021 COP #: 021A Owner COP/CCD/PR #: ASI 009 Please provide a change order for the following work: Per ASI 009 Provide draft curtain and fire sprinkler modifications for tire carousel. This is the fire sprinkler portion only. Total price per attached breakdown: State and local sales tax: Extension of time: 11,783 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,4144 ta4 ,Roodez9-Pw cota9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 021A Owner COP/CCD/PR #: ASI 009 REV: 000 DATE: 6/7/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 X 88.95 X 77.15 X 75.85 X 67.72 X X TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Smith Fire Systems SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X 10,792.00 = $ 10,792.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS 10,792 6.0% Less Sub Fee $ 10,792.00 $ 647.52 $ 11,439.52 PROPOSAL SUBTOTAL $ 11,439.52 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 343.19 PROPOSAL TOTAL $ 11 782.71 Updated: 9/30/2011 Page 4 of 6 71 SMITH FIRE SYSTEMS TELE: (253) 926-1880 • FAX (253) 926-2350 SMITH FIRE SYSTEMS, INC 1106 54th Avenue East Tacoma, Washington 98424 May 25, 2021 Lincoln Construction PO Box 730 Spanaway, Wa Attention: Tom Romberg Contractor Fax: Contractor Phone: (253) 847-6414 Job Name: Tukwila Fleet Services TI Job Address: 11210 Tukwila International Blvd Tukwila, Wa Job Number T121029 REVISED 6/3/21 - Enlarged Protection Area Reference: Change Order Request B - Tire Storage Protection Modifications Gentlemen: This cost includes design, fabrication labor, field labor and materials required to complete this portion of work. Smith Fire Systems will provide this work for the amount of $10,792.00, plus applicable state and local taxes. The following is our breakdown of costs: Material $ 3,783 Design Labor (10 hrs @ 102.00 hr) $ 1,020 Fab/Shop/List Labor (8.5 hrs @ $138.00 hr) $ 1,173 Field Labor (28 hrs @ $172.00 hr) $ 4,816 Grand Total $ 10,792 All work will be performed under the original conditions of the contract Upon acceptance, please sign in the space provided below and return one copy to our office along with any additional paperwork required by your office. Sincerely, Lane Luvaas Lane Luvaas Special Projects Manager (Accepted By) (Date) Smith Fire System Wage Breakdown FIELD LABOR BASE FIELD LABOR $ 64.62 HEALTH AND WELFARE $ 10.52 NASI PENSION $ 6.60 SUPPLEMENTAL PENSION $ 12.00 APPRENTICE FUND $ 2.00 INDUSTRY PROMOTION FUND $ 1.70 INTERNATIONAL TRAINING FUND $ 1.50 TOOLS $ 9.65 VEHICLE EXPENSE $ 15.51 LIABILITY INSURANCE $ 5.19 CELL PHONES $ 3.43 PAYROLL TAXES $ 9.38 LABOR AND INDUSTRIES $ 2.68 FIELD SUPPORT $ 5.58 CONTINUAL LEARNING/CERTIFICATIONS $ 1.85 SUBTOTAL $ 152.21 PROJECT OVERHEAD AND PROFIT 13% $ 19.79 TOTAL $ 172.00 DESIGN LABOR BASE DESIGN LABOR $ 90.00 PROJECT OVERHEAD AND PROFIT 13% $ 11.70 TOTAL $ 101.70 FAB/SHOP/LIST LABOR BASE FAB/SHOP LIST LABOR $ 122.00 PROJECT OVERHEAD AND PROFIT 13% $ 15.86 TOTAL $ 137.86 MATERIALS MATERIAL COST $ 3,348.00 PROJECT OVERHEAD AND PROFIT 13% $ 435.24 TOTAL $ 3,783.24 From: Tom Romberg <tom.romberg@lincolnnw.com> Sent: Thursday, June 24, 2021 11:43 AM To: Paul Schlachter Cc: Matt Frantz; Matt Strutynski Subject: TPW COP 21A Material Drawing Attachments: 20210624_111916.j pg Paul, Please see attached and below from Smith Fire on the materials for COP 021A as requested. Thank you Tom Romberg 1 LCA 4evacoi agazaactiapa ?Kc 5c4 19L- 11803 101' Ave Ct E, Suite 201 Puyallup, WA 98373 Cell 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Bass Van Soest <bvansoest@smithfire.com> Sent: Thursday, June 24, 2021 11:23 AM To: Tom Romberg <tom.romberg@lincolnnw.com>; Cindy Butterworth <cindy.butterworth@lincolnnw.com> Cc: Lane Luvaas <Iluvaas@smithfire.com> Subject: RE: Tukwila Fleet Services - Fire Sprinkler Revised Change Order B -Again 6-24-21 Tom, Please see the attached plan. The highlighted areas are where new material will be installed. The material cost provided includes pipe, fittings, hangers, earthquake bracing, and sprinkler heads. Bassione Van Soest Smith Fire Systems office: 253-926-1880 direct: 253-248-2643 fax: 253-926-2350 bass@smithfire.com 7.!{S4T.h`•�•240.6!•!6`wS%!Wil ASFS.: ✓J:' .. • (\.0o <S6) o(S1) NEW ON MEZZANINE PLAN o SUP -HE 0 o o NEW OF SPRI OES ICE NKLER DEMO DROP AT NEW OH DOOR �� ROLLUP 1 0 DOORS. 1" PLUG TYP O ) PLUS TIRE STORAGE SHOP & o� 0 s2 RTS N ,,,-c RAGE J� we 1 117 �--�� ��� 05 ---SB / R102 /4 ——I • O rvi 11/c . �, 4 4 3 () 3 ( () 3 () ()---(} r\ (M103^_ 0 0 I () ] 4. fs�� /� bbbb bbb r �U O ) 39 ( S4 0 0 ____0_ a_ NEW 1x1x1/2 WITH A TEE NEW SSU o 0 0 0 0 (S10) $ 1 0 (S5 co -2> � NEW AUTOMATIC rn AIR VENT (ECS " o _ H I 1 1 I 'AV -2) ADDrD TO TI f END OF 1 H Q THE LINE ON A RETURN BEND. n n �i n n r, VFHIf,I F n CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 6/24/2021 Project: LCI Project No.: $ 1,100.00 021B ASI 009 1239 $ 889.50 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 258.64 $ 1,989.50 D. SUBCONTRACT COST $ 47,853.00 E. OVERHEAD AND PROFIT ON 258.64 SUBCONTRACT COST (6%) $ 2,871.18 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 1,589.17 50,724.18 1,589.17 TOTAL CHANGE PROPOSAL COST 54,561 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 6/24/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/24/2021 COP #: 021B Owner COP/CCD/PR #: ASI 009 Please provide a change order for the following work: Per ASI 009 Provide draft curtain above tire carousel. Includes 4 additionall smoke curtain penetrations and the removal of 1 existing ceiling fan. This change may add additional time that is yet to be determined. No structural steel, plumbing, fire sprinklers, HVAC or other work is included in this COP. Total price per attached breakdown: State and local sales tax: Extension of time: 54,561 includE X not included TBD This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 021B Owner COP/CCD/PR #: ASI 009 REV: 000 DATE: 6/24/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT 10 CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE X 95.00 = $ - X 88.95 = $ 889.50 X 77.15 = $ - X 75.85 = $ X 67.72 = $ X $ = X$ - $ 889.50 TOTAL 0.0% $ $ 889.50 MARK-UP @ 13.0% $ 115.64 $ 1,005.14 TOTAL LABOR MATERIALS/EQUIPMENT Scissor Lift SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 1,100.00 1 X 0.00 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% _ $ _ $ 1,100.00 _ $ _ $ $ 1,100.00 $ 143.00 $ 1,243.00 Interior Tech Smoke Curtain Interior Tech Penetrations Seahurst Electric SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X 45,740.00 = $ 45,740.00 4 X 450.00 = $ 1,800.00 1 X 313.00 = $ 313.00 1 X = $ - X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 45,740 6.0% Less Sub Fee $ 47,853.00 $ 2,871.18 $ 50,724.18 3.000% $ 52,972.32 $ 1,589.17 54 561.48 Updated: 9/30/2011 Page 4 of 6 P.O. BOX 3695 SEATTLE, WA 98124 206.447.3005 PHONE 425.775.7333 FAX www.interior-tech.com WA CCEX:INTERTI138DZ UBI # 600 060 203 interior P.O. BOX 80400 PORTLAND, OR 97280 503.643.9480 PHONE 503.626.3568 FAX www.interior-tech.com OR CCB #63245 PROPOSAL QUOTED TO Lincoln Construction Inc ATTN Tom Romberg PROJECT TUKWILA PUBLIC WORKS FFB - DRAFT CURTAIN 6/11/2021 LOCATION Tukwila WA LEAD TIME 8 — 10 WEEKS FROM APPROVED DRAWINGS AND COMPLETED FIELD VERIFICATION ADDENDA PLAN DATE 06-02-2021 PAGE 1 of 1 Quotation is valid for thirty (30) days, excludes all taxes (resale cert. required), and is based on our Standard Terms & Conditions. Pricing shown is based on current market conditions. Prices subject to verification upon receipt of contract and firm ship date. FIXED DRAFT CURTAIN ASSEMBLIES BY SMOKE GUARD ➢ FIXED DRAFT CURTAIN (1) 48' Long x 10'-5" Drop @ up to 30' Above Finished Floor (1) 21' Long x 12'-4" Drop @ up to 30' Above Finished Floor o Fixed Barrier System o Draft Curtain Material is Glass Filament Fabric with Glass Fiber on One Side o Curtains Vertically Held by (1/2" Pipe)Gravity/Bottom Bar in Curtain o Angle Iron & Attachment Hardware (not galvanized) o (1) Curtain Penetration up to 2'x 2' ➢ ALL CURTAIN PENETRATIONS EXCLUDED ➢ POSITIVE/NEGATIVE PRESSURES TO BE NEGLIGIBLE & ARE NOT ACCOUNTED FOR ➢ SITE CONDITION REQUIREMENTS: o All horizontal & vertical support for attachment by others. o Attachment points to structure above/side to be clear of all obstructions. o Clear access from floor to attachment points above for entire run. FURNISHED & INSTALLED $45,740.00 ADDITIOINAL CURTAIN PENETRATIONS (UP TO 2' X 2') $450.00 EACH • State & Local Taxes, Permits and Cost of Bonds. • Deferred Submittals, Engineering and Seismic Design • Jamb, Structural Steel Supports, Backing or EXCLUSIONS:• Opening Preparation Threshold PAYMENT TERMS: 25% deposit prior to submittals, 50% prior to release for fabrication, 25% after installation. No retention. ACCEPTED BY PRINTED NAME COMPANY NAME PURCHASE ORDER # DATE JOSEF MECKO Direct Phone: 206-317-7704 Josef.mecko@interior-tech.com INTERIOR TECH I5 YOUR FIRE • LIGHT • SOUND • SPACE • SECURITY SPECIALIST Fire & Smoke Containment Doors and Curtains • Tubular Daylighting • Acoustic Operable/Folding/Glass Partitions Linen/Rubbish/Recycling Chutes • Coiling/Sectional/Industrial Doors/High Speed Doors and Grilles • More! SMOKE GUARD® system SG Draft i Fixed Draft Curtain SG Draft is a cost-effective, static curtain strategy for warehouses and manufacturing environments, used in both sprinktered and non-sprinktered buildings for automatic smoke removal. Draft curtains channel the ceiling jet away from the fire and out of the building via roof vents to remove the smoke or delay sprinkler activation. Dimensions • unlimted widths • variable drop lengths Code Compliance • 2015/2018 IBC Section 910.2.1 • NFPA 409 Section 5.17 • NFPA 13 Section 20.6.5 • NFPA 92 - Smoke Control Systems Compliance and Performance Standards • ASTM E 84 "Surface Burning Characteristics of Building Materials" • ASTM E 136 Certified Fabric Description. SG Draft is a code -compliant, lightweight, fixed fabric curtain, semi-permanent or temporary, system for Large vertical openings. The SG Draft SGTex10 smoke curtain material is a glass filament fabric with a glass fiber material on one side. Curtain Dimensions. SG Draft panels are manufactured in custom widths for ceiling spans of an unlimited width with a maximum drop Length of 15 feet. Consult smokeguard.com or your Local distributor for detailed information on this product. Installation. Alt Smoke Guard products are to be installed by factory recognized installation personnel. fare+smoke CURTAINS _ www.smokeguard.com wGddieve/P+:,qty toeitattitit164.y. GUARD" fire+smoke CURTAINS SGSO - 8 REV. 6 • COPYRIGHT 2021 SMOKE GUARD, INC. 800.574.0330 1 smokeguard.com SMOKE GUARD® system SG Draft Fixec Draft Curtain fire+smoke CURTAINS SGSO-8, REV. 6 • COPYRIGHT 2021 SMOKE GUARD, INC. 800.574.0330 1 smokeguard.com EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 08 Date: 6/24/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per ASI 09 demo celing fan. Exclusions: We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 08. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 4" SQ BLANK COVER 1 81.00C 0.81 2.50C 0.03 Demo Ceiling Fan 1 10.00E 10.00 1.00E 1.00 Cap Circuit 1 5.00E 5.00 1.00E 1.00 Totals 3 15.81 2.02 Summary General Materials 15.81 Total Material 15.81 Foreman (2.03 Hrs @ $103.26) 209.62 Total Labor 209.62 Foreman Truck (2.03 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 46.69 Subtotal 272.12 Overhead & Markup (@ 13.000 %) 35.38 Subtotal 307.50 Insurance (@ 1.800 %) 5.54 Final Amount $313.04 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 08 6/24/2021 Tukwila Public Works 117110 2 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 08 Final Amount:$313.04 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL ARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 09 To Tom Romberg Date of Issuance 06/02/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. IDescription 1 Make the following revision to the Drawings: o ADD ASK -021 Second Floor RCP at Tire Shop o ADD Sht A8.3 Interior Details — Draft Curtain o ADD Section 083497 Fixed Fabric Draft Curtain Attachments o ASK -021 Second Floor RCP at Tire Shop o Sht A8.3 Interior Details — Draft Curtain o Section 083497 Fixed Fabric Draft Curtain 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz 20' - 1" +/- 11 Sim A ASI - 009 Addendum 4 2-2"+/ KEYNOTE LEGEND CRANE RAILS 14.4 TROLLEY HOIST ON (E) RAIL 23.4 ROOFTOP MECHANICAL UNIT PER MECH 26.1 LIGHT FIXTURE PER ELEC 13 18'-11"+1 1 A3.2 1 A8.3 DEMO (E) CEILING FAN 2 A8.3 VEHI MAINTENANCE B 127 OTS 21'-0"+/- 23.4 O A ASI - 009 6/2/2021 7:14:55 AM S H K S A R C H I T EC TS FLEET AND FACILITIES BUILDING A2.2.2 SECOND FLOOR RCP Scale As Indicated 1050 N.38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchltects.com A -SK 021 LA N 1 1 Y o CD op0 g < mz CO 0 O Lu � • CO VIVO, el, 20,R9 TUKWILA PUBLIC WORKS FLEET AND FACILITIES BUILDING SHKSARCHITECTS SECTION 083497 FIXED FABRIC DRAFT CURTAIN PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Light weight fixed fabric, semi-permanent or temporary, fire barrier system for large vertical openings. B. Related Requirements: 1. 09 9100 - Paint: Field painting of specified componentsRELATED SECTIONS C. SUBMITTALS 1. Comply with Section 01 33 00 - Submittal Procedures: a. Product Data. b. Shop Drawings: 1) Include opening dimensions and attachment details. 2) Show and identify related work performed under other sections of the specifications. 2. Quality Assurance/Control Submittals: a. Certifications. b. Manufacturer's installation instructions and testing procedures. 3. Closeout Submittals a. Manufacturer's Warranty 1.2 QUALITY ASSURANCE A. Qualification of Installer: Pre -Installation Meeting: 1. Schedule and convene a pre -installation meeting prior to commencement of field operations with representatives of the following in attendance: Owner, Architect, General Contractor, and fire barrier system sub -contractor. 2. Review substrate conditions, requirements of related work, installation instructions, storage and handling procedures, and protection measures. 3. Document responsibilities of various parties and deviations from specifications and installation instructions. B. Warrenty 1. Provide manufacturer's standard one year warranty. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Draft Curtain 1 Smoke Guard Inc (Boise, ID) 2. Fire Curtain Technologies (Canadaigua, NY) 3. Or approved equal. B. Draft Curtain 1. Fixed smoke curtain, to prevent the movement of smoke and heat from one area to another in a fire. Size as indicated on Drawings. a. Curtain Fabric: Glass filament fabrics of glass fiber material coated on one side. b. Side Assembly: 1) Manufacturer's standard. c. Bottom Bar: 1) Manufacturer's standard type. d. Finishes: 1) Galvanized, field finished as noted. ASI 009 083497-1 06/01/21 TUKWILA PUBLIC WORKS SECTION 083497 FLEET AND FACILITIES BUILDING FIXED FABRIC DRAFT CURTAIN PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates upon which work will be installed. B. Verify related work performed under other sections is complete and in accordance with Shop Drawings. C. Verify wall surfaces are acceptable for installation of fire barrier system components. D. Coordinate with responsible entity to perform corrective work on unsatisfactory substrates. E. Commencement of work by installer is acceptance of substrate. 3.2 INSTALLATION A. Install fire barrier system components in accordance with manufacturer's installation instructions. END OF SECTION ASI 009 083497-2 06/01/21 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL COP NO: CCD/PR No.: Date: 6/7/2021 Project: LCI Project No.: $ 4,000.00 023 ASI 008R1 1239 $ 4,290.84 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 1,077.81 $ 8,290.84 D. SUBCONTRACT COST $ 1,861.00 E. OVERHEAD AND PROFIT ON 1,077.81 SUBCONTRACT COST (6%) $ 111.66 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 340.24 1,972.66 340.24 TOTAL CHANGE PROPOSAL COST 11,682 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 6/7/2021 DATE 7 cuazad R'om6e 9 0 Tom Romberg $9,000 Reduced per GC conversation with SOJ 7/6/2021 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/7/2021 COP #: 023 Owner COP/CCD/PR #: ASI 008R1 Please provide a change order for the following work: Per ASI 008R1 core drill (32 holes) existing column base plates and add rods. Total price per attached breakdown: State and local sales tax: Extension of time: 11,682 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,4144 ta4 ,Roode4uy-Pw cota9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 023 Owner COP/CCD/PR #: ASI 008R1 REV: 000 DATE: 6/7/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 28 LABORER 32 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 2,123.80 X 67.72 = $ 2,167.04 X $ = X$ $ 4,290.84 0.0% $ $ 4,290.84 MARK-UP @ 13.0% $ 557.81 TOTAL LABOR MATERIALS/EQUIPMENT Core Drill 32 holes $ 4,848.65 SUBTOTAL PHASE CODE UNITS RATE 32 X 125.00 1 X 0.00 1 X 0.00 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% _ $ 4,000.00 _ $ _ $ _ $ $ 4,000.00 $ 520.00 $ 4,520.00 Al's Welding PHASE CODE UNITS RATE 1 X = $ - 1 X 1,861.00 = $ 1,861.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,861.00 MARK-UP @ Sub Direct Cost 1,861 6.0% Less Sub Fee $ 111.66 TOTAL SUBCONTRACTS $ 1,972.66 PROPOSAL SUBTOTAL $ 11,341.31 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 340.24 PROPOSAL TOTAL $ 11 681.55 Updated: 9/30/2011 Page 4 of 6 AL'S WELDING STEEL FABRICATION, INC 222 DOWNIE ROAD CHEHALIS, WA 98532 360-740-8020 360-740-8826FX CHANGE ORDER REQUEST Date: 6/4/2021 Change Order No. Sub Mod #: Job No. 03 2109 General Contractor: Lincoln Construction Detailer: TJO Attn: Casey/Tom Original Drwg# : Project: Tukwila Facilities Bldg REF. ASI#008r1 Estimated Time for Delivery: Supply Scope: Supply and deliver steel to suit design changes by ASI#008r1 Material (HSS/Plate) 0 Lbs. @ $ 1.20 $ - Material 0 Lbs. @ (anchor bolts) $ 1,082.40 Galvanizing 0 Lbs. @ $ 0.65 $ - Sandblast/Tnemec 0 Lbs. @ $ 0.50 $ - Shop Labor 2 Mhr @ $ 65.00 $ 130.00 Quality Control 1 Mhr @ $ 60.00 n/c Material Handling/Delivery 2 Mhr @ $ 60.00 $ 120.00 Detailing Costs 5 Mhr @ $ 60.00 $ 300.00 Subtotal $ 1,632.40 O/H/P (12%) $ 195.89 L&I/Insurance (2%) $ 32.65 TOTAL: $ 1,860.94 Original Purchase Order Amount Total Cost of Change $ 1,860.94 ACCEPTED: By: Date: AL'S WELDING & STEEL FABRICATION, INC. By: Nick Fagernes Date: 6/4/2021 6/4/2021 Architect Supplemental Instructions Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 To: Al's Welding cc: Moe Welding Site Email 6/2/21 ASI No. SHKSARCHITECTS 08r1 Date of Issuance 06/02/21 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. IDescription Make the following revision to the Drawings: o Add SSK-011r1 Pile cap and column coordination at East Shop IAttachments - SSK-011r1 Pile cap and column coordination at East Shop Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Existing column base channel and anchors to remain Existing slab edge Work Point Pile cap per plan - see note 2 (skew as required to avoid slab reinf.) � - - - - si CL pile cap New WT column Notes: 1. Detail a • „ 13„ minming Existing slab reinforcing to remain per plan notes —�� �' ..•-•*--.- - (4) new 7/8"0 anchor rods. embed into pile cap per 9/S4.2 lies to braced frames shown in elevations 9/S3.3 & 11/S3.3. Omit new shear as shown in 4/S5.1 & 10/S5.2 in these locations. Provide base plate as required for gusset installation. Anchor bolts in base plate not required. - • • . -IP •' • -I If • 1 • • . dimensions. Sizes should only be increase if required due coordination with existing conditions. Reinforce per 5/S4.2 1201 First Avenue South, Suite 310 Seattle, Washington 95134 206-402-5156 www.lundopsahl.com Project Tukwila Public Works - Fleet and Facilities Building East Shop Baseplate and Anchorage Coordination Project No. 19-005-01 Date 06/01/2021 Reference Scale as shown SSK-011 rl CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 6/17/2021 Project: LCI Project No.: $ 485.00 027 RFI 060 1239 $ 1,156.69 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 213.42 $ 1,641.69 D. SUBCONTRACT COST $ 2,260.00 E. OVERHEAD AND PROFIT ON 213.42 SUBCONTRACT COST (6%) $ 135.60 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 127.52 2,395.60 127.52 TOTAL CHANGE PROPOSAL COST 4,378 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc_ CONTRACTOR 6/17/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/17/2021 COP #: 027 Owner COP/CCD/PR #: RFI 060 Please provide a change order for the following work: Per RFI 088 remove and reinstall existing transformer, demo transformer pad, remove and reinstall existing bollards amd pour new transformer pad. Total price per attached breakdown: State and local sales tax: Extension of time: 4,378 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 027 Owner COP/CCD/PR #: RFI 060 REV: 000 DATE: 6/17/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 9 LABORER 7 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 682.65 X 67.72 = $ 474.04 X $ - X = $ - $ 1,156.69 0.0% $ $ 1,156.69 MARK-UP @ 13.0% $ 150.37 $ 1,307.06 TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Concrete Yards 2 X 110.00 = $ 220.00 Rebar 1 X 75.00 = $ 75.00 Bollard Bolts 1 X 65.00 = $ 65.00 Dumpster 1 X 125.00 = $ 125.00 SUBTOTAL $ 485.00 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ 63.05 TOTAL MATERIAL/EQUIPMENT $ 548.05 SUBCONTRACTS Seahurst Electric PHASE CODE UNITS RATE 1 X = $ - 1 X 2,260.00 = $ 2,260.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,260.00 MARK-UP @ Sub Direct Cost 2,260 6.0% Less Sub Fee $ 135.60 TOTAL SUBCONTRACTS $ 2,395.60 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 4,250.71 $ 127.52 4 378.23 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 06 Date: 6/17/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Remove Transformer for building structural work and reinstall afterward. Onsite storage of Transformer. Exclusions:Cutting, patching, relocating, new feeders, bollards, concrete, housekeeping pad, and core drilling. Theft protection of existing wire, and damage to transofmer by anyone other than Seahurst during onsite storage. We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 06. Itemized Breakdown Description Remove and Reinstall Transformer Totals Qty Net Price U Total Mat. Labor U Total Hrs. 1 20.00E 20.00 14.00E 14.00 1 20.00 14.00 Summary General Materials 20.00 Total Material 20.00 Foreman (15.40 Hrs @ $103.26) 1,590.20 Total Labor 1,590.20 Foreman Truck (15.40 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 354.20 Subtotal 1,964.40 Overhead & Markup (@ 13.000 %) 255.37 Subtotal 2,219.77 Insurance (@ 1.800 %) 39.96 Final Amount $2,259.73 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 06 6/17/2021 Tukwila Public Works 117110 2 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 06 Final Amount:$2,259.73 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL To: Seahurst Site Email 5/19/21 RFI No. 060 Date 5-11-2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 2021-05-17 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Transformer on Gridlines C & 12-13 Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) There is a transformer and concrete pad on Gridlines C & 12-13. It's located on the inside corner where the west shop and the east shop meet. This transformer and concrete pad need to be removed in order to install the new pile cap footing. See attached photo. Please review and advise. Thank you. Cost Impact? • Yes • No i Potential Schedule Impact? • Yes • No i Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Temporarily remove transformer and bollards. Reinstall/reconnect at existing location after installation of pile cap. L. Bragg (Hargis) 5/17/2021 Demo (E) conc pad and bollards for pile work and provide new conc pad in (E) location for reinstalled transformer, reinstall (e) bollards. See attached ASK 016, 017, 018. M Frantz (SHKS) 5/19/2021 NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. I— - 5/19/2021 8:34:44 AM SHKSARCHITECTS 1050 N.3Sth St. Seattle, WA 98103 ae: 206.675.9151 www.shksarchitects.com 0 0 0 Oa Oa NJ ro w > 0 c, c,0 0 0 2< 2 2 2 Z 2 O- z 0 0 0 z ,,_ _ Fri_ O y 2 n 8 m z N 0 m d D c, m m m D m m D < < 0 0�J 0 — m ONIAVd 11VH ON3931310NA]N FLEET AND FACILITIES BUILDING AD2.0 DEMO SLAB PLAN Scale:As Indicated A -SK 016 5/19/2021 8:34:44 AM SHKSARCHITECTS 1050 N.3Sth St. Seattle, WA 98103 ae: 206.675.9151 www.shksarchitects.com conal 1X31 310NA3N ON3931 310NA]N FLEET AND FACILITIES BUILDING A2.1.1 SLAB PLAN - WEST Scal e:As Indicated A -SK 017 5/19/2021 8:34:44 AM S310N 1V113N30 SHKSARCHITECTS 1050 N.38th St. Seattle, WA 98103 ae: 206.675.9151 www.shksarchitects.com I o A W Cr,14 14 14 14 A Cr, W V cr, A +• V Oa O V o c m n „ x cn 0 n n x o ro ro O m p >� 2• ,E m ", „ o n m S o o m o 0 0 O -o z z z m Ll n= cn = 0 m D . GO m.- C m z z m C D 0 0 0 ▪ 2 Z C m: a 2 n Z LZ -1 m JJ JJ JJ czi z m�J czi ' c� CO `" m z ▪ :: z m zr. zr. m m m ., D m -DN m rn o 0s 0 N^ Ll�' 31 31'm C rMi mmz2 m N DD N CO 2v mJD.1JD.1m mO prri JJ m m 2 mLl D O O C ir.rs NmCJ Z Um CN • 2 CJ - _,00 0n ::=T 0 2t' N �0D P Z Z -1-I M 2 2 2= r�rr�i O D O z: zOD N D D O , ▪ c M N -Z' os C7 D rp ,-s r -i* D 2 n m JDJ D ▪ m JJ - 0 m C m o m m N O S D rn z 31 O 0 m C m Co M JJ O Z' = O O O 2 Z C Z 0 D 0 n —I 2 -I 0 -0 0 0 O O 0 0. 1X31 310NA3N ON3931310NA]N FLEET AND FACILITIES BUILDING A2.1.2 FIRST FLOOR PLAN - WEST Scal e:As Indicated A -SK 018 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 6/21/2021 Project: LCI Project No.: 028 RFI 102 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,680.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 160.80 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 85.22 2,840.80 85.22 TOTAL CHANGE PROPOSAL COST 2,926 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 6/21/2021 DATE 7 cuazad R'om6e 9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/21/2021 COP #: 028 Owner COP/CCD/PR #: RFI 102 Please provide a change order for the following work: Per RFI 102 remove and re-route utility due to existing utility conflict Total price per attached breakdown: State and local sales tax: Extension of time: 2,926 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,4144 ma4 ,Roode4uy- Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 028 Owner COP/CCD/PR #: RFI 102 REV: 000 DATE: 6/21/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 X 88.95 X 77.15 X 75.85 X 67.72 X X TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% NW Cascade PHASE CODE UNITS RATE 1 X = $ - 1 X 2,680.00 = $ 2,680.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,680.00 MARK-UP @ Sub Direct Cost 2,680 6.0% Less Sub Fee $ 160.80 TOTAL SUBCONTRACTS $ 2,840.80 PROPOSAL SUBTOTAL $ 2,840.80 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 85.22 PROPOSAL TOTAL $ 2 926.02 Updated: 9/30/2011 Page 4 of 6 ew NORTHWEST CASCADE INC. POST OFFICE BO%J3399, VIIYALLIIV, WASHINGTON 98373 / TOLL FREE 800.562 OFFICE BOX 73399, PUYALLUP, WASHINGTON / FREE 800-562-4442 Action Request Date: 6/21/2021 To: Casey Neuman Project Manager Lincoln Constriction 11210 Tukwila International Blvd. Tukwila, WA 98168 425-350-0004 From: Chris Brazda RE: RFI on Altering Sewer Route on North side NWC # 4313 Action Request # 2 Casey, The purpose of this action request is to recap the costs with the Field Change Directives associated with rerouting sewer line due to conflict with existing water line elevation while installing towards NE building connection. NWC removed 42LF of pipe, installed a 45 fitting and ran at 0.8% slope for 25LF. Then ran at 4.12% slope for 25LF and installed another 45 fitting into the building. NWC also encountered an empty abandoned septic tank while running the sewer line to the NW building connection. NWC caved in the top and sides and filled with native. Pipe location and slope were maintained per plan. In analyzing this scenario, NWC has prepared a forward price of $2,680.21 to complete the above mentioned work. NWC is requesting a change order be issued in the amount of $2,680.21 at your earliest convenience. Please provide timely response to this request so that we may protect the overall project schedule and sequencing. If you would like to discuss this matter in more detail, I can be reached at 253-370-0669. Respectfully, ris Brazda NORTIIWEST CASCADE, INC. Bill to: Lincoln Construction NWC PROJECT # 4313 EW# 1 DESCRIPTION: Reroute Sanitary Sewer Due to Conflict with Water LOCATION: Tukwila Fleet & Facilities Building WORK DATE(S): 6/18/2021 LABOR HOURS RATE AMOUNT Laborer Group 2A - Flaggers Laborer Group 2B - TCS Laborer Group 3 - General Laborer Laborer Group 4 - Pipe Layer Laborer Group 5 - Grade Checker/Pipe Layer Lead Laborer Group X - Concrete Finisher Foreman REG O.T. REG O.T. REG O.T. REG 4.5 O.T. REG O.T. REG O.T. REG 4.5 O.T. 0 $54.41 $0.00 0 $73.41 $0.00 0 $61.64 $0.00 0 $83.48 $0.00 0 $64.19 $0.00 0 $87.96 $0.00 4.5 $65.36 $294.14 0 $89.70 $0.00 0 $66.17 $0.00 0 $90.91 $0.00 0 $79.20 $0.00 0 $109.26 $0.00 4.5 $90.01 $405.03 0 $122.96 $0.00 Operator Group 3 - Light Operator Group 2 - Heavy Operator Group 1 - Heavy/Heavy REG O.T. REG 9 O.T. REG O.T. REG O.T. 0 $81.67 $0.00 0 $110.69 $0.00 9 $81.85 $736.66 0 $111.69 $0.00 0 $83.77 $0.00 0 $112.82 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 LABOR SUBTOTAL: $1435.83 13% MARKUP: $186.66 0% Sick Leave: $0.00 0% Small Tools: $0.00 LABOR TOTAL: $1622.49 EQUIPMENT HOURS RATE AMOUNT C928 2020 CHEVROLET 3500 FOREMAN TRUCK REG 4.5 STNBY 4.5 $27.28 $122.76 0 $3.27 $0.00 TRACTOR REG 4.5 D211 2013 JOHN DEERE 310SK LOADER STNBY 4.5 $43.53 $195.89 0 $11.16 $0.00 CRAWLER REG 4.5 D229 2018 DEERE 135G MOUNTED STNBY #N/A #N/A #N/A #N/A REG STNBY 4.5 $85.70 $385.65 0 $24.77 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 #N/A #N/A #N/A #N/A REG STNBY #N/A #N/A #N/A #N/A REG STNBY #N/A #N/A #N/A #N/A REG STNBY 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 EQUIPMENT SUBTOTAL: $704.30 13% MARKUP: $91.56 EQUIPMENT TOTAL: $795.85 MATERIALS HRS/UNITS RATE AMOUNT MATERIAL SUBTOTAL: $0.00 13% MARKUP: $0.00 MATERIAL TOTAL: $0.00 SUBCONTRACTORS HRS/UNITS RATE AMOUNT SUBCONTRACTOR SUBTOTAL: $0.00 13% MARKUP: $0.00 SUBCONTRACTOR TOTAL: $0.00 SERVICES HRS/UNITS RATE AMOUNT SUBCONTRACTOR SUBTOTAL: $0.00 13% MARKUP: $0.00 SUBCONTRACTOR TOTAL: $0.00 LATEST REVISION 11/18/2020 TOTAL $2418.34 Lincoln Construction N 1 WORK DATE(S): 6/18/2021 H 5 0 69 69 69 N 69 Laborer Group 2A - Flaggers 69 69 69 00 00 69 Laborer Group 2B - TCS al 69 al 69 1-1 1-1 69 al 00 00 69 Laborer Group 3 - General Laborer 69 69 69 h Ol 00 69 Laborer Group 4 - Pipe Layer 69 N 69 69 al al 69 Laborer Group 5 - Grade Checker/Pipe Layer Lead 69 Cr N 69 69 CA N al 69 Laborer Group X - Concrete Finisher 69 Cr, 69 69 CN CN CAN 69 69 Cr, 69 69 CN CN CAN 69 69 N 00 69 69 Cr, 69 Operator Group 3 - Light 00 00 69 00 00 00 69 1-1 1-1 69 Cr, 69 Operator Group 2 - Heavy 69 N h 00 69 69 00 69 Operator Group 1 - Heavy/Heavy 69 69 69 69 O � � O O - 69 9 69 9 Small Tools: LABOR TOTAL: H 5 69 oo N 69 69 N 69 r~' O • x w H H 0 C928 2020 h 00 69 h 00 69 1-1 1-1 C7 69 N h 69 r~' D229 2018 69 69 C7 H z z z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 69 69 69 69 69 69 69 69 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 69 69 69 69 69 69 69 69 r•71- 0 69 69 0 O c] z EQUIPMENT TOTAL: (24 O O 609 609 (24 O O O 69 ▪ 69 69 O O O 69 ▪ 69 69 69 69 O O 609 609 CTOR SUBTOTAL: z 0 (24 SERVICES O O O 69 ▪ 69 69 O O O 69 ▪ 69 69 69 69 O O 609 609 CTOR SUBTOTAL: z 0 LATEST REVISION 11/18/2020 w NORTHWEST CASCADE INC. POST OFFICE BOX 73399. PUYALLUP. WASHINGTON 98373 / TOLL FREE 800-562-4442 DAILY FORCE ACCOUNT SHEET PAGE: ,: OF OWNER: L Iettot?t Lo^ WEATHER: Stir t. EW #: JOB NAME & #:y' (� I� 1,,.k-t-J\o (�ti„ e cR1,t1t 1,4.5 '( START TIME: 9 10 y S DATE: C.,/ (St -Lk OWNERS REP: C pStuf ,/v -t 1.4 s -e a Aa END TIME: GG 0,,,_ WORK PERFORMED & LOCATION: 1n c �•T �t/ U!1_ ,r,h l'L�t.i 1_ 1 r\, Ll 1+ L.4- r. 1 [ �iG.�M1;. N�. 'LVY�lIGN ). „ 1'{, Cc. --156 ,".i 451 6 w04%. L., chk b i- .i: o tlu, Iwsfi C 1....n &In+ Iyer. y/� 5 �7 L /� r 1- y, Lii+1T4Nln4f� P,..."�tl�'� 14 61'1 6W f� 4' i 7V 41 E.1 I.r.ii .r {i i 1L T e LI41i,V -%FtW I'V r•% L'I.IZ�/, 4�vr J-/5° :�#ti (I5` ►vn..i-. '1'�� /b -61)t., 1, , 1.-,��..,1,,) It' c:,c 1...11 1 AkrK.Adtl 6 ,0/, 4%) A het..$ 4%) Lnivr:i {.i T"N ✓tr) A. . z 1 e.c Vl.n iL 1419 I.4eNd c - t + LABOR WORKER'S NAME WORKER'S OCCUPATION REG TIME TIME & A HALF DOUBLE TIME y 5 -1- 1 1 D 1.. I ( 7tI1 310 11 �kt1-14-, 1o.. R0e,3,L,1c6r. op4✓itiApr. 55 rwt ..--.ini 1 rL.t / EL Li 5 E-1-1,10.... iPr V Y. t k7, 17r.✓ 1✓ 5- 55- 4%) A het..$ 4%) Lnivr:i {.i H 5 EQUIPMENT EQUIPMENT NUMBER EQUIPMENT DESCRIPTION HOURS STANDBY Dz1,L 1 1 c CLxaLi{ 4� 5 -1- D 1.. I ( 7tI1 310 11 �kt1-14-, LI .5.- 1 rwt ..--.ini 1 rL.t / EL Li 5 MATERIALS OR SERVICES VENDOR & INVOICE # MATERIALNENDOR DESCRIPTION NWC REPRESENTATIVE: OWNER R RESENTATIVE: REPRESENTATIVE TITLE: HOURLY LABOR RATES LATEST REVISION 7/1/2020 7.65% 2.23% $1.62 UNION BENEFITS Employment Total Public Scale FICA Security Workers Comp. Sick Leave Laborers Operators Teamsters Safety Tests Perish Supplies Hourly LABORERS Laborer Group 2A - Flaggers Regular: $ 31.82 2.43 0.71 1.62 Overtime: $ 47.73 3.65 1.06 1.62 Laborer Group 2B - TCS Regular: $ 37.73 2.89 0.84 1.62 Overtime: $ 56.60 4.33 1.26 1.62 Laborer Group 3 - General Laborer Regular: $ 39.81 3.05 0.89 1.62 Overtime: $ 59.72 4.57 1.33 1.62 Laborer Group 4 - Pipe Layer Regular: $ 40.77 3.12 0.91 1.62 Overtime: $ 61.16 4.68 1.36 1.62 Laborer Group 5 - Grade Checker/Pipe Layer Lead Regular: $ 41.43 3.17 0.92 1.62 Overtime: $ 62.15 4.75 1.39 1.62 Laborer Group X - Concrete Finisher Regular: $ 52.90 4.05 1.18 1.62 Overtime: $ 79.35 6.07 1.77 1.62 0.80 13.85 0 0 $ 1.59 $ 1.59 $ 54.41 0.72 13.85 0 0 $ 2.39 $ 2.39 $ 73.41 0.94 13.85 0 0 $ 1.89 $ 1.89 $ 61.64 0.79 13.85 0 0 $ 2.83 $ 2.20 $ 83.48 1.00 13.85 0 0 $ 1.99 $ 1.99 $ 64.19 0.90 13.85 0 0 $ 2.99 $ 2.99 $ 87.96 1.02 13.85 0 0 $ 2.04 $ 2.04 $ 65.36 0.92 13.85 0 0 $ 3.06 $ 3.06 $ 89.70 1.04 13.85 0 0 $ 2.07 $ 2.07 $ 66.17 0.94 13.85 0 0 $ 3.11 $ 3.11 $ 90.91 1.32 15.49 0.99 15.49 OPERATORS 0 0 O $ - $ 2.65 $ 79.20 O $ - $ 3.97 $ 109.26 Operator Group 1 - Heavy/Heavy Regular: $ 48.77 3.73 Overtime: $ 73.16 5.60 Operator Group 2 - Heavy Regular: $ 48.15 3.68 Overtime: $ 72.23 5.53 Operator Group 3 - Light Regular: $ 47.60 3.64 Overtime: $ 71.40 5.46 Foreman Regular: $ 52.90 4.05 Overtime: $ 79.35 6.07 1.09 1.62 1.22 0 22.47 0 $ 2.44 $ 2.44 $ 83.77 1.63 1.62 1.03 0 22.47 0 $ 3.66 $ 3.66 $ 112.82 1.07 1.62 1.20 0 22.47 0 $ 1.73 $ 1.92 $ 81.85 1.61 1.62 1.02 0 22.47 0 $ 3.61 $ 3.61 $ 111.69 1.06 1.62 1.19 0 22.47 0 $ 1.71 $ 2.38 $ 81.67 1.59 1.62 1.01 0 22.47 0 $ 3.57 $ 3.57 $ 110.69 1.18 1.62 1.77 1.62 O 22.47 0 $ 2.65 $ 2.65 $ 90.01 O 22.47 0 $ 3.97 $ 3.97 $ 122.96 TEAMSTER C:\Users\12532\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\T6M9HCYX\4313 EW Recap CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 7/6/2021 Proj ect: LCI Project No.: 029R1 RFI 078 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 3,694.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 221.64 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 117.47 3,915.64 117.47 TOTAL CHANGE PROPOSAL COST 4,033 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 7/6/2021 DATE 7 cuazad R'om6e 9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/6/2021 COP #: 029R1 Owner COP/CCD/PR #: RFI 078 Please provide a change order for the following work: Per RFI 078 Added DF -1 Scope Total price per attached breakdown: State and local sales tax: Extension of time: 4,033 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,4144 ma4 ,Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 029 Owner COP/CCD/PR #: RFI 078 REV: 001 DATE: 7/6/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 X 88.95 X 77.15 X 75.85 X 67.72 X X TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Pipe Construction PHASE CODE UNITS RATE 1 X = $ - 1 X 3,694.00 = $ 3,694.00 1 X = $ - 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 3,694.00 MARK-UP @ Sub Direct Cost 3,694 6.0% Less Sub Fee $ 221.64 TOTAL SUBCONTRACTS $ 3,915.64 PROPOSAL SUBTOTAL $ 3,915.64 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 117.47 PROPOSAL TOTAL $ 4 033.11 Updated: 9/30/2011 Page 4 of 6 $ 16.68 $ 418.73 $ 2,386.85 $ 834.32 21-299.001R1 7/6/2021 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Pipe COP No. Project No. 21-299 Source Documents: RFI -078 Date: Contractor: Lincoln Construction Contractor Ref. No. Description: Per responsed given in RFI -078, there is an added drinking fountain not indicated on the contract drawings. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) Itemize all costs on attached COP Cost Breakdown form. $ 834.32 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% 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 a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 1/28/2019 2.00 % of 1 % of 1-7 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 834.00 2,387.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 3,221.00 5. OVERHEAD & PROFIT $ 419.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.00%of1-8 $ 36.57 This change adds 1 calender day extension 8. INSURANCE $ 17.00 9. BOND $ TOTAL COST 37.00 $ 3,694.00 COP Cost Breakdown Issued 7/6/2021 Pipe Revised .001 RFI -078R1 Costs Added DF -1 N . O O I— 0 $ 1,360.45 V N Ef3 O CO V Ef3 CO N Ef3 CO 0 N Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 69 69 69 69 69 69 69 69 69 69 69 69 69 Ef3 69 M MO C 69 $ 3,221.17 Cost Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 69 69 Ef3 69 69 69 69 Ef3 69 69 69 69 Ef3 Ef3 Ef3 Ef3 69 69 69 69 Ef3 Ef3 69 1 EA 69 c D (0 (0 Cost $ 1,360.45 $ 72.45 uD O CO CO V Ea CO CO o 0 N Ea CO CO �i CO N Ea i Ea i Ea i Ea i Ef3 i Ef3 i Ef3 i Ef3 i Ef3 i Ef3 i Ef3 i 69 i 69 i 69 i 69 i 69 i 69 i 69 i 69 i 69 i 69 i Ef3 Ef3 Ef3 69 CO co CO M N EA ER $1,360.45 L V N Ir --6 l(7 0) Cd CO O 0 O 0 O 0 O Labor Cost Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 Ef3 69 69 Ef3 69 69 69 69 69 69 69 69 69 Ef3 Ef3 Ef3 Ef3 Ef3 69 Ef3 EA 69 69 N M V M CO 69 N M Cr M CO EA Unit $ lot lot 104.29 Form Revised 2/27/2020 11 : ' (U D T H N N N _c_c_c .c (0 m 0 co Pipe Construction Description Drinking Ftn Filter Kit Carrier NH Ftgs & Pipe Copper Ftgs & Pipe Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 7/6/2021 Pipe Revised .001 RFI -078R1 Costs Added DF -1 Change Order Hourly Rate Breakdown Hourly Rate per LNI Tax Burden Workers Comp State Unemployment Federal Unemployment Paid Family Med Leave Sick/Safe Time CO Labor Rate 90.69 7.65% 6.94 1.75% 1.59 2.10% 1.90 0.6% 0.54 0.4% 0.36 2.5% 2.27 $ 104.29 LCA 4uptcoef4 (dopa zud& t 10C, Ede 1953 To: Pipe Construction cc: Site Email 6/2/21 FI No. 078 Date 5/26/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 6/2/2021 RFI Originator (Name & Company) Cory Hehr - Pipe Construction RFI Subject DF -1 Clarifications Related Spec Section(s) 224000 Related Drawing/Detail(s) MD2.1, M7.1, 12/A6.0 Specific Question(s) or Description of Concern(s) Drawings indicate 2 single station drinking fountains side by side. The Mechanical demo plan, MD2.1, instructs us to demo the DF -1 in this location. There is no instruction to keep or reinstall this drinking fountain at a later date. On M7.1, the DF - 1 is drawn with 2 fixtures in this location - no direction anywhere to provide 2 of these fixtures. Please advise if we are to reinstall the demo'd DF -1 fixture or to provide a new DF -1 fixture and mount at the heights indicated on 12/A6.0. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No ✓ Potential ❑ Yes ❑ No ✓ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. �. MEc11ANiC.n i. rti?vrknrni TPW Fleet Facility LCi RFI 078 Attachment REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 003 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr Subcontractor: Date Submitted: Date Needed By: 5/26/2021 6/2/2021 Plan Page: Spec Section: MD2.1, M7.1, 12/A6.0 224000 Request for Information Drawings indicate 2 single station drinking fountains side by side. The Mechanical demo MD2.1 plans instruct us to demo the DF -1 in this location. The is no instruction to keep or reinstall this drinking fountain at a later date. On M7.1, the DF -1 is drawn with 2 fixtures in this location, no direction anywhere to provide 2 of these fixtures. Please advise if we are to reinstall the demo'd DF -1 fixture or to provide a new DF -1 fixture and mount at the heights indicated on 12/A6.0. Proposed Solution (If any) Provide 2 new DF -1. See attached submittal form dated 4/15/2021 which shows quantity 2 for Drinking Fountains, mounted side-by-side. Regan Corwin, PE/ Hargis Engineers, Inc. 6/1/2021 Signed by: Cave 7-1e4r ELKA`Y SPECIFICATIONS Elkay Soft Sides Heavy Duty Single Fountain Non -Filtered Non -Refrigerated Stainless Model EHWM214C PRODUCT SPECIFICATIONS Elkay Soft Sides® Heavy Duty Single Fountain Non -Filtered, Non - Refrigerated Stainless. Features shall include Heavy Duty Vandal Resistant. Furnished with Vandal Resistant bubbler. Mechanical Front Bubbler Button activation. Product shall be Wall Mount (On Wall), for Indoor + Outdoor applications, serving 1 station(s). Unit shall be lead- free design which is certified to NSF/ANSI 61 & 372 (lead free) and meets Federal and State low -lead requirements. Special Features: Heavy Duty Vandal Resistant Finish: Stainless Steel Power: No Electrical Required Bubbler Style: Vandal Resistant Activation by: Mechanical Front Bubbler Button Mounting Type: Wall Mount (On Wall) Chilling Capacity: Non -refrigerated Dimensions (L x W x H): 19-3/4" x 19-3/8" x 20-3/8" Approx. Shipping Weight: 39 lbs. Installation Location: Indoor + Outdoor No. of Stations Served: 1 • Mechanically -Activated bubbler continues to supply water in event of service disruptions. PART: HARGIS ENGINEERS, INC. SUBMITTAL REVIEW ®NO EXCEPTIONS ❑ REJECTED ❑ REVISE & RESUBMIT ❑ NOTE MARKINGS REFER TO SUBMITTAL COMMENT SHEET Engineer's review is for general conformance with the design concept and contract documents. Markings or comments shall not be construed as relieving the Contractor from compliance with the project 04/15/2021 plans and specifications, not departures therefrom. The contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly, and for performing his work in a safe manner. Contractor to verify all dimensions at job site before ordering materials and equipment. PROJECT: CONTACT: DATE: QTY: NOTES: APPROVAL: i 22 40 00 2.10A yi- AMERICAN PRIDE. A LIFETIME TRADITION. Like your family, the Elkay family has values and traditions that endure. For almost a century, Elkay has been a family-owned and operated company, providing thousands of jobs that support our families and communities. Included with Product: Ships in one box. PRODUCT COMPLIANCE ADA & ICC A117.1 ASME A112.19.3/CSA B45.4 Buy American Act NSF/ANSI 61 & 372 (lead free) Fountain Surface Mounting US Complies with ADA & ICC A117.1 accessibility requirements when installed according to the requirements outlined in these standards. Installation may require additional components and/or construction features to be fully compliant. Consult the local Authority Having Jurisdiction if necessary. Installation Instructions (PDF) Water Systems are warranted for 12 months from date of installation. Warranty pertains to drinking water applications only. Non - drinking water applications are not covered under warranty. Warranty (PDF) note 2 DF side by side In keeping with our policy of continuing product improvement, Elkay reserves the right to change product specifications without notice. Please visit elkay.com for the most current version of Elkay product specification sheets. This specification describes an Elkay product with design, quality, and functional benefits to the user. When making a comparison of other producers' offerings, be certain these features are not overlooked. Elkay REV 01282021 EHWM214C 1333 Butterfield Road, Suite 200 © 2021 Page 1 Downers Grove, IL 60515 EHWM214C_spec.pdf CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 6/23/2021 Project: LCI Project No.: 030 RFI 086 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 957.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 57A2 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 30.43 1,014.42 30.43 TOTAL CHANGE PROPOSAL COST 1,045 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 6/23/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 6/23/2021 COP #: 030 Owner COP/CCD/PR #: RFI 086 Please provide a change order for the following work: Per RFI 086 Conduit/Electrical at new pile cap location demolition and labeling Total price per attached breakdown: State and local sales tax: Extension of time: 1,045 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 030 Owner COP/CCD/PR #: RFI 086 REV: 000 DATE: 6/23/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Seahurst PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 957.00 SUBTOTAL $ 957.00 MARK-UP @ Sub Direct Cost 957 6.0% Less Sub Fee $ 57.42 TOTAL SUBCONTRACTS $ 1,014.42 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,014.42 $ 30.43 1 044.85 Updated: 9/30/2011 Page 4 of 6 EAHURST LECTRIC Providing TEGG Electrical Services Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction Contact: Tom Romberg 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 Proposed Change Order CCN# 07 Date: 6/23/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per RFI 86 demolish welder panel 1 and feeder back to msb-1. Feed roll up door at C& with conduit and wire from Welder panel 2. Exclusions: Cutting, patching, excavation, general exclusions. We reserve the right to correct this quote for errors and omissions. Additionally Seahurst Electric reserves the right to claim for unforeseeable indirect cost or time impact relates schedule changes, compression or trade stacking resulting from the impact of multiple changes over the course of the project. Pricing excludes: Time extention costs, paint, patch, coredrilling, etc. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 07. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 20 57.31C 11.46 4.40C 0.88 #12 THHN BLACK 80 156.97 M 12.56 6.44 M 0.52 DEMO 225A BRANCH PANEL 1 0.00E 0.00 1.88E 1.88 Demo existing underground feeder 3 5.00E 15.00 1.00E 3.00 Totals 104 39.02 6.28 Summary General Materials 39.02 Total Material 39.02 Foreman (6.28 Hrs @ $103.26) 648.47 Total Labor 648.47 Foreman Truck (6.28 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 144.44 Subtotal 831.93 Overhead & Markup (@ 13.000 %) 108.15 Subtotal 940.08 Insurance (@ 1.800 %) 16.92 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Client Address: Lincoln Construction 11803 101st Avenue E, Suite 201 Puyallup, WA 98373 CCN# Date: Project Name: Project Number: Page Number: 07 6/23/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Final Amount $957.00 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 07 Final Amount:$957.00 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LC; eacata e,opar 4t wept / Ke 54.r. 1953 RFI No. 086 Date 6/1/2021 # of pages Project No. 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 6/4/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Conduit & Panel Conflicts with New Column/Pile Cap/Micropiles Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) There is an existing conduit running vertical out of the slab and into a breaker panel on gridlines C & 7. These two items need to be disconnected and removed in order to install the new Column/Pile Cap/Micro Piles/Footing/Stem Wall. See attached photo. Please review and advise. Thank you. Cost Impact? Schedule Impact? • Yes • No i Potential • Yes • No i Potential REVIEW Date of Review 6/2/2021 Reviewed by L. Bragg Company Hargis Remarks/Recommendations Demolish Welder Panel 1 and serving feeder back to switchboard MSB -1. Relabel 125A breaker in MSB -1 as "SPARE". Roll -up door at grid C7 shall be fed from Welder Panel 2 instead of Welder Panel 1. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. LCi RFI 086 Attachment CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 031R1 CCD/PR No.: RFI 80-87-103 Date: 7/6/2021 Proj ect: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 17,513.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,050.78 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 556.91 18,563.78 556.91 TOTAL CHANGE PROPOSAL COST 19,121 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 7/6/2021 DATE 7 cuazad R'om6e 9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/6/2021 COP #: 031R1 Owner COP/CCD/PR #: RFI 80-87-103 Please provide a change order for the following work: Additional plumbing demolition per RFI 080, 087 and 103 Total price per attached breakdown: State and local sales tax: Extension of time: 19,121 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 740,4144 ma4 ,Roode4uy- Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 031 REV: Owner COP/CCD/PR #: RFI 80-87-103 001 DATE: 7/6/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 X 88.95 X 77.15 X 75.85 X 67.72 X X TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Pipe Construction Pipe Construction Pipe Construction PHASE CODE UNITS RATE 1 X = $ - 1 X 4,860.00 = $ 4,860.00 1 X 7,730.00 = $ 7,730.00 1 X 4,923.00 = $ 4,923.00 1 X = $ - X = $ X = $ X = $ SUBTOTAL $ 17,513.00 MARK-UP @ Sub Direct Cost 4,860 6.0% Less Sub Fee $ 1,050.78 TOTAL SUBCONTRACTS $ 18,563.78 PROPOSAL SUBTOTAL $ 18,563.78 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 556.91 PROPOSAL TOTAL $ 19 120.69 Updated: 9/30/2011 Page 5 of 7 21-299.002R1 7/6/2021 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Pipe COP No. Project No. 21-299 Source Documents: RFI -080 Date: Contractor: Lincoln Construction Contractor Ref. No. Description: Added demo per RFI 080 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 3,545.86 $ 3,545.86 $ 777.00 $ 800.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% 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 a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 1/28/2019 2.00 % of 1 % of 1-7 $ 665.99 1. CRAFT LABOR COSTS $ 3,546.00 2. MATERIAL COSTS $ 777.00 3. EQUIPMENT COSTS $ 800.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 5,123.00 5. OVERHEAD & PROFIT $ 666.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 70.92 1.00 % of 1-8 $ This change adds 4 calender day extension 8. INSURANCE $ 9. BOND $ TOTAL COST 71.00 $ 5,860.00 COP Cost Breakdown Issued 7/6/2021 Pipe Revised 7-6-21 Copy of .002R1 RFI 080 our .005 Added Demo (0 w O i— U $ 327.87 O s-: V EF) I- 6 Oa) EF) CO V O Ea CO V CON Ea $ 337.87 $ 124.29 L0 CO Ea $ 477.16 EF) EF) EF) EF) EF) EF) EF) EF) EF) Ea Ea Ea Ea Ea Ea Ea Ea EF) EF) Ea $ 4,322.86 Cost EF) EF) EF) EF) EF) Ea Ea EF) Ea Ea Ea Ea EF) Ea Ea Ea Ea EF) EF) EF) EF) Ea Ea EF) Ea Ea EF) EF) Ea EA Ea c D (0 (0 Cost O 0 lfi EF) O 0 O Ea $ 320.00 $ 200.00 O 0 N Ea $ 25.00 $ 20.00 O O 0 0 Lf5c; EF) EF) EF) EF) EF) EF) Ea Ea EF) EF) EF) EF) EF) EF) Ea Ea EF) Ea Ea EF) EF) Ea 0 0 f.- EA Ef3 E 0 0 6 EF) 0 0 6 N Ea 0 0 0 CO 0 0 0 0 $72.00 0 0 6 N EF) 0 0 0 N Ea 0 0 0 0 6 0 N- (D EF) Ea Cost $ 312.87 $ 417.16 V (N N CO EF) N V CO CO Ea $ 312.87 $ 312.87 $ 104.29 $ 208.58 $ 417.16 EF) EF) EF) EF) EF) Ea Ea EF) EF) EF) EF) EF) EF) Ea Ea Ea Ea $ 3,545.86 EF) EF) Ea $ 3,545.86 Unit $ 104.29 : ' (U D> - I- L L L Form Revised 2/27/2020 ., . .c (0 m 0 ,- N N N N- N- N- N- N - • nstruction R & R Air line J3 & J4 R & R 2, Air Line J8 & J8.1 R & R Air line C7 & C8 R & R Air Line C11 & C12 R&R Water Line C11 &C12 R & R Air Line F17 & D17 R & R Relief line F17 & D17 R & R Air Line L17 & M17 R & R Water Line L17 & M17 Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 7/6/2021 Pipe Revised 7-6-21 Copy of .002R1 RFI 080 our .005 Added Demo 21-299.003R1 7/6/2021 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Pipe COP No. Project No. 21-299 Source Documents: RFI -087 Date: Contractor: Lincoln Construction Contractor Ref. No. Description: Added demo per RFI 087 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 5,110.21 $ 5,110.21 $ 840.00 $ 800.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% 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 a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 1/28/2019 2.00 % of 1 % of 1-7 $ 877.50 1. CRAFT LABOR COSTS $ 5,110.00 2. MATERIAL COSTS $ 840.00 3. EQUIPMENT COSTS $ 800.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 6,750.00 5. OVERHEAD & PROFIT $ 878.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 102.20 1.00 % of 1-8 $ This change adds 6 calender day extension 8. INSURANCE $ 9. BOND $ TOTAL COST 102.00 $ 7,730.00 Issued 7/6/2021 Pipe Revised 7-6-21 Copy of .002R1 RFI 087 our .006 Added Demo HO H N 0 LO Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 Ea Ea E9 L- N O LO LO - EA Cost Ea Ea Ea Ea Ea Ea Ea Ea Ea Ef3 E9 Ea E9 E9 Ea Ea Ea Ea E9 E9 E9 E9 E9 E9 E9 E9 Ea Ea E9 1 EA Ea c D (13 a) co Cost $ 840.00 Ea Ea Ea Ea Ea Ea Ea Ea Ef3 E9 Ea E9 E9 Ea Ea Ea E» E9 E9 E9 E9 E9 E9 E9 E9 Ea Ef3 E9 $ 840.00 Ef3 c D $35.00 Labor Cost N C. Lf) Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ef3 E9 Ea Ea Ea Ea Ea Ea E9 Ea Ea Ea Ea Ea Ea Ef3 N r r In EA Ea E9 E9 N r r EA Unit $ 104.29 Form Revised 2/27/2020 11 : ' (U ET — I— L L L . .' t (0 c 0 N Pipe Construction Description Alter and rehang pipe for structural work, Locations noted on RFI sheet. 49 hours Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 7/6/2021 Pipe Revised 7-6-21 Copy of .002R1 RFI 087 our .006 Added Demo 21-299.004R1 7/6/2021 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Pipe COP No. Project No. 21-299 Source Documents: RFI -000 Date: Contractor: Lincoln Construction Contractor Ref. No. Description: Added demo per our RFI 009 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 2,920.12 $ 2,920.12 $ 585.00 $ 800.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% 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 a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 1/28/2019 2.00 % of 1 % of 1-7 $ 559.65 1. CRAFT LABOR COSTS $ 2,920.00 2. MATERIAL COSTS $ 585.00 3. EQUIPMENT COSTS $ 800.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 4,305.00 5. OVERHEAD & PROFIT $ 560.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 58.40 1.00 % of 1-8 $ This change adds 3 calender day extension 8. INSURANCE $ 58.00 9. BOND $ TOTAL COST $ 4,923.00 COP Cost Breakdown Issued 7/6/2021 Pipe Revised 76-21 Copy of .004R1 RFI 000 our .009 Added Demo (B fn H U $ 347.87 $ 347.87 O CO CO Lf) c'i EF) EF) CO L N EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 E9 EF) Ea E9 $ 3,505.12 Cost EF) EF) EF) EF) EF) EF) EF) Ea E9 EF) E9 E9 EF) EF) EF) Ea E9 E9 E9 E9 E9 Ea E9 E9 E9 E9 EF) EF) E9 1 EA E» c D (0 (0 Cost O O O O O O 66c; co co O Lo EF) EF) EF) EF) O o (ri EF) EF) EF) Ea E9 EF) E9 E9 E9 EF) EF) EF) Ea E9 E9 E9 E9 E9 E9 E9 E9 E9 EF) Ea E9 $ 585.00 Ea D $35.00 $35.00 $100.00 O O U Cost $ 312.87 $ 312.87 $ 2,085.80 icci EF) co Lf) O N EF) i EF) i EF) i EF) i Ea i E9 i EF) i E9 i E9 i E9 i E9 i EF) i Ea i Ea i E9 i E9 i EF) i EF) i EF) i EF) i Ea i E9 N C N Q) N EA i Ea i Ea i Ea N C N Q) N EA Unit $ 104.29 : ' (U DT I— L L L Form Revised 2/27/2020 .c (0 M 0 L0 • nstruction R & R Air Line J6 R & R Air Line J7 R & R Air Line J10, 11, 12 C10 CO 0 R & R Air Line C6 Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 7/6/2021 Pipe Revised 76-21 Copy of .004R1 RFI 000 our .009 Added Demo LCA 4c eo€i eoparAcectiaa %rtc. Ea. 1953 To: Pipe Construction cc: Site Email 5/28/21 RFI No. 080 Date 5/26/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 5/28/2021 RFI Originator (Name & Company) Cory Hehr - Pipe Construction RFI Subject Extra Demo Clarification Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Per on-site discussions with Casey Neuman, Lincoln Construction, it has been brought to our attention that there needs to be extra demo performed beyond our scope due to X bracing on structural steel needed for seismic purposes. Currently, there are various plumbing piping systms that will need to be demo'd for this to happen. At a later date, do we reinstall exactly where we demo'd or do we reroute to avoid the X bracing altogether? See attached for location references. Please review and advise. Thank you. Cost Impact? ❑ Yes ❑ No ✓ Potential Schedule Impact? ❑ Yes ❑ No ✓ Potential REVIEW Date of Review 28 -May -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Demo (E) air and water pipes for clearances required for installation of the structural steel bracing. Demo to allow for potential rerouting or capping. Direction on reinstall/rerouting or capping to be provided in forthcoming ASI. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. �. MEc11ANiC.n i. rti?vrknrni TPW Fleet Facility LCi RFI 080 Attachment REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 005 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr Subcontractor: Date Submitted: Date Needed By: 5/26/2021 5/28/2021 Plan Page: Spec Section: Per Onsite Discussions with Casey Newman - Lincoln Construction. Request for Information It has been brought to our attention by the General Contractor, there needs to be extra demo performed beyond our scope due to X bracing on structural steel needed for seismic purposes. Currently there are various plumbing piping systems that will need to be demo'd for this to happen. At a later date, do we reinstall exactly where we demo'd or do we reroute to avoid the X bracing alltogether? See following page for location references. Proposed Solution (If any) Signed by: Cove 7-1e4r Steel Column Location J3 & J4 J8 & J81 C7 & C8 C11 & 02 C11 & C12 F17 & D17 F17 & D17 L17 & M17 L17 & M17 System to be demo'd (1) 1" Air Line (2) 3/8" Air Lines (2) 3/4" Air Lines (2) 2" Air Lines (1) 3/4" Water Line (1) 1" Air Line (1) 3/4" Water Relief Line (1) 1" Air Line (1) 3/4" Water Line LCi RFI 080 Attachment LCA 4c eo€i eo rAc ciiaa /etc, Ede 1953 RFI No. 087 Date 6/4/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 6/10/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject East Shop Extra Demo Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) It has been brought to our attention by the GC that there needs to be extra demo performed beyond our scope due to new iron plate being attached to the bottom of all the roof structure 1 -Beams. Hangers, all -thread and some piping systems will need to be removed for this to happen. All items will be replaced after the new iron plate scope is completed. See following page for location references. Please review and advise. Thank you. Cost Impact? ❑ Yes ❑ No ✓ Potential Schedule Impact? ❑ Yes ❑ No ✓ Potential REVIEW Date of Review 17 -Jun -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Demo and/or relocate (E) hangers, all thread, and plumbing systems in conflict with structural steel work as noted in RFI attachment. Reinstall as required to maintain a functional system. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Notification must be given in accordance with the contract documents if any response causes any changes to the Contract work and/or schedule. �. MEc11ANiC.n i. rti?vrknrni TPW Fleet Facility LCi RFI 087 Attachment REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 006 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr Subcontractor: Date Submitted: Date Needed By: 6/4/2021 6/10/2021 Plan Page: Spec Section: Per Onsite Discussions with Casey Newman - Lincoln Construction. Request for Information It has been brought to our attend by the General Contractor, there needs to be extra demo performed beyond our scope due to new iron plate being attached to the bottom of all the roof structure I -Beams. Hangers, allthread, and some piping systems will need to be removed for this to happen. All items will be replaced after the new iron plate scope is completed. See following page for location references. Proposed Solution (If any) Signed by: Cave 7-1e4r Steel Column Location System to be demo'd West Bldg G3 Hangers, allthread J3 Hangers, allthread G4 Hangers, allthread J4 Hangers, allthread G5 Hangers, allthread J5 Hangers, allthread G6 Hangers, allthread J6 Hangers, allthread G7 Hangers, allthread J7 Hangers, allthread G8 Hangers, allthread J8 Hangers, allthread J8.1 Hangers, Allthread (3 Locations) J10 Hangers, allthread (2 Locations) J11 Hangers, allthread (2 Locations) B13 & B17 F13 H13 113 & 118 K13 L13 M13 East Bldg Hangers for 2" Air Piping Hangers, allthread Hangers, allthread Hangers for 2" Air Piping Hangers, allthread Hangers, allthread Hangers, allthread Referenced Detail 5/53.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/53.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/53.1 & 12/S5.2 5/S3.1 & 12/55.2 5/53.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 5/S3.1 & 12/S5.2 9/S3.1 & 4/S5.2 9/53.1 & 4/S5.2 9/S3.1 & 4/S5.2 9/S3.1 & 4/S5.2 9/S3.1 & 4/S5.2 9/S3.1 & 4/S5.2 9/53.1 & 4/S5.2 ** No other ** No other ** No other LCi RFI 087 Attachment locations to reroute Hangers ** locations to reroute Hangers ** locations to reroute Hangers ** ** No other locations to reroute Hangers ** ** No other locations to reroute Hangers ** LCA 44eco€Gt eopt fz6€dc!!tt la,. cot, 19155 RFI No. 103 Date 6/22/2021 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 6/29/2021 RFI Originator (Name & Company) Cory Hehr - Pipe Construction RFI Subject Additional Demo Clarification Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) It has been brought to our attention by the GC that there needs to be additional demo performed beyond our scope due to new iron plate being attached to the bottom of all the roof structure I -Beams. Hangers, allthread, and some piping systems will need to be removed for this to happen. All items will be replaced after the new iron plate scope is completed. See following pages for location references. Please review and advise. Thank you. Cost Impact? Schedule Impact? • Yes • No • Potential • Yes • No El Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations NOTE: This is not a notice to proceed with work involving additional cost and/or time. Nntifiratinn mutt he given in arrnrrlanre Iniith the rnntrart rinrumentc if any recnnnce �. MEc11ANiC.n i. rti?vrknrni TPW Fleet Facility LCi RFI 103 Attachment REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 009 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr Subcontractor: Date Submitted: Date Needed By: 6/22/2021 6/29/2021 Plan Page: Spec Section: Per Onsite Discussions with Casey Newman - Lincoln Construction. Request for Information It has been brought to our attend by the General Contractor, there needs to be additional demo performed beyond our scope due to new iron plate being attached to the bottom of all the roof structure I -Beams. Hangers, allthread, and some piping systems will need to be removed for this to happen. All items will be replaced after the new iron plate scope is completed. See following page for location references. Proposed Solution (If any) Signed by: Cave 7-1e4r Steel Column Location System to be demo'd Referenced Detail West Bldg J6 3/4" Steel Air Line 11/S5.2 J7 3/4" Steel Air Line 11/S5.2 J10 2" Threaded Air Line 11/S5.2 J11 2" Threaded Air Line 11/S5.2 J12 2" Threaded Air Line 11/S5.2 C10 2" Threaded Air Line 11/S5.2 C8.1 2" Threaded Air Line 11/S5.2 C6 3/4" Swt Air Line 11/S5.2 ** Welded to column currently ** ** Welded to column currently ** LCi RFI 103 Attachment CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: 032 CCD/PR No.: RFI 094 ASI 012 Date: 7/1/2021 Project: LCI Project No.: 1239 $ 125.00 $ 606.80 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 95.13 $ 731.80 D. SUBCONTRACT COST $ 1,853.00 E. OVERHEAD AND PROFIT ON 95.13 SUBCONTRACT COST (6%) $ 111.18 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 83.73 1,964.18 83.73 TOTAL CHANGE PROPOSAL COST 2,875 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 7/1/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/1/2021 COP #: 032 Owner COP/CCD/PR #:=1 094 -ASI 012 Please provide a change order for the following work: Per RFI 094 deck accessories and blocking Total price per attached breakdown: State and local sales tax: Extension of time: 2,875 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 032 Owner COP/CCD/PR #: REV: RFI 094 -ASI 012 000 DATE: 7/1/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 8 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 606.80 X 67.72 = $ - X $ = X$ - $ 606.80 0.0% $ 606.80 MARK-UP @ 13.0% $ 78.88 $ 685.68 TOTAL LABOR MATERIALS/EQUIPMENT Screws for plate attachments SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 125.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% = $ - _ $ 125.00 = $ - _ $ $ 125.00 $ 16.25 $ 141.25 Steel Encounters Washington Best Finishes PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 1,296.00 557.00 _ $ _ $ 1,296.00 _ $ 557.00 _ $ _ $ _ $ _ $ _ $ SUBTOTAL $ 1,853.00 MARK-UP @ Sub Direct Cost 1,296 6.0% Less Sub Fee $ 111.18 TOTAL SUBCONTRACTS $ 1,964.18 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,791.11 $ 83.73 $ 2,874.85 Updated: 9/30/2011 Page 4 of 6 ENCOUNTERS col Date: SE Job #: Customer Name: Attention: Contact Phone: Project Name: City State: Lincoln Construction Tom Romberg 253-606-8350 ange Order Request -- Tukwila Fleet & Facilities BIdg Tukwila, WA 98168 DESCRIPTION OF CHANGES: RFI 094 As an extra to our contract we propose to furnish: COR # 2 Per ASI -003, ASI -012, AND RFI 094- Expanded the roof area, added roof accessories. Reference DIV053100 Submittal BFA and ASI -003 Hazmat Compressor Room Roof Revisions. Cost is for updated list of accessories. This new cost is in conjunction with COR #1 and includes the difference for the accessories. Added detailing hours are also included. Updated Accessory List: 100 LF - 20ga 3" x 3" Closure 50 LF - 12ga 3" x 10" Bent Plate 20 LF - 16ga 2" x 6" Bent Plate Sales tax applies only if NO Reseller Permit provided This change order is based upon: 1) Customer Request. Selling Price: Sales Tax @ 0.00% Total Selling Price $1,296.00 $ 1,296.00 2) Steel Encounters cannot proceed without a signed CO for this added work. Materials or labor for the above changes will be released for fabrication after Steel Encounters has received documentation indicating approval of the above changes to the contract. The Change Order will be billed during the month of delivery of product. 3) Unless Otherwise Noted - this price is valid for 25 Days ONLY Cathy McKee (206) 204-8511 So that materials for this change order can be released for fabrication, please indicate your approval to proceed by signing below. Accepted by Date Salt Lake Office 1 525 East 300 South, Salt Lake City, UT 84102 (801) 478-8100 Fax (801) 478-8297 Seattle Office 1 2300 W. Commodore Way, Ste. 200, Seattle, WA 98199 (206) 281-8500 Fax (206) 284-9576 WBF 03 6/30/2021 Washington Best Finishes LLC COP Subcontractor Breakdown Summary Project Name: Tukwila Public Works Fleet and Facilities Building Project No. Source Documents: General Contractor: Lincoln Construction Inc. RFI #094 COP No. Date: Contractor Ref. No. Description: RFI #094 - Deck Accessories Provide one row of continuous metal stud blocking between joists at deck transition. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of 1a) e. safety (NTE 0% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 388.90 $ 388.90 $ 91.22 4. SMALL TOOLS a. small tools (NTE 0% of la & b) $ 5. OVERHEAD & PROFIT a. Overhead & Profit 13 % Portion of 1,2,3 &4 6. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 7. BOND a. Bond 3.75 % of 1 %of1-7 0.00 % of 1-6 $ 62.40 $ 14.59 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 389.00 91.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 480.00 5. OVERHEAD & PROFIT $ 62.00 6. INSURANCE $ 15.00 7. BOND $ TOTAL COST $ 557.00 Tukwila Public Works WBF COP #03 Page of Issued 7/1/2021 COP Cost Breakdown Washington Best Finishes LLC O LL m O z a o 0 U Contractor Ref. No. Total Cost 1$ 77.39 CO CO (`") E9 1$ 388.90 I N O co Tr E9 Equipment Cost 49 Unit $ Material Cost CD CO E9 CO CO E9 N N E9 Unit $ $77.39 COO O c") ‘- 9v3C69- Labor Cost $ 388.90 $ 388.90 $ 388.90 69- C D $77.78 D H CL N N t E (6 7 0 600S200-43, 20' 2" x 2" x 43 mil L -Angle, 10' E li Cut blocking, trim flange for proper fit into joist, attach blocking with L -angle to joist and clean up. Labor Subtotal Foreman Total Cost of Work Material Labor Equipment Issued 7/1/2021 Tukwila Public VVorks VVBF COP #03 Eft Eft Efl Eft Eft Eft Eft Eft Efl Efl Efl Efl Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft I,- N. (O (O 0) CO Eft 10 Eft Eft Eft Eft Is: r M Eft N 0) O N Eft Eft Eft Eft Eft Eft $ 100.50 CO N Eft CO CO CO N CO Eft Efl Efl Efl Efl Eft Eft $ 20.47 N. LO Eft (O N 0) CO a) 00) (h Eft Eft Eft Eft Eft Eft Subtotal $ 93.07 ITaxes: Lines 3-6 $ 7.13 L&I: WC Premium - $ 3.26 Eft Finisher Foreman O V co $ 20.47 N. 007 r co. N 7 co CO 7 M co $ 0.75 CO 7 O co EO N M co CO N .- co CO 7 O co ED - to Drywall Foreman $ 54.47 r EO.- to $ 73.26 N to $ 3.38 O to .- O to $ 3.26 co. .- to $ 0.22 co ri to Drywall Finisher co I� (O V Eft I� V O N Eft 0 N N CO Eft CO O .- Eft 0 0) N Eft CO (O O Eft 7 O Eft CO N C Eft I� 7 .- Eft CO 7 O Eft r LO co N. Eft :� 3 0 $ 49.52 0) I- 00 to CO to 0 .- to EO CO N to r. -CO (O O to O to (O N co to (O N .- to 0 N O to CO � r to 0 0 O 00 o 0 O N m 0 EO 4. 0 I- 0 o 0 O 0 0 Trade & Position Rate Schedule Date* 1. Hourly Wage Rate 2. Hourly Benefits SUBTOTAL 3. FUTA % of 1 O 0 Q U lL 4 5. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) J I: 8. Sick leave 9. FMLA TOTAL (incl. payroll taxes) Eft Eft Efl Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft I,- N. (O (O 0) CO V 10 CO N (O CO O Is: r M (D (O N 0) O N Eft Eft Eft Eft Eft Eft CO $ 100.50 CO N a- V CO CO CO N CO N Eft Eft Eft Eft Eft $ 20.47 N. LO � (O N 0) CO a) 00) (h 0 N Eft Eft Eft Eft Eft Benefits - $ 18.79 Subtotal $ 93.07 ITaxes: Lines 3-6 $ 7.13 L&I: WC Premium - $ 3.26 Total Overtime Rate $ 103.46 Premium Portion Only $ 25.68 A 'A A fl 6 00 COP Wage Rates Project Name: Tukwila Public Works Fleet and Facilities Building U 0 O .. 0- 8 N L o O 0_ O o • L - R O N R - 0r (p O U TE O O N8 o 0 w O T U o 7, ▪ > a a) • w a) E • > R w I� Q • E`o 2,_ . cAm R R o • - s ^ o u) o I. D O O M r .� E E .° R m -o O Y TOO m N N rULe., RON .. O r. N C roo > 'U -7,,,,T, .'�-. o 'O a▪ N 1= ce mg Q o o 2 o 0 0. w m R N R 0 .- o N:° o R .g cg C -4:1 U 0 O o E aO (a) N O) o > U o R -O C d N fn R O T2 ?U '0 O C d o o a U C fn -0 O o L.. E R O U N > oO U OU Q C j C c2 O 0 • 0 O (` O Q R L .Ni O o ., E E W L a) U (6 0 n 0 =) .- 0 H s Q (0 a) 8 U R m o a)i E o R o � fn O I H E aO Y O > R o E o0 o • o O 'B w _ >. ,- E a) O a) Q o N C O C U E C Q O a.) o U R E m a OT E o N 'O o E N E O- N w a) E - x) 1 Tt• l Q E o (4 '00 o U I2 N lL D m Ina m o a a o = o vo) -Q2 O )i R .LO. LID N 2 d lL In R fn . R n U N fn 0 U O N.- o L r r EEEE 0 0 0 0 0 0 o N (0 r •._ w. w. w. w. w. U E E E .0 N- N M V EO (O N o 0 0 .E R ▪ o 0 0 -0 ce W H 0 Z Issued 7/1/2021 Form Revised 6/1/2004 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: 032 CCD/PR No.: RFI 094 ASI 012 Date: 7/1/2021 Project: LCI Project No.: 1239 $ 125.00 $ 606.80 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 95.13 $ 731.80 D. SUBCONTRACT COST $ 1,853.00 E. OVERHEAD AND PROFIT ON 95.13 SUBCONTRACT COST (6%) $ 111.18 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 83.73 1,964.18 83.73 TOTAL CHANGE PROPOSAL COST 2,875 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 7/1/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/1/2021 COP #: 032 Owner COP/CCD/PR #:=1 094 -ASI 012 Please provide a change order for the following work: Per RFI 094 deck accessories and blocking Total price per attached breakdown: State and local sales tax: Extension of time: 2,875 includE X not included 0 Calendar Days This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 7 omp ad Rom6evzuy-PlayectViez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 032 Owner COP/CCD/PR #: REV: RFI 094 -ASI 012 000 DATE: 7/1/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 8 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ X 77.15 = $ - X 75.85 = $ 606.80 X 67.72 = $ - X $ = X$ - $ 606.80 0.0% $ 606.80 MARK-UP @ 13.0% $ 78.88 $ 685.68 TOTAL LABOR MATERIALS/EQUIPMENT Screws for plate attachments SUBTOTAL PHASE CODE UNITS RATE 1 X 0.00 1 X 125.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% = $ - _ $ 125.00 = $ - _ $ $ 125.00 $ 16.25 $ 141.25 Steel Encounters Washington Best Finishes PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 1,296.00 557.00 _ $ _ $ 1,296.00 _ $ 557.00 _ $ _ $ _ $ _ $ _ $ SUBTOTAL $ 1,853.00 MARK-UP @ Sub Direct Cost 1,296 6.0% Less Sub Fee $ 111.18 TOTAL SUBCONTRACTS $ 1,964.18 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,791.11 $ 83.73 $ 2,874.85 Updated: 9/30/2011 Page 4 of 6 ENCOUNTERS col Date: SE Job #: Customer Name: Attention: Contact Phone: Project Name: City State: Lincoln Construction Tom Romberg 253-606-8350 ange Order Request -- Tukwila Fleet & Facilities BIdg Tukwila, WA 98168 DESCRIPTION OF CHANGES: RFI 094 As an extra to our contract we propose to furnish: COR # 2 Per ASI -003, ASI -012, AND RFI 094- Expanded the roof area, added roof accessories. Reference DIV053100 Submittal BFA and ASI -003 Hazmat Compressor Room Roof Revisions. Cost is for updated list of accessories. This new cost is in conjunction with COR #1 and includes the difference for the accessories. Added detailing hours are also included. Updated Accessory List: 100 LF - 20ga 3" x 3" Closure 50 LF - 12ga 3" x 10" Bent Plate 20 LF - 16ga 2" x 6" Bent Plate Sales tax applies only if NO Reseller Permit provided This change order is based upon: 1) Customer Request. Selling Price: Sales Tax @ 0.00% Total Selling Price $1,296.00 $ 1,296.00 2) Steel Encounters cannot proceed without a signed CO for this added work. Materials or labor for the above changes will be released for fabrication after Steel Encounters has received documentation indicating approval of the above changes to the contract. The Change Order will be billed during the month of delivery of product. 3) Unless Otherwise Noted - this price is valid for 25 Days ONLY Cathy McKee (206) 204-8511 So that materials for this change order can be released for fabrication, please indicate your approval to proceed by signing below. Accepted by Date Salt Lake Office 1 525 East 300 South, Salt Lake City, UT 84102 (801) 478-8100 Fax (801) 478-8297 Seattle Office 1 2300 W. Commodore Way, Ste. 200, Seattle, WA 98199 (206) 281-8500 Fax (206) 284-9576 WBF 03 6/30/2021 Washington Best Finishes LLC COP Subcontractor Breakdown Summary Project Name: Tukwila Public Works Fleet and Facilities Building Project No. Source Documents: General Contractor: Lincoln Construction Inc. RFI #094 COP No. Date: Contractor Ref. No. Description: RFI #094 - Deck Accessories Provide one row of continuous metal stud blocking between joists at deck transition. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of 1a) e. safety (NTE 0% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 388.90 $ 388.90 $ 91.22 4. SMALL TOOLS a. small tools (NTE 0% of la & b) $ 5. OVERHEAD & PROFIT a. Overhead & Profit 13 % Portion of 1,2,3 &4 6. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 7. BOND a. Bond 3.75 % of 1 %of1-7 0.00 % of 1-6 $ 62.40 $ 14.59 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 389.00 91.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 480.00 5. OVERHEAD & PROFIT $ 62.00 6. INSURANCE $ 15.00 7. BOND $ TOTAL COST $ 557.00 Tukwila Public Works WBF COP #03 Page of Issued 7/1/2021 COP Cost Breakdown Washington Best Finishes LLC O LL m O z a o 0 U Contractor Ref. No. Total Cost 1$ 77.39 CO CO (`") E9 1$ 388.90 I N O co Tr E9 Equipment Cost 49 Unit $ Material Cost CD CO E9 CO CO E9 N N E9 Unit $ $77.39 COO O c") ‘- 9v3C69- Labor Cost $ 388.90 $ 388.90 $ 388.90 69- C D $77.78 D H CL N N t E (6 7 0 600S200-43, 20' 2" x 2" x 43 mil L -Angle, 10' E li Cut blocking, trim flange for proper fit into joist, attach blocking with L -angle to joist and clean up. Labor Subtotal Foreman Total Cost of Work Material Labor Equipment Issued 7/1/2021 Tukwila Public VVorks VVBF COP #03 Eft Eft Efl Eft Eft Eft Eft Eft Efl Efl Efl Efl Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft I,- N. (O (O 0) CO Eft 10 Eft Eft Eft Eft Is: r M Eft N 0) O N Eft Eft Eft Eft Eft Eft $ 100.50 CO N Eft CO CO CO N CO Eft Efl Efl Efl Efl Eft Eft $ 20.47 N. LO Eft (O N 0) CO a) 00) (h Eft Eft Eft Eft Eft Eft Subtotal $ 93.07 ITaxes: Lines 3-6 $ 7.13 L&I: WC Premium - $ 3.26 Eft Finisher Foreman O V co $ 20.47 N. 007 r co. N 7 co CO 7 M co $ 0.75 CO 7 O co EO N M co CO N .- co CO 7 O co ED - to Drywall Foreman $ 54.47 r EO.- to $ 73.26 N to $ 3.38 O to .- O to $ 3.26 co. .- to $ 0.22 co ri to Drywall Finisher co I� (O V Eft I� V O N Eft 0 N N CO Eft CO O .- Eft 0 0) N Eft CO (O O Eft 7 O Eft CO N C Eft I� 7 .- Eft CO 7 O Eft r LO co N. Eft :� 3 0 $ 49.52 0) I- 00 to CO to 0 .- to EO CO N to r. -CO (O O to O to (O N co to (O N .- to 0 N O to CO � r to 0 0 O 00 o 0 O N m 0 EO 4. 0 I- 0 o 0 O 0 0 Trade & Position Rate Schedule Date* 1. Hourly Wage Rate 2. Hourly Benefits SUBTOTAL 3. FUTA % of 1 O 0 Q U lL 4 5. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) J I: 8. Sick leave 9. FMLA TOTAL (incl. payroll taxes) Eft Eft Efl Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft Eft I,- N. (O (O 0) CO V 10 CO N (O CO O Is: r M (D (O N 0) O N Eft Eft Eft Eft Eft Eft CO $ 100.50 CO N a- V CO CO CO N CO N Eft Eft Eft Eft Eft $ 20.47 N. LO � (O N 0) CO a) 00) (h 0 N Eft Eft Eft Eft Eft Benefits - $ 18.79 Subtotal $ 93.07 ITaxes: Lines 3-6 $ 7.13 L&I: WC Premium - $ 3.26 Total Overtime Rate $ 103.46 Premium Portion Only $ 25.68 A 'A A fl 6 00 COP Wage Rates Project Name: Tukwila Public Works Fleet and Facilities Building U 0 O .. 0- 8 N L o O 0_ O o • L - R O N R - 0r (p O U TE O O N8 o 0 w O T U o 7, ▪ > a a) • w a) E • > R w I� Q • E`o 2,_ . cAm R R o • - s ^ o u) o I. D O O M r .� E E .° R m -o O Y TOO m N N rULe., RON .. O r. N C roo > 'U -7,,,,T, .'�-. o 'O a▪ N 1= ce mg Q o o 2 o 0 0. w m R N R 0 .- o N:° o R .g cg C -4:1 U 0 O o E aO (a) N O) o > U o R -O C d N fn R O T2 ?U '0 O C d o o a U C fn -0 O o L.. E R O U N > oO U OU Q C j C c2 O 0 • 0 O (` O Q R L .Ni O o ., E E W L a) U (6 0 n 0 =) .- 0 H s Q (0 a) 8 U R m o a)i E o R o � fn O I H E aO Y O > R o E o0 o • o O 'B w _ >. ,- E a) O a) Q o N C O C U E C Q O a.) o U R E m a OT E o N 'O o E N E O- N w a) E - x) 1 Tt• l Q E o (4 '00 o U I2 N lL D m Ina m o a a o = o vo) -Q2 O )i R .LO. LID N 2 d lL In R fn . R n U N fn 0 U O N.- o L r r EEEE 0 0 0 0 0 0 o N (0 r •._ w. w. w. w. w. U E E E .0 N- N M V EO (O N o 0 0 .E R ▪ o 0 0 -0 ce W H 0 Z Issued 7/1/2021 Form Revised 6/1/2004 T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 02 DATE: 6/13/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 ( b ) 21-046(b) 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 6-17-221 Contractor LCI, Inc. By 7-' - Title Project Manager Original Contract (without tax)* Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA $ 119,507.00 Date 06/23/2021 $ 55,731.00 $ 4,602,459.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 242 days (December 3, 2021) By C7/(la, S e/c Mayor es.mea via a=m,a =Doc= com C CI%GG�4eVe,eeelalLeG Public Works Director f� aae71,_eew,,baa,z' 6/17/2021 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 *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. Ex Ili 111)it ."�a,.ro " ' VV I TNN; IFI, `VVI 1) I VVI — �X i J M NI, IR 'V ` VVI" VV VV A G IFI, CITY OF TUKWILA - Public Works (PW) Fleet & Facilities%i,r Project Name ➢'✓ I`li,;1�11 4: U°Au°.u�uil:i�ti, CO # 414) � d . Project # °z ll 634;)60I Contract # ,I..4.) 16, (h) Date (/ll3/',ll TO CONTRACTOR: 11,M 1 ("(msilFool iarn_ In COP/CCD # Description Reason Code Amount COP 015 Mold Remediation Per RFI 033. While removing drywall around the exterior of the 1st floor locker room, mold was identified on the interior side of the Gypsum Wall Board (GWB) and wood framing. This is the cost for removal/decontamination of the mold growth. UFC $1,590.00 COP 016 Fire Professional Design Fee Tire Carousel. This cost is for the Fire Protection Engineer (Smith Fire) consulting fee for the Tire Carousel Design. UFC $715.00 COP 017a Compressor Room Roof. The cost for the demo of Compressor Room roof. DC $7,660.00 COP 018 Additional Electrical per RFI 50 and 65. Per RFI 50 and 60; 100 ft of new pipework to connect the existing circuit to new panel. Replacement of small handiboxes with foursquare boxes. UFC $5,909.00 COP 019 Additional Concrete Removal. Additional concrete removal at existing grade beam. The existing grade beam is wider than shown on the documents. An additional 40 sgft of slab needs to be removed by saw cutting and hand chipping. UFC $19,324.00 COP 020 Removal of Column and Beam at Grid C & Grid 8. The cost for the removal of column and beam containing lead paint at grid C & grid 8 for installation of pile cap. UFC $3,566.00 COP 022 Demo of Stud Walls at East Shop. The East Shop has steel stud framed walls on the east side of the shop between the columns. They have no structural value and will interfere with the new brace frame installation. This is the cost to remove these walls in order to install the new frames. UFC $1,028.00 COP 024 Chip Out Existing Concrete Mass For Pile Installation. Per RFI 052, chip out the existing deep concrete for pile installation at (3) locations as shown to the team on 6-8-21 during the site walk. UFC $7,708.00 COP 025 New Header and Framed Walls at Door Openings. Per RFI 046, 6" Steel Stud Framed Wall at Header Detail. Cost to provide additional metal stud framing, Gypsum Wall Board (GWB) patch and finish taping for rough openings of Doors 125 & 130. UFC $7,087.00 Project Name Project # COP 026 l(' ✓ fllocll A: U°Aug°.u�uil: ti, CO # 414) DC $1,144.00 °z ll iri4;)bg4,)1 Contract # x,1..4.) IIg;lr) Date gg/ ll :i/', ll Change Base Plate. The cost to supply and deliver revised base plate to suit design changes by 111088. Change Order No. 1)nl)n2 $55,731.00 T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 01 DATE: 5/13/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (a ) 21-046(a) 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 5/18/21 Contractor Lincoln Construction, Inc. By #7460444 'oode y Original Contract (without tax)* Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Title P rnex J7(aga9ez $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA $ 0.00 $ 119,507.00 $ 4,546,728.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 242 days (December 3, 2021) Date 05/20/2021 By C7/(Law 6A-Ge/cg Mayor Key: 5,123,2c1DOISSae2,161,01.2altlabc6,13 Public Works Director C QiGG ---)ai,t-r,ceeezvLtG 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 *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. FD I01u1III)u1i ,1,1, TUKWILA - Public Works (PW) Fleet & Facilities PW II 'PI, i,d IN, :I[ to uqu0n';R!!, CO # 40 y6 , 1„11111111111111111111,111111111111111111111„1„11111111111 i CITY OF Project Name Project # TO CONTRACTOR: ' a II p:i,�..0 IIl Contract # ?' II .. 044 p (a) Date " /:II w /' III II ,p p u+;1 q u o CI , u iu,11:v d ri u: a Il ii�;:�, COP/CCD # Description Reason Code Amount COP 001 Builders Risk Insurance Cost. The cost to have Builder's Risk Insurance coverage, as requested by the City. OC $11,068.00 COP 002 Toilet Accessory Additions - Deletions. Toilet accessories were both deleted and added to scope per RFI 002 and RFI 019. DC $1,379.00 COP 003 Joist Change. The initial calculation for the joists seemed to be considerable over stresses. Structural Engineer advised an alternate joist DC $5,307.00 COP 004 Additional Mastic Removal. While removing flooring in the 1st floor office area, the crew found suspect layers under the carpet. The survey showed these items had been tested and were negative for asbestos. PBS identified residual mastic in the area that was not previously tested and was determined to be asbestos -containing and therefore required additional UFC $6,382.00 COP 005 Added Plywood Sheathing. The asbestos mastic removed was attached straight to the plywood sheathing on the 2nd floor. This COP is for the cost to replace the 1 1/8" plywood. UFC $3,189.00 COP 006 Added Glu Lam Beam (GLB)-Post and Connection Buckets. There are (4) new posts being installed to support new beams. There is a gap of 6'-3" between new and existing beams. This cost is for 5 1/8"x12" GLB to match adjacent for the missing 6'-3" span, and replacing existing built-up post with new wood, in the existing location. UFC $1,222.00 COP 007 Electrical Demo - Compressor Room. Demo of unused conduit or wiring which extends or hangs into the compressor room space by more than 12 inches back to the nearest j -box. UFC $323.00 COP 008 Repair Existing Columns. There is a portion of the column on gridlines J & 4 that has been cut out and removed. The cut material is to be replaced with grade 50 structural steel plate. Plate dimensions match the existing thickness and is to be welded to existing column in each location. UFC $7,084.00 COP 009 Fire Sprinkler Sub Change and Market Escalations. Cost for changing Fire Sprinkler subcontractors and market escalation for Steel Encounters and DACO Corp. OC $22,228.00 COP 010 Added Slab Thickness Removal and Replacement. There was a depth difference in the concrete slab removal. The expected 6" slab is 10"; and the expected 5" slab is 8". This cost is for the additional saw cutting and removal for the slab depth change. UFC $4,745.00 COP 011 Added Concrete Removal and Chipping Out Slab. Added concrete removal in width and chipping out concrete slab to leave existing rebar intact that was not called out on the demolition drawings. UFC $16,935.00 Project Name Project # PW II''PI, i,d IN, :I[ to agaitn';!, CO # (MO7O ° a II p:;( ptl;u:Il Contract # ?' II ..0)-P p (to Date " /:II w /' III COP 012 Added Mechanical Duct Heaters. This cost is for (3) duct heaters that were added to the equipment schedule. DC $21,074.00 COP 013 Fall Arrest System. The bid spec and drawing had explained and shown a certain type of Fall Protection Mast Type, which is not viable given the site conditions, as discovered upon in person site visit. This is cost is for the updated Tether Track System and installation. UFC $5,963.00 COP 014 Existing Welder Panel. Upon inspection of existing Welder Panel 5, it appears that it has been wet inside for some time. This cost is to demolish Welder Panel 5 feeder conductors back to source and cut/cap feeder conduit above floor at demolished panel location. UFC $12,608.00 Change Order No. W $119,507.00 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 21-046 Council Approval 3/15/21 CITY OF TUKWILA PUBLIC WORKS CONTRACT Project Name: Project No. Public Works Fleet and Facilities 91630601 THIS CONTRACT is made and entered into by and between City of Tukwila (Owner), and Lincoln Construction, Inc., a Washington Corporation (Contractor). Contractor and Owner may hereinafter be referred to as "Parties." This Contract shall be effective on the last date set forth on the signature page. This Contract shall be the agreed basis of performing the Work identified and defined in the Contract Documents. FIRST: The Contractor agrees to furnish all material, labor, tools, equipment, apparatus, facilities, etc. necessary to perform and complete in a professional and workmanlike manner the Work called for in the Contract Documents for the Project noted above, according to the terms of this Contract and the Contract Documents, which documents are incorporated herein by reference, as if set forth herein in full. The Contract Documents include the Advertisement for Bids, Instructions for Bidders, completed Bid Form, Payment and Performance Bonds, General Conditions for Washington State Facility Construction, Modifications to the General Conditions, Supplemental Conditions to the General Conditions, other Special Forms, this Public Works Contract, and the following Drawings, Specifications, and Addenda: Drawings dated: September 22, 2020 Addendum No. 1 Dated: January 18, 2021 Addendum No. 2 Dated: January 20, 2021 Addendum No. 3 Dated: January 25, 2021 Addendum No. 4 Dated: January 26, 2021 Specifications dated: September 22, 2020 Addendum No. 5 Dated: January 29, 2021 Addendum No. 6 Dated: February 2, 2021 SECOND: Time for Completion: The Work to be performed under this Contract shall commence as soon as the Contractor has been officially notified to proceed and shall be substantially complete within 242 calendar days of the Notice to Proceed. The Contractor further agrees that, from the compensation otherwise to be paid, the Owner may retain the sum of $1,000.00 for each calendar day thereafter that the Work remains uncompleted, which sum is agreed upon as the liquidated damages, and the Parties agree this sum is not to be construed as in any sense a penalty. THIRD: Owner hereby agrees to pay the Contractor the Contract Award Amount indicated below, not including State Sales Tax, as consideration for the agreements set forth above, including but not limited to, Contractor's completion of all Work in strict accord with the Contract Documents, as follows: AET rev. January 2021 1/1 Page 1 Base Bid: = $4,278,341.00 Alternates Awarded: Alternate Bid No. 1: $148.880.0O CONTRACT AWARD AMOUNT =$4.427,221.O0 This Contract shall be construed and governed by the laws and statutes of the State of Washington. IN WITNESS WHEREOF: The Parties hereto have executed this Contract by having their authorized representatives affix their sig natures below. CITY OF TUKWILA LINCOLN CONSTRUCTION, INC. By: eSigned via Seennessgo..com Ines: ddsalle.s,dned.negondose^geese, de. Signature Printed Name: AIIan Ekberg, Mayor Date: 03/19/2021 ATTEST/AUTHENTICATED: eSigned via Seennessgo..com City Clerk, Christy OFlaherty APPROVED AS TO FORM: BY: Signed ~ Ines: Office of the City Attorney Signature Jeffrey T Phn�dName: ..-� egS Title: President DDate:r:71 //» 8/C)-(->)-( AET January 2021 Page 2 Escrow No. 70000054929 Agency: City of Tukwila And: Lincoln Construction, Inc. Contract No: LCI # 1239 Project Name: Public Works Fleet and Facilities RETAINAGE ESCROW AGREEMENT To: COLUMBIA STATE BANK BANK OR TRUST COMPANY 17502 Pacific Avenue South Spanaway, WA 98387 The undersigned, Lincoln Construction, Inc., hereinafter referred to as the Contractor, has directed the City of Tukwila, hereinafter referred to as the Agency, to deliver to you its warrants or checks, which shall be payable to you and the Contractor jointly. Such warrants or checks are to be held and disposed of by you in accordance with the following instructions and upon the terms and conditions hereinafter set forth. INST UCTIONS 1, The Agency shall deliver to you from time to time checks or warrants payable jointly to you and the Contractor. You are hereby authorized by the Contractor to endorse in the Contractor's name any such checks or warrant so that you may receive the proceeds thereof and invest the same. The power of endorsement hereby granted you by the Contractor shall be deemed a power coupled with an interest and shall be irrevocable during the term of this escrow. Although you may be a payee named in such warrants or checks as shall be delivered to you, your duties and responsibilities with respect to the same shall be only those duties and responsibilities which a depository bank would have pursuant to Article 4 of the Uniform Commercial Code of the state of Washington for an item deposited with it for collection as of the date such a check or warrant shall be delivered to you. The proceeds from collections shall be used by you to purchase, as directed by the Contractor, bonds or other securities chosen by the Contractor and approved by you, and the Agency. For the purpose of each such purchase, you may follow the last written direction received by you from the Contractor, provided such direction otherwise conforms with the restrictions on investments recited herein. Attached is a list of such bonds, or other securities approved by the Agency. No further approval is necessary if any of these bonds or securities, are selected by the Contractor, subject to express written approval of you and the Agency. Purchase of such bonds or other securities shall be in a form which shall allow you alone to reconvert such bonds or other securities into money if you are required to do so by the Fiscal Officer for the Agency as provided in paragraph 4 of this Escrow Agreement. The investments selected by the Contractor, approved by the Agency and purchased by you must mature on/ or prior to the date set for the completion of the contract, including extensions thereof of sixty (45) days following the final acceptance of said improvement or work. 2. When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall collect such interest and forward it to the Contractor at the address designated below unless with our written consent you are otherwise directed in writing by the Contractor. 3. You are not authorized to deliver to the Contractor all or any part of the securities held by you pursuant to this agreement (or any monies derived from the sale of such securities, or the negotiation of the Agency's warrants or checks) except in accordance with written instructions from the Fiscal Officer for the Agency. The Fiscal Officer for the Agency shall inform you and keep you informed in writing of the name of the person or persons with authority to give you such written instructions. Compliance with such instructions shall relieve you of any further liability related thereto. The estimated completion date on the contract underlying the Escrow Agreement is November 1st, 2021. Upon request by you, the Agency shall advise you in writing of any change in estimated completion date. If the estimated completion date is changed, you are authorized to reinvest the monies held hereunder in accordance with the new estimated completion date. 4. In the event the Fiscal Officer for the Agency orders you to do so in writing, and notwithstanding any other provisions of this agreement, you shall within 35 days of receipt of such order, reconvert into money the securities held by you pursuant to this agreement and return such money together with any other monies, including accrued interest on such securities, held by you hereunder, to the Agency. 5. The Contractor agrees to pay you as compensation for your services hereunder as follows; Per prearranged, existing banking agreements. Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any property placed with you pursuant to this agreement until and unless the Fiscal Officer for the Agency directs the release to the Contractor of the securities and monies held hereunder whereupon you shall be granted a first lien upon such property released and shall be entitled to reimburse yourself from such property for the entire amount of your fees and any unanticipated amounts which might be owing as provided for herein. In the event that you are made a party to any litigation with respect to the property held by you hereunder, or in the event that the conditions of this escrow are not promptly fulfilled or that you are required to render any services not provided for in these instructions, or that there is any assignment of the interests of this escrow or any modification hereof, you shall be entitled to reasonable compensation for such extraordinary services from the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned by such default, delay, controversy or litigation. 6. Should you at any time and for any reason desire to be relieved of your obligations as escrow holder hereunder, you shall give written notice to the Agency and the Contractor. The Agency and Contractor shall, within twenty (20) days of the receipt of such notice, jointly appoint a successor escrow holder and instruct you to deliver all securities and funds hereunder to said successor. If you are not notified of the appointment of the successor escrow holder within twenty (20) days, you may return the subject matter hereof to the Agency, and upon so doing, it absolves you from all further charges and obligations in connection with this Escrow. 7. This agreement shall not be binding until executed by the Contractor and the Agency and accepted by you. 8. This instrument contains the entire agreement between you, the Contractor and the Agency with respect to this Escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be required to take notice of any default or many other matter, nor be bound by nor required to give notice or demand, nor be required to take any action whatever except as herein expressly provided; you shall not be liable for any loss or damage not caused by your own negligence or willful misconduct.. 9. The forgoing provisions shall be binding upon the assigns, successors, personal representatives and heirs of the parties hereto. The undersigned have read and hereby approve the instructions as given governing the administration of this escrow and do hereby execute this agreement on this day of , 20 . Contrac : Lincoln Construction, Inc. Agency: City of Tukwila Jeffrey Tiegs, President 11803 101" Ave E, Suite 201 Puyallup, WA 98373 Hari Ponnekanti Public Works Director The above escrow instructions received and accepted the day of 20 Columbia State Jiank (Bank or Trust Company) (Authorized Signature) The above escrow instructions received and accepted this day of , 20 . Bonds and Securities approved by the Contractor: 1. I ills, Certificates, note or bonds of the United States. 2. Other obligations of the United States or its agencies. 3. Obligations of any corporation wholly owned by the Government off the United States. 4. Indebtedness of the Federal National Mortgage Association. Time deposits in commercial banks. to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default, Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the coverpage.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312, 2010 edition 3 PAYMENT BOND Philadelphia Indemnity Insurance Company Bala Cynwyd, Pennsylvania 19004 Bond No.: PB12538600085 CONTRACTOR: (Name, legal status and address) Lincoln Consrtruction, Inc. 11803 101st Ave E, Suite 201 Puyallup, WA 98373 OWNER: (Name, legal status and address) City of Tukwila 8200 Southcenter Blvd. Tukwila, WA 98188 CONSTRUCTION CONTRACT Date: Amount: $4,427,221.00 (before tax) Description: (Name and location) Public Works Fleet and Facilities Project No. 91630601 BOND Date: (Not earlier than Construction Contract Date) Amount: $4,874,370.32 (with tax) Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: Lincoln detiorri Signature: XX None (Corporate Seal) Name and Title: SURETY: (Name, legal status and principal place of business) Philadelphia Indemnity Insurance Company 1420 5th Ave, Suite 3510 Seattle, WA 98101 See Section 18 SURETY Company: Philadelphia Indemnity Ins Signature: Name and Title: (Any additional signatures appear on the last page of this Payment Bond.) Company \/ ,& 1,, arie Poulin, Attar y -In -Fa (Corporate Seal) (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party) Kaye Associates LLC dba Kaye Surety 1011 E. Maine Ave, Suite 301 Puyallup, WA 98372 (253) 455-2392 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment The Company executing this bond vouches that this document conforms to American institute of Architects Document A312, 2010 edition 1 furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 52 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the fiords for the completion of the work. § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. The Company executing this bond vouches that this document- conforms to American- institute- of Architects Document A312, 2010 edition 2 § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was ibrnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term. Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312, 2010 edition 3 PERFORMANCE BOND Philadelphia Indemnity Insurance Company Bala Cynwyd, Pennsylvania 19004 Bond No.: PB12538600085 CONTRACTOR: (Name, legal status and address) Lincoln Consrtruction, Inc. 11803 101st Ave E, Suite 201 Puyallup, WA 98373 OWNER: (Name, legal status and address) City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188 CONSTRUCTION CONTRACT Date: Amount: $4,427,221.00 (before tax) Description: (Name and location) Public Works Fleet and Facilities Project No. 91630601 BOND Date: (Not earlier than Construction Contract Date) Amount: $4,874,370.32 (with tax) Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: Lincoln COflStfJjCtIOflrIfl Signature: Name and Title: XX None SURETY: (Name, legal status arid principal place of business) Philadelphia Indemnity Insurance Company 1420 5th Ave, Suite 3510 Seattle, WA 98101 See Section 16 SURETY (Corporate Seal) Company: Philadelphia Signature: ndemnity I suranceeompat (Corporate Seal) Name and Title: Marie Poulin, Attorne -In-Fa (Any additional signatures appear on the last page of this Performance Bond) (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party.) Kaye Associates LLC dba Kaye Surety 1011 E. Maine Ave, Suite 301 Puyallup, WA 98372 (253) 455-2392 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. §3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's perfonnance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312, 2010 edition 1 Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; § 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. § 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .9 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails The Company executing this hoed vouches that this document conforms to American Institute of Architects Document A312, 2010 edition 2 to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default, Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the coverpage.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312, 2010 edition 3 PAYMENT BOND Philadelphia Indemnity Insurance Company Bala Cynwyd, Pennsylvania 19004 Bond No.: PB12538600085 CONTRACTOR: (Name, legal status and address) Lincoln Consrtruction, Inc. 11803 101st Ave E, Suite 201 Puyallup, WA 98373 OWNER: (Name, legal status and address) City of Tukwila 8200 Southcenter Blvd. Tukwila, WA 98188 CONSTRUCTION CONTRACT Date: Amount: $4,427,221.00 (before tax) Description: (Name and location) Public Works Fleet and Facilities Project No. 91630601 BOND Date: (Not earlier than Construction Contract Date) Amount: $4,874,370.32 (with tax) Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: Lincoln detiorri Signature: XX None (Corporate Seal) Name and Title: SURETY: (Name, legal status and principal place of business) Philadelphia Indemnity Insurance Company 1420 5th Ave, Suite 3510 Seattle, WA 98101 See Section 18 SURETY Company: Philadelphia Indemnity Ins Signature: Name and Title: (Any additional signatures appear on the last page of this Payment Bond.) Company \/ ,& 1,, arie Poulin, Attar y -In -Fa (Corporate Seal) (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party) Kaye Associates LLC dba Kaye Surety 1011 E. Maine Ave, Suite 301 Puyallup, WA 98372 (253) 455-2392 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment The Company executing this bond vouches that this document conforms to American institute of Architects Document A312, 2010 edition 1 furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 52 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the fiords for the completion of the work. § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. The Company executing this bond vouches that this document- conforms to American- institute- of Architects Document A312, 2010 edition 2 § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was ibrnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term. Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312, 2010 edition 3 § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: The Company executing this bond vouches that this document conforms to American institute of Architects Document A312, 2010 edition 4 354 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Michael R. Highsmith, Jennifer K. Highsmith and Marie Poulin of Kaye Associates u, Its true and lawful Attorney-in-fact with full authority to execute on Its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed 550.000.000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27th day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMCNV ALTN 9F PENNBTWANIA ^„ OTAN 46 Wary YI IV14/�, t„ „y ,� Mora enNnapp.Nolen Public NotaryPublic: l•`+'�/f).° \ tower Marion 130p1. 25. My Commbebn8xplres 8epl, 26.2021 to0E11. PEVV$vi.VAxNAS (Notary Seal) residing at: Bala Cynwyd. PA My commission expires: September 25. 2021 1, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27th day of October, 2017 are true and correct and are still in flail force and effect. 1 do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this day of 20 . Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: The Company executing this bond vouches that this document conforms to American institute of Architects Document A312, 2010 edition 4 354 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Michael R. Highsmith, Jennifer K. Highsmith and Marie Poulin of Kaye Associates u, Its true and lawful Attorney-in-fact with full authority to execute on Its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed 550.000.000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27th day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMCNV ALTN 9F PENNBTWANIA ^„ OTAN 46 Wary YI IV14/�, t„ „y ,� Mora enNnapp.Nolen Public NotaryPublic: l•`+'�/f).° \ tower Marion 130p1. 25. My Commbebn8xplres 8epl, 26.2021 to0E11. PEVV$vi.VAxNAS (Notary Seal) residing at: Bala Cynwyd. PA My commission expires: September 25. 2021 1, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27th day of October, 2017 are true and correct and are still in flail force and effect. 1 do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this day of 20 . Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY LINCCON-01 JHIGHSMITH , ACORO"° CERTIFICATE OF LIABILITY INSURANCE �..•-- -- DATE (MM/DD/YYYY) 2/19/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # 0M56465 KAYE Associates LLC 1011 E Main Ave, Suite 301 Puyallup, WA 98372 CONTACT Jennifer Highsmith NAME: PHONE (A/c, No, Ext): (253) 653-1281 FAX No):(253) 251-7387 aDORIEss: Jennifer.Highsmith@kayesurety.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:The Travelers Indemnity Company of America 25666 INSURED Lincoln Construction, Inc. 11803 101st Ave E, Suite 201 Puyallup, WA 98373 INSURER B : Travelers Casualty Insurance Company of Americ 19046 INSURERC : Travelers Property Casualty Company of America 25674 INSURER D: Evanston Insurance Company 35378 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X 9/2/2020 9/2/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCURDT-CO-2R482673-IND-20 DAMAGE TO RENTED PREMISES (Ea occurrence) 300 ��� $ MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PE PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 STOP GAP LIABIL $ 1,000,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY X X BA -3P695226 -20-42-G 9/2/2020 9/2/2021 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP- 2R262234-20-26 9/2/2020 9/2/2021 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10'000'000 DED X RETENT ON $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A DT -CO -2R482673 -IND -20 9/2/2020 9/2/2021 X PER STATUTE OTH- ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D CPL X MKLV5ENV102577 9/2/2020 9/2/2021 Pollution w/Mold Each Occ 2,000,000 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Public Works Fleet and Facilities Project No: 91630601 The City of Tukwila is Additional Insured per the attached forms. Coverage is Primary and Non -Contributory, Waiver of Suborgation applies. 45 Days Notice of Cancellation included per attached forms. CERTIFICATE HOLDER CANCELLATION Cityof Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Ih ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products -Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that you agree in a written contract or agreement to indude as an additional insured on this Coverage Part is an insured, but only: a. With respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury" caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. If, and only to the extent that, such injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies. Such person or organization does not qualify as an additional insured with respect to the independent ads or omissions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits required by the written contract or agreement, the insurance provided to the additional insured will be limited to such minimum required limits. For the purposes of determining whether this limitation applies, the minimum limits required by the written contract or agreement will be considered to include the minimum limits of any Umbrella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the written contract or agreement specifically requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the following duties: (1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: CG D2 46 0419 © 2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. (3) Immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the daim or defense against the "suit", and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover such additional insured for a loss we cover. However, this condition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organization as a named insured as described in Paragraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. Page 2 of 2 © 2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 0419 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured—Unnamed Subsidiaries B. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations PROVISIONS A. WHO IS AN INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declarations is a Named Insured if: a. You are the sole owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury' or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% in such subsidiary; or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 50% in such subsidiary. For purposes of Paragraph 1. of Section II — Who Is An Insured, each such subsidiary will be deemed to be designated in the Declarations as: CG D316 0219 C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. Contractual Liability — Railroads F. Damage To Premises Rented To You a. An organization other than a partnership, joint venture or limited liability company; or b. A trust; as indicated in its name or the documents that govern its structure. B. BLANKET ADDITIONAL INSURED — GOVERNMENTAL ENTITIES — PERMITS OR AUTHORIZATIONS RELATING TO OPERATIONS The following is added to SECTION II — WHO IS AN INSURED: Any govemmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: a. Any "bodily injury', "property damage" or "personal and advertising injury" arising out of operations performed for the governmental entity; or b. Any "bodily injury" or "property damage" included in the "products -completed operations hazard". © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence in the DEFINITIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". 4. The following exdusion is added to Paragraph 2., Exclusions, of SECTION 1 — COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury' or "property damage" arising out of the violation of a penal statute or ordinance relating to the sale of Page 2 of 3 pharmaceuticals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery, against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal and advertising injury" caused by an offense that is committed; subsequent to the execution of the contract or agreement. E. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINITIONS Section: c. Any easement or license agreement; © 2017 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG D316 0219 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: COMMERCIAL GENERAL LIABILITY a. Any premises while rented to you or temporarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CG D3 16 0219 © 2017 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 3 POLICY NUMBER: DT -CO -2R482673 -IND -20 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 09-01-2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT; PROVIDED THAT, THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" CR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown n the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject', and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2 The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE q regard- less of the number of: a Insureds; h Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG D211 01 04 Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN CN THE DECLARATIONS. 3. Any payments made under COVERAGE A for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project'. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Prqect General Aggregate Limit for any other designated "project" shown n the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown n the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown n the Schedule above: Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limi whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION 111- LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage a and b. Damages from "occurrences" under COVERAGE A (SECTION I) and for all medical expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro - Page 2 of 2 vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION 111 - LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. d. Primary And Non -Contributory Insurance If Required By Written Contract If you specifically agree in a written contract or agreement that the insurance afforded to an insured under this Coverage Part must apply on a primary basis, or a primary and non- contributory basis, this insurance is primary to other insurance that is available to such insured which covers such insured as a named insured, and we will not share with that other insurance, provided that: (1) The "bodily injury' or "property damage for which coverage is sought occurs; and (2) The "personal and advertising injury' for which coverage is sought is caused by an offense that is committed; subsequent to the signing of that contract or agreement by you. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit' is brought. 8. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after Toss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V — DEFINITIONS 1. "Advertisement" means a notice that is broadcast or published to the general public or specific market segments about your goods, products or services for the purpose of attracting customers or supporters. For the purposes of this definition: a. Notices that are published include material placed on the Internet or on similar electronic means of communication; and b. Regarding websites, only that part of a website that is about your goods, products or services for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 © 2017 The Travelers Indemnity Company. All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER: DT -CO -2R482673 -IND -20 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 09-01-2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EMPLOYERS OVERHEAD LIABILITY This modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE LIST OF STATES Washington LIMITS OF INSURANCE BODILY INJURY BY ACCIDENT BODILY INJURY BY DISEASE BODILY INJURY BY DISEASE 1 ,000,000 EACH ACCIDENT 1 ,000,000 AGGREGATE 1,000,000 EACH EMPLOYEE None of the terms of the Coverage Part to which this endorsement is attached apply to the insurance provided by this endorsement, except for the COM- MON POLICY CONDITIONS and Section IV - COM- MERCIAL GENERAL LIABILITY CONDITIONS. SECTION 1- COVERAGE 1. Insuring Agreement This insurance applies to "bodily injury" by acci- dent or "bodily injury" by disease to your "em- ployees". "Bodily injury" includes resulting death. a. The "bodily injury" must arise out of and in the course of the injured "employee's" employ- ment by you. b. The employment must be necessary or inci- dental to your work in the state(s) listed in the Schedule above. c. You must maintain for the "employee" full Workers Compensation Insurance coverage in the Workers Compensation State Fund of the state(s) listed in the Schedule above dur- ing the term of this insurance or shall be a qualified self insurer approved by the State Workers Compensation Commission and in good standing. d. "Bodily injury" by accident must occur during the endorsement period. e. "Bodily injury" by disease must be caused or aggravated by the conditions of your em - GN 011311 03 ployment. The "employee's" last day of last exposure to the conditions causing or aggra- vating such "bodily injury" by disease must occur during the endorsement period. f. If you are sued, the original "suit" and any re- lated legal actions for damages for "bodily in- jury" by accident or disease must be brought in the United States of America, its territories or possessions, or Canada. 2. We Will Pay We will pay all sums you legally must pay as damages because of "bodily injury" to your "em- ployees", provided the "bodily injury" is covered by this insurance. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Paragraph 5. Supplementary Payments of this COVERAGE Section. The damages we will pay, where recovery is permitted by law, include damages: a. for which you are liable to a third party by reason of a claim or "suit" against you by that third party to recover the damages claimed against such third party as a result of injury to your "employee"; b. for care and loss of services; and c. for consequential "bodily injury" to a spouse, child, parent, brother or sister of the injured "employee"; Copyright, The Travelers Indemnity Company, 2003 Page 1 of4 COMMERCIAL GENERAL LIABILITY provided that these damages are the direct con- sequence of "bodily injury" that arises out of and in the course of the injured "employee's" employ- ment by you; and d. because of "bodily injury" to your "employee" that arises out of and in the course of em- ployment, daimed against you in a capacity other than as an employer. 3. We Will Defend We have the right and duty to defend you, at our expense, against any claim, proceeding or "suit" seeking damages payable by this insurance. We have the right to investigate any "bodily injury" and settle these claims, proceedings and "suits". The amount we will pay for damages is limited as described in LIMITS OF INSURANCE (Section 111) We have no duty to defend you against a daim, proceeding or "suit" that is not covered by this in- surance. We have no duty to defend or continue defending you after we have paid our applicable limit ofliability under this insurance. 4. Exclusions This insurance does not apply to: a. Liability assumed under a contract or agree- ment. This exdusion does not apply to a war- ranty that your work will be done in a work- manlike manner; b. Punitive or exemplary damages because of "bodily injury" to an "employee" employed in violation of law; c. "Bodily injury" to an "employee" while em- ployed in violation of law with your actual knowledge or the actual knowledge of any of your partners (if you are a partnership), your "executive officers" (if you are an organization other than a partnership, joint venture or lim- ited liability company), your members or managers (if you are a joint venture or limited liability company) or your trustees (if you are a trust); d. Any obligation imposed by a Workers Com- pensation, occupational disease, unemploy- ment compensation, or disability benefits law, or any similar law; e. "Bodily injury" intentionally caused or aggra- vated by you; Page 2 of4 f. Any damages for "bodily injury" with respect to which the insured is deprived of any de- fense or defenses; "Bodily injury" occurring outside the United States of America, its territories or posses- sions, and Canada. This exclusion does not apply to "bodily injury" to a citizen or resident of the United States o f America or Canada who is temporarily outside these countries; h. Damages arising out of coercion, criticism, demotion, evaluation, reassignment, disci- pline, defamation, harassment, humiliation, discrimination against or termination of any "employee", or any personnel practices, poli- cies, acts or omissions; i. "Bodily injury" to any person in work subject to the Longshore and Harbor Workers' Com- pensation Act (33 USC Sections 901-950), the Nonappropriated Fund Instrumentalities Act (5 USC Sections 8171-8173), the Outer Continental Shelf Lands Act (43 USC Sec- tions 1331-1356), the Defense Base Act (42 USC Sections 1651-1654), the Federal Coal Mine Health and Safety Act of 1969 (30 USC Sections 901-942), any other federal workers or workmen's compensation law or other fed- eral occupational disease law, or any amendments to these laws; j. "Bodily injury" to any person in work subject to the Federal Employers' Liability Act (45 USC Sections 51-60), any other federal laws obligating an employer to pay damages to an "employee" due to "bodily injury" arising out of or in the course of employment, or any amendments to those laws; k. "Bodily injury" to a master or member of the crew of any vessel; I. Fines or penalties imposed for violation of federal or state law; m. Damages payable under the Migrant and Seasonal Agricultural Worker Protection Act (29 USC Sections 1801-1872) and under any other federal law awarding damages for viola- tion of those laws or regulations issued there- under, and any amendments to those laws. 5. Supplementary Payments We will pay with respect to any claim we investi- gate or settle, or any "suit" against an insured we defend: g. Copyright, The Travelers Indemnity Company, 2003 GN 011311 03 a. Reasonable expenses incurred at our re- quest, but not loss of earnings; b. Premiums for bonds to release attachments and for appeal bonds in bond amounts up to the limit of our liability under this insurance; c. Litigation costs taxed against you; d. Interest on ajudgment as required by law un- til we offer the amount due under this insur- ance; and e. Expenses we incur. These payments will not reduce the Limits of Insurance. SECTION 11 - WHO IS AN INSURED 1. If you are designated in the Declarations of the Coverage Part to which this endorsement is at- tached as: a. An individual, you and your spouse are insur- eds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an in- sured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an in- sured. Your members are also insureds, but only with respect to the conduct of your busi- ness. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership or joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named In- sured if there is no other similar insurance avail- able to that organization. However: a. Coverage under this provision is afforded only until the 90th day after you acquire or form the organization, or the end of the endorse- ment period, whichever is earlier; GN 011311 03 COMMERCIAL GENERAL LIABILITY b. Coverage does not apply to "bodily injury" that occurred before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any current or past part- nership, joint venture or limited liability company that is not shown as a Named Insured in the Dec- larations of the Coverage Part to which this en- dorsement is attached. SECTION III - LIMITS OF INSURANCE 1. The Limits of Insurance shown in the Schedule above and the following rules fix the most we will pay regardless of the numberof: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. The Bodily Injury by Accident - Each Accident limit is the most we will pay for all damages be- cause of "bodily injury" to one or more "employ- ees" in any one accident. A disease is not "bodily injury" by accident unless it results directly from "bodily injury" by accident. 3. The Bodily Injury by Disease - Aggregate limit is the most we will pay for all damages because of "bodily injury" by disease, regardless of the num- ber of "employees" who sustain "bodily injury" by disease; 4. The Bodily Injury by Disease - Each Employee limit is the most we will pay for all damages be- cause of "bodily injury" by disease to any one "employee", subject to 3. above. Under parts 3. and 4. above, "bodily injury" by dis- ease does not include disease that results directly from "bodily injury" by accident. The limits of this insurance apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the begin- ning of the endorsement period, unless the endorse- ment period is extended after issuance for an addi- tional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV - DEFINITIONS 1. "Bodily Injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. Copyright, The Travelers Indemnity Company, 2003 Page 3 o f4 COMMERCIAL GENERAL LIABILITY 2. "Employee" includes a "leased worker". "Em- ployee" does not include a "temporary worker". 3. "Executive officer" means a person holding any of the officer positions created by your charter, con- stitution, by-laws or any other similar governing document. 4. "Leased worker" means a person leased to you by a labor leasing firm under an agreement be- tween you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a 'temporary worker". 5. "Suit" means a civil proceeding h which damages because of "bodily injury" to which this insurance applies are alleged. "Suit" includes: Page 4 of4 a. An arbitration proceeding n which such dam- ages are claimed and to which you must submit or do submit with our consent; or b. Any other alternative dispute resolution pro- ceeding h which such damages are claimed and ID which you submit with our consent. 6. "Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave a to meet seasonal or short- term workload conditions. 7. 'Workers Compensation Laws" means the work- ers or workmen's compensation law and occupa- tional disease law of each state or territory. It in- cludes any amendments to that law which are h effect during the endorsement period. It does not include the provisions of any law that provides non -occupational disability benefits. Copyright, The Travelers Indemnity Company, 2003 GN 0113 11 03 to 02 0 pins 0 0 unwomm co- ommomm 0 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BLANKET ADDITIONAL INSURED B. EMPLOYEE HIRED AUTO C. EMPLOYEES AS INSURED D. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS E. TRAILERS - INCREASED LOAD CAPACITY F. HIRED AUTO PHYSICAL DAMAGE G. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT A. BLANKET ADDITIONAL INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. B. EMPLOYEE HIRED AUTO 0 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COV- ERED AUTOS LIABILITY COVERAGE: w An "employee" of yours is an "insured" while operating a covered "auto" hired or rented under a contract or agreement in an "em- ployee's" name, with your permission, while CAT4200215 008265 H. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT - INCREASED LIMIT I. WAIVER OF DEDUCTIBLE - GLASS J. K. L. M. PERSONAL PROPERTY AIRBAGS AUTO LOAN LEASE GAP BLANKET WAIVER OF SUBROGATION performing duties related to the conduct of your business. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". C. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE: © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2) of SECTION II — COVERED AUTOS LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4) of SECTION II — COVERED AUTOS LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. E. TRAILERS — INCREASED LOAD CAPACITY The following replaces Paragraph C.1. of SEC- TION I — COVERED AUTOS: 1. "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. F. HIRED AUTO PHYSICAL DAMAGE The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Hired Auto Physical Damage Coverage If hired "autos" are covered "autos" for Covered Autos Liability Coverage but not covered "autos" for Physical Damage Coverage, and this policy also provides Physical Damage Coverage for an owned "auto", then the Physical Damage Cover- age is extended to "autos" that you hire, rent or borrow subject to the following: (1) The most we will pay for "loss" to any one "auto" that you hire, rent or borrow is the lesser of: (a) $50,000; (b) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (c) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. Page 2 of 3 (2) An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". If a repair or replacement results in better than like kind or quality, we will not pay for the amount of betterment. (4) A deductible equal to the highest Physical Damage deductible applicable to any owned covered "auto". (5) This Coverage Extension does not apply to: (a) Any "auto" that is hired, rented or bor- rowed with a driver; or (b) Any "auto" that is hired, rented or bor- rowed from your "employee". G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. H. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT — INCREASED LIMIT Paragraph C.1.b. of SECTION III — PHYSICAL DAMAGE COVERAGE is deleted. I. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property Coverage We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and (2) In or on your covered "auto". This coverage only applies in the event of a total theft of your covered "auto". No deductibles apply to Personal Property cover- age. (3) © 2015 The Travelers Indemnity Company. All rights reserved. CA T4 20 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. N CO 0 0 0 CO mismomm 0 0 MIONIOMMNI 0= W 008266 K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. AUTO LOAN LEASE GAP The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Auto Loan Lease Gap Coverage for Private Passenger Type Vehicles In the event of a total "loss" to a covered "auto" of the private passenger type shown in the Schedule or Declarations for which Physical Damage Cov- erage is provided, we will pay any unpaid amount due on the lease or loan for such covered "auto" less the following: (1) The amount paid under the Physical Damage Coverage Section of the policy for that "auto"; and CAT4200215 COMMERCIAL AUTO (2) Any: (a) Overdue lease or loan payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not returned by the les- sor; (d) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract exe- cuted prior to any "accident" or "loss", pro- vided that the "accident" or "loss" arises out of the operations contemplated by such con- tract. The waiver applies only to the person or organization designated in such contract. © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc. with its permission. ill MARKEL® ENVIRONMENTAL POLICY NUMBER: MKLV5ENV102577 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED FOR SPECIFIED PERSON(S) OR ORGANIZATION(S) This endorsement modifies insurance provided under the following: CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM SCHEDULE Person(s) Or Organization(s): Schedule as requested per Written , Agreed and Signed Contract. With respect to coverage provided under this endorsement only, Paragraph 4. under Section III — Who Is An Insured is replaced by the following: 4. The Person(s) Or Organization(s) shown in the Schedule of this endorsement is an insured under this policy, provided you have agreed to provide additional insured status in a written contract or agreement that was executed prior to the: a. Commencement of "your work"; and b. Date the "pollution conditions" first commenced. The Person(s) Or Organization(s) shown in the Schedule of this endorsement is an insured only with respect to "bodily injury", "property damage", or "clean-up costs" caused by a "pollution condition" for which such Persons(s) Or Organization(s) is liable because of "your work". However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; and (3) Is limited to the lesser of the Limits Of Insurance shown in the Declarations or the amount required by the written contract or agreement. All other terms and conditions remain unchanged. MEEI 2589 08 19 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. ill ENVIRONMENTAL POLICY NUMBER: MKLV5ENV102577 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following, where indicated by an "X" in the checkbox(es) below: ❑ COMMERCIAL GENERAL LIABILITY COVERAGE FORM ❑X CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM ❑ PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM The following is added to the Other Insurance condition: Other Insurance This insurance will be primary and not contributory with any other insurance available to any person or organization under any other third party liability policy if required by a written contract, signed by both parties and executed prior to the commencement of operations or "your work". All other terms and conditions remain unchanged. MEEI 2591 08 19 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. ill ENVIRONMENTAL POLICY NUMBER: MKLV5ENV102577 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following, where indicated by an "X" in the checkbox(es) below: ❑ COMMERCIAL GENERAL LIABILITY COVERAGE FORM M CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM ❑ PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM Please refer to each Coverage Form to determine which terms are defined. Words shown in quotations on this endorsement may or may not be defined in all Coverage Forms. The following is added to the Transfer Of Rights Of Recovery Against Others To Us condition: Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization with whom the Named Insured has agreed, in a written contract executed prior to the "occurrence" or "pollution condition", to waive such rights of recovery because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a written contract with that person or organization. All other terms and conditions remain unchanged. MEEI 2592 08 19 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. ill MARKEL® ENVIRONMENTAL POLICY NUMBER: MKLV5ENV102577 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following, where indicated by an "X" in the checkbox(s) below: ❑ COMMERCIAL GENERAL LIABILITY COVERAGE FORM ® CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM ❑ OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM ❑ PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM ❑ PROFESSIONAL LIABILITY COVERAGE FORM ❑ SITE POLLUTION AND ENVIRONMENTAL COVERAGE FORM SCHEDULE Person Or Organization: City of Tukwila (Public Works Fleet Facilities- Project No. 91630601) Address: 6200 Southcenter Blvd., Tukwila, WA 98188 Number Of Days Advance Notice: 45 If we cancel this policy, we will mail to the Person Or Organization shown in the Schedule of this endorsement advance written notice of cancellation at the Address shown in the Schedule of this endorsement. Such notice will be sent no less than the Number Of Days Advance Notice shown in the Schedule of this endorsement prior to the effective date of cancellation. All other terms and conditions remain unchanged. MEET 2220 11 17 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. ill MARKEL® POLICY NUMBER: MKLV5ENV102577 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES CHANGE NUMBER: 2 POLICY NUMBER: MKLV5ENV102577 POLICY CHANGES EFFECTIVE DATE: 02/15/2021 COMPANY: EVANSTON INSURANCE COMPANY NAMED INSURED: Lincoln Construction, Inc. 11803 101st Avenue East Suite 201 Puyallup,WA,98373 AUTHORIZED REPRESENTATIVE Trevor Puetz RT Specialty Insurance Services, LLC 500 South Grand Avenue, Suite 2100 Los Angeles, CA 90071 COVERAGE PART(S) AFFECTED: Contractors Pollution Liability The following item(s): is (are) 0 changed ® added 0 deleted as shown below: MEEI 2220 1117 is hereby added to the captioned policy. The above amendments result in a change in the premium as follows: ❑ Insured's Name/Additional Named Insureds ❑ Insured's Mailing Address ❑ Policy Number ■ RETURN PREMIUM 0 Effective/Expiration Date/Policy Period ❑ Company ❑ Locations/Location Description ■ Insured's Legal Status/Business Description ❑ Minimum Earned Premium ❑ Rates ■ Coverage Forms and EndorsementsBasis ❑ Policy Cancel/Reinstatement ❑ Limits/Exposures/Premium 0 Additional Insureds, Loss Payees, Mortgagees Buildings/Personal Property Deductibles ■ ■ • Aggregate Cap Classification/Class Codes Underlying Insurance Information • ■ •■ Per Vehicle Limit ❑ Vehicle ❑ Drivers • Vehicle Description (Type/Year/Make/Model/ Vehicle Identification Number/Cost New/Value) ❑ Equipment ❑ Other (describe below) • is (are) 0 changed ® added 0 deleted as shown below: MEEI 2220 1117 is hereby added to the captioned policy. The above amendments result in a change in the premium as follows: ❑ NO CHANGES ❑ TO BE ADJUSTED ADDITIONAL PREMIUM ❑ RETURN PREMIUM 0 AT AUDIT MEIL 1203 03 12 Page 1 of 2 Tukwila Fleet and Facilities Building City of Tukwila Public Works om30mo1 SI-InsArchxems January 7, 2021 Section 00 41 00 BID FORM Page 1 m/ BID FORM (Part U: (10 be submftted no ater than 200 p.rn. on the bid submittal date indicated in Section D011 00). TO: City of Tukwila Public Works — Tukwila Fleet and Facilities Building — Tenant Improvement CITY OF TUKWILA CALL FOR BIDS NOTICE IS HEREBY GIVEN thasealed bds will be received by the City of Tukwila, Washington at the Office of the City Clerk, at Tukwila City Hall, 5200 Southcenter Bou|evard, Tukwila. Washington 98188. up to the hour of 2:00 p.m. on Thursday, February 04, 2021. Due to issues associated with COVID-19 and social distancing. Tukwila City Hall is not open to the public. While bids can be mailed to Tukwila City Hall, a box will also he located outside the double doors at Tukwila City Hall near the flagpole for receipt of bids on the day of the bid opening. Bids will be picked up, with the last pickup being at exactly 2:01 pmunThursday. January ?8.2O21 based on the Atomic Clock in the City's Clerk's Office. Bids will be opened and publicly read aloud, via Microsoft |oams, by dialing (253) 292-9750, Conference ID: 473 658 756# at 2:30 p.m. Thursday, February 04, 2021 for: The undersigned Bidder submits the following bid: BASE BID: Pursuant to and in compliance with the Contract Documents, including the Advertisernent for Bids and Instructions for Bidders, the Bidder hereby certifies that it has carefully examined the Contract Documents entitled: City of Tukwila Public Works — Tukwila Fleet and Facil ies Building — Tenant Improvement Prepared by SHKS Architects and the conditions affecting the Work, and being familiar with the site; and having made the necessary examinations, proposes to furnish all labor, mate/ia|a, equipment, and services necessary to complete the Work in strict accordance with the Contract Documents for the above-named project for the following sum, which is hereby designated as the Base Bid: ^ ,/ Base Bid � '2^�/ � � /'� Tukwila Public Works Fleet and Facilities Building Initials of Bidder's Representative Provddod to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Ecal 'Iukwila Fleet and FediItties Building City mTukwila Public Works 91630601 sHxo^rcmteots January 7, 2021 ALTERNATE BIDS: Section 00 41 00 BID FORM Page zmr Alternates shall include ALL applicable costs including supervision, OH&P markups, bonds and insurance, Alternate Description of Alternate Bids No : 1. Stand-by Power Engine -Generator Exterior Envelope Improvements REINSTATEMENT OF ALTERNATE BIDS: Type of Alternate Bid Alternate Amount Additive Additive "u� The undersigned Bidder agrees that the Owner has the right, for a period of 60 days followincj the bid submittal deadline. to initiate or rescind acceptance of any Alternate Bid in the amount(s) quoted ahove. SALES TAX: None of the sums stated in the toregoing Include Washington State Sales Tax, except as designated in Article 4 of the Instructions for Bidders. TIME OF COMPLETION AND LIQUIDATED DAMAGES: The undersgned Bidder agrees, if awarded the Contract, to complete the Work of the Contracwithin the number of calendar days specified in Supplemental Conditions, Section 00 73 00, and also agrees to the amounts specified for Liquidated Damages. It is further agreed that the time for completion of the Work descnbed herein is a reasonable time considering the average climatic range and usual ndustnal conditions prevailing in the locality. TRENCH EXCAVATION SAFETY PROVISIONS: If the Contract Documents contain any work which requires trenching exceeding a depth of tour feet, aPI costs for adequate trench safety systems shall be identified as a separate bid item in complance with Chapter 39.04 RCVI and WAC 295'155'650The purpose of this provision is to ensure that the Bidder agrees to comply with all the relevant trench safety requirements of Chapter 49.17 ROW. This bid amount shall be considered as part of the Base Bid set forth above. Bidder must nclude a Iurnp sum dollar amount in blank below (even if the value is 5000) to be responsive. Trench Excavation Safety Provisions Only: $ 5 Tukwila Public Works Fleet and Facilities Building Initials of Biwde/s Representative Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com Always Verify Scal Tukwila Fleet and nmHit.mBuilding City of Tukwila Public Works 9163061 nHxoAmmtects January r.zuz1 CONTRACT AND BONDS: Section 00 41 00 BID FORM Page aofr t the Owner awards a contract based on this bid within sixty (60) days of the bd submittal dead!ine, the Bidder agrees to execute a contract for the above work, for compensation computed from the above stated sums, on the Island County Public Works Contract form, and to furnrsh Payment and Performance Bonds and acceptable evidence of insurance as required by the Contract Documents. BID GUARANTEE: Pursuant to paragraph 5 of the Instruction for Bidders, Section 00 21 00, Bidder hereby certifies that it has furnished a bid guarantee for no less than 5% of the base bid, and that such guarantee accompanies this Bid Form. The successful bidder shall submit an executed Contract, Payment and Performance Bunda, and acceptable evidence of insurarice withn seven (7) days after receipt of award notice and Public Works Contract form from the Owner. If the successful bidder, upon award of a contract by the Owner, fails to execute the Public Works Contract or submit the Payment and Perforrnance Bonds and acceptabie evidence of insurance as required within the time specified, Owner may revoke the awardShould the successful bidder fail to enter into a contract with Owner, the bid guarantee may be retained by Owner as liquidated damages, not as a pena|1y, If a contract is not awarded within sixty (60) days after the bid submittal deadUne, or if the bidder delivers a signed Public Works Contract, Payment and Performance Bundo, and acceptable evidence of insurance. then the certified or cashiers check or cash submftted as the bid guarantee shall be returned to the bidder, or the Bid Bond shall become void. Bidder's Business Name: . Lincoln Inc Type of Business: � Sole Proprietorship Partnership Physical Business Address (Must 11803 101st Ave E 0 Corporation (State of |ncorpmationWA) G Other not be a P.O. Box): Suite 201 City: Puyallup State: WA Zip Code: 98373 Business Telephone Nurnber (253) 847.6414 Business Fax Number (252) 847.6806 the following: Business E-mail Address jefftiegS@|inDD|DDVV.DoDl State of Washington numbers for Contractor Registration No.: L|N000I156jH UBI No.: 600 538 695 Employment Security DeptNo.: 91-1249921 Receipt is hereby acknowledged of Addenda No(s).: 1 2 3 4 5 _����� Bidder is in compliance with the responsible bidder criteria requirement of ROW 39.04.350(1)(g). Tukwila Public Works Fleet and Facilities Building Initials of dder's Representative Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal Tukwila Fleet and Facilities Building City of Tukwila Public Works 91630601 SHKS Architects January 7, 2021 OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: Section 00 41 00 BID FORM Page 4 of 7 "I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct": „.„. Signatuf,e7"-- ' ) „. Date: February 4, 2021 Print Name arid Title Jeffrey T Tiegs) Tukwila Public Works Fleet and Facilities Building Location or Place Executed (City State Puyallup, WA Initials of Bidder's presentative Provided to Cui.lders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Tukwila Fleet and Facilities Building City of Tukwila Public Works 91630601 SHKS Architects January 7, 2021 Section 00 41 00 BID FORM Page 7 of 7 BID FORM (Part 11c): (To be submitted no later than 200 p.m. on the bid submittal date indicated in Section 00 11 00). CERTIFICATION OF GOOD FAITH EFFORTS TO HIRE TUKVVILA RESIDENTS The bidder hereby certifies that it will use good faith efforts to comply with the Local Hiring Policy of Tukwila Public Safety Plan Projects, which is stated in the City of Tukwila Resolution No. 1929. For this certification, "good faith efforts" has the same meaning as in the Local Hiring Policy of Tukwila Public Safety Plan Projects: A "good faith" effort means the Contractor will take the following or similar actions to recruit and maintain Tukwila Area residents as part of the construction workforce: a. Contact local recruitment sources to identify qualified individuals who are Tukwila Area residents; and b. Advertise for qualified Tukwila Area residents in trade papers and newspapers of general circulation in the Area, unless time limits imposed by the City do not permit such advertising; and c. If portions of the work are to be performed by subcontractors, identify qualified subcontractors whose workforce includes Tukwila Area residents; and d. Host a job fair for prospective local applicants; and e. Develop a written plan to recruit Tukwila Area residents as part of the construction workforce. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and corre0. Lin oln Construction, Inc mtcter u sName Signa re o A th rized Official* Jeffrey T Tiegs, President Printed Name and Title February 4, 2021 Puyallup Date City WA State Check One: Sole Proprietorship 0 Partnership 0 Joint Venture 0 Corporation [0 State of Incorporation, or if not a corporation. State where business entity was formed: Washington State If a co -partnership, give firm name under which business is transacted: N/A * If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. END OF SECTION Tukwila Public Works Fleet and Facilities Building Initials of B der's Representative Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Bi ' U, hiladelphia Indemnity Insrance Coy pany ala Cynwyd, PA 190 CONTRACTOR: (Name, legal status and address) Lincoln Consrtruction, Inc. 11803 101st Ave E, Suite 201 Puyallup, WA 98373 OWNER: (Name, legal status and address) City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188 BOND AMOUNT: Five Percent (5%) of the Total Amount Bid ---------- PROJECT: (Name, location or address, and Project number, if any) Tukwila Fleet and Facilities Building Tenant Improvement SURETY: (Name, legal status and principal place of business) Philadelphia Indemnity Insurance Company 1420 5th Ave, Suite 3510 Seattle, WA 98101 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that thls document conforms to American Institute of Architects Document A310, 2010 edition Signed and sealed this 28th day of January , 2021 Angelique E. Poulin Lincoln Construction;Inc7- (Principal) (Title) Philadelphia ludening C‘‘„ nsurance Company (Surety) (Seal) Marie Poulin Aftorney-In-Fact (Title) The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 edition 2 341 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Michael R. Highsmith, Jennifer K. Highsmith and Marie Poulin of Kaye Associates LLC its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed S50.000,000. This Power ofAttorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PlITLADELPHIA INDEMNITY INSURANCE COMPANY on the 14`1 of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27DAY OF OCTOBER, 2017. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27'h day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNS1VANIA NOTARIAL SEAL Mo.,9 on Knepp. Public Notary Public: l.CI Marion rtvp... Mon lg.* ry County My Com misaion Expires Bep! 25. 002 I %A22 teEePOPAPPASPOSAIION residing at: (Notary Seal) My commission expires: i'Mccelpv\l'rnsvre) Bala Cynwyd, PA September 25, 2021 1, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power ofAttorney issued pursuant thereto on the 27'h day of October, 2017 are true and correct and are still in full force and effect. 1 do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power ofAttorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this..r» day of , 20 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 'Tukwila Fleet and Facilities Building City of Tukwila Public Works 91630601 SHKS Architects January 7, 2021 Section 00 41 00 BID FORM Page 5 of 7 BID FORM (Part 11a): (To be submitted no later than 3:00 p.m. on the bid submittal date indicate 1 in Section 00 11 00). Bidder's Business Name: Lincoln Construction, Inc Heating, Ventilation and Air Conditioning (HVAC), Plumbing, and Electrical Subcontractors List here the names of the subcontractors with whom the Bidder, if awarded the contract, will st.Thcontract for performance of the work of HVAC, plumbing (as described in chapter 18.106 RCW) and electrical (as described in chapter 19.28 RCVV), or to name itself for the work. Substitution of any listed subcontractor may only be according to the procedure and parameters set forth in RCW 39.30.060. Subcontractor Name ±L 1/C4/7,. x ; / ,":45 Work To Be Performed Electrical Plumbing HVAC if subcontractors vary with Alternate Bids, Bidder must indicate which subcontractor will be used for which Alternate Bid. Alternate #1 Alternate #2 Subcontractor Name Vv'cs.r1; To Pe Perf3rrn.. Electrical Plumbing HVAC VVork To Be Performed Electrical Plumbing_ HVAC Tukwila Public works Fleet and Facilities Facilitres E7iiding Initials of Bidder's Representative Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Tukwila Fleet and Facilities Building City ofTukwila Public Works o1eaoao1 onxsAmmtects ,Jnouuiy 7, 2021 Section 00w00 BID FORM Page 6 of 7 BID FORM (Part Uh): (To be submitted no later than 48 hours after the bid submittal date indicated xn Section OD11DD). Lincoln | Construction, ��' IncBidd��Business Mame Unco.� `^C��"`PU=O��n. . Structural Steel Installation and Rebar Installation Subcontractors If the base bid and the sum of the additive alternates is one million dollars or more, the Bidder shall provide names of the subcontractors with whom the Bidder wiH directly subcontractforperformance ofthe following work. If the Bidder intends to perform the work, the Bidder must enter its name for that category of work. The Bidder shall not list more than one subcontractor for each category of work identified UNLESS subcontractors vary with bid a|ternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Substitutions are prohibited except aooutlined inRCVV38.30.O8O. Failure of the Bidder to submit the NAMES of such subcontractors or to name itself to perform Category of Work Alternate Bid # (if applicable) Firm Name 1. Structural Steel Installation, n/a n/a '---;7 CP - ' ��F / 2f. :',,':7.., / / Base Bid a. Structural Steel /7 �:41°, Installation, Alternate Bid 2.Rebar Installation, Base Bid a. Rebar Installation, Alternate Bid Bidder may attach a separate sheet for additional alternate bid subcontractors Tukwila Public Works Fleet and Facilities Building |nitia!s of Bidders Representative Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see *°*.bxwa.com Always Verify Scal