Loading...
HomeMy WebLinkAbout21-046 - Lincoln Construction - Public Works Fleet and Facilities Tenant Improvements Project (Amendments G-K)1.1.1'11011111.. lti TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 11 DATE: 2/25/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 ( k ) 21-046(k) 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 02-28-2022 By 7tomad Rom4 g Original Contract (without tax)* Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor LCI, Inc. Title Project Manager $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA $ 717,702.00 Date 03/09/2022 $ 37,978.00 By HP $ 5,182,901.00 C7/(Law 6A-Ge/cg Key: c17.710ba2-120,11,17,:cf,2,00a2.11 Mayor Public Works Director g!a o ekail wtn. Original Contract Time: 242 days (December 3, 2021) SOJ Program Director Additional Contract Time from previous Change Orders: 102 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 344 days (March 15, 2022) 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. o )1 o 1 ibit "A" C ANGE•R R — S 1 II MARY OF C o o ANGE ill CITY OF TUKWILA — Public Works (PW) Fleet & Facilities Project Name PW Fleet & Facilities CO # 011 DI l0000,„oolo„ ' o oloo, ,1,1,11111 1 Project # 91630601 Contract # 21-046 (k) Date 2/25/22 TO CONTRACTOR: Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 090R1 Additional Asphalt Tonage. The original asphalt tonnage per Addenda was assumed to be between 4" and 5" (Addendum 4, Question/Response #19). After Lincoln trenched the existing asphalt had an actual depth of 6". This is the cost to patch back the additional square footage of asphalt, which came to be 65 tons. UFC $13,129.00 COP 095 GHU-05 Regulator Swap. GHU-5 has a bad regulator and in order to make it work, a new regulator and a few gas fittings need to be purchased and installed. This cost is for the purchase and install of a new regulator. UFC $507.00 COP 096R2 Steel and Shipping Escallation for Tire Carousel. This cost is for the steel and shipping escallation for the Tire Carousel due to market increase. UFC $3,972.00 COP 097 Sprinkler Valve Decommission. In order to declassify the paint rooms the sprinkler mixing valve needs to be decommissioned per RFI 167. AD $1,087.00 COP 098 East Shop Metal Halide Light Repairs. The cost to rehang, rewire, provide conduit and repair broken devices to make (5) East shop Metal Halide (MH) lights work. OC $4,709.00 COP 099 East Shop Door Access Control. The cost to install pathway for additional access control for door in the East shop. OC $13,145.00 COP 100 Pocket Door Modifications. The cost for new hardware set for pocket door and field modifications to the door. OC $1,429.00 Change Order No. 011 $37,978.00 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: 090R1 CCD/PR No.: Asphalt Thickness Date: 2/14/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 12,025.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 721.50 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 382.40 12,746.50 382.40 TOTAL CHANGE PROPOSAL COST CONTRACT TIME ADJUSTMENT (DAYS) 13,129 TBD Lincoln Construction, Inc. CONTRACTOR 2/14/2022 DATE 7400tade/iy 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 2/14/2022 COP #: 090R1 Owner COP/CCD/PR #: Additional Asphalt Please provide a change order for the following work: Original shpahlt tonnage per Addenda at 4" thick was 112 Tons. Actual installed tonnage was 177 leaving a difference of 65 tons. Total price per attached breakdown: State and local sales tax: Extension of time: 13,129 includ( 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 ttad 'os,ee 9-pzuJect la0za9e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 090 Owner COP/CCD/PR #: Additional Asphalt REV: 001 DATE: 2/14/2022 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 1 1 1 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS Northshore Paving SUBTOTAL RATE 0.0% 13.0% PHASE CODE UNITS 1 1 1 1 1 RATE _ $ _ $ 12,025.00 = $ 12,025.00 _ $ = $ _ $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 0 6.0% Less Sub Fee $ 12,025.00 $ 721.50 $ 12,746.50 3.000% $ 12,746.50 $ 382.40 $ 13,128.90 Updated: 9/30/2011 Page 5 of 7 a ng P.O. Box 516 - Woodinville, Washington 98072 Phone: 425-488-7725 Fax: 425-402-8732 Lic. # NORTHPI131N4 - Change Order Company: Lincoln Construction Date: 2-14-2022 Project: City of Tukwila NSP Job # 1972 WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES SUBJECT TO ALL TERMS AND CONDITIONS AS SET FORTH ON BOTH SIDES, AS FOLLOWS: Change Order Work: $20,720 EJOriginalTons at 4" thick per Addenda 112 Tons @ $185 per ton Actual Tons installed 177 Tons @ $185.00 per ton. $32,745 Total by this Change Order # Original Contract Amount: $12,025.00 New Contract Amount: EXCLUSIONS: Any work not listed above, Engineering, Layout, Testing, Traffic Control, Curbing, Utility Adjustments, Prime Coat, Bond, Striping, Saw cutting, Sweeping, Permits, Fees, Misc. Patches, Layout, Survey, Material Transfer Device, Barricades, Sealcoating, Moving Obstructions, Mobilizations, Prevailing Wage Jobs, Sales Tax, Union Agreements, any and all union costs,and Insurance In Excess Of Current Limits. TERMS: Pricing Void After 30 Days, Net Cash upon job completion, All jobs are subject to sales tax if a resale permit is not provided. Jobs in excess of 30 days duration - Terms: Net Cash upon receipt of Progress Billing. CONDITIONS: 1) This agreement is subject to Northshore Paving Inc.'s approval of purchaser's credit within ten days of the date of acceptance. 2) Northshore Paving Inc. shall not be liable for damage to or breakage of septic tanks, sprinkler systems, underground pipes and/ or conduits not visible from the surface of the ground nor for any damage to approaches (including sidewalks) from the street to the property line. 3) It is agreed if case suit is instituted to collect amount due on this contract or any portion thereof, reasonable attorneys fees and court costs will be added to this contract. 4) Soil sterilization (weed killer) if included in contract, will be applied at rates specified by manufacturer. Northshore Paving Inc. will not be responsible for any subsequent growths of horsetail weed, morning glory, deep-rooted ferns or perennials which have not reached maturity prior to application or the re -growth of moss. 5) A finance charge of 1.5% per month will be charged on past due accounts plus reasonable attorneys fees and/ or collection costs. 6) Quotations subject to change or cancellation after 30 days. 7) All agreements are contingent on strikes, accidents, delays of carriers and other delays unavoidable or beyond our control. 8) Northshore Paving Inc. shall not be responsible for sub grade failures, unsuitable sub grade or base rock, work preformed by others, or acts uncontrolled by man. 9) Any and all state, county, municipal permits required for the above mentioned improvements will be obtained by purchaser unless otherwise stipulated in this proposal. 10) Northshore Paving Inc. assumes all jobs to be NON -Public Works and completed during normal workday hours, unless specified above. 11) Northshore Paving Inc. does not guarantee drainage on grades less than 1%. 12) Prices are based on current material wholesale costs. Contracts extending into a new calendar year are subject or revision of price when an increase occurs. 13. This Proposal must be included with the contract documents. 14. Northshore Paving is not responsible for any damages to vehicles or personal property in working area. 15. Northshore Paving does not guarantee asphalt to be an inpervious surface. 16. Unmoved obstructions will not be moved by Northshore Paving, an additional mobilization charge will be added to come back out to pave under any obstructions not moved including but not limited to dumpsters. 17.Everything is bid for one mobilization unless otherwise noted in proposal. Any additional mobilizations for any reason will be an extra charge to the customer. 18. Northshore recommends that new asphalt be seal coated. 19. Northshore Paving is Non-union and will not enter Into any union agreements or costs. By Signing below I hereby agree to and be held liable to all of the above mentioned change order and pricing entered into this day of , 2022. Customer Authorized Signature: Northshore Paving Inc. Authorized Signature: x Printed Name/ Company: Printed Name: Greg 206-396-7110 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 095 GHU-05 Date: 2/2/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 464.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 27.84 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 14.76 491.84 14.76 TOTAL CHANGE PROPOSAL COST 507 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc. CONTRACTOR 2/2/2022 DATE 7404,44 Rao,deir.9 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 2/2/2022 COP #: 095 Owner COP/CCD/PR #: GHU-05 Please provide a change order for the following work: GHU-05 They existing regulators are no longer made. to meet the same BTU requirements, we will need to purchase a smaller regulator and a few gas fittings for this swap out Total price per attached breakdown: State and local sales tax: Extension of time: 507 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, 74o0cae. ; de' 9 - -ua/ed 'WeaKa yet Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 095 Owner COP/CCD/PR #: GHU-05 REV: 000 DATE: 2/2/2022 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 0.0% 13.0% RATE SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ 1 X = $ - Pipe 1 X 464.00 = $ 464.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 464.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 27.84 TOTAL SUBCONTRACTS $ 491.84 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000%$ $ 491.84 14.76 506.60 Change Order Summary Sheet Project Name: Project No. 21-299 Contractor: Lincoln Construction Tukwila Public Works Fleet Facility Description: Source Documents: e Pipe COP No. Date: Contractor Ref. No. 21-299.011 212/2022, It has been found out that the gas regulator feeding 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Itemize all costs on attached COP Cost Breakdown form. 208.58 DIRECT LABOR SUBTOTAL $ ; 208.58 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) 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 % of 1 % of 1-7 1.00 %of1-8 202.00 1. CRAFT LABOR COSTS $ 209.00 2. MATERIAL COSTS $ 202.00 3. EQUIPMENT COSTS $ !" - 4. SMALL TOOLS SUBTOTAL 1 thru 4 00 5. OVERHEAD & PROFIT $ 53.00 6. SUB -SUBCONTRACTORS i'$ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS ;$ This change adds 1 calender day extension 8. INSURANCE $ 9. BOND $ TOTAL COST $ 4.00 COP Cost Breakdown Pipe Construction Description Quantity Unit Type Labor Material Unit $ Cost Unit $ Cost Unit ; Gas Regulator 1 ea $ - $132.00 $ 132.00 NG Ftgs 1 Lot $ - $70.00 $ 70.00 $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ $ - $ - Labor Subtotal $ - Superintendent hr $ - $ - Lead Foreman hr $ - $ - Journeyman Plumber 2 hr 104.29 $ 208.58 $ - Total Cost of Work Form Revised 2/27/2020 $ 208.58 $ 202.00 Page of 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: 2/11/2022 Project: LCI Project No.: 096R2 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 3,856.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 115.68 3,856.00 115.68 TOTAL CHANGE PROPOSAL COST 3,972 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc. CONTRACTOR 2/11/2022 DATE 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: 2/11/2022 COP #: 096R2 Please provide a change order for the following work: Steel and shipping escallation for the Tire Carousel Total price per attached breakdown: State and local sales tax: Extension of time: 3,972 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, 74o#ta4 r 'ootIe/z y, -' o feet %1.61449= Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 096 Owner COP/CCD/PR #: REV: 002 DATE: 2/11/2022 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% DACO Material and Shipping Increase PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 3,856.00 = $ 3,856.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 3,856.00 MARK-UP @ Sub Direct Cost 0 0.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ 3,856.00 PROPOSAL SUBTOTAL $ 3,856.00 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 115.68 PROPOSAL TOTAL $ 3,971.68 INCREASING YOUR PRODUCTIVITY DAC a ��i1�a���&tkip(tllolfll�f`F9MSt;,��M1 MATERIAL HANDLING & PACKAGING SOLUTIO Lincoln Construction Tom Romberg 253-606-8350 Quotation #Change Order 2 - Price Increase/Carousel/Shipping Page 1 of 2 8825 S. 184th Street Kent, WA 98032-1241 800-345-3226 425-656-4503 (Fax) info@dacocorp.com www. DACOcorp. com Project: Tukwila Public Works February 10, 2022 Thank you for your interest in DACO products. We are pleased to propose the following: Qty Change Order #2 Current Cost Previous Cost Difference 1 Freight Cost Increase; Carousel Freight to Tukwila, WA The cost of Freight increased from quote in early 2021 to the current cost. $7,450 $5,800 $1,650 1 Price Increase; Cost of Material for Parts on Carousel The cost of Material increased from quote in early 2021 to the current cost. $44,538 $42,683 $1,855 TOTAL COST $51,988 $48,483 $3,505 + 10% Markup TOTAL $3,856 Notes: • Please submit a Purchase Order for contracts less than $20,000. If a contract is necessary, then a $1,000 Contact Administrative Fee will be added • If a project has an Owner Contractor Insurance Program those costs will be added to the contract amount • Prices may need to be revised due to Steel Surcharge Pricing increasing Subject to DACO Terms & Conditions of Sale & Special Terms & Conditions posted on our website. Click here. Scope of Work: • Construction shall be done by experienced non-union labor. All work shall be performed during normal weekday work hours. Any work required during weekends or overtime hours shall result in additional costs. These changes, or any other changes, shall be made in writing to Daco Corporation by Buyer. Buyer shall provide installers with a Free and Clear construction site/work area. Lost time due to an unprepared work area shall be billable to Buyer. Destination address shall be the construction site unless otherwise requested. Receiving, unloading and staging of the job materials or equipment on the installation site shall be by Buyer unless otherwise requested. If freight damage, of any kind, is determined, please notify Daco Corporation with -in 4 hours in order to try to recover any loses. Changes to the delivery schedule or to the delivery location may result in added charges. If the shipment cannot be delivered to the work site and must be stored elsewhere, there will be additional storage and transfer charges. If installers have to transfer materials from a remote area to the job site, extra costs shall be billed to the Buyer. Decisions concerning any permitting or inspections required by local or State authorities are the responsibility of the Buyer. Sufficient supply of electrical power for tools and welders shall be within 50 feet of work site. Welding may be required depending on the project. • If contract requires Sub -Contractor to name General Contractor as a Primary Non -Contributory, an additional charge of $199.00 will apply. • Any additional insurance costs for coverage required above the limits currently provided by DACO Corporation or it's sub -contractors will be the responsibility of the General Contractor/Customer. • Installation based on unimpeded access to free and clear work areas during normal business hours. All electrical is by others. • All electronic billing service fees (if applicable) are not included in this quotation. They will be added to the total above. Visit our website at www.DACOcorp.com Kent • Yakima • Portland Quotation #Change Order 2 - Price Increase/Carousel/Shipping Page 2 of 2 We look forward to partnering with you to grow your business. Sincerely, Julie Dolman New Customer Construction 425-264-4814 (Direct) julied(a dacocorp.com To place your order as shown above, please sign below and fax back to 425-656-4503. NAME & TITLE OF PURCHASER DATE ISSUED SIGNATURE OF PURCHASER Visit our website at www.DACOcorp.com Kent • Yakima • Portland Model Model Model Model SSRT-TI-12112-5 SSRT-TI-21312-6 SSRT-T1-24312-7 SSRT-TI-27512-2 181" 15 1" Overall Height to top of tie bar Dealer price: 5 Carriers 21V 1T 11" Overall Height to top of tire bar Dealer price: 6 Carriers 242" 20' 3" Overall He Olt to top of tire bar Deafer or:ce: 7 Carriers 275" 22' 11' Overall Height to top of tire bar Dealer price: 8 Carriers Dptions: nstallation =reight Reading, PA to: WA Estimated shipping weight: 4,500 lb. $ 5,800.00 (Freight is an estimate only) FULL TRUCKLOAD/DEDICATED REQUIRED FOR ALL CAROUSELS Pa y me nt Terms, 30% Deposit, Balance Net 0 Days from ship date Estimated Delivery Time 10-12 weeks from order date Narranty 1 Year Parts & Labor due to defective workmanship Page 1/1 011 ;pp'�S Please remit to: Compass Global Logistics Invoice P.O. Box 8458 The Woodlands, TX 77387 I ./ 1 f...A�'�,. t ,-- i. (,'Y BILL TO: Summit Steel & Mfg Inc . 1005 Patriot Parkway Reading, PA 19605 INVOICE Invoice Number: 215011 Invoice Date: 12/28/2021 Actual Weight: 10000.0 Ib Actual Miles: Description Quantity Rate Amount Total Line Haul Charge 7450.00 $7450.00 .Amount Due: $7450.00 SHIPPER References Summit Steel Inc. 1005 Patriot Parkway Reading, PA 19605 Contact: Lisa Cuthbertson P: 828-308-1674 F: PO Number: Public Works Fleet and Facilities For City of Tukwila PRO: 215011 SCAC: 909006 Sales Rep: Paul Cox TL Manager: Cristina McCubbin BOL Number: 215011 CONSIGNEE Public Works Fleet and Facilities For City of Tukwila 11210 Tukwila International Blvd. Tukwila, WA 98168 Contact: Norman Branch P: 828-442-1969 F: Qty I Type HMI Item Description I Weight I Class I NMFC 6 PLT Tire Carousel Dim: 10,000 0.0 Page 1/1 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: 2/7/2022 Project: LCI Project No.: 097 RFI 097 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 996.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 59.76 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 31.67 1,055.76 31.67 TOTAL CHANGE PROPOSAL COST 1,087 CONTRACT TIME ADJUSTMENT (DAYS)! Lincoln Construction, Inc. CONTRACTOR 2/7/2022 DATE 71c'61t4d 9aGldeft9 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 2/7/2022 COP #: 097 Owner COP/CCD/PR #: RFI 187 Please provide a change order for the following work: In order to declassify the paint rooms the sprinkler mixing valve needs to be decommissioned Total price per attached breakdown: State and local sales tax: Extension of time: 1,087 includE X not included T 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, '7o]j) 4dtad Food(: f.- 74oj:CG� 71tag eZ Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 097 Owner COP/CCD/PR #: RFI 097 REV: 000 DATE: 2/7/2022 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 1 X = $ 1 X = $ 1 X = $ 1 X = $ RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS Smith Fire 0.0% 13.0% PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 996.00 = $ 996.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 996.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 59.76 TOTAL SUBCONTRACTS $ 1,055.76 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000%$ $ 1,055.76 31.67 1,087.43 5 HV6111!�6U1Y .�� SMITHFIRE SYSTEMS TELE: (253) 926-1880 • FAX (253) 926-2350 SMITH FIRE SYSTEMS, INC 1106 54th Avenue East Tacoma, Washington 98424 February 3, 2022 Lincoln Construction 11803 101st Ave E Ste 201 Puyallup, Wa Attention: Tom Romberg Job Name: Job Address: Job Number Tukwila Fleet Services TI 11210 Tukwila International Blvd Tukwila, Wa TI21029 Contractor Fax: Contractor Phone: (253) 847-6414 Reference: Change Order Request E - Remove valve and replace with filler piece To Whom It May Concern: 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 $996.00, plus applicable state and local taxes. The following is our breakdown of costs: Material $ 137 Design Labor (1 hr @ $102.00 hr) $ 102 Fabrication Labor (.5 hrs @ $138.00 hr) $ 69 Field Labor (4 hrs $172.00 hr) $ 688 Grand Total $ 996 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) W /� 'YV'Y-YYYYY`V' Seahurst Electric cc: Site Emailed 10/1/21 RFI No. 167 Date 9/16/2021 # 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) 9/22/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject (E) Painting Handling Rooms Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) At East shop, east side between Grids 17 & 18, are existing paint prep, cleaning, and storage areas. Are those rooms going to remain as potentially electrically classified rooms? The intended use may affect the final fire alarm and control requirements. Please indicate the final use intent of the "Paint" rooms. Please identify any changes in scope and update electrical and fire prevention requirements where necessary/required. Please review and advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No Potential ❑ Yes ❑ No -I 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. 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: Contract No.: Seahurst Project#: Subject: Spec Section: Plan No.: Tukwila Public Works Flee. WA 117110 (E) Paint Handling Rooms Originated From: Justin Kerr LCi RR 167 Attachment R.F.I.#: 44 Date: 9/15/2021 Page / Paragraph: Detail No.: Request: At East shop east side between grids 17&18 are existing paint prep, cleaning, and storage areas. Are those rooms going to remain as potentially electrically classified rooms? The intended use may affect the final fire alarm and control requirements. Recommendation: Please indicate the final use intent of the "Paint" rooms. Please identify any changes in scope and update electrical and fire prevention requirements where necessary/required. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 9/22/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: There will be no paint stored in the former paint storage area between grids 17 & 18. That area will now be considered light storage and does not require electrical classification. Lee Bragg, Hargis Engineers, 10/01/2021 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: 2/8/2022 Project: LCI Project No.: 098 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 4,313.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 258.78 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 137.15 4,571.78 137.15 TOTAL CHANGE PROPOSAL COST 4,709 CONTRACT TIME ADJUSTMENT (DAYS) 'TBD Lincoln Construction, Inc. CONTRACTOR 2/8/2022 DATE 7(ir44 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: 2/8/2022 COP #: 098 Please provide a change order for the following work: Rehang, rewire, provide conduit and repair broken devices to make 5 East shop metal halide lights work. Total price per attached breakdown: State and local sales tax: Extension of time: 4,709 includE X not included TESD 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, '74orout¢ Roodez9 - pza1ed 7(4 49e' Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 098 Owner COP/CCD/PR #: REV: 000 DATE: 2/8/2022 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 MATERIAUEQUIPMENT SUBCONTRACTS 0.0% 13.0% Seahurst PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 4,313.00 = $ 4,313.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 4,313.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 258.78 TOTAL SUBCONTRACTS $ 4,571.78 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000%$ $ 4,571.78 137.15 4,708.93 `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# 36 Date: 2/8/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Hang (5) of the old existing MH fixtures in the east shop, provide conduit wire and switching. Provide and install (2) Wall Packs to replace burned up existing ones. 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 2 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 36. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 1/2" EMT CONDUIT 100 40.59C 40.59 3,50C 3.50 1/2" EMT STL COMP CPLG 10 86.45C 8.64 9.000 0.90 1/2"EMTINSULSTLCOMPCONN 10 89.82C 8.98 15.000 1.50 #12 THHN BLACK 300 214.24 M 64.27 6.00 M 1.80 #12/2C SOW CORD 20 1,100.14 M 22.00 32.00 M 0.64 1/2" AC-90/MC DC SS CONN 10 75.62 C 7.56 9.00C 0.90 DEV BOX 2 1/2" DEEP 1/2" KO+B-BRKT 6 1,480.07 C 88.80 20.00 C 1.20 4" SQ BLANK COVER 6 102.46 C 6.15 8.00C 0.48 812M 1/2-3/4" CONDUIT CLIP 20 48.14C 9.63 0.000 0.00 1/4-20 BEAM CLAMP 25 189.00 C 47.25 5.000 1.25 MVR400/U MH LAMP 5 18.86E 94.30 0.25E 1.25 B751-J4-3/8ZM BEAM CLAMP 5 45.51 E 227.55 0.16E 0.80 1/2-2 EYE BOLT 5 61.51 C 3.08 5.000 0.25 277V LED WALL PK 2 186.51 E 373.02 1.00E 2.00 HIGH BAY MH FIXTURE 5 0.00E 0.00 1.00E 5.00 Totals 529 1,001.83 21.47 Summary General Materials 1,001.83 Total Material 1,001.83 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: 36 2/8/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Foreman Total Labor Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (21.47 Hrs @ $103.26) (21.47 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 2,216.99 2,216.99 493.81 3,712.63 482.64 4,195.27 41.95 76.27 $4,313.49 CONTRACTOR CERTIFICATION Name: Date: Signature: 1 hereby certify that this quotation is complete and accurate based co the information provided. CLIENT ACCEPTANCE CCN #: 36 Final Amount:$4,313.49 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description ORIGINAL 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: 2/14/2022 Project: LCI Project No.: $ 78.00 099 COPR 04 1239 $ 910.20 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 128.47 988.20 D. SUBCONTRACT COST $ 10,986.00 E. OVERHEAD AND PROFIT ON 128.47 SUBCONTRACT COST (6%) $ 659.16 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 382.85 11,645.16 382.85 TOTAL CHANGE PROPOSAL COST 13,145 CONTRACT TIME ADJUSTMENT (DAYS) TBD D Lincoln Construction, Inc. CONTRACTOR 2/14/2022 DATE %lw�sra t Ro.iden9. 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 2/14/2022 COP #: 099 Owner COP/CCD/PR #: COPR 004 Please provide a change order for the following work: Access control to East shop door Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 13,145 includE X not included TB 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&10=4.4 i 'a«de 9 -�za fec?! �'Itiusa9ot Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 099 Owner COP/CCD/PR #: COPR 004 REV: 000 DATE: 2/14/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER 12 SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL _ $ _ $ _ $ $ 910.20 _ $ _ $ _ $ $ 910.20 SMALL TOOL ALLOWANCE @ 0.0% $ - SUBTOTAL $ 910.20 MARK-UP @ 13.0% $ 118.33 $ 1,028.53 TOTAL LABOR MATERIALS/EQUIPMENT Fire Rated Plywood SUBTOTAL PHASE CODE UNITS RATE 1 X 78.00 = $ 78.00 1 X = $ 1 X = $ 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 78.00 $ 10.14 $ 88.14 Seahurst Kinship PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 10,506.00 = $ 10,506.00 1 X 480.00 = $ 480.00 1 X = $ X = $ X = $ - X = $ SUBTOTAL $ 10,986.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 659.16 TOTAL SUBCONTRACTS $ 11,645.16 PROPOSAL SUBTOTAL $ 12,761.83 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 382.85 PROPOSAL TOTAL $ 13,144.68 Updated: 9/30/2011 Page 5 of 7 E HURST LECTRIC Electrical Services Providing TE 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# 34 Date: 1/31/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Install pathway for additional access control for door in east shop. Exclusions: Contract. 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 # 34. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 3/4" EMT CONDUIT 310 64.19C 198.99 4.40C 12.96 3/4" EMT STL COMP CPLG 35 121.61 C 42.56 15.63C 5.20 3/4" EMT INSUL STL COMP CONN 5 128.36 C 6.42 15.63 C 0.74 3/4" EMT > 3/4" FLEX CPLG 2 3,410.78 C 68.22 12.50C 0.24 3/4" EMT STRUT CLAMP 20 81.09C 16.22 6.38C 1.21 3/4" EMT 2-H STRAP 15 30.59 C 4.59 7.50C 1.07 3/4" STEEL FLEX 10 116.07 C 11.61 4.88C 0.46 3/4" STL FLEX CONN 33 154.81 C 51.09 12.50C 3.92 #10THHN BLACK 570 326.06M 185.85 7.06M 3.82 4x21/8" SQ BOX COMB KO 1 331.62 C 3.32 28.75C 0.27 4" SQ BLANK COVER 1 102.46 C 1.02 3.13C 0.03 FS 1G BOX 3/4" HUB 1 21.29E 21.29 0.38E 0.36 12x 12x 6" SCREW CVR BOX NEMA 1 1 31.98E 31.98 1.25E 1.19 Totals 1,004 643.15 31.47 Summary General Materials 643.15 Total Material 643.15 Foreman (15.74 Hrs @ $103.26) 1,625.31 Journeyman (15.74 Hrs @ $96.44) 1,517.97 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: 34 1/31/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Total Labor Foreman Truck Scisor Lift Subtotal Overhead & Markup Subtotal Seacom Subtotal Warranty Insurance Final Amount (31.48 @ 0.50 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 1.00 @ $100.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) ($5,110.57 + 0.000 % + 0.000 % + 6.000 %) (@ 1.000 %) (@ 1.800 %) 3,143.28 362.02 100.00 4,248.45 552.30 4,800.75 5,417.20 10,217.95 102.18 185.76 $10,505.89 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based m the information provided. CLIENT ACCEPTANCE CCN #: 34 Final Amount:$10,505.89 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work Work Description ORIGINAL 016 CABLING -.4,164" CABLING TECHNOLOGY SOLUTIONS 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: 1/5/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope:Provide and Install (1) 2 -door controller with housing and power supply. Provide and Install (1) Composite cable from controller to door. Provide and Install (1) keypad reader, Door contact and REX to door. Extend Instrusion cabling to this door. Provide and Install (1) 22-2 Sheilded cable from IDF room to new 2 -door controller location. 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, 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 011 days. We will supply and install all materials, labor, and equipment as per your instructions on COPR # 4. Itemized Breakdown Descri tion Net Price p QtyU Total Mat. Labor U Total Hrs. 2 door controller 1 $995.00 5995.00 0.00 HID Card Readers With Keypad 1 $450.00 $450.00 0.00 Door Contact 1 $9.00 $9.00 0.00 REX 1 $95.00 $95.00 0.00 Fire Plywood 1 $45.00 $45.00 0.00 22/2 Sheilded 1000 $0.25 $250.00 0.00 Access control Panel w/power supply 1 $625.00 $625.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 $0.00 0.00 Labor to Install 24 1.00 E 24.00 Totals $2,469.00 24.00 Summary Total Material Foreman (24.00 Hrs @ $57.55) 2,469.00 1,381.20 Foreman Truck Warranty Subtotal Overhead & Markup Subtotal Insurance (24.00 @ 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 %) 552.00 40.46 4,442.66 577.55 5,020.21 90.36 Final Amount CONTRACTOR CERTIFICATION 5,110.57 Name: Date: Signature: CLIENT ACCEPTANCE Name: Date: Signature: Change Order Proposal Request Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101st Ave E, #201 Puyallup, WA 98373 Copies COPR No Date of Issuance Contract dated KSARCHITECTS 04 01/28/22 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 Additional Scope for Access Control Door in East Shop A. Add Detail 3 for access control at Door XL1. 1. Provide 2 -door controller (remote panel), housing and power supply, mount above door. Provide 24"H x 36"W fire rated plywood for mounting equipment. 2. Provide 22AWG 2 -pair shielded wire from main access control panel in MDF room to remote access control panel. Utilize intrusion detection cabling supports throughout warehouse. 3. Provide 20A equipment connection to access control/ power supply. Route to existing panel 'LPR' and terminate on next available spare breaker. B. ADD Door Hardware Set #7 to Existing Door XL1 noted above to accept card access system. 1. Modify Door Hardware Set #7 at this door to accept existing rim panic device, HES 9600 12/24v 630. Sim to Door 122B. Attachments' Revised Sheet E6.3b Issued By 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com )TION )USE) (X1E) ( X1 P (TYP) ~_'"-- --- LONG RANGE MOTION :::::1ir FIRE SHOP & STORAGE r 117 (1) 18/4 I (TYP) 1 f JOB NAME: JOB#: CONTRACTOR: KINSHIP DOOR AND HARDWARE SOLUTIONS CHANGE ORDER REQUEST COVER SHEET TUKWILA FLEET & FAC. BLDG T.I 21041 KS LINCOLN CONSTRUCTION INC CHANGE ORDER REQUEST#: 1 CONTRACTOR REFERENCE#: COPR-04 PREPARED BY: Kevin Sass DATE: 02/07/2022 CHANGE ORDER LOG COR# COR DATE CONTRACTOR REFERENCE PROPOSED GC APPROVED COMPLETE CUSTOMER CO# COR -1 02/07/2022 COPR-04 480.03 480.03 JOB NAME: JOB#: CONTRACTOR: CHANGE ORDER REQUEST TUKWILA FLEET & FAC. BLDG T.I 21041KS LINCOLN CONSTRUCTION INC CHANGE ORDER REQUEST#: 1 CONTRACTOR REFERENCE#: COPR-04 PREPARED BY: Kevin Sass DATE: 02/07/2022 ** PRICING BASED ON STANDARD FACTORY LEAD TIMES UNLESS OTHERWISE NOTED ** ** PRICING IS GOOD FOR 30 DAYS ** DESCRIPTION OF WORK Additional Scope for Access Control Door in East Shop TIME IMPACT AFTER APPROVED CHANGE ORDER: 1-2 Weeks Description of Changes Total Material Additions HES 9600 630 Electric strike $480.03 Subtotal ADDS Subtotal Materials Delivery and/or Freight $480.03 $480.03 Total Freight No Freight Charge $0.00 Subtotal Delivery/Freight Sales Tax (0.000%) CHANGE ORDER TOTAL $0.00 $0.00 $480.03 Change Order Proposal Request Project Tukwila Public Works SHKSARCHITECTS To Tom Romberg COPR No 04 Lincoln Construction Inc 11803 1015 Ave E, #201 Date of Issuance 01/28/22 Puyallup, WA 98373 Copies Contract dated 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 Additional Scope for Access Control Door in East Shop A. Add Detail 3 for access control at Door XL1. 1. Provide 2 -door controller (remote panel), housing and power supply, mount above door. Provide 24"H x 36"W fire rated plywood for mounting equipment. 2. Provide 22AWG 2 -pair shielded wire from main access control panel in MDF room to remote access control panel. Utilize intrusion detection cabling supports throughout warehouse. 3. Provide 20A equipment connection to access control/ power supply. Route to existing panel 'LPR' and terminate on next available spare breaker. B. ADD Door Hardware Set #7 to Existing Door XL1 noted above to accept card access system. 1. Modify Door Hardware Set #7 at this door to accept existing rim panic device, HES 9600 12/24v 630. Sim to Door 122B. ttachments Revised Sheet E6.3b Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH. 206.675.9151 www.shksarchitects.com )TION )USE) LONG RANGE MOTION FIRE SHOP & STORAGE 117 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 COP NO: CCD/PR No.: Lincoln Construction 100 Date: 2/24/2022 Project: LCI Project No.: 1239 $ 303.40 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 39.44 303.40 D. SUBCONTRACT COST $ 985.00 E. OVERHEAD AND PROFIT ON 39.44 SUBCONTRACT COST (6%) $ 59.10 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 41.61 1,044.10 41.61 TOTAL CHANGE PROPOSAL COST 1,429 CONTRACT TIME ADJUSTMENT (DAYS) IB Lincoln Construction, Inc. CONTRACTOR 2/24/2022 DATE 740meld Clcfrgetz.9 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: 2/24/2022 COP #: 100 Please provide a change order for the following work: Owner requested pocket door modifications Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 1,429 includ( X not included TDD 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, 7kuia2 , elcitdv2 y 7)2a feat Varra 907 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 100 REV: Owner COP/CCD/PR #: 000 DATE: 2/24/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 4 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL _ $ _ $ _ $ _ $ 303.40 _ $ _ $ _ $ $ 303.40 0.0% $ $ 303.40 MARK-UP @ 13.0% $ 39.44 $ 342.84 TOTAL LABOR MATERIALS/EQUIPMENT 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% Kinship PHASE CODE UNITS RATE 1 X = $ - 1 X = $ - 1 X = $ - 1 X 985.00 = $ 985.00 1 X = $ - X = $ X = $ X = $ SUBTOTAL $ 985.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 59.10 TOTAL SUBCONTRACTS $ 1,044.10 PROPOSAL SUBTOTAL $ 1,386.94 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 41.61 PROPOSAL TOTAL $ X428.55 JOB NAME: JOB#: CONTRACTOR: CHANGE ORDER REQUEST TUKWILA FLEET & FAC. BLDG T.I 21041 KS LINCOLN CONSTRUCTION INC CHANGE ORDER REQUEST#: 2 CONTRACTOR REFERENCE#: Pocket Door PREPARED BY: Kevin Sass DATE: 02/15/2022 ** PRICING BASED ON STANDARD FACTORY LEAD TIMES UNLESS OTHERWISE NOTED ** ** PRICING IS GOOD FOR 30 DAYS ** DESCRIPTION OF WORK New hardware set for pocket door and field modifications to the door. TIME IMPACT AFTER APPROVED CHANGE ORDER: 4 Weeks Labor Breakdown Hours Rate Total Labor Other 1.00 $750.00 $750.00 O/S field prep Subtotal Labor Description of Changes $750.00 Total Material Additions Rockwood 94BTB 630 flush cup pull Rockwood 880 26D Edge pull Accurate 7200ER 26D Coin turn Prep for edge pull in HMD $234.90 Subtotal ADDS Subtotal Materials Delivery and/or Freight $234.90 $234.90 Total Freight No Freight Charge $0.00 Subtotal Delivery/Freight Sales Tax (0.000%) $0.00 $0.00 CHANGE ORDER TOTAL $984.90 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 10 DATE: 1128/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (j ) 2 1 —0460) 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 2-2-2022 Contractor LCI, Inc. By'?l ua ;'om6e Title Project Manager Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 555,151.00 This Change Order (without tax) $ 162,551.00 REV. CONTRACT AMOUNT $ 5,144,923.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 59 days Additional Contract Time for this Change Order: 43 days Updated Contract Time: 344 clays (March 15, 2022) APPROVED BY THE CITY OF TUKWILA Date HP 2-9— ZZ By Mayor Public Works Director SOJ Program Director Gsh1 Kl,fM 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. El hi it "A" , ed CHANGE SRDER — SU 1 01 111 10 li 1 III 0 0F CH ',INCE ,10,tio CITY OF TUKWILA - Public Works (PW) Fleet & Facilities 1 il 1,1111,1111111,' Project Name PW Fleet & Facilities CO # 010 1, Project # 91630601 Contract # 21046(j) Date 1/20/22 TO CONTRACTOR: Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 087R1 Provide Water and Compressed Air Per RFI 183 to Fluid Vehicle System. Per RFI -183 response, the Vehicle Fluid systems require water and compressed air. This is the cost for the added materials and labor to provide these piping systems. UFC $32,524.00 COP 088 East Shop Fire Alarm. The cost to provide and install Fire Alarm system for the East Shop. This was not shown on contract drawings yet required by The Authority Having Jurisdiction. AD $24,048.00 COP 089 SSK-022 Overhead Door Framing. This is related to the mounting of the overhead door hood and the existing wall framing not being in the correct location as required by the manufacturer. This is the cost of the additional metal stud framing and installation required for overhead door accessories at 12 different locations. UFC $10,704.00 COP 091R1 Per COPR 003 Electrical and Intrusion Access Control. This is the cost to provide and install electrical and low volt pathway for COPR 003 for additional Intrusion Detection and Access Control. OC $70,904.00 COP 092 Per RFI 189 Post Indicator Valve (PIV) Wiring. It seemed that during previous construction someone damaged the underground pipe and wire connections to and through the Fire Alarm system, which made the existing relay dummied off so that the fire panel would not show an alarm/trouble condition. The PIV valve must be monitored to pass inspection. No work was initially required on the PIV valve. It was noticed when trying to swap devices for monitoring. This is the cost to reroute wires to PIV valve to make functional per RFI 189 Response Solution #1. UFC $3,216.00 COP 093 Vehicle Exhaust Dog House. This is the cost for vehicle exhaust penetrations per RFI 188 and coordination between the architect and Lincoln, excluding roof patching. OC $21,155.00 COP 094 Time Extension. Contract time extension with no liquidated damages due to either party for 43 calendar days to a new Substantial Completion date of March 15, 2022. This extension is due to the added work scope for Intrusion Detection and Access Control (COP 091R1) UFC $0.00 Change Order No. 010 $162,551.00 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: 1/24/2022 Project: LCI Project No.: 087R1 RFI 183 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 31,577.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 31,577.00 H. BOND (GC ONLY) SUBTOTAL 947.00 947.00 TOTAL CHANGE PROPOSAL COST 32,524 CONTRACT TIME ADJUSTMENT (DAYS) T e"; D Lincoln Construction, Inc. CONTRACTOR 1/24/2022 DATE 7400[44 RcUtdC719 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 1/24/2022 COP #: 087R1 Owner COP/CCD/PR #: RFI 273 Please provide a change order for the following work: Provide water and compressed air from mechanical systems to Fluid Management Systems. Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 32,524 includE X not included T 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, j? ica4, Row.4'r9 - PW �N� CCe ii ,4449(7t Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 087 REV: Owner COP/CCD/PR #: RFI 183 001 DATE: 1/24/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 $ SMALL TOOL ALLOWANCE @ 0.0% $ - SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X = $ 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS Pipe 0.0% 13.0% PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 31,577.00 = $ 31,577.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 31,577.00 MARK-UP @ Sub Direct Cost 0 0.0% Less Sub Fee $ - TOTAL SUBCONTRACTS $ 31,577.00 PROPOSAL SUBTOTAL $ 31,577.00 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 947.31 PROPOSAL TOTAL $ 32,524.31 Updated: 9/30/2011 Page 5 of 7 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Contractor: Lincoln Construction Source Documents: Description: Per RFI -183 response, the Vehicle these piping systems. RFI -183 nd compressed 4 e Pipe COP No. 21-299.007r1 Date: 1/20/2022 Contractor Ref. No. ir. Attached are the added or 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Itemize all costs on attached COP Cost Breakdown form. 4,600.60 ., DIRECT LABOR SUBTOTAL $ 14,600.60 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) 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 128/2019 2.00 % of 1 % of 1-7 1.00 % of 1-8 12,118.01 1,225.00 632.72 1. CRAFT LABOR COSTS $ 14,601.00 2. MATERIAL COSTS $ 12,118.00 3. EQUIPMENT COSTS $ 1,225.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT 27,944.00 3,633.00 6. SUB -SUBCONTRACTORS ;$ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS "$ 8. INSURANCE :$ 9. BOND $ This change adds 1 calender day extension TOTAL COST ,577..00; COP Cost Breakdown _______ $ 1,108.00 1$ 1,262.801 $ 257.60 $ 550.50 CO 0) co EO0 64 $ 397.45 1$ 2,441.60 1$ 513.68 0 0 O to ER 0 0 N s- 69 1$ 1,005.20 $ 157.20 I 6} I 63 I 64 I 69 I 6. I 63 I 69 I 63 I ER 1 ER 1 64 I ER I ER I ER I 64 1 ER 1$ 14,600.601 c- Eo EA ER Equipment 1111111 1n 0 0 0303 69- 64 6. 6) ER 1 ER 111111111111111111 69 ER 69 ER 63 ER 64 69 69 ER 69 69 69 69 ER 69 ER ER 1111 69- ER ER ER Unit $ Material 0 Ci) N O (.0) .- ER ER $ _ 1,262.80 1 0 (0 L0 N 69 $ 550.50 1 — C0 ER :4. M 63 (0 — V N 69 $ 513.68 1 0 O " N 64 0 N M „- 69 N lO O s- 69 $ 157.20 63 1 ER 1 63 I 69 I 69 1 63 I ER 1 64 1 64 1 63 I 69 I ER 1 CR 1 ER I 6. I 69 I 69 0 r �' N •r - 69 hr- ER ER C lf) 69 ER COo t00 10 CO 0 M 69- $397.451 EMO ...__.......... $513.681 00) 0 In CO 69 N Ee 100 V> 0)) ER O CO J Cost 1 69 1 69- i 69 1 69 1 6} 1 ER 1 69 1 ER 1 ER 1 63 1 EA 1 69 1 69. 1 69 1 ER 1 69 1 69 I ER 6i 69. 69. ER 69 6) 69 69, ER 69 $ 14,600.60 0 (0 O O ED V' 69 Unit $ a) N V O G O O CO N a) . hr 1 Form Revised 2/27/2020 Z' 0 r .0 cr C4 M 0 280 401 CNV r COV M 1"--000 4001 N 401 OV nstruction Description 1/2" Copper Tube 3/4" Copper Tube 1" Copper Tube Propress Fittings Ball Valves Hangers, Anchors, & Clamps Strut 3/4" Backflow Device Core Drilled Holes 1/2" insulation 3/4" Insulation c O OS = 1n c 1 p a m -J 12 guys - 60hr ea 'Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 1/20/2022 Ahern Rentals Date: 12/16/21 Time: 12:52 To: PIPE CONSTRUCTION INC Company: PIPE CONSTRUCTION INC Message: From: Location: Phone: Fax #: TAMRA CUNO INSIDE SALES 702-631-0950 702-966-4825 Amo untl SEND PAYMENTS TO: AHERN RENTALS PO BOX 271390 LAS VEGAS NV 89127-1390 TEL: 702-647-8100 FAX: 702-647-9866 Customer: PIPE CONSTRUCTION INC PO BOX 905 RAVENSDALE WA 98051-0905 Job Site: AHERN FIFE 1108 54TH AVE E FIFE, WA 98424-2733 C#: 425-413-7473 J#: 425-413-7473 • Page: CUSTOMER ASSISTANCE: AHERN FIFE 1108 54TH AVE E FIFE WA 98424-2733 TEL: 253-948-1120 FAX: 253-948-1121 MON - FRI 7:00-5:00 SATURDAY CLOSED SUNDAY CLOSED Customer #329260 Contract #24372672 Contract dt12/16/21 Date Out12/17/21 7:00 AM Est return12/24/21 7:00 AM Job Loc AHERN FIFE;1108 54TH AVE E; Job # AHERN FIFE P.O. #-QUOTE ONLY Ordered ByDERREK/BRADLEYR/TLC Written ByTAMRALC Sales Rep19205 - BRADLEY RABENSTEIN TermsNet 10 Days (Qty Equipment Min Day Week 4 Week 1 SALES Qty 1 1 1 SCISSORLIFT,32',46-48",ELECTRIC EQP#: 6205784 CUSTOMER CALL WHEN DONE 245.00 245.00 440.00 900.00 440.00 2 -week Rental - $440 x 2 ITEMS: Item number Unit Price TRF OUT EA 10.000 TRANSPORTATION REGULATORY FEE TRF IN EA 10.000 TRANSPORTATION REGULATORY FEE 160642 EA 7.500 ENVIRONMENTAL CHARGE DELIVERY CHARGE - NORMAL 12/17/21 7:00 AM PICKUP CHARGE - CUSTOMER CALL WHEN DONE PIPE CONST;DERREK GUNN 425-413-7473 ** QUOTE ONLY ** Taxable Sub -total: 713.50 Rental -total: Rental Protection: ( 100) Tax: 10.00 10.00 7.50 90.00 90.00 647.50 66.00 71.35 CONTINUED F THE EQUIPMENT(S) DOES NOT WORK PROPERLY, IMMEDIATELY DISCONTINUE USE AND NOTIFY CUSTOMER ASSISTANCE AT ONCE MULTIPLE SHIFTS OR CUSTOMER IS RESPONSIBLE FOR OVERTIME RATES MAY APPLY REFUELING, DAMAGES OR REPAIRS 1. Absent proof of insurance provided to Lessor for the Equipment, Customer must elect Lessor's Rental Protection Program. 2. Customer must contact Customer Assistance to obtain call off rental number and is responsible for the Equipment(s) until it is picked up within a commercially reasonable time. 3. If Customer fails to return equipment within the time specified above, Customer is deemed to have renewed the rental contract on the same terms and conditions. 4. Compliance with California Air Resources Board (CARB) Idling Regulation (Title 13, California Code of Regulations: § 2449(d)(3)): Any in -use off-road diesel vehicle may not idle for more than 5 consecutive minutes. Lessee is responsible for compliance with CARE off-road diesel engine idling limits and is responsible for any penalties or fines incurred for non-compliance. 5. Rease see Paragraph 18 of the Terms and Conditions of the Rental Out Contract (the "Terms and Conditions") for specifics on the agreed-upon forum selection clause that governs this Contract. This Rental Out Contract consists of this front page and the Terms and Conditions. I have had the opportunity to read the negotiated Terms and Conditions of this Rental Out Contract and have been instructed in the proper use and operation of the Equipment(s) delivered and will ensure that all operators receive this training and the instructions contained in the manufacturer's operation manual, a copy of which has been provided with the Equipment(s), which will be read by each operator. 1 have been familiarized with the location, purpose, and function of all (a) operating controls, (b) safety devices, and (c) manuals of the specific Equipment(s) rented herein. I have read and understood the instructions provided, and all questions have been answered to my satisfaction. By signing below, I represent and warrant that I am of legal age, I am vested with the authority and power to sign this Rental Out Contract on behatf of the Customer, and 1 am authorized to bind the Customer to the terms set forth herein, and the Terms and Conditions of the Rental Out Contract. CUSTOMER SIGNATURE DATE NAME PRINTED DELIVERED BY Terms: Payment Due within 10 days of invoice. A finance charge of 2% per month will be added to past due accounts. Please visit us on the web at www.Ahem.com or you may call our 24 hour service at 800-400-1610. DATE Week 4 Week Amount SEND PAYMENTS TO: AHERN RENTALS PO BOX 271390 LAS VEGAS NV 89127-1390 TEL: 702-647-8100 FAX: 702-647-9866 Customer: PIPE CONSTRUCTION INC PO BOX 905 RAVENSDALE WA 98051-0905 Job Site: AHERN FIFE 1108 54TH AVE E FIFE, WA 98424-2733 C#: 425-413-7473 J#: 425-413-7473 Page: 2 CUSTOMER ASSISTANCE: AHERN FIFE 1108 54TH AVE E FIFE WA 98424-2733 TEL: 253-948-1120 FAX: 253-948-1121 MON - FRI 7:00-5:00 SATURDAY CLOSED SUNDAY CLOSED Customer #329260 Contract #24372672 Contract dt12/16/21 Date Out12/17/21 7:00 AM Est return12/24/21 7:00 AM Job Loc AHERN FIFE;1108 54TH AVE E; Job # AHERN FIFE P.O. # QUOTE ONLY Ordered ByDERREK/BRADLEYR/TLC Written ByTAMRALC Sales Rep19205 - BRADLEY RABENSTEIN Terms Net 10 Days (Qty Equipment Min Day Total: This Quote expires on 12/26/2021 784.85 F THE EQUIPMENT(S) DOES NOT WORK PROPERLY, IMMEDIATELY DISCONTINUE USE AND NOTIFY CUSTOMER ASSISTANCE AT ONCE MULTIPLE SHIFTS OR CUSTOMER IS RESPONSIBLE FOR OVERTIME RATES MAY APPLY REFUELING, DAMAGES OR REPAIRS '1. Absent proof of insurance provided to Lessor for the Equipment, Customer must elect Lessor's Rental Protection Program. 2. Customer must contact Customer Assistance to obtain call off rental number and is responsible for the Equipment(s) until it is picked up within a commercially reasonable time. 3. If Customer fails to return equipment within the time specified above, Customer is deemed to have renewed the rental contract on the same terms and conditions. 4. Compliance with California Air Resources Board (CARB) Idling Regulation (Title 13, California Code of Regulations: § 2449(d)(3)): Any in -use off-road diesel vehicle may not idle for more than 5 consecutive minutes. Lessee is responsible for compliance with CARB off-road diesel engine idling limits and is responsible for any penalties or fines incurred for non-compliance. 5. Please see Paragraph 18 of the Terms and Conditions of the Rental Out Contract (Ihe "Terms and Conditions") for specifics on the agreed-upon forum selection clause that governs this Contract. This Rental Out Contract consists of this front page and the Terms and Conditions. I have had the opportunity to read the negotiated Terms and Conditions of this Rental Out Contract and have been instructed in the proper use and operation of the Equipment(s) delivered and will ensure that all operators receive this training and the instructions contained in the manufacturer's operation manual, a copy of which has been provided with the Equipment(s), which will be read by each operator. I have been familiarized with the location, purpose, and (unction of all (a) operating controls, (b) safety devices, and (c) manuals of the specific Equipment(s) rented herein. I have read and understood the instructions provided, and all questions have been answered to my satisfaction. By signing bebw, I represent and warrant that I am of legal age, I am vested with the authority and power to sign this Rental Out Contract on behalf of the Customer, and I am authorized to bind the Customer to the terms set forth herein, and the Tema and Conditions of the Rental Out Contract. X CUSTOMER SIGNATURE DATE NAME PRINTED DELIVERED BY Terms: Payment Due within 10 days of invoice. A finance charge of 2% per month will be added to past due accounts. Please visit us on the web at www.Ahem.com or you may call our 24 hour service at 800-400-1610. DATE / To: ripe Construction Mascott CE.quipnien cc: Site ailed 12/15/21 RFI No. 183 Date 11/29/2021 # 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) 12/1/2021 RFI Originator (Name & Company) Cory Hehr - Pipe Construction RFI Subject Vehicle Fluid System Clarification Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Per on-site discussions between Pipe Construction & Vehicle Fluid System supplier, it was determined that both Compressed Air and H2O are needed for this to operate properly. After reviewing the mechanical plan pages, these piping systems are not shown. Please advise on where to route pipe. Thank you. Cost Impact? ❑ Yes ❑ No D Potential Schedule Impact? ❑ Yes ❑ No 0 Potential REVIEW Date of Review 15 -Dec -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Per Spec section 111000 Vehicle Service Equipment, 1.1 Summary "This specification, along with the drawings, encompasses the furnishing of all designs, materials, products, accessories, tools, equipment, services, transportation, labor and supervision, and installation techniques required for testing and installing of vehicle maintenance fluid management system and associated dispensing system." 111000 Vehicle Service Equipment, 1.1 Scope of Work "The work consists of furnishing all necessary engineering and design services, supervision, labor, materials, and equipment to perform all work necessary for the installing of vehicle maintenance fluid management system and associated dispensing system. " Associated connections to water and compressed air where diagramatically noted on A9.0. Contractor to coordinate with vehicle fluid system designer for the requirements of routing, sizes and connections of associated piping for a functional vehicle maintenance fluid management 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. 4 11111111111 .1111111110110111104111161111000 e TPW Fleet Facility La RF 183 Attach ment REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 014 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr Subcontractor: Date Submitted: Date Needed By: 11/29/2021 12/1/2021 Plan Page: Spec Section: Request for Information Per onsite discussions between Pipe Construction & Vechile Fluid System supplier, it was determined that both Compressed Air and H2O are needed for this to operate properly. After reviewing the mechancial plan pages, these piping systems are not shown. Please advise on where to route pipe. Proposed Solution (If any) Signed by: Cosy 7ieI r 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.: 088 Fire Alarm Date: 12/27/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 22,026.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,321.56 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 700.43 23,347.56 700.43 TOTAL CHANGE PROPOSAL COST 24,048 CONTRACT TIME ADJUSTMENT (DAYS) T D Lincoln Construction, Inc. CONTRACTOR 12/27/2021 DATE 7(1omac! 7'a,at6vt9 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 12/27/2021 COP #: 088 Owner COP/CCD/PR #: Fire Alarm Please provide a change order for the following work: East Shop Fire Alarm System required by The Authority Having Jurisdiction Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 24,048 includE X not included TBD 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- a4 R''oJe 9-7wjest7 e- Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 088, Owner COP/CCD/PR #: Fire Alarm REV: 000 DATE: 12/27/2021, 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 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 PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 22,026.00 = $ 22,026.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 22,026.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 1,321.56 TOTAL SUBCONTRACTS $ 23,347.56 PROPOSAL SUBTOTAL $ 23,347.56 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 700.43 PROPOSAL TOTAL 24 047.99 Updated: 9/30/2011 Page 4 of 6 E , (JRST 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# 31 Date: 12/27/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide and install Fire Alarm system for the East side of the building not shown on contract drawings yet required by AHJ. 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# 31. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 1/2" EMT CONDUIT 260 40.59C 105.53 3.60C 7.49 3/4" EMT CONDUIT 710 64.19C 455.75 4.40C 24.99 1/2" EMT STL COMP CPLG 50 86.45 C 43.23 12.50 C 5.00 3/4" EMT STL COMP CPLG 100 121.61 C 121.61 15.63 C 12.50 1/2" EMT INSUL STL COMP CONN 10 89.82 C 8.98 12.50 C 1.25 3/4" EMT INSUL STL COMP CONN 26 128.36 C 33.37 15.63 C 4.06 1/2" EMT 2-H STRAP 100 20.73 C 20.73 6.75C 6.75 3/4" EMT 2-H STRAP 100 30.59 C 30.59 7.50C 7.50 3/4" STEEL FLEX 50 116.07 C 58.03 4.88C 2.44 #16- 2P AWM-105C (F/A) CABLE 1,000 350.51 M 350.51 7.50 M 7.50 #14- 2P AWM-105C (F/A) CABLE 1,000 391.62 M 391.62 8.00M 8.00 4x2 1/8" SQ BOX AC -90 CLAMP+MS-BRKT 30 1,585.60 C 475.68 28.75 C 8.63 4" SQ BLANK COVER 5 102.46C 5.12 3.13C 0.16 1/4 PLATED T -ROD 50 58.08C 29.04 3.13C 1.56 #8x 1/2 F/H SELF -TAP SCREW 500 73.54 C 367.70 3.00C 2.80 Testing and Commissioning 8 0.00E 0.00 1.00E 8.00 Device Installation & Termination 32 0.00E 0.00 1.00E 32.00 Totals 4,031 2,497.50 140.64 Summary General Materials 2,497.50 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# 31 Date: 12/27/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 Summary (Cont'd) Total Material Foreman Journeyman Total Labor (70.32 Hrs @ $103.26) (70.32 Hrs @ $96.44) Foreman Truck (140.64 @ 0.50 © $23.00 + 0.000 % + 0.000 % + 0.000 %) 2642 Scissor Lift (1.00 @ 4.00 @ $200.00 + 0.000 % + 0.000 % + 0.000 %) Subtotal Overhead & Markup (@ 13.000 %) Subtotal Warranty Insurance Final Amount (@ 1.000 %) (@ 1.800 %) 2,497.50 7,261.24 6,781.66 14,042.90 1,617.36 800.00 18,957.76 2,464.51 21,422.27 214.22 389.46 $22,025.95 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn the information provided. CLIENT ACCEPTANCE CCN #: 31 Final Amount:$22,025.95 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work Work Description ORIGINAL �trmi�uirR, LECTRIC Serving the Northwest Since 1968 12/20/21 Mr. Tom Romberg Lincoln Construction Inc 11803 101st Ave E Suite 201 Puyallup, WA 98373 Regarding: Our Valued Customer East Building Fire Alarm Requirement Narrative SEAHURST ELECTRIC -117110-003 Dear Tom, The following is a narrative discussing the requirement for a Fire Alarm detection system in the east building. Fire Alarm work is not shown on the bid drawings E5.1 or E5.2 to support the east half of the building. The note on E5.1 around the west warehouse area states to upgrade to current code where required and connect to new FA panel. The bid documents clearly do not show or mention any fire alarm in this area or inference that both sides are indeed connected as one system. Guardian submitted both to the design team and the Fire Marshall a set of drawings not available at bid time that show both the west and east sides of the building being monitored as they know the AHJ requirements. To do this it will require significantly more devices, conduit, wire, labor and commissioning not included in the contract pricing. It us unreasonable to expect Seahurst to capture this additional scope in the base bid. Seahurst is requesting a change order for the additional fire alarm work on the east side of the building. Your prompt response will be appreciated. Respectfully, Seahurst Electric, Inc. Justin Kerr Project Manager 12/20/2021 11:55 AM 2915 Chestnut Street • Everett, Washington 98201 • Phone 425-258-1882 • Fax 425-259-2794 www.seahurst.com • Contractor License SEAHUEI099QN Rev.# Figure 36-A, 1 of 1 36.7 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.: 089 OHD Framing Date: 1/4/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 9,804.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 588.24 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 311.77 10,392.24 311.77 TOTAL CHANGE PROPOSAL COST I$ 10,704 CONTRACT TIME ADJUSTMENT (DAYS)! T C ID Lincoln Construction, Inc. CONTRACTOR 1/4/2022 DATE Woauae 'cHtG'�et� U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 1/4/2022 COP #: 089 Owner COP/CCD/PR #: Overhead Door Framing Please provide a change order for the following work: Overhead door framing required per SSK 022 Total price per attached breakdown: State and local sales tax: Extension of time: 10,704 includ( X not included T i': D 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, 74'40,44 R0,0419- P,47'44e %% eu 499 Lincoln Construction CHANGE ORDER REQUEST SUMMARY (Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 089. .. Owner COP/CCD/PR #: REV: OHD Framing 000 DATE: 1/4/2022 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% $ 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 Washington Best Finishes PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 9,804.00 = $ 9,804.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 9,804.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 588.24 TOTAL SUBCONTRACTS $ 10,392.24 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 10,392.24 $ 311.77 $ 10,704.01 Updated: 9/30/2011 Page 4 of 6 Washington Best Finishes LLC COP Subcontractor Breakdown Summary Project Name: Tukwila Public Works Fleet and Facilities Building Project No. COP No. WBF 09 Source Documents: SSK-022 Date: 1/4/2022 General Contractor: Lincoln Construction Inc. Contractor Ref. No. Description: SSK-022 OH Door Backing Additional metal stud framing required for OH door accessories at 12 different locations. 1. CRAFT LABOR COSTS direct supervison (NTE 15% of 1a) a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman Itemize all costs on attached COP Cost Breakdown form. $ 6,183.59 DIRECT LABOR SUBTOTAL $ 6,183.59 Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs $ 1,914.32 b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) $ b. rental equipment $ 367.50 4. SMALL TOOLS a. small tools (NTE 2% of la & b) $ 5. OVERHEAD & PROFIT a. Overhead & Profit 13 % Portion of 1,2,3 &4 $ 1,100.53 1. CRAFT LABOR COSTS $ 6,183.59 2. MATERIAL COSTS $ 1,914.00 3. EQUIPMENT COSTS $ 368.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 8,465.59 5. OVERHEAD & PROFIT $ 1,101.00 6. INSURANCE a. payroll driven liability insurance 3.75 % of 1 $ 236.51 b. volume driven liability insurance % of 1-7 $ - 6. INSURANCE $ 237.00 7. BOND a. Bond 0.00 % of 1-6 7. BOND $ TOTAL COST Tukwila Public Works WBF COP #09 Page of $ 9,803.59 Issued 1/4/2022 COP Cost Breakdown Washington Best Finishes LLC O LL N O o o Z i4 a 0 U Contractor Ref. No. Project Name: o Z Ea 0 ° U Total Cost 0) of co CO $ 554.40 1 a- ro r--: CO CO hl L0 .- E4 $ 5,599.441 1$ 333.80 1 1$ 250.35 1 $ 67.50 $ 300.00 $ 8,465.41 Equipment N 0 0 0 640 $ 300.00 $ 367.50 to n cO N N $150.00 Material Cost 1 $ 889.92 $ 554.40 1 { h: M 64 co hl N- N M C T 40 ER c 37.081 0 N co V ER V t0 ai M ER N 0) 6 64D Labor in 0 $ 5,599.44 $ 333.80 1 in M O L0 N fH 0) N M co (.6 ER $ 6,183.59 V3 69. C 1.- I- N r 69 c0 V CO co fR (0 .4- M m ER O F W a) a) a) ? C N CD a) C m a N CO +COCO N- r N 600T125-43, 12' 1 a; 1- M_ 0 0 0 600S137-43, 12' 1.5" x 1.5" x 16 Ga, 10' 1 2 Framers, 36 hours each Mobilization, layout, frame each OH per SSK-022, resituate tools and work station from door to door, clean up and demobilization. ..-....-_-___ 1 Installer Foreman Mobilization, on site visit for material take off and demobilization. Material handling/stocking Labor Subtotal 'Foreman 119' Scissor Lift Lift Delivery/Pick up 'Total Cost of Work To C a) m 2 ILabor EQ) 0. 3 c W Issued 1/4/2022 Public Works WBF COP 509 COP Wage Rates 0) c ._ m N v LL •0 C 0 LL .0 a z E ▪ Z co a+ Z V .. m u o d •o a a 49 69 49 49 49 49 49 49 49 69 49 49 49 69 49 49 49 49 69 49 49 49 49 49 49 49 49 49 49 49 69 49 49 49 49 [T N 69 r M n O 0 N ri a0 0 CO 49 49 49 69 49 49 49 49 49 N m 01 69 (0 n 01 0 0 CD M 0 49 49 49 49 49 49 49 69 63 49 49 r N 01 O co co O m 0 N to 49 49 w 49 49 49 49 49 49 49 M 01 CO 0 co co O M (O a, O 49 49 49 0 I0 69 0 0, 69 49 49 49 49 0 O O 49 z J O c - ✓ r0.1 To E `O C N U C . U ' a> cu ✓ v m A •E .o 'C 'O > C 6 0 0 'c d E > m (n a) a n m v m Q O N C N O L 0 O ^ N 0 r N 'C ..t-. = N • M n D O ✓ c E `E C E 2 m m • V ` N .)O .0 m VC JJN1O.• Iff M OwO0rmOmNCUv ` g de F2N, N ( Q- N a) v n UI, w v U c N0. O .0 ma) C N a C W O C 0 8 O C 0) () E p a) y O > u W f.. 'v O U rn w m Et. cU $ 0 o a! c c 0 0 O O y v v m d° c i9 .O 'C o f C D) < V Q G j C 0 0 N a) C (a 0 0_ v m 0 .c m o `o '- E E . °u Ewr v 2"i�m GS ot5 w d F 1`, c rn m m c 0 1-3 is. m c a5 n. 2 E w J > c � c d o a U 0 > a) a) U 3 Q AIE m .- � d aa, o a m � a c'E c''.2 -6m E comv a .0)N €4 Q E c o E :? J 3D m U c m 60 .) . O • O a) ll- = C V • N '0 au_ a C a) -...5. LLl.. 0 U uNUIA vW !N.UN 1. m .0 L c° E E E E E E a M 0 = a) N « aa aarorc« O EEEOe- Vto(O u0) 84'13 8 8 C4) a7 O O O 0 0 .0 O V ( (/) 0 z Issued 1/4/2022 Form Revised 6/1/2004 Project —.17,..)k,^11L Subject Client Designer www.lundopsahl.com 1 Tel: 206.402.5156 she. t:Dr2-rL Page No. Project N c. Date V7 f(2i • =Ft c;„7>tx•S:qz al D1 1— 77? k;t1:57 ) _AO 0? • y' Lcrvt 0 L) JJ 6. J P:TS P-KZ)Z3 F -2--A }%••• Arr fq—.A•ni," \t•A Qcx:)-1 v`ikEe—• 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: 091 R1 CCD/PR No.: COPR 003 Date: 1/19/2022 Project: LCI Project No.: 1239 $ 355.80 355.80 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 46.25 D. SUBCONTRACT COST $ 64,563.00 $ 46.25 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 3,873.78 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 2,065.17 68,436.78 2,065.17 TOTAL CHANGE PROPOSAL COST 70,904 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc. CONTRACTOR 1/19/2022 DATE 7lwrruu. "curt & -'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: 1/19/2022 COP #: 091R1 Owner COP/CCD/PR #: COPR 003 Please provide a change order for the following work: Intrusion and electrical per COPR 003 Total price per attached breakdown: State and local sales tax: Extension of time: 70,904 include X not included T 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� ^ r�� 40,a4 1Oti'I o'cit - 7w'eet ��LaKa.9e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER COP: 091 Owner COP/CCD/PR #: COPR 003 REV: 001 DATE: 1/19/2022 HOURS 4 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 �r1 TOTAL = $ = $ 355.80 $ _ $ _ $ _ $ = 5 $ 355.80 0.0% $ $ 355.80 MARK-UP @ 13.0% $ 46.25 $ 402.05 TOTAL LABOR MATERIALS/EQUIPMENT 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% Seahurst PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 64,563.00 = $ 64,563.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 64,563.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 3,873.78 TOTAL SUBCONTRACTS $ 68,436.78 PROPOSAL SUBTOTAL $ 68,838.83 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 2,065.17 PROPOSAL TOTAL $ 70,904.00 Updated: 9/30/2011 Page 4 of 6 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# 32 Date: 1/19/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide electrical and low volt pathway for COPR3 for additional Intrusion Detection and Access Control. Seacom scope as attached. Seahurst Rough In Qty's Door127A DoorX1B (8) 2" Sleeves (21) Vehicle door position sensors - (21) (15) WH Man door position sensors - (15) (36) WH Motion Sensors - (7) (4) Office Door Position Sensors - (4) (4) WH Keypads - (4) (5) Office Motion Sensors - (2) (2) Sirens - (2) (1) Office Keypad - (1) Exclusions: Any installation or termination of devices, Cx or programmings or any owner training. 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 # 32. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 385 64.19C 247.13 4.40C 16.09 1" EMT CONDUIT 500 106.96 C 534.80 5.60C 26.60 2" EMT CONDUIT 20 251.82 C 50.36 9.50C 1.80 3/4" EMT STL SS CONN 2 6.41C 0.13 12.50 C 0.24 2" EMT STL SS CONN 3 41.21 C 1.24 22.50 C 0.64 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# 32 Date: 1/19/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 Description Qty Net PriceU Total Mat. LaborU Total Hrs. 3/4"EMTSTLSSCPLG 2 8.08C 0.16 6.000 0.11 2" EMT STL SS CPLG 6 45.22 C 2.71 10.00C 0.57 3/4" EMT STL COMP CPLG 41 121.61 C 49.86 15.63C 6.09 1" EMT STL COMP CPLG 50 178.42 C 89.21 18.75C 8.91 3/4" EMT INSUL STL COMP CONN 53 128.36 C 68.03 15.63C 7.87 1" EMT INSUL STL COMP CONN 14 195.29 C 27.34 18.75C 2.49 3/4" EMT > 3/4" FLEX CPLG 6 3,410.78 C 204.65 12.50C 0.71 2" EMT 90 DEG ELBOW 2 719.57 C 14.39 56.25C 1.07 3/4" EMT 1-H STEEL STRAP 3 41.36 C 1.24 6.75C 0.19 2" EMT STRUT CLAMP 6 134.66 C 8.08 10.75C 0.61 3/4" EMT 2-H STRAP 110 30.59 C 33.65 7.50C 7.84 1" EMT 2-H STRAP 50 47.80 C 23.90 8.13C 3.86 1" LB DC BODY, CVR, GSKT 3 12.17E 36.51 0.85E 2.42 3/4" PLASTIC BUSHING 60 22.63C 13.58 3.75C 2.14 2" PLASTIC BUSHING 20 144.31 C 28.86 6.25C 1.19 3/4" STL INSUL BUSHING 32 354.03 C 113.29 3.75C 1.14 2" STL INSUL BUSHING 3 1,312.44C 39.37 6.25C 0.18 3/4" 1-H MALL STRAP 70 98.08C 68.66 6.75C 4.49 3/4" STEEL FLEX 110 116.07 C 127.68 4.88C 5.10 3/4" INSUL STL FLEX CONN 32 495.69 C 158.62 12.50C 3.80 #12 THHN BLACK 44 214.24M 9.43 6.44M 0.27 CORD CONN- 3/4" HUB 25 445.51 C 111.38 53.75C 12.77 B2-1 RED WIRE CONN 3 9.91 C 0.30 7.50C 0.21 4x1 1/2" SQ BOX COMB KO 1 212.03 C 2.12 28.75C 0.27 4x2 1/8" SQ BOX 3/4" KO+FM-BRKT 65 947.90 C 616.13 28.75C 17.75 4" SQ BLANK COVER 49 102.46 C 50.21 3.13C 1.46 4" SQ BLANK COVER 1/2" KO 7 176.70 C 12.37 3.13C 0.21 4" SQ 1G PLSTR RING FLAT 4 354.07 C 14.16 3.13C 0.12 4" SQ 1G PLSTR RING 5/8" RISE 1 155.09C 1.55 3.13C 0.03 FS 1G BOX 3/4" HUB 2 21.29E 42.58 0.38E 0.72 A-HE12x10x6 HNGD CVR NEMA 1 1 44.40E 44.40 1.00E 0.95 A -10P10 10x10 PANEL 1 10.16E 10.16 0.75E 0.71 GROUND SCREW W/ INSUL #12 LEAD 1 447.80 C 4.48 3.75C 0.04 1G DUPLEX REC PLATE - 302 S/S 1 78.73 C 0.79 3.38C 0.03 20A 125V DUPLEX REC - IVY (SG) 1 376.60 C 3.77 25.00C 0.24 1/4-20x 2 1/4 WEDGE ANCHOR - 1 1/8 MIN DEPTH 50 62.76 C 31.38 10.00C 4.75 1/4 PLATED T -ROD 10 58.08C 5.81 3.13C 0.30 1/4-20 HEX NUT -PLTD STL 100 3.12C 3.12 2.50C 2.38 1/4 LOCK WASHER - PLTD STL 100 2.67C 2.67 1.25C 1.19 1/4x 2 FENDER WASHER - PLTD STL 100 13.84 C 13.84 1.25C 1.19 1/4-20x 3/8 P/H SLOT/PHILLIPS MACHINE SCREW 100 3.79C 3.79 3.63C 3.45 #10x 1 P/H SELF -TAP SCREW 5 13.76 C 0.69 3.75C 0.18 #8x 1/2 WAFER HEAD SELF -TAP STUD SCREW- 12G 500 3.23C 16.15 3.000 14.25 CD1B 3/4" EMT/GRC CLAMP 80 46.16C 36.93 7.50C 5.70 CD5B 2" EMT/GRC CLAMP 20 115.89 C 23.18 12.63 C 2.40 SGB16A 1 1/2" BOX MTG BRKT 1 360.30 C 3.60 12.50C 0.12 MP1 1G LV MTG BRKT-REWORK 10 166.64 C 16.66 12.50C 1.19 B22 1 5/8" STRUT 10' GALV 20 523.83 C 104.77 12.50 C 2.38 8230 2H GRN CRNR ANGLE 20 685.20 C 137.04 7.50C 1.43 B751 1/4" BEAM CLAMP 200 893.39 C 1,786.78 10.00C 19.00 ORIGINAL Proposed Change Order Seahurst Electric 2915 Chestnut St Everett, WA 98201 Description FIRESTOP COMPOUND 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 1 25.51 E 3,106 Total Mat. 25.51 5,079.18 32 1/19/2022 Tukwila Public Works 117110 3 LaborU 1.00E Total Hrs. 0.95 202.77 Summary General Materials Total Material Foreman Journeyman Total Labor Foreman Truck Scissor Lift Scan to Core Drilling Scan to Core Scanning Subtotal Overhead & Markup Subtotal Seacom Subtotal Warranty Insurance Final Amount (101.39 Hrs @ $103.64) (101.39 Hrs @ $96.44) (202.78 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 10.00 @ $100.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 1.00 @ $515.50 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 1.00 @ $675.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) ($24,891.64 + 0.000 % + 0.000 % + 6.000 %) (@ 1.000 %) (@ 1.800 %) 5,079.18 5,079.18 10, 508.06 9,778.05 20,286.11 4,663.94 1,000.00 515.50 675.00 32,219.73 4,188.56 36,408.29 26,385.14 62,793.43 627.93 1,141.58 $64,562.94 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based en the information provided. CLIENT ACCEPTANCE CCN #: 32 Final Amount:$64,562.94 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work Work Description ORIGINAL Aramo ekn'W;)1,0ll y, , CABLING TECHNOLOGY SOLUTIONS 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: 1/5/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope:Change (4) Door locations to Keypad style card readers. Add (2) Door locations with Keypad card readers. Demo cabling for (1) Door location. Add (1) Door controller card. Provide and Install Intrusion cabling as shown on COPR#3. Intrusion cabling will be coiled at each location for others to terminate. 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 extenlion 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 materials, labor, and equipment as per your instructions on COPR # 3. Itemized Breakdown Description Qty Net Price Total Mat. Labor U Total Hrs. 2 door controller 1 $995.00 $995.00 0.00 HID Card Readers With Keypad 6 $450.00 $2,700.00 0.00 Wire Retainer hangers 200 $1.75 $350.00 0.00 J -hooks 200 $4.95 $990.00 0.00 Composite cable 500 $1.50 $750.00 0.00 18/2 500 $0.25 $125.00 0.00 18/4 3500 $0.35 $1,225.00 0.00 22/4 1500 $0.20 $300.00 0.00 $0.00 0.00 $0.00 0.00 Lift Charge 1 $2,000.00 $2,000.00 0.00 $0.00 0.00 Labor to Install 151 1.00E 151.00 Totals $9,435.00 151.00 Summary Total Material Foreman (151.00 Hrs @ $57.55) 9,435.00 8,690.05 Foreman Truck Warranty Subtotal Overhead 8 Markup Subtotal Insurance (151.00 @ 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 %) 3473.00 40.46 21,638.51 2813.01 24,451.52 440.13 Final Amount CONTRACTOR CERTIFICATION 24,891.64 Name: Date: Signature: CLIENT ACCEPTANCE Name: Date: Signature: Change Order Proposal Request Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 Copies SARCHITECTS COPR No 03 Date of Issuance 12/29/21 Contract dated 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 Additional Scope for Intrusion Detection System and Access Control 1.0 E3.2 — Second Floor — West — Electrical Plan A. Telecom 206 1. Provide 20A duplex receptacle and equipment connection for intrusion detection panel, circuit LOS - 1 -18. '2.0 E6.1 — First Floor — West — Telecom & Security Plan A. Door 101A 1. Replace card read (RP40) with a PIN pad card reader (RPK40). Provide card reader to Owner for spare stock. B. Door 110C 1. Delete card reader and connections to electronic door hardware. Provide card reader to Owner for spare stock. C. Door 123A 1. Replace card read (RP40) with a PIN pad card reader (RPK40). Provide card reader to Owner for spare stock. D. Door127A 1. Add card reader with PIN pad (RPK40), door position switch and connections to electronic door hardware. E. Door X1B 1. Add card reader with PIN pad (RPK40), door position switch and connections to electronic door hardware. 2. Confirm door number with Owner prior to programming, X1B is a temp door number. 1050 N. 38th St. Seattle, WA 98103 Pit 206.675.9151 www.shksarchitects.com SARCHITECTS F. Vehicle Gate G.2 1. Replace card read (RP40) with a PIN pad card reader (RPK40) at entrance and exit pedestals. RPK40 reader shall be installed at the lower height location. Provide card reader to Owner for spare stock. G. Telecom 206 - Access Control Panel 1. Provide 2 -door controller and power supplies as required. 3.0 E6.2 — Second Floor — West — Telecom & Security Plan A. Add intrusion detection panel and power supply in Telecom 206 (MDF) room. 4.0 E6.3a — First Floor— West — Intrusion Detection Plan A. Add sheet for the intrusion detection scope of work. 1. Motion detectors and door position switches in the office shall be homerun to intrusion detection panel. 5.0 E6.3b — First Floor — East — Intrusion Detection Plan A. Add sheet for the intrusion detection scope of work. 6.0 E8.2 — Security Details A. Add sheet for the intrusion detection rough -in requirement for devices in the warehouse. 7.0 E8.3 — Security Details A. Add sheet for the intrusion detection rough -in requirement for devices in the office. E10.2 — Panel Schedules 8.0 B. Panel LOS -1 1. Add circuit 18 for intrusion detection panel & power supply, Attachments Sheet E3.2 —Second Floor -Power Plan Sheet E6.1 — First Floor — West —Telecom & Security Plan Sheet E6.2—Second Floor—Telecom & Security Plan Sheet E6.3a — First Floor — West — Intrusion Detection Plan Sheet E6.3b — First Floor— East — Intrusion Detection Plan Sheet E8.2 —Security Details Sheet E8.3 — Security Details Sheet E10.1 — Panel Schedules Issued By 1050 N. 38th St. Seattle, WA 98103 PH 206.675.9151 www.shksarchitects.com M Frantz 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 SHEET NOTES: 1 I 1 1 1 1 1 I 1 1 1 1 1 1 1 1 I I 2 0 SHEET NOTES: 0. 1. A : A NO LECOM & SECU 11 11 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CO 1 1 1 1 1 E3 i SoN W : CU o� —W saa e� " N 1 1 1 1 1 1 1 11 11 1 1 1 1 1 1 1 1 1 1 0 W V1 0 0 W -J W F 0 0 J 0¢ 0 W 0: . 1. w Y J = i 3 O w OJ j � U iiLL m O O I I 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 lief 1 1 1 1 1 1 1 1 N• 0- 111111oLl I I 1 I 1 1 1 I I 1 I I I I 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 FLAG NOTES: g 1111 1 1 1 1 1 1 1 1 1 a z 0 0 v TRUSION D N• OCA : x 01111111111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 O m 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 1 N'0. S. 97i { .1 1 1 1 1 1 1 1 1 1 11 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 4 5 P 1 1 1 1 1 1 1 1 1 1 1 ¢ 4 < - 2 2 3 2 0 5 }`n I I C� u w` i ` ? g x / i S : @ @ 3 1 �5 §C 7: gig 1+- 5565$5h $ e 4 4 5 eRaeu rxxx 00ga9� lir e5 C$idP axaAYy3Y figEf ;q# -#g YxA 7A2ER a r 222ER 6S$% i2 EA. .il... P....� n x Y � ' A g `$fin n.., Wa�$ 6$-...-.-SSR!larea s ; _$ gz., F.a F. F.P.e avi 4g ' s Y? 3.a .4;. A . 9. . 9,. $ FRE o,. RAPD P.P. P.RA F.AF.F. ARB RR, ¢¢ Sy .. $33$ 8.f . aaa .x-asxYg-aa o._.":.�,......�.....-..- F.P aa: as 6 ^_.......... 4 $<aaaa'_aa':':_ 22 ft 85522222252 A2242pAA.9 RRgua6naagaar5a 2A2 d 2 2 4 ~ g ;aae y..... 52545222 55 Ad W6`„ 1 P. P.fl H P. P. Y. 193 8y$y2 4 Sb t 4 222 s2aaa. a s .F.-A.A.F..R n 9 P..P.RRAAxAP.W.RXAR.4.RF.R. da3' aria$ 2 44242442422 d 2 4U 3 s6 t d 5 '} 4 Y C A y ZZ Y. 3W C Y Y Y y S B S' 9�904frr@R' $W a s"sgsb'"��4 AA r ya yw y: ' g4':y a'e §gge. y0g6 n tl°gg`ba '$ 1 t 9 4 < f . 622 2 2 3 2 0 5 - 6'F $ 5 a 5565$5h $ e 4 4 € ..NO r.ax ansa 9Y 4 z a FA .. Fa r'• $1 o .il... P....� n 42-.n,.n..n..n.......,. AAE .5 Iv. f68Ag68 •g.$ a. s ; _$ gz., F.a F. F.P.e avi 4g ' s Y? 3.a .4;. A . 9. . 9,. 33 4tl FRE 3a99V, Pr. 9� g.i A A?§&adaaaaaaa� y.�.. ¢¢ Sy .. $33$ $w=zrrSzF•86aaa o._.":.�,......�.....-..- F.P PP.R RP. A F.S ^_.......... E YY Y g agi4 d�a� $5gg 22 ft 85522222252 A2242pAA.9 2A2 d 2 2 4 ~ g ;aae y..... 52545222 55 Ad W6`„ RRY. P. P.fl H P. P. Y. BID DOCUMENTS €a I I I I 1 1 1 16 =w r E g 4 O 8 o_ O S t "s! N W 1 1 1 1 1 1 1 1 1 1 1 1 1 1 € 3x 59 g S 2+$2 i $ B @ E c s t I i ! 3 @@ 6'F $ 5 a 4 1111..iiDU $ e 4 4 4 4 r.ax ansa 9Y 4 z a FA .. Fa r'• $1 o P.px.P RaxAAY:a1 AAE .5 Iv. f68Ag68 •g.$ a. s ; _$ $F. F. F.P.e P. P.P......... $ p..R.P.52.9 s Y? 3.a .4;. A . 9. . 9,. P.. RAF. FRE 3a99V, Pr. 9� g.i A A?§&adaaaaaaa� y.�.. ¢¢ Sy .. $33$ $w=zrrSzF•86aaa o._.":.�,......�.....-..- F.P PP.R RP. A F.S ^_.......... 222222245 r.r.PRC.:.. 5y�ya qq p%�pq€t"� 3 ;aae y..... 52545222 55 Ad W6`„ RRY. P. P.fl H P. P. Y. 193 8y$y2 4 Sb t 4 222 s2aaa. a s g n 9 w € `i da3' aria$ 2 44242442422 d 2 4U 3 s6 dk 6pRY a S 2+$2 4 a y y 3 ;? a4 ,{q . 5 gY99YYYY n. . e_. ..... 55 565555 YY�4 $h$ r.ax ansa 9Y h P,R .5 4 . ,.... $1 o "h$....._ x.Asaxas99339xax n ; _$ $F. F. F.P.e P. P.P......... !. s Y? 3.a RRPPA A. P.X P. P. P.R •9 P. F. Pr. g.i A A?§&adaaaaaaa� y.�.. e o._.":.�,......�.....-..- F.P PP.R RP. A F.S ^_.......... 222222245 r.r.PRC.:.. 5y�ya qq p%�pq€t"� 3 ;aae y..... 52545222 55 Ad W6`„ Aibb as 22 5€55555556 Bea 85AaA3 193 8y$y2 4 Sb t 4 222 s2aaa. 1 $ �L A ! $' Y a 2 2 2 i 2 6 Y 3 ;? $24s 3°$�3° B$y'66 s ygyyy $9w 51q5 ;.$a gq-�4� gC 26 2 s §y 8gg SA22C9AA 555 $ a 9'yy$ Jpy$:CA..naC•:•a•P Y 2Y`$.n...:aa:.FGPFAaaAix::9:iaa g3.....9a:iFr..,z x.Asaxas99339xax n ; _$ P. RRPPA A. P.X P. P. P.R •9 P. F. Pr. g.i A A?§&adaaaaaaa� e o._.":.�,......�.....-..- 222222245 r.r.PRC.:.. CC...Q. ie s €0 e ' '0 t 11 �YYY_ N: YYYy: 44 - ¢ s 4 #y66� 1.gt 444 t 4 222 s2aaa. 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 092 RFI 189 Date: 1/13/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 2,946.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 176.76 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 93.68 3,122.76 93.68 TOTAL CHANGE PROPOSAL COST 1 $ 3,216 CONTRACT TIME ADJUSTMENT (DAYS) I', • Lincoln Construction, Inc. CONTRACTOR 1/13/2022 DATE / 1067f44 e'acide z9 u Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 1/13/2022 COP #: 092 Owner COP/CCD/PR #: RFI 189 Please provide a change order for the following work: PIV wiring per RFI 189 Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 3,216 include X not included T D 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, 7kmt d ,Rom6e7y - 7-'w/ea' )liana ye; Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 092 Owner COP/CCD/PR #: RFI 189 REV: 000 DATE: /2022 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 T9 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% Seahurst PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 2,946.00 = $ 2,946.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,946.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 176.76 TOTAL SUBCONTRACTS $ 3,122.76 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 3,122.76 $ 93.68 $ 3,216.44 Updated: 9/30/2011 Page 4 of 6 Providing TGG' 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# 33 Date: 1/13/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Reroute wires to PIV valve to make functional per RFI 189 Response Solution #1 Exclusions: Any excavation, cutting or patching of any surface. 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 # 33. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 3/4" EMT CONDUIT 50 70.61 C 35.31 4.40C 2.20 3/4" EMT STL COMP CPLG 7 133.77 C 9.36 15.63 C 0.82 3/4" EMT INSUL STL COMP CONN 2 141.20 C 2.82 15.63 C 0.31 3/4" EMT 1-H STEEL STRAP 5 45.50 C 2.27 6.75C 0.34 3/4"GRC (GALV) 90 175.48 C 157.93 6.19C 4.46 3/4" GRC NO -THREAD CPLG 3 2,174.02 C 65.22 30.00 C 0.90 3/4" 1-H MALL STRAP 20 107.89 C 21.58 6.75C 0.90 3/4" CLAMP BACK 20 138.94 C 27.79 12.50 C 0.75 3/4" LT FLEX 10 272.75 C 27.27 6.19C 0.62 3/4" LT STRAIGHT CONN 4 500.08 C 20.00 21.25 C 0.85 #14-2P CBL 225 386.32M 86.92 8.63M 1.94 4x2 1/8" SQ BOX 3/4" KO 1 747.01 C 7.47 28.75 C 0.29 4" SQ BLANK COVER 1 112.71 C 1.13 3.13C 0.03 1-G 2"D DC ALUM BOX W/LUGS &3-3/4"HUBS GRY 1 7.30E 7.30 0.44E 0.44 1-G ALUM BLANK WP BOX MNT COVER GRY 1 3.49E 3.49 0.09E 0.09 6x 6x 4" SCREW CVR BOX NEMA 3R 1 70.00E 70.00 0.63E 0.63 1/4-20x 2 1/4 WEDGE ANCHOR -1 1/8 MIN DEPTH 30 0.83E 24.90 3.00C 0.90 B22 1 5/8" DEEP 10' GALV SLOTTED HOLE 10 576.21 C 57.62 12.50 C 0.63 Totals 481 628.39 17.10 Summary General Materials 628.39 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: 33 1/13/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Total Material Foreman Journeyman Total Labor Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (8.55 Hrs @ $103.64) (8.55 Hrs @ $96.44) (17.10 @ 0.50 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 628.39 886.12 824.56 1,710.68 196.65 2,535.72 329.64 2,865.36 28.65 52.09 $2,946.10 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn the information provided. CLIENT ACCEPTANCE CCN #: 33 Final Amount:$2,946.10 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work Work Description ORIGINAL E:o ,To: Seahurst cc: Site Emailed 1/11/22 1�.h..AA.d....l., RFI No. 189 Date 1/5/2022 # of pages Project No. PW Contract No. Contract No. 6 1239 91630601 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) 1/12/2022 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject FA Connection to PIV Valve Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) During construction of the Fire Alarm system, we discovered an issue with the existing PIV valves hardwired connection. While replacing relay devices, it was noticed the existing relay was dummied off so that the fire panel would not show an alarm/trouble condition. On further investigation, we found the fire wire for monitoring looked like it was too short to reach the relay. We opened up the wiring box at the valve outside and found no wire and the terminal screws are missing. The valve riser is really loose, too. We sent a fish tape from both sides of the underground pipe and found that the stoppage at either end matches an asphalt patch at a "newer" catch basin. Our conclusion is that during previous construction, someone damaged the underground pipe and wire connections to and through the FA system, and then defeated the relay to postpone an expensive repair. A phone call to our FA system design team confirmed that the PIV valve MUST be monitored to pass inspection. Since no work was required on the PIV valve, we only noticed it when trying to swap like devices for monitoring. See attached for recommendation from Seahurst. Please review and advise. Thank you. Cost Impact? ❑ Yes ❑ No Q Potential Schedule Impact? ❑ Yes ❑ No -1 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. REQUEST FOR INFORMATION To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Contract No.: Seahurst Project#: Subject: Spec Section: Plan No.: Tukwila Public Works Flee. WA 117110 FA Connection to PIV Valve Originated From: Justin Kerr LCi RFI 189 Attachments Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax R.F.I.#: 48 Date: 1/5/2021 Page / Paragraph: Detail No.: Request: During construction of the Fire Alarm system we discovered an issue with the existing PIV valves hardwired connection. While replacing relay devices, it was noticed the existing relay was dummied off so that the fire panel would not show an alarm/trouble condition. On further investigation we found the fire wire for monitoring looked like it was too short to reach the relay. We opened up the wiring box at the valve outside and found no wire and the terminal screws are missing. The valve riser is really loose too. We sent a fish tape from both sides of the underground pipe and found that the stoppage at either end matches an asphalt patch at a "newer" catch basin. Our conclusion is that during previous construction someone damaged the underground pipe and wire connections to and through the FA system, and then defeated the relay to postpone an expensive repair. A phone call to our FA system design team confirmed that the PIV valve MUST be monitored to pass inspection. Since no work was required on the PIV valve, we only noticed it when trying to swap like devices for monitoring. Recommendation: There are two possibilities without breaking up and digging a lot of ground. #1 is to try and squeeze another pair of wires underground to the card reader at the side gate, then transition to surface rigid conduit the rest of the way to the valve. May conflict with added keypad cabling requirements VS conduit space. #2: requires some digging; is sneak in a conduit from the breakroom area following the asphalt patch -back path to the fence line, then transition to surface rigid conduit to the valve. Neither of these have been confirmed as a viable option yet, and more investigation is necessary. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 1/12/2022 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: We take no exceptions to Contractor's option #1 (pull PIV wires through existing card reader conduit and then route exposed RGS along fenceline from there the rest of the way to the PIV). Contractor shall confirm wire fill in the existing card reader conduit and shall confirm overall approach with the AHJ prior to installation. L. Bragg (Hargis) 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: 093 CCD/PR No.: RFI 188 Date: 1/19/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 19,376.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,162.56 SUBTOTAL 20,538.56 H. BOND (GC ONLY) SUBTOTAL 616.16 616.16 TOTAL CHANGE PROPOSAL COST 21,155 CONTRACT TIME ADJUSTMENT (DAYS)! Lincoln Construction, Inc. CONTRACTOR 1/19/2022 DATE -7447o 144 gr7,aarBei 9 u Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 1/19/2022 COP #: 093 Owner COP/CCD/PR #: RFI 188 Please provide a change order for the following work: Vehicle Exhaust penetrations per RFI 188 and coordination between the architect and Lincoln. Excludes roof patching. Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 21,155 include X not included T i D 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,�J� /kmita.<2 Rawd,c19 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 093 REV: Owner COP/CCD/PR #: RFI 188 000 DATE: 1/19/2022 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% Capital Heating PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 19,376.00 = $ 19,376.00 1 X = $ 1 X = $ x = $ X = $ X = $ SUBTOTAL $ 19,376.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 1,162.56 TOTAL SUBCONTRACTS $ 20,538.56 PROPOSAL SUBTOTAL $ 20,538.56 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 616.16 PROPOSAL TOTAL $ 21,154.72 Updated: 9/30/2011 Page 4 of 6 Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI 188 VE & WE Roof Pen Date: 1/18/2022 Contractor: Capital Heating and Cooling Contractor Ref. No. COP 009 Description: Measure up Curbs and Caps, Build in shop, Layout holes in roof, Cut roof penetration, install curb w/ cap, support from underneath roof, and seal roof penetration. (10) VE and (1) WE. 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) $ 11,239.56 $ $ DIRECT LABOR SUBTOTAL $ 11,239.56 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form Supervision markup should be zero if foreman time is included in direct labor costs. 1. CRAFT LABOR COSTS $ 11,240.00 $ 3,850.00 2. MATERIAL COSTS $ 3,850.00 $ 1,700.00 3. EQUIPMENT COSTS $ 1,700.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 $ 2,182.70 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 9/26/2006 $ 16,790.00 5. OVERHEAD & PROFIT $ 2,183.00 $ $ $ 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.90 % of 1 $ 213.56 1.00 % of 1-7 $ 189.73 1.00 % of 1-8 8. INSURANCE $ 403.00 $ 9. BOND $ COP 009 RFI 188 Water Tight Terminations for VE 8 WE Reels Page of TOTAL COST $ 19,376.00 1/18/2022 Project Name: Tukwilla Public Works Description: Provide & Install Roof Penetrations&RH Contractor: Capital Heating and Cooling Owner COP No. Date: 1/18/2022 Contractor Ref. No. COP 009 Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Field Measure (11) penetrations 12 Hrs $104.07 $ 1,248.84 $ - $ 1,248.84 Scissor Lift Rental 1 Ea $ - $ - $1,700.00 $ 1,700.00 $ 1,700.00 $ $ - $ - $ - Shop 48 Hrs $104.07 $ 4,995.36 $ - $ - $ 4,995.36 Field Lbr 48 Hrs $104.07 $ 4,995.36 $ - $ - $ 4,995.36 Materials 11 Ea $ - $350.00 $ 3,850.00 $ - $ 3,850.00 $ - $ - $ - $ $ $ - $ - $ - $ - $ $ - $ $ - $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - 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 $ 11,239.56 Foreman $ - $ $ $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ -$ - $ - $ - Total Cost of Work Form Revised 9/26/2008 $ 11,239.56 $ 3,850.00 $ 1,700.00 $ 16,789.56 COP 009 RFI 188 Water Tight Terminations for VE & WE Reels Page of 1/18/2022 From: Chris Seversik6 To: Tom Romberg• Matt Frantz Cc: Casev Neuman Subject: RE: Tukwila PW Exhaust Penetration Detail Date: Tuesday, January 11, 2022 11:48:46 AM Attachments: jm.ge001 en4 bLALL: NUN. PROVIDE DUCTWORK RUNOUTS PER PLANS. COORDINATE DUCT ORIENTATIONS ANrJ SITE WITH MECHANICAL SHEEIS— SEAL ALL PENETRATIONS IN DOGHOUSE -- PROVIDE JACKETING TO ELBOW IN HOOD—.`` —NOTE 1 PLAN /NOTE 1 SUPPORT DOGHOUSE. AS REQUIRED ----, ROOF CURB ASSEMBLY. SEE ARCI^I DWGS —••— ROOF AND INSULATION. SEE ARCH. DWGS— FLASHING COLLAR AND SEALANT. FASTEN TO f CURD SECTION DUCTWORK OPENING. REFER TO ARCHITECTURAL. 1-T ,dI,R1111:f 1„UPr �;TI:c:� H.1.1..V�sVP'ftH l I:.;oa<f 'VAR T@ N[`R AND PAIREGNA4o iA? htiF ! CC ;7r :.F. �.F4 Tr[ N :.'.M510... --- FILL VOID WITH URETHANE FOAM INSULATION ;TYP) — SUPPORT LIP — SECURE HOOD TO CURB — DUCTWORK INSULATION. PROVIDE FIREWRAP WHERE REQUIRED — DUCT. SEE DWGS FOR SIVE AND CONT (TYP) REFER TO ARCHITECTURAL FOR OPENING NOTES: 1. OUTSIDE EDGE OF DOGHOUSE SHALL EXTEND 6" FROM EDGE OF ELBOW,. 2. SLOPE ROOF OF DOGHOUSE. SFE f: ANS FOR [MC 0170 ::.,I JOSS AND YF IN...JC I. (3(14.P.fR OR HuuN;? DETAIL - DUCT PENETRATIONS THROUGH ROOF DOGHOUSE—...._..........._.._..__ ._ . __...w_..........__.._... ._.w..� ...... w.....__�_........_...�... SCALE: NONE From: Tom Romberg <tom.romberg@lincolnnw.com> Sent: Tuesday, January 11, 2022 11:48 AM To: Chris Seversike<ChrisS@capitalheatingandcooling.com>; Matt Frantz <mattf@shksarchitects.com> Cc: Casey Neuman <casey.neuman@lincolnnw.com> Subject: RE: Tukwila PW Exhaust Penetration Detail Nothing attached Tom Romberg I L:_,Cii ziutcoc,aoaeY/rcrca'.<ar.. %,rc c.:r, 1,255 11803 101ST Ave Ct E, Suite 201 Puyallup, WA 98373 CeII 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Chris Seversike <ChrisSPcaoitalheatinw > Sent: Tuesday, January 11, 2022 11:46 AM To: Matt Frantz <to3ttfl@shksarrhitectasnm> Cc: Tom Romberg <tm,romberg(alincolnnw,com>; Casey Neuman <c.a5ey.neirrraLlglincolnnw.com> Subject: Tukwila PW Exhaust Penetration Detail Matt, Here is another detail that may be helpful, Thanks Chris Seversike 360-999-8861 4110 .; 911 t• ...10 i 000 rr rt, r,r / fE c RFI No. 188 Date 12/16/2021 # 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) 12/20/2021 RFI Originator (Name & Company) Chris Seversike - Capital Heating & Cooling RFI Subject RFI 175 Response to VE & WE Roof Penetrations Related Spec Section(s) Related Drawing/Detail(s) A4.0 (NOT A4.1), Detail 14 Specific Question(s) or Description of Concern(s) Thank you for clarifying which detail to use for the VE & WE roof penetrations. Who is performing the work associated with that Detail 14/A4.1? We understand the concern regarding the VE & WE pipe temperatures. Dektite makes a high -temp roof flashing that is designed for temperatures between -58F to 429F. Would that be acceptable? Please advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No E Potential ❑ Yes ❑ No -' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations The Dektite product rated for up to 429 F is not adequate. The High Temperature Hose used for gas/diesel engines is rated for 600 F continuous duty and up to 1250 F intermittent duty. The Exhaust Gas Temperature from vehicle exhaust can range from 400 to 1200 F. Regan Corwin, PE / HEI 12/19/2021 Remarks/Recommendations Side wall Penetrations will not ork for this application. Pe etrations need to be 10 feet from any openings into the b ilding. Code also says mi . 3 feet from exterior wall, and some inspectors may int!Ipret that to mean it has to stick out 3 feet frorn the wall. wouldn't go with a louver (expe se 4,,,nd lead time), rather just a pipe penetration. The only option is to go thr ugh the roof like has been shown on our plans. M Frantz SHKS 01/04/22 CAPITAL Del, zComfort b, 1977 Capital Heating & Cooling, Inc. 1218 Carpenter Rd SE Lacey, Washington 98503 P: (360) 491-7450 CI RFV 188 Attachment Project: 16285 Tukwila Maintenance - PW Fleet Facility 11210 Tukwila International Blvd Tukwila, Washington 98158 RFI #14: Per RFI 175 Response to VE & WE Roof Penetrations Status Open To Chris Seversike (Capital Heating & Cooling, Inc.) From Chris Seversike (Capital Heating & Cooling, Inc.) (Response Required) Date Initiated Dec 16, 2021 Location Cost Impact TBD Spec Section Drawing Number A4.1 Detail 14 Linked Drawings Received From Casey Neuman (Lincoln Construction) Copies To Activity Question Due Date Dec 19, 2021 Project Stage Course of Construction Schedule Impact Yes (Unknown) Cost Code Reference Sub Job Question from Chris Seversike Capital Heating & Cooling, Inc. on Thursday, Dec 16, 2021 at 01:08 PM PST Thanks for clarifying which detail to use for the VE and WE roof penetrations. Who is performing the work associated with that detail 14/A4.1? We understand the concern regarding the VE & WE pipe temperatures. Dektite makes a high temp roof flashing that is designed for temperatures between -58F to 429F. Would that be acceptable? Awaiting an Official Response The Dektite product rated for up to 429 F is not adequate. The High Temperature Hose used for gas/diesel engines is rated for 600 F continuous duty and up to 1250 F intermittent duty. The Exhaust Gas Temperature from vehicle exhaust can range from 400 to 1200 F. Regan Corwin, PE / HEI 12/19/2021 Capital Heating & Cooling, Inc. Page 1 of 1 Printed On: Dec 16, 2021 01:16 PM PST 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: 1/27/2022 Project: LCI Project No.: B. TOTAL LABOR COST $ SUBTOTAL 094 1239 C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL H. BOND (GC ONLY) SUBTOTAL TOTAL CHANGE PROPOSAL COST $ - CONTRACT TIME ADJUSTMENT (DAYS) 43 Lincoln Construction, Inc. CONTRACTOR 1/27/2022 DATE 76ta0aa;1 ROklia.e79 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: 1/27/2022 COP #: 094 Please provide a change order for the following work: Contract time extension with no liquidated damages due either party for 43 calendar days to a new Substantial Completion date of March 15, 2022. This is due to added work scope for Intrusion Detection and Access Control. Total price per attached breakdown: State and local sales tax: Extension of time: includE X not included 43 calendar days We have proceeded with the work Work will not proceed without formal authorization This price is good for days from the above date, after which this request is subject to revision. Sincerely, 74670/42 Roan 'e y. - P74/Cd 'yI/444 yC2 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 094 Owner COP/CCD/PR #: REV: , ;-„000 DATE: 1/27/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL SMALL TOOL ALLOWANCE @ 0.0% $ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ SUBTOTAL 13.0% PHASE CODE UNITS 1 X = $ 1 X = $ 1 X = $ 1 X = $ RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT 0.0% 13.0% $ SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X = $ 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL $ BONDS/Liability/Builders Risk/B&O Tax 3.000% $ PROPOSAL TOTAL $ Updated: 9/30/2011 Page 4 of 6 January 27, 2022 To: Justine Kim, Shiels-Obletz-Johnsen Re: Tukwila Public Works Fleet and Facilities Building Added Scope -Contract Days Justine Kim, Per our conversation and meeting this morning LCI, Inc. is writing to inform you of delays beyond our control due to COPR 003 Added Scope of Intrusion and Access Control. This added scope along with the coordination with the owner's subcontractor will add an additional 43 days to the Substantial Completion of this project with a new Substantial Completion date of 3-15-2022. Due to the team aspect of this project and cooperation of all parties to work together, LCI. Inc. will not be seeking additional time extension compensation for this scope just the added days. Sincerely, Wamad Thomas Romberg Project Manager 11803 1015` Ave E, Suite 201 Puyallup, WA 98373 info@lincolnnw.com 253.847.6414 T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 09 DATE: 12127/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (i ) 21-046(i) 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 12/27/2021 Contractor LCI, Inc By 7 y 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 $ 508,769.00 Date 12/29/2021 $ 46,382.00 ByHP $ 4,982,372.00 Key: 1.759fecl,,,,ear,15fa2eaff,10saJZ, Mayor Public Works Director C QiGG ---)ai,t-r,ceeezvLtG Key: 5,191seeSesc1,1,11,0Se0.25,0,11s1119 Original Contract Time: 242 days (December 3, 2021) SOJ Program Director Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 59 days Updated Contract Time: 301 days (January 31, 2022) 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. IIE x 111 i III )i t " A " IIE ( ) 1,it, D IE 1,it, TUKWILA SIIMMA 11,itY ( )1V C 1 1 A PIIIIIIC IIE - Public Works (PW) Fleet & Facilities PW f "kali (V,) f"acHinlika:, CO # ))4) (fl C 1 1 A PIIIIIIC CITY OF Project Name Project # TO CONTRACTOR: 4) 11'1.011.0 Contract # 2 0 PI (in Date 1 , lir :4 )11 n C4)1111511 n1,:ii ii4)1111 irr: SO "1 0 511 ANC 01 f Sruac 10 PTa1111-ap WA 98'17'1 COP/CCD # Description Reason Code Amount COP 079R1 Natural Gas Line Rework at Structural Steel. The existing natural gas system needs alteration to install structural support to the existing building. This is the cost to provide and install hangers, piping and accessories to avoid conflict with the new structural steel roof building support system. UFC $4,890.00 COP 080 Toilet Compartment Change Credit. This is a credit COP due to changing series of Toilet Partitions per RF1 178. DC -$790.00 COP 081 Provide Diesel Exhaust Fluid (DEF) Tank System. The Fleet crews indicated that they require a more robust DEF Tank system than previously thought; the tank and a pump and dispensing system. This is the cost for the DEF Tank system which meets the requirements of the Fleet Crew including the DEF storage tank, and attached pump and metered disensing nozzle. OC $6,424.00 COP 082 Per RFI 182 Gas Fired Connection Detail. The cost to provide a flex connection and union to the Gas Fired, Non -Condensing Unit Heater per RFI 182. DC $782.00 COP 083 Steel Price Increase for Pallet Racking System. This is the cost of steel price increase for Pallet Racking System. UFC $1,184.00 COP 084 Communications - RFI 113 and 132. Electrical communications changes per RFI 113 and 132. This cost is the added scope of the Telecom Service per owner request. OC $20,530.00 COP 085 RFI 034 Remove and Replace Plywood and Insulation at Exterior Walls. The existing plywood and insulation around the areas where the new pile caps are being installed needs to be removed in order to remove the slab. New insulation and new plywood will need to be installed once the slab has been poured back at all (8) locations. This is the cost to remove and replace the plywood and insulation at exterior walls per RFI 034. UFC $7,489.00 COP 086 Per FA (Field Authorization) 005 Additional Electrical Demo. This cost is for the electrical demo needed to be removed for structural steel upgrades. UFC $5,873.00 Change Order No. 09 $46,382.00 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: 12/7/2021 Project: LCI Project No.: 079R1 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 4,479.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 268.74 SUBTOTAL 4,747.74 H. BOND (GC ONLY) SUBTOTAL 142.43 142.43 Lincoln Construction, Inc. CONTRACTOR 12/7/2021 DATE 7lramad RaoJt eu9 U Tom Romberg 01114.00 g3.3 (2) TOTAL CHANGE PROPOSAL COST $ 4,890 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 12/7/2021 DATE 7lramad RaoJt eu9 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: 12/7/2021 COP #: 079R1 Please provide a change order for the following work: Additional natural gas lines, hangers and misc fittings necessary to avoid conflict with new structural steel roof building support system Total price per attached breakdown: State and local sales tax: Extension of time: 4,890 includ( 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, 740:44'omen y - Pzojed V -40,4 9e4 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 079 Owner COP/CCD/PR #: REV: 001 DATE: 12/7/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ 13.0% $ TOTAL LABOR RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% MATERIALS/EQUIPMENT 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 Pipe Construction 0.0% 13.0% PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 4,479.00 = $ 4,479.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 4,479.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 268.74 TOTAL SUBCONTRACTS $ 4,747.74 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 4,747.74 $ 142.43 $ 4,890.17 Updated: 9/30/2011 Page 4 of 6 $ 1,878.15 $ 2,085.80 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction CONSTRUCTION. INC. Pipe COP No. 21-299.008r1 Date: 11/24/2021 Contractor Ref. No. Description: Cost to provide and install hangers, piping and accessories to natural gas system. Existing system needed alteration to install structural support to the existing building. 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. $ 2,085.80 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 $ 515.32 1. CRAFT LABOR COSTS $ 2,086.00 2. MATERIAL COSTS $ 1,878.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 3,964.00 5. OVERHEAD & PROFIT $ 515.00 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 $ 4,479.00 COP Cost Breakdown RI n O i- 0 000001`--f-- 000otiN-v 71- Eo co CO ER EO m co ER o 0 f-- CO ER LO 0i a0 ER N- 6a ER rn Eri 00 ER 1$ 165.00 $ 150.13 $ 450.00 ER ER ER 64 Ea ER (FT ER 69. ER ER ER 64 ER ER ER ER ER ER ll$ 2,085.801 $ 3,963.95I E _ Cr W Cost 11 11111111111111111111111111 ER ER EFT ER EA EFT ER ER ER Eft 69. ER ER ER ER ER ER ER 64 ER ER ER Ea ER ER 69. 1111 ER ER ER ER ER c D GS N 0 U $ 333.48 $ 136.50 $ 370.00 $ 89.50 $ 97.57 $ 85.97 $ 165.00 CO r O� u ER $ 450.00 i i i i i i ER ER EFT 69 ER ER ER EFT ER ER i i i i i i ER Eft ER EfT ER ER Ea EFT ER EfT LO r EA Unit $ $3.97 $3.25 $370.00 $89.50 $97.57 $85.97 $165.00 d• N ER $225.00 1 o J O U Ea ER ER ER ER EA ER VT ER ER ER ER ER ER ER 64 ER ER ER EFt ER ER ER ER ER ER ER ER EFT O O 1.0 O 0 c`1 EFT $ 2,085.80 ER .0 hr _ 104.29 Form Revised 2/27/2020 (U 15.C d= O O N N EU N L L d N T CO V C E6 7 a r- N ipe Construction Descri•tion 3/4" Black Steel Piping 1/2" Black Steel Piping 3/4" megapress Fittings 1/2" megapress Fittings 13/4" Gas Valves 1/2" Gas Valves Hangers & Anchors Flexible Connections 1Gas Regulators Labor 2 guys - 10hr ea Superintendent Issued 12/7/2021 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: 11/30/2021 Project: LCI Project No.: 080 1239 C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ (790.00) E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ SUBTOTAL H. BOND (GC ONLY) SUBTOTAL (790.00) TOTAL CHANGE PROPOSAL COST $ (790) CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 11/30/2021 DATE 740,a4 Roodiec9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 11/30/2021 COP #: 080 Owner COP/CCD/PR #: RFI 178 Please provide a change order for the following work: Change series of Toilet Partitions Per RFI 178 Total price per attached breakdown: State and local sales tax: Extension of time: (790) includ( X not included 0 We have proceeded with the work Work will not proceed without formal authorization This price is good for days from the above date, after which this request is subject to revision. Sincerely, 74om44 Raoden9 - Pu/ect 7/144:49& Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 080 Owner COP/CCD/PR #: RFI 178 REV: 000 DATE: 11/30/2021 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 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT 0.0% 13.0% RATE SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ Barclay Dean 1 X (790.00) = $ (790.00) 1 X = $ 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ (790.00) MARK-UP @ Sub Direct Cost -790 0.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ (790.00) PROPOSAL SUBTOTAL $ (790.00) BONDS/Liability/Builders Risk/B&O Tax 0.000% $ PROPOSAL TOTAL $ (790.00) Updated: 9/30/2011 Page 5 of 7 CHANGE REQUEST TO: Lincoln Construction ATTN: Tom Romberg PROJECT: Tukwila Fleet and Facilities CHANGE ORDER # 1 DATE: 11-30-2021 BARCLAYD EAN ARCHITECTURAL PRODUCTS 22029 23rd DR SE, Bothell WA 98021 Phone (425) 368-2020 s Fax (425) 368-0465 NJPA VENDOR CONTRACT #082114 - PTA WA License: BARCLDA022BE OR CCB License: 193941 We propose to FURNISH AND INSTALL for the above project, as follows: ADD: 102113 TOILET PARTITIONS: Manufactured by Bobrick —1092.67 Sierra Series (03) EA: Toilet Compartment EXCLUSIONS: In -wall backing, final cleaning, OFCI, fasteners, shims, sealants, safe storage, off-loading, Off -Hours work, Cut outs REMOVE: 102113 TOILET PARTITIONS: Manufactured by Bobrick — 2092.67 Sierra Series (03) EA: Toilet Compartment EXCLUSIONS: In -wall backing, final cleaning, OFCI, fasteners, shims, sealants, safe storage, off-loading, Off -Hours work, Cut outs TOTAL CREDIT FOR CHANGE ORDER $790.00 EXCLUSIONS: Fasteners, Blocking, Backing, Install, Wall Cutouts, Final Cleaning, Offload, Site Distribution, storage, Under -Lavatory Guard, multiple shipments, and WSST. **Damaged material that is signed for as 'damaged' is replaced at no charge** Although damage is unlikely, please inspect all material for possible damage at time of delivery while the driver is still on site so receiver can sign for it as damaged. If material is damaged and not signed for accordingly Barclay Dean will not be able to file a freight claim against the carrier and it will become the customer's responsibility for payment of replacement material. Our contract with the freight carrier allows for a full inspection of all material regardless of the time it takes. Insurance endorsement requests other than "CG 88 10 10 09" will incur an additional charge if available. Terms: Net, 30 days CONDITIONS 1. The above proposal is subject to withdrawal or revision if not accepted within 30 days. Quotations are subject to stenographic errors. 2. If retentions are withheld we require formal notification of completion and acceptance by owner of said job. 3. When required, shop drawings will be furnished and, when approved by the purchaser or architect, they shall be deemed to be correct interpretation and design and dimensions. 4. The customer agrees to provide adequate storage facilities for the materials delivered to the job and to furnish necessary light and power, and elevator service, if available, when contract call for installation. 5. No back charges will be accepted by us unless specifically agreed upon in writing. 6. We will not be responsible for loss or damage arising from delays caused by lack of correct or complete data; by changes or revisions; by late approval of drawings; by fire, floods, strikes, lockouts, riots; by accidents in plants of those furnishing us with materials; by inability to obtain material or skilled labor; by delays of transportation carriers or by any other causes beyond our control. 7. Should the purchaser tender his own purchase order or contract, all terms and conditions of the proposal shall by this reference, be incorporated therein. 8. Interest at the rate of 1'% % per month will be charged on account balances after 60 days. Accepted By Date By Samantha Pickering (samanthap@bdap.com) 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 COP NO: CCD/PR No.: Lincoln Construction 081 Date: 12/1/2021 Project: LCI Project No.: $ 50.00 $ 606.80 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 85.38 1239 656.80 D. SUBCONTRACT COST $ 5,184.00 85.38 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 311.04 SUBTOTAL 5,495.04 H. BOND (GC ONLY) SUBTOTAL 187.12 187.12 TOTAL CHANGE PROPOSAL COST $ 6,424 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln (Construction, Inc. CONTRACTOR 12/1/2021 DATE 744444 'o‘acGeu9 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: 12/1/2021 COP #: 081 Please provide a change order for the following work: Provide DEF Tank System Total price per attached breakdown: State and local sales tax: Extension of time: 6,424 includf 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, 76sse s Ramie/19-Pzafect 711444yen Lincoln Construction CHANGE ORDER REQUEST SUMMARY 'Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 081 Owner COP/CCD/PR #: REV: 000 DATE: 12/1/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 8 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL = $ = $ = $ = $ 606.80 = $ _ $ _ $ $ 606.80 0.0% $ $ 606.80 MARK-UP @ 13.0% $ 78.88 $ 685.68 TOTAL LABOR MATERIALS/EQUIPMENT Bolts SUBTOTAL PHASE CODE UNITS 1 X = $ 1 X 50.00 = $ 50.00 1 X = $ 1 X = $ RATE USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 50.00 $ 6.50 $ 56.50 Mascott PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 5,184.00 SUBTOTAL $ 5,184.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 311.04 TOTAL SUBCONTRACTS $ 5,495.04 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 6,237.22 $ 187.12 $ 6,424.34 Updated: 9/30/2011 Page 4 of 6 C!' tascottREPRINT Portland, OR Seattle, WA Pasco, WA Spokane, WA Anchorage, AK EQUIPMENT (503) 282-2587 (206) 763-7867 (509) 543-2018 (509) 255-7809 (907) 561-1119 Since 1960 www.mascottec.com QUOTE 068979 Number Date 11/23/2021 Page 1 Ship -to: 11210 Bill -to: 5976 TUKWILA PUD LINCOLN CONSTRUCTION INC 11210 TUKWILA INTERNATIONAL BLVD 11803 101ST AVE E, SUITE 201 TUKWILA, WA 98168 PUYALLUP, WA 98374 Reference # Sisp Terms Whse Freight Ship Via ASI -34 / ASK -48 DEF SYSTEM F/J NET 10TH 01 BILLED BEST METHOD Quoted By SMM Quoted To:', TOM ROMBERG Effective: 11/11/2021 Expires: 12/11/2021 Item Description Ordered UM Price UM Extension DEFECO500T DEF SYSTEM, 500GALLON 1 EA 3910.00 EA 3910.00 VERTICAL SINGLE WALL POLY TANK, WITH GROUND LEVEL FILL CONNECTION, I2OVAC DEF PUMP, DIGITAL FLOW METER, 20' DELIVERY HOSE AND DISPENSING NOZZLE. FACTORY ASSEMBLED. * 5 DAYS NEEDED TO ASSEMBLE PRIOR TO SHIPPING. FREIGHT FACTORY FREIGHT TO JOBSITE 1 EA 798.56 EA 798.56 FACTORY FREIGHT: Use when you are expecting to incur incoming freight costs that need to be charged to the customer. Aida will price out the final Sell Price once she has all the pertinent costs. Enter new Line Notes on your Quote or Order if you have a quote from the carrier(s), which will help us know what went into the Sell Price. Aida will enter the actual cost(s) on the FREIGHT line, and she will Credit card payments are subject to 3% service fee. ACCEPTED FOR PURCHASE Signature: Date: TERMS AND CONDITIONS SET FORTH OR NOTED ON ATTACHMENT SHALL EXCLUSIVELY GOVERN THIS SALE GtU U I I a //++ REPRINT on neXt aCsl. ott Portland, OR Seattle, WA Pasco, WA Spokane, WA Anchorage, AK (907)561-1119 Number 068979 (503)282-2587 (206)763-7867 (509)543-2018 (509)255-7809 EQUIPMENT Date 11/23/2021 Since 1960 WWW.mascottec.Com Page 2 Ship -to: 11210 Bill -to: 5976 TUKWILA PUD LINCOLN CONSTRUCTION INC 11210 TUKWILA INTERNATIONAL BLVD 11803 101ST AVE E, SUITE 201 TUKWILA, WA 98168 PUYALLUP, WA 98374 Reference # Slsp Terms Whse ( Freight Ship Via ASI -34 / ASK -48 DEF SYSTEM I F/J NET 10TH 01 BILLED ! BEST METHOD Quoted By:l SMM', Quoted To: TOM ROMBERG Effective:, 11/11/2021 Expires:' 12/11/2021 Item Description Ordered UM Price UM Extension break them down by carrier as they cone in. If you are quoting a Factory Freight amount to a customer, use the CARGO part number instead. Aric V. ***NOTES: OFFLOADING BY OTHERS. ELECTRICAL BY OTHERS. Credit card payments are subject to 3% service fee. ACCEPTED FOR PURCHASE Signature: Date: TERMS AND CONDITIONS SET FORTH OR NOTED ON ATTACHMENT SHALL EXCLUSIVELY GOVERN THIS SALE r....iin..e.l8 0 p g Cleascott Portland, OR Seattle, WA Pasco, WA Spokane, WA Anchorage, AK EQUIPMENT (503) 282-2587 (206) 763-7867 (509) 543-2018 (509) 255-7809 (907) 561-1119 Since 1960 WWW.mascottec.Com QUOTE REPRINT l 068979 Number Date Page ,11/23/2021 3 Ship-to: 11210 Bill-to: 5976 TUKWILA PUD LINCOLN CONSTRUCTION 11210 TUKWILA INTERNATIONAL BLVD 11803 101ST AVE TUKWILA, WA 98168 PUYALLUP, WA INC E, SUITE 201 98374 Reference # Slsp Terms Whse Freight Ship METHOD Via ASI-34 / ASK-48 DEF SYSTEM F/J NET 10TH 01 BILLED BEST Quoted By: SMM Quoted To: TOM ROMBERG Effective: 11/11/2021 Expires: 12/11/2021 ITEM DESCRIPTION ORDERED UM PRICE UM Extension 1.) EXCLUSIONS: (Unless Noted) Site Improvements & Inspection Plans, Permits, Installation, Misc. Pipe Fitting/Accessories Electrical, Sales Tax and any item(s) not specifically listed above. 2.) PCI(Payment Card Industry) & EMV(Euro. Mastercard,Visa) COMPLIANCE DISCLAIMER: it is solely the Customer's responsibility to verify PCI compliance and Network Processing compliance with their Merchant Provider. Mascott will not be liable for direct, special or consequential damages, business interruption or loss of profits, sustained by Customer or any party claiming by, through or under the Customer. 3.) PERFORMANCE: Mascott or employees are not licensed engineers. Performance of equipment is based on accuracy of information provided by Owner or their Representatives Guaranteed performance require certification by a licensed engineer. 4.) EQUIPMENT ONLY: Subject to Owner's or Engineer's approval. Quotation limited to equipment/quantities listed. Owner or Installing contractor are responsible to determine actual quantities of pipe, fittings & accessories. 5.) STARTUP & WARRANTY: Where req'd warranty certification by Authorized Service Rep. (ASR) of equipment startup. Basic training is offered on a time & materials basis @ $125- hour/$1.17 a mile unless otherwise listed. Mascott's responsibility is limited to factory's published warranty. Owner is responsible for excessive travel charges less manufacturer (If Any) credits. 6.) ON-SITE MAINTENANCE OFFER: (MASCOTT FABRICATED PRODUCT ONLY) Add additional 4% to your quotation total or a minimum of $3,000 charge plus applicable State sales tax. An optional equipment service agreement may be offered for a period of 13 months from date of delivery of a Mascott fabricated Fueling Platform. Mascott reserves the right to offer, reject, or adjust pricing on Maintenance Agreements based on jobsite location or specialty equipment that may be installed. Maintenance Agreements are offered solely to customers purchasing Mascott fabricated refueling platforms in conjunction with & not intended to supersede the OEM printed warranties & specified maintenance guidelines. Deviation from manufacturer's equipment maintenance guidelines will void OEM warranties. Mascott will provide labor & basic miscellaneous materials needed at customer's jobsite location of original shipment to repair or replace at our discretion defective parts, workmanship or OEM equipment installed on quoted fuel platform. Maintenance agreement offered is exclusively limited to the quoted fueling platform above, fabricated by Mascott and OEM equipment installed. Travel expenses & accommodations (if any) are considered additional charges and billed to the customer at the rate incurred by Mascott. 7.) FREIGHT SHIPMENTS: Freight shipments are fob point of origin unless otherwise listed Owner or Owner's contractors are responsible for offloading unless otherwise listed. Excessive standby time by carrier due to offloading may result in additional charges. All freight shipments are to be instpected on receipt for visible damage and noted on Bill of Lading. Crated & boxed freight must be opened & contents inspected with 24 hours of receipt for hidden damage. Owner is responsible to report damage directly to carrier immediately. Failure to contact carrier within specified timelines may result in rejection of claim. 8.) LEAD TIME: Mascott can not guarantee factory quoted lead time. Special order equipment requires approval of submittal drawings prior to production. Lead times quoted commence upon receipt of drawings & required deposits. 9.) DEPOSITS: 50% Deposit required at time of submittal. Order will not be executed prior to receipt of deposit. 10.) FUEL SURCHARGES: Many manufacturers now add fuel surcharges to cover the high cost of fuel in shipping. Customer responsible for surcharges. 11.) FACTORY PRICE INCREASES: Unscheduled factory price increases will apply at time of order. Please confirm ALL pricing with your sales person prior to acceptance. 12.)'SPECIAL ORDER EQUIPMENT & SERVICE CANNOT BE RETURNED FOR CREDIT OR CANCELLED ONCE ENTERED INTO MANUFACTURER'S PRODUCTION SCHEDULE. 13.) Oregon CAT tax may apply. rev3/26/2021 Thank you for your business. FOB FACTORY UNLESS Credit card payments ACCEPTED FOR TERMS AND Merchandise Miss Taxi Freight; Total 4708.56'; 00475.56' SPECIFIED are subject to 3% service fee. PURCHASE CONDITIONS SET FORTH OR NOTED ON ATTACHMENT Signature: 00 Date: GOVERN 5184.12 SHALL EXCLUSIVELY rnn+;n THIS SALE d n next nano ue o p g ... TERMS AND CONDITIONS 1. ACCEPTANCE OF CONTRACT: Buyer acknowledges that all quotations, orders and agreements made between Buyer and Mascott Equipment Co., Inc.'s (herein Mascott) agent shall be considered an offer by Buyer, which said offer Shall be subject to acceptance and approval by an officer of Mascott at Mascott's Portland office subject to credit approval. The parties agree that the terms and conditions of this document shall control and shall constitute the parties agreement, and any terms and conditions on Buyers purchase order, invoice or other document will have no effect. 2. PRICE: Buyer agrees that the purchase price shall be the fair market value of the equipment and/or machinery (hereinafter equipment or goods) on the date of delivery. Therefore, Buyer agrees that Mascott has the right to adjust the balance due at delivery to reflect anyfluctuation in market prices for materials and/or labor occurring between the date of this agreement and the delivery date. Mascott may require a payment equal to fifty percent (5%) of the purchase price to be paid at the time this order is placed. Buyer will be charged a restocking fee equal to twenty-five percent (25%) of the purchase price for retumed goods. Any additional restocking fees assessed by the manufacturer for returned goods will also be paid by Buyer. When excavating for the installation of underground tanks or equipment,any unusual underground condition which prevents normal excavation and adds significantly to the cost, will be considered as extra, and will be charged for on a time and material basis. This may include excess water, rock greater than 12 inches in diameter, unstable soil, trash, old piping, etc. 3. PAYMENT TERMS: Buyer agrees to pay all invoices when due which is the essence of all orders or contracts. If Buyer fails to make timely payment Mascott may, at its. sole option: (a) defer further shipments until"Buyer makes such payments;, or (b) elect to cancel all unfilled orders and contract. Buyer agrees that Mascot' may withhold or delay deliveries if Buyer fails to maintain a satisfactorycredit histo with Mascott or fails to provide satisfactory securityto Mascott for payment. IF UPON MASCOTT'S NOTIFICATION TO BUYER THAT CHAR E OF ONE (PERCENT (1%)RPER MONTH S`HALDL BE BUYER PDLIED TO THE TOTAL BALNCEEDUE ON THI ORODERAYS FROM THE DATE OF SUCH NOTIFICATION, A 4. TAXES: In addition to the Price set forth above, Buyer will pay, or reimburse Mascott upon demand if Mascott pays, all sales, use, excise, occupation, duty or other tax or taxes levied, assessed or imposed by any taxing authority, whether the United States, a State, or a political subdivision of ither. 5. PERMITS: Buyer shall, at its expense, obtain all necessary public, inspection, license, building, and other permits and shall be responsible for compliance with all applicable laws, ordinances and government regulations regarding the installation and operation of the equipment on Buyer's premises. 6. CHARACTER OF EQUIPMENT: The parties intend that the equipment shall, at all times, be considered personal property and not as fixture(s), notwithstanding of the manner in which the equipment may be installed or connected to Buyer's real estate. 7. SECURITY AGREEMENT: Buyer hereby grants Mascott a security interest in all of Buyer's right,title and interest, now owned or hereafter acquired, in and to the equipment described above and any portion of such equipment, includingany other after acquired, substituteor replacement parts, materials, and equipment, to secure the timely performance and payments of the underlying obligation herein and all indebtedness and obligations of Buyer to Mascott presently existing or hereinafter arising, direct or indirect, and interest thereon. Buyer will not, without the written consent of Mascott, sell, contract to sell, lease, encumber assign transfer from ifs place of installation or otherwise dispose of equipment or any interest therein until this security agreement and all debts secured thereby have been fully satisfied. Al the request of Mascott, Buyer will join in executing, or will execute, as appropriate, all necessary financing statements and all other instruments deemed necessary by Mascott and by the cost of filing such documents. Buyer shall not delegate performance nor assign any rights or obligation hereunder. 8. RISK OF LOSS: This agreement is a shipment contract FOB Mascott's place of business or FOB manufacturer's facility. The risk of loss, injury, or destruction of the equipment or any pert thereof passes to the Buyer upon due delivery of the equipment to the carrier. The Buyer shall pay the freight and insurance costs. Any such loss, injury, or destruction shall not release Buyer from any obligations under this agreement, including the payment of the full purchase price and shall, at Mascott's option, accelerate the maturity of the unpaid balance of the purchase price to the date of such event. 9. DELIVERY: Buyeracknowledges that Mascott may change delivery dates without notice. Mascott shall not be liable for any loss, damage, or delay due to transportation or caused by fire, strike, civil or military authority, insurrection, a riot or any causes beyond Mascott's reasonable control. 10. INSPECTION AND ACCEPTANCE: BUYER SHALL INSPECT THE EQUIPMENT WITHIN TEN (10) DAYS AFTER THE DATE OF DELIVERY. A rejection of the goods by Buyer shall not be effective unless it is made and written notice thereof is given within fifteen (15) days after the date of delivery specifying any claim, defect, or any other proper objection to the equipment. Buyer shall thereafter be deemed conclusively to have accepted the equipment as satisfactory. Buyer must send the defective part(s) to Mascott at Portland, Oregon, within ninety (90) days from the date of purchase and tag all defective part(s) showing date and all information necessary to support a claim. A revocation of acceptance shall not be effective unless written notice of the revocation is given within ten (10) days after Buyer has discovered the defect in the goods, or twenty (20) days after acceptance of Buyer, whichever occurs first. 11. MERGER: This agreement signed by both parties constitutes a final written expression of all the terms of this agreement and is a complete and exclusive statement of those terms and shall not be modified, controlled, or effected in any way by any usage of trade or subject to any course of dealings or performance between the parties. All agreements entered into prior to or contemporaneously with the execution of this agreement are excluded, whether oral or written. Any and all representations, promises, express or implied warranties or statements by Mascott's agent that differs in any way from the terms of this written agreement shall be given no force or effect. 12. WAIVER: Mascott shall not, by any act, delay, omission, or otherwise be deemed to have waived any of its rights or remedies under this agreement. No waiver whatever stall be valid unless in writing signed by Mascott, and then only to the extent under the terms set forth therein. 13. SEVERABILITY: This agreement is divisible. If any provision of this agreement is declared invalid by any tribunal, the remaining provision of this agreement shall not be affected thereby. 14. JURISDICTION: This agreement shall be construed and governed in at matters by the taw of the State of Oregon. The parties consent to the exclusive jurisdiction of and venue in Multnomah County, Oregon with respect to any and all claims or controversies arising out of or related to this order, and consent to service of process outside the State of Oregon in any action hereunder by registered mail or personal service. The prevailing party in any action commenced hereunder shall be entitled to a reasonable sum as attorney fees, together with all costs. An action brought for a breech of this agreement shall be commenced within one (1) year after the cause of action has accrued. 15. DEFAULT: All times specified in this agreement for theperformance of the obligations of the parties shall be deemed of the essence. If the Buyer fails to pay, when due, any amount payable on this agreement or on any other indebtedness ofBuyersecured hereby, or shall fail to perform any of the provisions of agreement, Buyer shall be in default. 16. MASCOTT'S REMEDIES: On any default, and at any time thereafter, Mascott may, at Mascott's option, pursueany rights and remedies provided by this agreement and the Oregon Uniform Commercial Code, including but not limited to: repossess the machines and equipment from Buyer's premises; dispose of the equipment pursuant to a public or private sale; or forfeit the Buyer's rightsand retain all sums paid heretofore by Buyer to Mascott in lieu of resale and in satisfaction of Buyer's obligations. Mascott shall be entitled to compensation for including incidental damages, but not limited to all commercially reasonable charges, expenses, or commissions incurred in stopping delivery under the Code, in the transportation, care and custody of goods after a breach by Buyerand in connection with the return or resale of goods, or any other damages resulting from a breach by Buyer. Mascott's remedies and rights are cumulative and the exercise of one right or remedy does not exclude any other rights or remedies conferred on Mascott by law. 17. LIQUIDATED DAMAGES: The parties agree that Mascott shall be entitled to retain all depositsmade by Buyer, as liquidated damages, if Buyer shall breach or fail to consummate this sale. The parties agree that liquidateddamages are needed because of the difficulty in determining Mascott's damages upon Buyers breech Mascott's capital investment in making the equipment and the numerous jurisdictions in which Mascott sells equipment. At its sole option, Mascott may elect the remedies provided in Paragraph 16 instead of liquidated damages. 18. LIMITATION ON MASCOTT'S LIABILITY: MASCOTT SHALL NOT BE LIABLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGE INCLUDING BUT NOT LIMITED TO OR ANY PART THEREOF DELAYLOSS OF BUSINESS OR INT HEPTION OR DEL DELIVERY OF LOSS OF E GOODS, OR BREACH OF WARRANOR LABOR IN RTY,GEXCEPT TOT ESUSTAINED YEX ENT OF REPAIR OR REPLACEMBY REASON OF ANY ENT T INAS E GOODS, PROVIDED IN PARAGRAPHS 19 AND 20. 19. EXCLUSIVE REMEDY OF THE BUYER: THE PARTIES AGREE THAT BUYER'S SOLE AND EXCLUSIVE REMEDY FOR ANY DEFECTIVE GOODS IS TO REQUIRE MASCOTT TO DELIVER TO A CARRIER PROPERLY CONSIGNED TO BUYER A SUITABLE PART TO REMEDY THE DEFECT. THE REPLACEMENT OF THE DEFECTIVE PART IS THE DEFECTIVE PARTS IN THE MANNER HEREIN PROVIDED. THIS EXCLUSIVE VE REMEDY SHL EXCLUSIVEBDEEMED ISDY HFAVEFAILEDMASCOTT ON ITS ESSENTIALOR PURPOSE REPLACE, LONG AS MASCOTT IS WILLING AND ABLE TO REPAIR OR REPLACE DEFECTIVE PARTS IN THE PRESCRIBED MANNER. 20. MANUFACTURERS' WARRANTIES: SOME OF THE GOODS AND EQUIPMENT SOLD BY MASCOTT MAY BE COVERED BY MANUFACTURERS' WARRANTIES. IN SUCH CASES, ALL MANUFACTURERS' WARRANTIES SHALL BE PASSED TO BUYER FOR BUYER'S BENEFIT. 21. WAIVER OF EXPRESS WARRANTIES: EXCEPT AS PROVIDED IN PARAGRAPH 20 MASCOTT GIVES NO EXPRESS WARRANTIES AS TO THE DESCRIPTION, QUALITY, MERCHANTABILITY, FITNESS FOR ANY PARTICULAR PURPOSE PRODUCTIVENESS, OR ANY OTHER MATTER, OF ANY GOODS SUPPLIED BY MASCOTT. MASCOTT IS IN NO WAY RESPONSIBLE FOR THE PROPER USE AND OR SERVICE OF SUCH GOODS. EXCEPT AS PROVIDED HEREIN WITH REGARD TO INSPECTION AND ACCEPTANCE, BUYER HEREBY WAIVES ALL RIGHTS OF REFUSAL AND RETURN OF SUCH GOODS. 22. WAIVER OF IMPLIED WARRANTIES: THIS SALE IS MADE ON THE EXPRESS UNDERSTANDING THAT THERE IS NO IMPLIED WARRANTY THAT THE GOODS SHALL BE MERCHANTABLE OR AN IMPLIED WARRANTY THAT THE GOODS SHALL BE FIT FOR ANY PARTICULAR PURPOSE. THE BUYER ACKNOWLEDGES THAT BUYER IS NOT RELYING ON MASCOTT'S SKILL OR JUDGMENT TO SELECT OR FURNISH GOODS SUITABLE FOR ANY PARTICULAR PURPOSE BUYER HAS NOT RELIED ON ANY ORAL OR WRITTEN WRITTEN DOCUMENT,ATHONSAFFIRMATION OF FACT, AT'THERE ARE NO WARRANTIES WH CHON OF EXTEND BEYOND THE DESCRIPOR PRODUCT TION PLESO THE FACT THOSE EXCEPT EXPRESSLY STATED WITHIN THIS HEREOF. 23. EXCLUSION OF WARRANTIES: MASCOTT MAKES NO WARRANTY AS TO TITLE OF GOODS CLAIMS OF THIRD PARTY ARISING FROM PATENT OR TRADEMARK EXECUTION OF INFRINGEMENT, AS AGREEMENT,IATETHE TIME OF DELIVERY INTEREST, F THE GOODS, OR AT ANY OTHER ENCUMBRANCE ON THE GOODS SOLD TO BUYER AT THE TIME OF THE 24. BUYER'S REPRESENATION: Buyer recognizes that: (a) the equipment sold to Buyer pursuant to this agreement maybe protected by any number of patents and/or trademarks; and (b) part of the consideration for the sale of the equipment is Buyer's representations, therefore, Buyer represents andwarrantsthat Buyer shall not, at any time, alter any equipment fumished by Mascott under this agreement or do anything that will infringe, impeach or lessen the validity of the patents or trademarks under which Mascott's equipment is made or sold. 25. FACSIMILE S: Facsimile transmission of any signed original document shall be the same as delivery of an original. At the request of Mascott, Buyer will confirm facsimile transmitted signatures by signing an original document. Initial: Date: ... Last Page Bulk DEF All -In -One Complete Bulk DEF Tank & Dispense Packages Arriving Fully Assembled Fluidall.com 1 sales@fluidall.com 19 800.849.0591 -)F[uioa[C ECO DEF Package - Large DEF Tank, 120V Pump, Digital Flow Meter, Auto Nozzle, 20' Delivery Hose. *Remote Fill is standard on 500+ Gallon Capacity ECO DEF Pkgs. DEFECO205 205 Gallons 32"Dia. x 63"H Tank 36" Dia. 81"H Tank 13E -FEC -0-325 325 Gallons x DEFECO500 500 Gallons 46"Dia. x 77"H Tank 54"Dia. 94"H Tank EFEGG850 850 Gallons x 64"Dia. 81"H Tank DU -EGO -1-0G8 -1-0g9-Ga{}ens r 60"Dia. 97"H Tank DE EE O1 -1B0 1,100 Gallons x 64"Dia. x 97"H Tank OH -EC -GI -200 1,200 Gallons 64"Dia. 115"H Tank * DEFEG81-508 1,500 Callons x Shown with 85"Dia. 100"H Tank DEFEC033HRP Off -EC -6924-00 2,100 Callons x DEFPRO33HRP - - - - Shown Inside . -: 5 - - cc - _ t._ -, F`° 'i' Dispense Cabinet _ _ - r.. o _- _ _ . _ _ _ . : _ : _ DEF _ _ - 'A` '• • = m= - - -- • = = a - .—= • • - === • - e e ectric Heater - -- Part No. DEF559E# • • e _ _ _ e _ e DEEP-RO500 500 Callons 1>EFP-89850 850 Gallons `r 81 "H Tank sEfPR9-1-060 1000 Callons 64"Dia. x �a 60"Dia. 97"H Tank BEFf-R9-1-1-66 1,100 Callon, x II Callons 64"Dia. 97"H Tank GEFPR 00 1,200 x 115"H Tank BEF9�360 1,500 Callons 64"Dia. x 85"Dia. 100"H Tank BEFP-892400 2,100 Gallons x _ - - - c _ _ • : - - - ` = = = . DEF Tank Rcinforccd Tank Wrap, (1) 2" lycthylenc with Valves. Inside the Lockable {Mounted to Tank) Bulkhead and {2) QD ' -- ! • -:- - e -- -: - `- : -•d- . - o - Fill, Stainless Steel Auto Nozzle, Audible Overfill Level Indicator, 2" Camlock .._ ---- - o- - = - - _ _ -. - - r. 5-=- _-= - •- • -- c ------------ !- - o - - _ c---- - - local & state regulations, Dispense= Package be necessary depending upon • - - -'+' l 24r -N 25 n w8au Shown Inside Stainless , _ : - _ _ - - _ -- _ _ _ _ _ Steel Cabinet 52"Dia. 75"H Tank OEFP-R950GB1-N 500 Callons x 105"H Tank 750 Callons 52"Dia. x `2n1Di ' 2821 T- "'' 1X -FP -R085{111 -1-N 850 Callons 68"Dia. 82"H Tank 1,000 Callers x 136"H Tank } _ BEfPR91.6508141 1,050 Callons 52"Dia. x 68"Dia. 118"H Tank 1,500 Callons x 6 2,000 Callons '' '� ';'° :1 "Dia. 91"H Tank I 2,100 Gallons x ' 99"Dia. 111"H Tank • - 3,000 Callons x 50' Hosc Rccl Optional •DEFP-R92F&1 Top Tank for Monitoring System N Optional 2" Fitting of Optional Pulse Mctcr DEff-ROP-MB144 - • - . resd lea 're: se-Irtgtti - - _ - • - - - - Fluidall.com 1 sales@fluidall.com 19 800.849.0591 -)F[uioa[C } QS :E v) F Q O J - Z Z F- < Q § J w J LLI U cY, a O Z U p w O=JZzC)Z J00 ZaN 0Zw<n 0 OZ -Q '- z07,Uow :E>— r: 1.15 a2 L' z d w m 3 OLT' 0m0w d = d v Z - DRAWN: SK No co W Q C) > w w (d) +1 W LLI Z } DE .. H w W W Za. TITLE: C500FTA 6 Diesel Exhaust Fluid (0ff) LD Blue Electric Pumps A Reliable Industrial Pump with Self -Priming Capabilities Whether you own a small garage, large dealership or heavy equipment maintenance facility, Graco has a complete line of diesel exhaust fluid (DEF) products for every application. Our electric, pneumatic or manual products are engineered specifically for the advanced needs of DEF fluid and are designed to minimize downtime and dispense materials quickly without compromising chemical integrity. Built -In Safety and Reliability Automatic shut-off timer (6.5 min) incorporated into the 120V pump. Prevents the pump from running past the duty cycle and maximizes the life of the pump. Stay Up and Running Longer Reduce downtime and get more work done with the LD Blue systems — up to twice the life of competitive pumps. Typical Applications • Automotive and heavy-duty dealerships • Agriculture • Service and fast lube centers • Fleet service facilities Typical Fluids Handled • Diesel exhaust fluid Reduced Maintenance Features a self -priming membrane pump that has no need for a dynamic seal, reducing the need for maintenance. nical Specifications 120V 12V Maximum Flow Rate 9 gpm 9 Maximum Fluid Pressure 50 psi 59-pei RPM 1,750 209 Watts 500 269 Voltage 120V / 60hz 12V Maximum Amperage 4.5A 2.2A Duty Cycle 20 min ON/OFF 28-etin-ON/OFF Listings CRU US 6E Ordering Information Pump Only Part Number Description 127642 120V AC electric pump, 3/4 in barbed hose tail 127643 Lua}s 30 P!n13 lsneyx3 Kasai l G graco.com 163 Diesel Exlpust Fkdd (D97 Typical Applications • Automotive and heavy-duty dealerships • Service and fast lube centers • Fleet service facilities • In -plant Typical Fluids Handled • Diesel exhaust fluid LD Blue In -Line Meter Features and Benefits • Easy to install — use in-line or at the end of the dispense hose • Impulse signals — single channel or reed switch • 1.3 gpm to 26.4 gpm flow rate • Rotatable display — 4 positions • 1 in BSPP(M) inlet and outlet. Includes 1 in BSPP(F) coupler. nical Specifications 1.3 gpm to 26.4 gpm (4.9 Ipm to 100 Ipm) Flow Range Maximum Working Pressure 145 psi (10 bar) Units of Measure Quarts, pints, gallons, liters (factory -set to quarts) Weight 0.6 Ib (0.25 kg) Accuracy ± 1.0% Inlet/Outlet 1 in BSPP(M) Maximum Totalizer 99,999 Maximum Recorded Dispense 999.99 Operating Temperature Range 14°F to 122°F (-10°C to 50°C) Storage Temperature Range -4°F to 158°F (-20°C to 70°C) Outdoor Use No Battery 2AAA alkaline Wetted Parts SST, plastic, rubber Meter Pressure Loss 5 psi (0.3 bar) @ 26.4 gpm (100 Ipm) Instruction Manual 333467 Ordering Information 41 Part Number Description 127663 LD digital in-line turbine meter, LCD display Accessories .aQ) Part Number Description 127800 Adapter — SD auto nozzle connection to LD meter 11. ieglagimizgajairmk• 0 graco.com 171 6 Diesel Exhaust Fk d (DEF) Accessories Ordering Information Mo Braokets Part Number Description 2487-0 21 • 124541 Dispense and Suction Hoses .. ... . . . • .. .. Part Number Description ti CO 65. 24W1 -4B 24W149 5 ft suction hose kit with (2) hose clamps 24W1-90 21\ 24W161 20 ft dispense hose kit with (2) hose clamps d d 1 -24876 1-24621 1. 4674 125070 12 ft dispense hosc, 3/44n-861:9xeet-end 124603 125074 20 ft dispense hosc, 3/4 in 1 PP -eet-e:,d 125242 Pump -Handle Part -Number 1'€ Desefipticn 11. iegalialimaitigumL• graco.com 175 II 1 I` •u . LD Blue Automatic Nozzles Typical Applications • Automotive and heavy-duty dealerships • Service and fast lube centers • Fleet service facilities • In -plant Typical Fluids Handled • Diesel exhaust fluid 6 Diesel Exhaust Ruhl (DEF) Features and Benefits • Easy break -away system for low-cost repairs if the spout becomes detached • Choose with or without built-in meter • 4 gpm to12 gpm flow rate • 50 psi maximum pressure • 3/4 in BSPP inlet to transform nozzle into optional mis-filling system to prevent mis-fills • Stainless steel spout chnical Specifications Automatic Shut -Off Nozzle with--MeteF Flow Range 4 gpm to 12 gpm (15 Ipm to 45 Ipm) 12 Ipm to 45 Ipm) 1 gpm to gpm (15 Maximum Working Pressure 50 psi (3.5 bar) Via) Units of Measure — liters Quarts, pints, gallons, to (factory set quarts) Weight 1.3 Ib (0.6 kg) 1 -8 -lb -(0784(g) Accuracy — 1% = Inlet 1 in BSP 1 in BSP Maximum Totalizer — 9997199 Maximum Recorded Dispense — 897999 Operating Temperature Range -4°F to 130°F (-20°C to 55°C) 122°F to 50°C) 11°F to (10°C Storage Temperature Range -40°F to 140°F (-40°C to 60°C) 20°C to 70°C) 4°F to 158°F ( Outdoor Use Yes Ne Battery — 2AA alka""e Wetted Parts SST, rubber, plastic 88 -Tr Febtorplastie Meter Pressure Loss 13 psi (0.9 bar) @ 9.3 gpm (35 Ipm) 13 bar) CO psi (0.9 0.3 Ipm) gpm (35 Instruction Manual 333468 333169 Ordering Information Part Number 127649 127 Description LD automatic nozzle with stainless steel breakaway spout LD automatic nozzle with built-in electronic turbine meter, with stainless steel breakaway spout Accessories it127651 Part Number Description .. ..... . e • : . .,..•: _ . .:: e127652 d ::......: .. ... ; ; . 41111 127654 . 12 V graco.com 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: 082 CCD/PR No.: RFI 182 Date: 12/13/2021 Project: LCI Project No.: 1239 C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 716.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 42.96 SUBTOTAL 758.96 H. BOND (GC ONLY) SUBTOTAL 22.77 22.77 Lincoln Construction, Inc. CONTRACTOR 12/13/2021 DATE 7‘om:4e ,Ro,,de4u9 0 Tom Romberg 01114.00 g3.3 (2) TOTAL CHANGE PROPOSAL COST $ 782 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 12/13/2021 DATE 7‘om:4e ,Ro,,de4u9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 12/13/2021 COP #: 082 Owner COP/CCD/PR #: RFI 182 Please provide a change order for the following work: Gas Field Connection Per RFI 182 Total price per attached breakdown: $ 782 State and local sales tax: Extension of time: includk 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, 7d m44 Roo in f-Pzajed 711,4449e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 082 Owner COP/CCD/PR #: RFI 182 REV: 000 DATE: 12/13/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ 13.0% $ X X X X X X X RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS Pipe Construction 0.0% 13.0% RATE PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE = $ - = $ - 716.00 = $ 716.00 = $ - = $ - = $ = $ = $ SUBTOTAL $ 716.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 42.96 TOTAL SUBCONTRACTS $ 758.96 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 758.96 $ 22.77 $ 781.73 Updated: 9/30/2011 Page 5 of 7 82.42 217.35 417.16 21-299.009 12/10/2021 Change Project Name: Project No. Contractor: Description: Order Summary Sheet Tukwila Public Works Fleet Facility 21-299 Source Documents: RFI -182 Lincoln Construction Pipe COP No. Date: Contractor Ref. No. Per RFI -182 response, we have been given direction on the "Gas Field Eqiupment Connection Detail" reference in the Mechanical rages. 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 1a, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools (NTE 5% of 1a & 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 Itemize all costs on attached COP Cost Breakdown form. 417.16 1. CRAFT LABOR COSTS $ 417.00 2. MATERIAL COSTS $ 217.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 634.00 5. OVERHEAD & PROFIT $ 82.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.00 %oft -8 $ 8. INSURANCE $ 9. BOND $ This change adds 1 calender day extension TOTAL COST $ 716.00 COP Cost Breakdown C F0- Cost Cost o LO N f� N- 6969696969696969696969696969696969 Cn CO 7 d 1 1 1 1 1 1 1 � 1 1 1 94 1 ER 1 64 1 64 1 EH 1 69 64 EA 1 64 ER Ef} CD — A1 r c- V Efl I - -0 �# C7 E0 EA Equipment Eli 64 ER 64 ER ER EA EA 64 EA 64 64 EH 64 64 EA EA ER EA ER Eft EA ER 64 69 6/4 94E9.6494 ER E D aterial 0 O 0 $ 172.50 $ 44.85 1 1 1 1 el e l l i i i i l l o i 646494-649494646/49469-69-69-69-6469-94696494649469-69-94 l l o i l l i Ln CO r N 69696969 Ea D $28.75 Co v r 6/4C o N J iii0 0 ER ER 69 ER EA Efl ER 64 64 EA EA ER ER ER 69 64 ER EA 64 EA EA 64 64 64 64 64 64 $ 417.16 $ 417.16 69. C D (U O_ f6 fU ea L hr 104.29 Form Revised 2/27/2020 L L T C CO 7 a CO (O V Pipe Construction Gas Flex C O C Superintendent Lead Foreman Journeyman Plumber Issued 12/13/2021 To: Pipe Construction cc: Site Emailed 12/7/21 RFI No. 182 Date 11/29/2021 # 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) 12/1/2021 RFI Originator (Name & Company) Cory Hehr - Pipe Construction RFI Subject Gas Field Equipment Connection Detail Related Spec Section(s) Related Drawing/Detail(s) 5/M9.02 Specific Question(s) or Description of Concern(s) Detail 5/M9.02 directs us to "see Gas Fired Equipment Connection Detail." This detail cannot be found in the contract plans. Please provide direction. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No 1 Potential ❑ Yes ❑ No ✓ Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations See response on Pipe RFI. NOTE: This is not a notice to proceed with work involving additional cost and/or time. Nntifiratinn mulct he given in accordance %faith the rnntrart don imentc if nv recnnnce LCi RFI 182 Attachment TPW Fleet Facility REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 013 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr subcontractor: Date Submitted: Date Needed By: 11/24/2021 12/1/2021 Plan Page: Spec Section: Request for Information Detail 5/M9.02 directs us to "see Gas Fired Equipment Connection Detail". This detail cannot be found in the contract plans. Please provide direction. Proposed Solution (If any) PROVIDE FLEX CONNECTION AND UNION; SEE ATTACHED SKETCH. Regan Corwin, PE / Hargis Engineers, Inc. 12/7/2021 Signed by: God 7lekr CONSTRUCTION. INC. LCi RFI 182 Attachment TPW Fleet Facility REQUEST FOR INFORMATION To: Lincoln Construction RFI# PC21-299. 013 Please reference this RFI # on all responses Attn: Cindy Butterworth From: Cory Hehr Subcontractor: Date Submitted: Date Needed By: 11/24/2021 12/1/2021 Plan Page: Spec Section: SEISMIC RESTRAINT. SECURE TO TOP CHORD OF TRUSS OR JOIST / STRUCTURE (TYP) UNIT HEATER FLUE GAS VENT TYPE AS SPECIFIED. SEE DWGS FOR SIZE AND CONT AND FLUE GAS VENT THROUGH ROOF DETAIL POWER VENT FAN GAS SERVICE. SEE DWGS FOR SIZE AND CONT u PROVIDE FLEX CONNECTION AND UNION GAS VALVE CONN DETAIL - GAS FIRED, NON -CONDENSING UNIT HEATER SCALE: NONE 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: 12/14/2021 Project: LCI Project No.: 083 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,084.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 65.04 SUBTOTAL 1,149.04 H. BOND (GC ONLY) SUBTOTAL 34.47 34.47 TOTAL CHANGE PROPOSAL COST $ 1,184 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 12/14/2021 DATE Wootae ,Ror6e9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Owner COP/CCD/PR #: Date: 12/14/2021 COP #: 083 Please provide a change order for the following work: Steel escallation for pallet racking Total price per attached breakdown: State and local sales tax: Extension of time: 1,184 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, 7l a4 Ro rJJeng-Pro ed %Zlacragen Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 083 Owner COP/CCD/PR #: REV: 000 DATE: 12/14/2021 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% $ SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT RATE 0.0% 13.0% SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ 1 X = $ DACO Original Pallet Racking 1 X (6,306.00) = $ (6,306.00) DACO New Pallet Racking 1 X 7,390.00 = $ 7,390.00 1 X = $ - X = $ X = $ X = $ - SUBTOTAL $ 1,084.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 65.04 TOTAL SUBCONTRACTS $ 1,149.04 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,149.04 $ 34.47 $ 1,183.51 Updated: 9/30/2011 Page 5 of 7 INCREASING YOUR PRODUCTIVITY 18715 East Valley Highway DAC° Kent, WA 98032-1241 800-345-3226 425-656-4503 (Fax) MATERIAL HANDLING & info@dacocorp.com PACKAGING SOLLMONS www.DACOcorp.com April 23, 2021 Quotation #JD01082021McCainLockersRl Page 1 of 2 ('10,.v41 Project Name: Tukwila Public Works and Facility Thank you for your interest in DACO products. We are pleased to propose the following: Optional: Notes: Please submit a Purchase Order for orders less than $20,000. If a contract is necessary, then a $1,000 Contact Administrative Fee will be added. Visit our website at www.DACOcorp.com Kent • Yakima • Portland Quantity Section 105600 Storage Assemblies Unit Price Extended Price 1 Each Tire Carousel — Made in the USA Summit Storage Solutions 7 Carriers 144" wide, include tire ramp 7 tire dividers HT54 System Dimensions: 15'2"W x 9'D x 20'3" Height Overall height to top of tire bar Power & Operating Controls: Standard is 460V, 3 PH unless otherwise specified. Safety Key -pad, Up/Down turn style w/ Emergency stop Available Power: 230v 60Hz, 3 PH 6.4 amp FLA (absolute minimum 212V) 460v 60Hz, 3 PH 3.5 amp FLA (absolute minimum 414v) 208v 60 Hz, 3 PH 8 amp FLA (absolute minimum 192v) Power Lead is located on the top right-hand side of machine w/ no termination end General System Spec: Maximum System Capacity — 16,000 lb Motor Rating - 4 HP Carousel Operating Speed — 26 Feet per min Out of Balance capacity — 2,000 lb Color — Blue/Gray Additional Features: Tire ramp, dual control variable frequency drive, Warranty: 1 Year Parts & Labor due to defective workmanship Note: This unit cannot be single phase $42,683 1 Carousel Install Price is based on (2) 10 -12 -hour day per unit. Any site delays caused by Customer (however unintentional) may result in additional charges above the install price quoted. $5,765 1 Tire Carousel annual maintenance plan $1,295 1 Freight for Carousel and Racking to Tukwila WA $7,500 1 Lot Pallet Racking Roll Formed Qty 2 Type 1: 96"W x 48"D x 144"H — 3 Shelves per Unit, 2,400 lbs. capacity per shelf w/ wire decking Qty 6 Type 2: 144"W x 48"D x 144"H — 3 shelves per Unit, 2,400 lbs. capacity per shelf w/ wire decking $6,306 1 Installation of pallet racking in a free and clear area during normal business hours using lift equipment provided by DACO. Installation of used Metal Shelving provided by owner 3 bays of boltless shelving with 5 shelf levels and 10' height 7 bays of metal shelving with 7 shelves and 7' height. $6,750 TOTAL $70,299 Optional: Notes: Please submit a Purchase Order for orders less than $20,000. If a contract is necessary, then a $1,000 Contact Administrative Fee will be added. Visit our website at www.DACOcorp.com Kent • Yakima • Portland INCREASING YOUR PRODUCTIVITY ORNIMMINIMMII 8825 S. 1841h Street DACO Kent, WA 98032-1241 800-345-3226 425-656-4503 (Fax) MATERIAL HANDLING & info@dacocorp.com PACKAGING SOLUTIONS www.DACOcorp.com Lincoln Construction Tom Romberg 253-606-8350 Quotation #Revised Quote - Increase Pricing Page 1 of 2 Project: Tukwila Public Works December 10, 2021 Thank you for your interest in DACO products. We are pleased to propose the following: Qty Item Description Unit Price Extended Price 12 Ea Unarco Uprights 44x144 open column UNA01-1014614444-GREEN $175 $2,100 12 Ea Unarco Beams UNA01-GF26418096SCM000-ORG $50 $600 4 Ea Unarco Beams UNA01-GF26418096SCS000-ORG $55 $220 12 EA Unarco Beams UNA01-GF24600144SCM000 $90 $1,080 24 Ea Unarco Beams UNA01-GF265001440SCS001 $45 $1,080 66 Ea Wire decking ITC - 4446 $35 $2,310 TOTAL $7,390 Notes: • Please submit a Purchase Order for contracts less than $20,000. If a contract is necessary, then a $1,000 Contact Administrative Fee will be added • If a project has an Owner Contractor Insurance Program those costs will be added to the contract amount • Prices may need to be revised due to Steel Surcharge Pricing increasing Subject to DACO Terms & Conditions of Sale & Special Terms & Conditions posted on our website. Click here. Scope of Work: • Construction shall be done by experienced non-union labor. All work shall be performed during normal weekday work hours. Any work required during weekends or overtime hours shall result in additional costs. These changes, or any other changes, shall be made in writing to Daco Corporation by Buyer. Buyer shall provide installers with a Free and Clear construction site/work area. Lost time due to an unprepared work area shall be billable to Buyer. Destination address shall be the construction site unless otherwise requested. Receiving, unloading and staging of the job materials or equipment on the installation site shall be by Buyer unless otherwise requested. If freight damage, of any kind, is determined, please notify Daco Corporation with -in 4 hours in order to try to recover any loses. Changes to the delivery schedule or to the delivery location may result in added charges. If the shipment cannot be delivered to the work site and must be stored elsewhere, there will be additional storage and transfer charges. If installers have to transfer materials from a remote area to the job site, extra costs shall be billed to the Buyer. Decisions concerning any permitting or inspections required by local or State authorities are the responsibility of the Buyer. Sufficient supply of electrical power for tools and welders shall be within 50 feet of work site. Welding may be required depending on the project. • If contract requires Sub -Contractor to name General Contractor as a Primary Non -Contributory, an additional charge of $199.00 will apply. • Any additional insurance costs for coverage required above the limits currently provided by DACO Corporation or it's sub -contractors will be the responsibility of the General Contractor/Customer. • Installation based on unimpeded access to free and clear work areas during normal business hours. All electrical is by others. • All electronic billing service fees (if applicable) are not included in this quotation. They will be added to the total above. We look forward to partnering with you to grow your business. Sincerely, Julie Dolman New Customer Construction Visit our website at www.DACOcorp.com Kent • Yakima • Portland INCREAS/NG YOUR PRODUCTIVITY DACO MATERIAL HANDLING & PACKAGING SOLUTIONS Lincoln Construction Tom Romberg 253-606-8350 8825 S. 184th Street Kent, WA 98032-1241 800-345-3226 425-656-4503 (Fax) info@dacocorp.com www.DACOcorp.com Quotation #Change Order - Price Increase Page 1 of 2 Project: Tukwila Public Works December 10, 2021 Thank you for your interest in DACO products. We are pleased to propose the following: Qty Change Order Unit Price Extended Price 1 Cost of material increase — Pallet Racking $1,084 TOTAL $1,084 Subject to DACO Terms & Conditions of Sale & Special Terms & Conditions posted on our website. Click here. Scope of Work: • Construction shall be done by experienced non-union labor. All work shall be performed during normal weekday work hours. Any work required during weekends or overtime hours shall result in additional costs. These changes, or any other changes, shall be made in writing to Daco Corporation by Buyer. Buyer shall provide installers with a Free and Clear construction site/work area. Lost time due to an unprepared work area shall be billable to Buyer. Destination address shall be the construction site unless otherwise requested. Receiving, unloading and staging of the job materials or equipment on the installation site shall be by Buyer unless otherwise requested. If freight damage, of any kind, is determined, please notify Daco Corporation with -in 4 hours in order to try to recover any loses. Changes to the delivery schedule or to the delivery location may result in added charges. If the shipment cannot be delivered to the work site and must be stored elsewhere, there will be additional storage and transfer charges. If installers have to transfer materials from a remote area to the job site, extra costs shall be billed to the Buyer. Decisions concerning any permitting or inspections required by local or State authorities are the responsibility of the Buyer. Sufficient supply of electrical power for tools and welders shall be within 50 feet of work site. Welding may be required depending on the project. • If contract requires Sub -Contractor to name General Contractor as a Primary Non -Contributory, an additional charge of $199.00 will apply. • Any additional insurance costs for coverage required above the limits currently provided by DACO Corporation or it's sub -contractors will be the responsibility of the General Contractor/Customer. • Installation based on unimpeded access to free and clear work areas during normal business hours. All electrical is by others. • All electronic billing service fees (if applicable) are not included in this quotation. They will be added to the total above. We look forward to partnering with you to grow your business. Sincerely, Julie Dolman New Customer Construction 425-264-4814 (Direct) julied(a)dacocorp.corn To place your order as shown above, please sign below and fax back to 425-656-4503. Visit our website at www.DACOcorp.com Kent • Yakima • Portland 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: 084 CCD/PR No.: Communications Date: 12/20/2021 Project: LCI Project No.: 1239 C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 18,804.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,128.24 SUBTOTAL 19,932.24 H. BOND (GC ONLY) SUBTOTAL 597.97 597.97 TOTAL CHANGE PROPOSAL COST $ 20,530 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 12/20/2021 DATE 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 12/20/2021 COP #: 084 Owner COP/CCD/PR #: Communications Please provide a change order for the following work: Electrical communications changes to documents and RFI 113-132 Total price per attached breakdown: State and local sales tax: Extension of time: 20,530 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 omaa HJ,e9- Pzap'ect ?F14 ager Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 084 REV: 000 Owner COP/CCD/PR #: Communications RFI 113-132 DATE: 12/20/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL = $ = $ = $ = $ = $ _ $ _ $ SMALL TOOL ALLOWANCE @ 0.0% $ 0% $ MARK-UP @ 13. $ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X = $ 1 X = $ SUBTOTAL $ USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ TOTAL MATERIAL/EQUIPMENT $ SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ 1 X = $ Seahurst Electric 1 X 18,804.00 = $ 18,804.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 18,804.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 1,128.24 TOTAL SUBCONTRACTS $ 19,932.24 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 19,932.24 $ 597.97 $ 20,530.21 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# 12 Date: 12/14/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: 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 5 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 12. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 4" EMT STL SS CPLG 12 128.51 C 15.42 14.00 C 1.68 4" GRC COUPLING 12 2,698.85C 323.86 17.000 2.04 4" GRC-36" RAD 90 DEG ELBOW 6 46,101.00C 2,766.06 142.00 C 8.52 4" GRC-48" RAD 90 DEG ELBOW 6 68,589.60C 4,115.38 142.000 8.52 4" INSUL STL GRD BUSHING 3 4,100.40 C 123.01 30.00 C 0.90 4" PLASTIC BUSHING 1 381.71 C 3.82 1.000 0.01 4" 1-H MALL STRAP 6 6,366.93 C 382.02 4.000 0.24 4" GRC STRUT CLAMP 9 267.06 C 24.04 4.000 0.36 4" PVC BELOW GRADE 300 460.68 C 1,382.04 4.00 C 12.00 4" PVC FEM ADAPTER 6 599.02 C 35.94 13.00 C 0.78 4" PVC COUPLING 10 474.61 C 47.46 10.000 1.00 4" PVC 45 DEG ELBOW 8 3,097.18 C 247.77 105.00 C 8.40 4" PVC END BELL 8 424.25 C 33.94 10.00 C 0.80 PVC CEMENT (1 -PINT) 1 15.61 E 15.61 0.50E 0.50 #6 THHN GREEN 20 1,296.53M 25.93 8.90M 0.18 CONDUIT MEASURING TAPE 1,000 39.74M 39.74 3.00M 3.00 P-1000 1 5/8 STRUT 10 246.63 C 24.66 9.00C 0.90 3/8 PLATED T -ROD 12 33.30 C 4.00 1.00C 0.12 3/8-16 HEX NUT W/ LOCK WSHR -PLTD STL 18 27.83 C 5.01 1.00 C 0.18 3/8x 1 1/4 FENDER WASHER - PLTD STL 8 9.67 C 0.77 1.00C 0.08 B409-12 PLTD 12" BRACKET 2 7,271.46 C 145.43 4.000 0.08 Rod Hanger Lag Screws 8 2.85E 22.80 0.05E 0.40 Totals 1,466 9,784.71 50.69 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# 12 Date: 12/14/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 Summary General Materials Total Material Foreman Total Labor Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (50.69 Hrs @ $103.26) (50.69 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 9,784.71 9,784.71 5,234.25 5,234.25 1,165.87 16,184.83 2,104.03 18,288.86 182.89 332.49 $18,804.24 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENT ACCEPTANCE CCN #: 12 Final Amount:$18,804.24 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work Work Description ORIGINAL EA HURS T LECTRIC Serving the Northwest Since 1968 12/17/21 Mr. Tom Romberg Lincoln Construction Inc 11803 101st Ave E Suite 201 Puyallup, WA 98373 Regarding: Our Valued Customer Telecom Service Entrance Narrative SEAHURST ELECTRIC -117110-002 Dear Tom, The following is a concise recount of the telecom service entrance scope of work and its coordination and discussion. Outside telecom pathway per E6.1 only shows the installation of 2 smart LBs to accommodate a transition from a pull box into first floor ceiling space. RFI 113 was written to further discuss the telecom service entrance requirements. A lackluster response was received and it was suggested that the design team meet onsite with the contractor on 7/21/21. A very detailed verbal plan was discussed and agreed upon during the onsite meeting that included providing a new vault outside, multiple conduits inside, and overall a very expensive but versatile telecom plan. EMT conduit and pathway needed to be used inside instead of the original shown sleeves due to the ceiling design being hardlid. It was suggested that drop ceiling would allow a cheaper installation. A revised response to RFI 113 came out about a week later (attached). Ceiling installation of hard conduit needed to be done immediately due to schedule and with a full discussion just taken place Seahurst proceeded with installing conduit in the ceiling. ASI 26 RFI 132 (attached) further clarifies new requirements after Owner direction from online meeting as well as discussions with Telecom Provider on 7/29/21 and 8/2/21 respectively. Fast forward to December and the city comes in and changes the scope again stating they will provide the handhole but layout will require an additional 2 sweeps to get underground conduit installed. Installation of outside conduit is scheduled for early next week and we would like to get an approval of change order costs and scope prior to doing any more work. Attached is Seahurst PCO #12 RFI 113 Telecom Service that prices the added scope of both what has already been done inside and what hasn't been started outside. Your prompt response will be appreciated. Respectfully, Seahurst Electric, Inc. Justin Kerr Project Manager 12/17/2021 12:13 PM 2915 Chestnut Street • Everett, Washington 98201 • Phone 425-258-1882 • Fax 425-259-2794 www.seahurst.com • Contractor License SEAHUEI099QN Rev.# Figure 36-A, 1 of 1 36.7 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: Telecom Conduits Spec Section: Plan No.: Originated From: Justin Kerr R.F.I.#: 30 Date: 7/27/2021 Page / Paragraph: Detail No.: Request: Please confirm the number of Telecom 4" Conduits from the Hand Hole into the building Recommendation: In field discussions (3) were mentioned however only 2 are shown on the RFI 113 Sketch. 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: By Firm Date Lu1 �a r. 1e}53 To: Seahurst Electric cc: Site Emailed 7/27/21 REVISED RESPONSE RFI No. Date # of pages Project No. PW Contract No. Contract No. 113 7/9/2021 2 1239 91630601 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) Justin Kerr - Seahurst Electric RFI Subject Telecom Service Related Spec Section(s) Related Drawing/Detail(s) E6.1 Specific Question(s) or Description of Concern(s) Please provide Electrical Site Plan specifically detailing the future Telecom Service location. E6.1 shows it entering the building via smart LB's and a pull box located on the exterior wall with hard lid and access above. See attached for recommendation. Please advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No -' Potential ❑ Yes ❑ No ✓ Potential REVIEW Date of Review 14 -Jul -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations 07/27/21 - See attach coordination SK for telecom service entry. Coordinate with Lumen (Conkle, Kevyn <Kevyn.Conkle@centurylink.com>) for future telecom requirements. d/ NOTE: This is not a notice to proceed with work involving additional cost an 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. O r gU j LL a F - W W = LL III F z WO CC piZ Z=0 U J fu)_ - Um Z2E-- 0 W 0 00 00 W u) W K p� O 0 UZm 2 !0 o OJ CO IYOQCY °cF � Z LtJ W J Cn... W : x co 0) 'Ai�Z_1 -FOUL FWZ -oW o<7W CC Oio< -±-wW <zo aO�x -QZ (n o_ F mrr r OJ W O OFx cc -11 O<XU z W GOOF �F;�mama � _,- 10wi Z Q _ Z— F OwF w��� LLH O?0) U1Om< >OOWz OWa �zaF Q� Q- Z O U W U W x�❑ FW000) a <H0 W<o Z N W Z Z O_ C W 0 O J ONTO OQ-COOP \ 000 000.1 U -W CC J = Om( I- < n LJ >- aw — 0 OoC p 0_0 < 0 oz / n 0 / 5O ow cli 2 O 1 N U>J ' Om —m < <U / / / / / / 0 CL ID f's1 CP 0- 30 JISh A A CC 1 -NI 00 LL LJ PER SITE WALK WITH ELECTRICAL CONTRACTOR - 7/21/2021 ci _dated. e%Ptc. E. 1953 to: Seahurst Electric cc: Site Emailed 7/29/21 RFI No. 132 Date 7/27/2021 # 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) 8/3/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Telecom Conduits Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Please confirm the number of Telecom conduits from the hand hole into the building. In field discussions, (3) were mentioned, however only (2) are shown on the RFI 113 sketch. Please advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No .1 Potential ❑ Yes ❑ No ' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations See Seahurst document for response. 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: Telecom Conduits Spec Section: Plan No.: Originated From: Justin Kerr LCI RFI 132 Attachment R.F.I.#: 30 Date: 7/27/2021 Page / Paragraph: Detail No.: Request: Please confirm the number of Telecom 4" Conduits from the Hand Hole into the building Recommendation: In field discussions (3) were mentioned however only 2 are shown on the RFI 113 Sketch. 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: The conduits coming into the building from the utility pole will remain at (2). The adjustment to conduit quantities and installation would be to the sleeves extending from the 1st floor ceiling space to the level 2 cable room. Current design denotes two (2) 4" sleeves to support the incoming cabling from the 1st floor as well as the incoming service provider cabling. Since the area below the cable room will be hard -lid, we have recommended that the two (2) sleeves be revised to three (3) 4" conduits from the cable room to the accessible ceiling space on the 1st floor. Please reach out if you need any additional information. Paul Thomas Hargis 7/29/2021 By Firm Date Lu 4ielea€t eaelar.e,.. Tele. mat. 15753 To: Seahurst Electric cc: Site Emailed 7/27/21 REVISED RESPONSE RFI No. Date # of pages Project No. LCI RFI 132 Attachment 113 7/9/2021 2 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Project Name Tukwila Public Works Fleet & Facilities Building RFI Originator (Name & Company) Justin Kerr - Seahurst Electric Related Spec Section(s) Created by: Cindy Butterworth RFI Subject Telecom Service Related Drawing/Detail(s) E6.1 Reply Due By (Date) 7/15/2021 Specific Question(s) or Description of Concern(s) Please provide Electrical Site Plan specifically detailing the future Telecom Service location. E6.1 shows it entering the building via smart LB's and a pull box located on the exterior wall with hard lid and access above. See attached for recommendation. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No ❑., Potential Schedule Impact? ❑ Yes ❑ No ❑., Potential I REVIEW Date of Review 14 -Jul -21 Remarks/Recommendations Reviewed by M Frantz • Company SHKS 07/27/21 - See attach coordination SK for telecom service entry. Coordinate with Lumen (Conkle, Kevyn <Kevyn.Conkle@centurylink.com>) for future telecom requirements. 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. U z 00 U ZO 0O O C7 lL 2 co Z LLJ W J U). oo� QH0U,) 0<0m 020 Q. a0�=n~zO 0w 1- 0>i:i F J W O = cc CCOaH CCOWam 0=ZZ 01-j 0 0 J CC UZ Q(nZQQ -0 W1/4-)(1)co Z,N W Z Z0W OX=O OU:O=BI O (1 F- O O Q a0 L -F- F - z W ▪ cL UI Z Zip <0J OQS zgF- O 0 y W O Z 0O W g = �wZ uj 2 11 W u) 0_ cc 2O O ° LL z O LL <Z O „,L,„. W O X z m a w Lu 2 J N 0LL = U 5oa= o3a OUWd Owp LTJ o_ I- o z LL' zo� 7 CC F- X O O F- OOD U.W O M F < a ra�3 Oz cn0 F- 50 p W zI OWW TrOw �Q o / / / / / / / / 1 / / 1 / / / c.' • O 0- N m a N3• 0 Cc'J 72, LJ JO o CA Z W O Q W • cn N 0 F'W _ Z 0 CC W N • Z a Q JCC 0 W Q 0 W O O lqW Q iOp >W W J J O < �U)QQ2 Cr' m • w - z E2 a c c. PER SITE WALK WITH ELECTRICAL CONTRACTOR - 7/21/2021 Zi7O -)1SV palea!Pu, sV:aleoS NV1J 31IS 0' LV email no S311111OVd aNV 13313 woo slowigwes,ysa\v%\ L9LG 9/9 90Z "•' EOL96 VM "a111eaS '7S 479E N 0901 Sl'J311HJHVSNHS 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 WV90'06:9 LZOZ@l!6 SITE PLAN LEGEND: PROPERTY LINE BUILDING EDGE 0 CHAINLINK FENCING x BUILDING ENTRANCE VEHICLE ACCESS • • 1,44 (E) ELECTRICAL 6 cc 2w qD 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.: 085 RFI 034 Date: 12/20/2021 Project: LCI Project No.: $ 1,553.00 1239 $ 1,213.60 2,766.60 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 359.66 D. SUBCONTRACT COST $ 3,910.00 359.66 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 234.60 SUBTOTAL 4,144.60 H. BOND (GC ONLY) SUBTOTAL 218.13 218.13 TOTAL CHANGE PROPOSAL COST $ 7,489 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 12/20/2021 DATE 74-omad ,R'ot6&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: 12/20/2021 COP #: 085 Owner COP/CCD/PR #: RFI 034 Please provide a change order for the following work: Remove and replace plywood and insualtion at exterior walls Total price per attached breakdown: $ 7,489 State and local sales tax: Extension of time: 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, 74m44 Rom6e9 - Poled 7,?ia4f49ez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 085 Owner COP/CCD/PR #: RFI 034 REV: 000 DATE: 12/20/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER 16 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL _ $ _ $ _ $ = $ 1,213.60 _ $ _ $ _ $ $ 1,213.60 0.0% $ $ 1,213.60 MARK-UP @ 13.0% $ 157.77 $ 1,371.37 TOTAL LABOR MATERIALS/EQUIPMENT 41 sheets plywood screws SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 41 X 33.00 = $ 1,353.00 1 X 200.00 = $ 200.00 1 X = $ - USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAUEQUIPMENT SUBCONTRACTS Commercial Insulation 0.0% 13.0% $ 1,553.00 $ 201.89 $ 1,754.89 PHASE CODE UNITS RATE 1 X = $ - 1 X = $ - 1 X 3,910.00 = $ 3,910.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 3,910.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 234.60 TOTAL SUBCONTRACTS $ 4,144.60 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 7,270.86 $ 218.13 $ 7,488.98 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 12/20/2021 COR 3 Tukwila Public Works Facilities Building Qty UM Rate Total Labor Project Manager 0 HR Foreman 0 HR Journeyman 24 HR Journeyman OT 0 HR Materials Stick pins 500 EA R-21 fiberglass 1,493 SF MEI glue 1 EA Spray glue 8 EA FSK vapor retarder 0.5 Roll FSK Tape 1 Roll R-11 MBI 800 SF Washers 1000 EA Equipment Grand -Subtotal Consumables B&O Use Tax Environmental Fee Cost of Time Time Extension Delays Description of work day day $ 100.00 $ - $ 87.95 $ - $ 84.46 $ 2,027.04 $ 126.69 $ Subtotal $ 2,027.04 EWA RFI 13279 34 $ 0.12 $ 60.00 $ 0.49 $ 731.57 $ 47.19 $ 47.19 $ 6.25 $ 50.00 $ 324.55 $ 162.28 $ 16.15 $ 16.15 $ 0.42 $ 336.00 $ 0.03 $ 30.00 Sub Total $ 1,433.19 $ $ $ $ - $ $ - $ Sub Total $ - $ 3,460.2 Sub Total $ 3,460.2 0.00 $ 0.00 $ Sub Total $ Labor, Materials, Equipment »» Total $ 3,460.23 Repair exterior walls with R-11 MBI and R-21 with FSK at warehouse and paint shop. Additional Working Days Subtotal Allowed Markup 13% $ 3,460.23 $449.83 COR 3 Total $3,910 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 12/20/2021 Signature Approved by: Date Signature NO SIGNATURES RES IN ""NOTES" SPACE C S 1'lctnket_ . r;�`/ tate NOYtkuvest BILL TO JOB NAME -T_`, -- DESCRIPTION OF WORK BELOW Commercial Insulation Service, LLC q 41 , ,-,„,c, tit,„,, tit1' 'I' uu wcr.' ','1 wool )itick%(O3548 FA, 'f4+I, } (,' ; y I IC n CIANINIrIS9411)1r. EXTRA WORK AUTHORIZATION F RFI I CCD I COP IS ALL WORK ON THIS SLIP, Yea or NO I RACKING PURPOSES; ONLY YES W NO fr- , DATE \ _06_ ZO • i JOB It _.7 WORK DESCRIBED ABOVE MUST BE GENERAL CONTRACTOR COMMERCIAL INSULATION SERVICE AUTHORIZED HERE PRIOR TO START COMPLETION VERIFICATION PRINT _._.__ — PRINT 1.4 ..../ PRINT � Sit This document ie to satisfy the stipulations set forth tthe oregarding on signing, theGCSIGN SIGN SIGN Representative certifies ati s that Thepaure prodhallbe considered avalidform f authorization per the conditions of the contract;2) The work describe( herein shall be considered a separate unit outside the parameters of the contract scope; and 3) CIS shall be compensated per the terms of the contract. MATERIAL DESCRIPTION QUANTITY TYPE OF MATERIAL ill CFi. Sin, j 16 114E-4,----13.,24.— I I P- t t -- QUANTITY QUANTITY TYPE OF MATERIAL I -- QUANTITY TYPE OF MATERIAL TYPE OF EQUIPMENT & RENTAL D,cIIY DATE REG OT O TOTAL LABOR: DAILY DATE INITIAL REG OT NOTES TOTAL LABOR: L ,dw Ir�c. r. 1953 To: PNWE Commercial Insulation cc: Site 4/15/21 RFI No. 34 Date 4/6/2021 # 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) 4/13/2021 RFI Originator (Name & Company) Todd Ray - Pacific Northwest Environmental RFI Subject Remove Existing Plywood & Insulation Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) See attached. The existing plywood and insulation around the areas where the new pile caps are being installed needs to be removed in order to remove the (E ) slab. New insulation and new plywood will need to be installed once the slab has been poured back at all (8) locations. Please advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No -' Potential ❑ Yes ❑ No -, Potential REVIEW Date of Review 14 -Apr -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Demo (E) plywood and insulation as much as required to facilitate removal of (E) slab and concrete pour back at new pile cap locations. Replacement patch of plywood and insulation to match (E). 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. RFI 034 LCiAMaohment t 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.: 086 FA 005 Date: 12/20/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 5,379.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 322.74 SUBTOTAL 5,701.74 H. BOND (GC ONLY) SUBTOTAL 171.05 171.05 TOTAL CHANGE PROPOSAL COST 5,873 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 12/20/2021 DATE 7lra# a4 ,i?aau -oz9 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: 12/20/2021 COP #: 086 FA 005 Please provide a change order for the following work: Additional Electrical demo Per FA 005 Total price per attached breakdown: State and local sales tax: Extension of time: 5,873 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, 76m44 m 6ev -Poled %Zlacuulvc Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 085 Owner COP/CCD/PR #: FA 005 REV: 000 DATE: 12/20/2021 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL = $ = $ = $ _ $ _ $ _ $ = $ SMALL TOOL ALLOWANCE @ 0.0% $ SUBTOTAL MARK-UP @ 13.0% $ TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X = $ 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT 0.0% 13.0% $ SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ 1 X = $ Seahurst 1 X 5,379.00 = $ 5,379.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 5,379.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 322.74 TOTAL SUBCONTRACTS $ 5,701.74 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 5,701.74 $ 171.05 $ 5,872.79 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# 09 Date: 12/20/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: T&M pricing of electrical componets needed to be removed for structural steel upgrades. 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 # 09. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. GREENLEE PULL KIT 500 101.51 M 50.76 0.00E 0.00 CONDUIT MEASURING TAPE 1,000 39.74M 39.74 0.00M 0.00 1/4" POLYLINE 500 47.97 M 23.98 0.00 M 0.00 770 JACK CHAIN 500 67.11 C 335.55 0.00 M 0.00 771 "S" HOOKS 100 18.22 C 18.22 0.00 C 0.00 Labor for Adam 6.23 4 0.00E 0.00 1.00E 4.00 Labor for Adam 6.29 4 0.00E 0.00 1.00E 4.00 Labor for Adam 6.30 8 0.00E 0.00 1.00E 8.00 Labor for Adam 7.9 7 0.00E 0.00 1.00E 7.00 Labor for Adam 7.19 6 0.00E 0.00 1.00E 6.00 Totals 2,629 468.25 29.00 Summary General Materials 468.25 Total Material 468.25 Foreman (29.00 Hrs @ $103.26) 2,994.54 Total Labor 2,994.54 Foreman Truck Scissor Lift (29.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 1.00 @ $500.00 + 0.000 % + 0.000 % + 0.000 %) ORIGINAL 667.00 500.00 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: 09 12/20/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 4,629.79 601.87 5,231.66 52.32 95.11 $5,379.09 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based or the information provided. CLIENT ACCEPTANCE CCN #: 09 Final Amount:$5,379.09 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work. Work Description ORIGINAL Field Authorization ® Owner's Rep ❑ Architect ❑ Contractor ❑ Field ❑ Other Project Tukwila Public Works Fleet and Facilities Project To Tom Romberg Lincoln Construction Inc. 11803 1015T Ave Ct E, Suite 201 Puyallup, WA 98373 SHKSARCHITECTS FA No: 05 Date of Issuance 6/23/2021 Contract NTP Date: 4/5/2021 Contract For: 242 Days Directive When authorized by the Owner's Rep you are directed to proceed with work as described below and/or detailed on the attachments referred hereto: Per RFI 091 Existing Electrical vs Structural Steel Room and on-site conversation with Seahurst Electrical. Contractor to provide timesheets and daily report (include how many people, which day, how many hours worked) as backup for the T&M agreement. Proposed Adjustments The proposed adjustment to the Contract Sum or Guaranteed Maximum Price is: ❑ Lump Sum increase of: ❑ Unit Price of $ per: ❑ As provided in Subparagraph 7.3.3 of AIA Document A201, 2017 CO As follows: Time and Materials not to exceed $12,000 When signed by the Owner's Rep and Architect and received by the Contractor, this document effective IMMEDIATELY as a Field Authorization (FA), and the Contractor shall proceed with the change(s) described above. Architect Address By Date SHKS Architects 1050 N. 38th St. Seattle, WA 98103 "Ada'4.-1-luts hreider) (6/23/2021) 1050 N. 38th St. Seattle, WA 98103 ❑n: 206.675.9151 www.shksarchitects.corn Owner's Rep Address By Date SOJ 101 Yesler Way Suite 606 Seattle WA 98104 (P- aul Schlachter) 6-28-2021 Signature by the Contractor indicates the Contractor's agreement with the proposed adjustments in Contract Sum and Contract Time set forth in this Field Authorization. Contractor Lincoln Construction Inc Address By Date 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 (Tom Romberg) Project Name Customer Name EXTRA WORK RECORD Lco/ski G ei-t.c Liv c_ LECTRIC Job # 1/ 7/10 Billing Address //G-3 �-� IQI 51- As-0Q.,As-0Q.,Ct. l1 . �.:1 U(-, L34 l v 5 73 '_ EWR # r CO # Other Referen #'s r -O s Su, +c. ZD/ Description of Work: j962-.AM.D on. pe rcwY\Y . j� LT -s Signature may.. Date Authorized Si g Eco Se-pa-t'6_E-e- .DS R— w O Date Employee Name Std. Hours O.T. Hours D.T. Hours ,-23-2-OD 40-Q �Aik-t l�� (, )--e,v` q Date Material Used Quantity Unit / Price Extension Date Equipment Used Model No. Hours Used Rate/Hr. Signing this EWR acknowledges that the work described is being perf• rmed by Seahurst Electric. ���� �`� `"- Date 71- % —'A I e / Date 7- ii6 - Zo2 Aut�orized Signature lectric Seahurst Electric Inc. 2008 '77113 G(OCvat tevi T C eic, fed lb S'✓441/1 et (/a(2— cv6')%C Gil r'ec &y P�f /c�� �Gt �TC� 7-1,e_Gt(' lctl,4Pc hours (1)-e`� 4 ��,G /J CU Foreman Docti 23 November P G�. T Project Name Customer Name Billing Address EWR# 0L- EXTRA WORK RECORD Z 0 Cc 1 S C r G L� Lk/C-- CO/&: 3 Description of Work: Authorized Signature re -5 voporF a -f- &Arsr t o / s t-/),), Lt C . Other Reference #'s 7E. EAHURST LECTRIC Job # J _7//0 �S UIre ?O/ PJyalt,r, GJ4- 76373 r I s - St {u L( U(c S f-ez Date Employee Name T q-zoz r 14_Q Std. Hours O.T. Hours D.T. Hours 0-e11;•();,SI`/• mo(' ,•vt-d /a tier 21 -re; Cr /l/' C r/C'/ Date Material Used Quantity I Unit 1 Price Extension 6•-22-21 6 -22-z/ Z2Z{ -77-zI Z - 22�Zi t' t S- f -H (7) I 4. S LA -e, � ( C -L � LL r l C tial r•�l U r 1,4%2 C Cll lie /G) pc,5 I&t 20 t` Date Equipment Used Model No. Hours Used Rate/Hr. Signing this EWR acknowledges that the work described is being performed by Seahurst Electric. Date J /• Authorized Signature tic Date Sealmrst Electric Inc. 2008 Foreman Doc# 23 November Project Name Customer Name ELECTRIC EXTRA WORK RECORD l r'frt.(C')i A.1 - /t1ki,u IQ LAC 01,..A.) Cr. �j (Li( t1.04 -t j( # /170 Billing Address go , (J /' o -37 it") '� i- five . 1 /-/-. I to / (kJ �i �L1 I �1 � L,f I � �J / ?J 773 3 EWR # _ UZ CO # Other Reference #'s Description of Work: / (uv1Ri 2L ) n6tiile) t,. et (e S, of-14oCi-t exp `ifs? v✓, e 1€ (.1-(14,1 Authorized Signature, t- Ertl I SHoe �r ,Lc•4 hz���tuS . Date �1 Date EmployeefName Std. Hours O.T. Hours D.T. Hours -a,)li'J/1 c i.. 60624,- 9 C'- .1`) — /Doc_ L., 0,-,...._c " +,' 1,..` t'• f ICo.&; G - () _ Z 1 , r U L, ,k_P. tA 74 C'r h -4C , LA -).On J o Q K - 2 / +t? r�r(-- F I t' c r'! I r, f 1Uti4Q ( Cc r & 4c, L1,,,,( . -/6„/ Date Material Used Quantity Unit / Price Extension Date Equipment Used Model No. Hours Used Rate/Hr. Signing this EWR acknowledges that the work described is being performed by Seahurst Electric. � J �Y Date 7 /--“ Date 7 -6 `0 % Authorized Signature -Sea • EI: tric Seahurst Electric Inc. 2008 Foreman Doc# 23 November Project Name Customer Name Billing Address EWR # c::2 EXTRA WORK RECORD 1--.,'tA.c0ICJ •I &cobi,k_ � ,11,s( (Jcrde, 5 14 VlCCO 51 %)� t''1 , !' H RO LECTRIC Job # Its-�,1Yr ?E37 CO # Other Reference #'s 12.7-4 _o Description of Work: n n cL), . ; ,,, f- € Authorized Signature Date sL,n Gr - J d bec� 7 4 (��& a SLer Seahurst Electric Inc. 2008 Foreman Docii 23 November D.T. Hours Date Employee Name Std. Hours O.T. Hours --Zr Ai M 11Q/U0,- 7 !' Extension Date Material Used Quantity Unit / Price Date Equipment Used Model No. Hours Used Rate/Hr. FC-ivlaUC-D %sco P6 couAt2i_ rC—.D v -?-z, OMIT- Z6 y 2 'ssor Li'r Mc 4.1,( Gr -o16. by Seahurst Electric. Signing this EWR acknowledges that the work described is being performed `' r f 9 Date f •,� Date ZaZ y:"--,-;---7*-. j— =eh ---''rctric Authorized Signature ( Seahurst Electric Inc. 2008 Foreman Docii 23 November EXTRA WORK RECORD Project Name L(j _ cA Customer Name Lr.L- Billing Address 1180 3 lot Si-. Aue cfi. F So �'�-e 202 ed y 4. i(o f, %c 333 EWR # Description of Work: Authorized Signature E'LECTRIC Job# //7//0 CO # Other Reference #'s r4 _ 0 Colv1-1' ‘A. i Rk p Osseo a r f.� t'st,',,c ( cry 11 c -cu Date G-6r'Ir'v5 5 ct,vte-e X-6rG-Ci'vv� , Scaburst Electric Inc. 2008 Foreman Doc# 23 November Employee Name Std. Hours O.T. Hours D.T. Hours Date 7. ig-21 4ficA-LAA Po6v� 6 Date Material Used Quantity Unit 1 Price Extension Date Equipment Used Model No. Hours Used Rate/Hr. evI� 5c1'54o' 1,'rr X cr7 OF -1q-21 7.19-20 - 4 c e -7-ZI(-Z1 Signing this -,-,5-_,--?--/_-_-::::,------:"-_----- EWR acknowledges that the work described is being performed by Seahurst �� � Date Date 7— aO — 2 — Electric. � • Zv" z ( Authorized Signature ! ea urst • ectric Scaburst Electric Inc. 2008 Foreman Doc# 23 November 10000000000000001 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 08 DATE: 11/16/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 ( h ) 21-046(h) 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 11-17-2021 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 $ 508,769.00 $ 0.00 $ 4,935,990.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 0 days Additional Contract Time for this Change Order: 59 days Updated Contract Time: 301 days (January 31, 2022) APPROVED BY THE CITY OF TUKWILA Date 12/02/2021 via Ka,. deddaa ��e���e�, � e� fcom �CLa.�e �,(�!wicg Mayor Public Works Director SOJ Program Director I U, dcu222oden 699.3 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. IL x 1111 i III )i t " A " C 1 III' A NG IL 0 IIR D IR IIR ,,,,,, StIMMAR l' 0 IV cl[ANC l'^', II, CITY OF TUKWILA - Public Works (PW) Fleet & Facilities Project Name PW f "Ik a 11 (V,) f"aaliiiIiics CO # )q )18 , l'Irl',P1,01,1,1,1, viti,I,I,0011111„,„ me, oialluillur. !I AIR . Project # 9 4 1,"1.9. )1114 )1 Contract # 2, 4)1 P 4 (1140 Date M44/21 TO CONTRACTOR: 14 4 rr:4 )11 n C4 ) ns ii nr,:ii 414 ) n4 Inc 84 )41 4)1 511 ANC Cal f Slaw 2,0 Pul:, all 1111 WA 98 a 7 a COP/CCD # Description Reason Code Amount COP 078 Time Extension. Supply delays at the Tukwila Public Works Fleet and Facilities Building due to Covid-19, were caused by Force Majeure, as they were unforeseeable and outside the control of either party. This is a contract time extension with no liquidated damages due to either party. The time will be extended for 59 calendar days to a new Substantial Completion date of January 31, 2022. COVID $0.00 Change Order No. .010.8 $0.00 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: 11/16/2021 Project: LCI Project No.: 078 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL H. BOND (GC ONLY) SUBTOTAL TOTAL CHANGE PROPOSAL COST CONTRACT TIME ADJUSTMENT (DAYS)I 59 Lincoln Construction, Inc. CONTRACTOR 11/16/2021 DATE 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Pulblliic Woirlks Feet and Faciilliitiies Date: 11/16/2021 COP #: 078 Please provide a change order for the following work: Contract time extension with no liquidated damages due either party for 59 calendar days to a new Substantial Completion date of January 31, 2022. Total price per attached breakdown: State and local sales tax: Extension of time: includE X not included 59 c.a II e n. d a r days This price is good for We have proceeded with the work Work will not proceed without formal authorization days from the above date, after which this request is subject to revision. Sincerely, ?,m44�amU�e,r Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 078 Owner COP/CCD/PR #: REV: 000 DATE: 11/16/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ X X X X X X X 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% 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 3.000% $ PROPOSAL TOTAL Updated: 9/30/2011 Page 5 of 7 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 07 DATE: 11116/2021 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (g ) 21-046(g) 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 11-17-2021 Contractor LCI, Inc. By 760-taz Romder9 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 $ 457,492.00 Date 11/23/2021 $ 51,277.00 By $ 4,935,990.00 Key. 5121,ara.fia7513,933esaec1065133.1 Mayor Public Works Director Original Contract Time: 242 days (December 3, 2021) SOJ Program Directordi/WOK— 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 # 007 ,r.,,+LG : 6 9O CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (g) Date 11/16/21 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 061R2 Per ASI 027 Change Ceiling to Acoustic Ceiling Tiles (ACT). The cost for Acoustic Ceiling Tiles installation in Hallway 110. Credit included for suspending Gypsum Wall Board (GWB) ceiling framing, hanging and finishing. DC $2,200.00 COP 065 RFI 112 Lunch and Locker Room Power. The electrical drawings for the lunchroom do not depict any power requirements for the microwave or range hood. The cost to add a 70' dedicated circuit to the lunchroom. DC $2,474.00 COP 066 RFI 122 East Shop Egress Lighting. The cost to replace (15) batteries in existing East Shop Egress lights and to replace (5) Egress Fixtures damaged beyond repair.. UFC $2,429.00 COP 067 Per RFI 153 Existing Electrical No Longer Powered. The cost to re -work and extend existing conduit pathways and conductors for connection to panel LOS -1 and provide 1 new circuit breaker for existing heater. UFC $2,144.00 COP 068 Per RFI 164 Compressor Room HVAC Electrical. The cost for Seahurst to provide electrical updates to the Compressor Room per RFI 164. UFC $6,152.00 COP 069 Per RFI 168 D3 Fixtures. The enlarged electrical lighting plan shows a Light Fixture D3 in the bathrooms. The fixture schedule does not show these D3 fixtures on E0.4. Seahurst recommends replaced D3 fixture with D1. The cost for replace D3 fixtures with Dl. DC $650.00 COP 070 Per RFI 170 Old Roof HVAC Electrical. Within the West shop area, there are a few clusters of existing HVAC controls and sensors. At the ceiling, the old roof fans have been removed and the electrical remains in place. There was no direction to demo, keep, or reconnect on the plans. It was suggested to demo all old existing not being utilized. The cost for the demolition of rooftop electrical per RFI 170 DC $1,282.00 COP 071 Replacement of Existing Transformer. After testign of the transformer and seeing its internal condition, Seahurst recommends replacing the existing XLPR Transformer with a new one. The cost to replace the transformer. UFC $4,510.00 COP 072 Per RFI 171 Panel LOS -2 Supply Power. The cost to supply power to Panel LOS -2 per RFI 171. UFC $4,401.00 COP 073 Change Wall at Room 107 to Full Height. The cost for framing, Gypsum Wall Board (GWB) and finish taping at east wall of Room 107. The wall was modified from partial to full height in order to conceal unforeseen piping present at higher elevation. UFC $804.00 Project Name Project # COP 074R1 PW Fleet & Facilities CO # 007 UFC $4,999.00 91630601 Contract # 21-046 (g) Date 11/16/21 Compressor Room HVAC. The cost to supply and install roof curb, ductwork, motorized damper, wire, conduit, and fan in compressor room. Roofing and electrical not included. COP 075 RFI 136 New Framed Wall. The cost to provide additional Gypsum Wall Board (GWB) and finish taping in room 206 North wall per RFI 136. DC $2,070.00 COP 076R1 Per ASI 033 Fleet Office Ceiling. The cost for Acoustic Ceiling Tiles (ACT) installation in Fleet Office. Credit included for suspending Gypsum Wall Board (GWB) ceiling framing, hanging and finishing. DC $9,068.00 COP 077 Material Per ASI's 029-030-031. The cost to supply and deliver structural steel materials including Hose Reel Support, Vehicle Exhaust Mounting and Overhead Motor Mounting, per ASI's 029-030-031. UFC $8,094.00 Change Order No. 007 $51,277.00 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: 061R2 CCD/PR No.: ASI 027 Date: 10/25/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,015.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 120.90 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 64.08 2,135.90 64.08 TOTAL CHANGE PROPOSAL COST 2,200 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 10/25/2021 DATE /lsooua2 Rom6iet9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 10/25/2021 COP #: 061R2 Owner COP/CCD/PR #: ASI 027 Please provide a change order for the following work: Change Ceiling to ACT per ASI 027 Total price per attached breakdown: State and local sales tax: Extension of time: 2,200 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: 061 Owner COP/CCD/PR #: ASI 027 REV: 002 DATE: 10/25/2021 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 Washington Best Finishes Acoustics NW PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X (1,070.00) = $ (1,070.00) 1 X 3,085.00 = $ 3,085.00 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,015.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 120.90 TOTAL SUBCONTRACTS $ 2,135.90 PROPOSAL SUBTOTAL $ 2,135.90 BONDS/Liability/Builders Risk/B&O Tax $ 64.08 PROPOSAL TOTAL $ 2,199.98 3.000% Updated: 9/30/2011 Page 5 of 7 TOTAL 1:7ANW Acoustics Northwest, Inc. 1325 South Tacoma Way I Tacoma, WA 98409 DATE: 10/18/2021 ATTN: LINCOLN CONSTRUCTION TOM/CASEY CO#1 JOB #: JOB NAME: 8442 TUKWILA FLEET & FAC BLDG ADDED ACT CEILING AT HALLWAY 110 PER ASI -027, DRAWING ASK 043 MATERIALS $ 1,395.29 DELIVERY $ 50.00 HOURS LABOR RATE/ HOUR 16.00 $ 80.32 $ 1,285.12 MARK-UP/PROFIT 354.95 13% $ 3085.36 LABOR BREAKDOWN: WAGE - $54.10 FRINGE - $19.01 FICA - $3.35 MED - $.78 SUTA-$1.43 W COMP - $1.61 FUTA - $.04 MATERIAL LIST QTY UNIT UNIT COST TOTAL/UNIT 7800 112 LF $ 0.80 $ 89.60 7601 84 LF $ 1.37 $ 115.08 7645 164 LF $ 1.11 $ 182.04 7620 84 LF $ 1.11 $ 93.24 WIRE/ATTACHMENT 77 LF $ 4.35 $ 334.95 #737 384 SF $ 1.32 $ 506.88 BERC2 30 PCS. $ 2.45 $ 73.50 LF $ - PCS. $ - MATERIAL COST: $ 1,395.29 P.O. Box 110727 * Tacoma, Washington 98411 * (253) 472-6598 * Fax (253) 472-6599 $ 28.99 $ 119.73 $ 147.90 $ 772.96 WBF 07 10/7/2021 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 -027 COP No. Date: Contractor Ref. No. Description: ASI 027 - Hallway 110 Ceiling Suspending GWB ceiling framing, hanging and finishing credit for hallway ceiling change to ACT. 1. CRAFT LABOR COSTS direct supervison (NTE 15% of 1a) 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 1a, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 772.96 4. SMALL TOOLS a. small tools (NTE 0% of 1a & 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 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 773.00 148.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 921.00 5. OVERHEAD & PROFIT $ 120.00 6. INSURANCE $ 29.00 7. BOND $ TOTAL COST $ -1,070.00 Tukwila Public Works WBF COP #07 Page of Issued 10/7/2021 Architect Supplemental Instructions Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 SHKSARCHITECTS ASI No. 27 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. IDescription Make the following revision to the Drawings: Sheet A5.6 — Enlarged RCP: o Modify sheet A5.6 with the attached sketch. IAttachments o ASK -043 Hallway 110 Ceiling Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com A SI -27 HALLWAY 110 Cl +3' 0" AFF J 9212021 6:03:53 AM SHKSARCHITECTS FLEET AND FACILITIES BUILDING A5.6 ENLARGED RCP Scale'. 1/4" = S-0" 1050 N.38th St. Seattle, WA 98103 PH: 208.675.9151 www.shksarchitects. corn ASK 043 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: 10/17/2021 Project: LCI Project No.: 065 RFI 112 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,266.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 135.96 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 72.06 2,401.96 72.06 TOTAL CHANGE PROPOSAL COST 2,474 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 065 Owner COP/CCD/PR #: RFI 112 Please provide a change order for the following work: Lunch and Locker Room Power Per RFI 112 Total price per attached breakdown: State and local sales tax: Extension of time: 2,474 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: 065 Owner COP/CCD/PR #: RFI 112 REV: 000 DATE: 10/17/2021 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 X 2,266.00 = $ 2,266.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,266.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 135.96 TOTAL SUBCONTRACTS $ 2,401.96 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,401.96 $ 72.06 2 474.02 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# 24 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Add a 70' dedicated circuit to lunchroom 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# 24. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 50 70.61 C 35.31 4.40C 2.20 3/4" EMT DC COMP CONN 1 131.29 C 1.31 15.63 C 0.16 3/4" EMT INSUL DC COMP CONN 1 172.22 C 1.72 15.63 C 0.16 #12 THHN BLACK 150 235.66 M 35.35 6.44 M 0.97 #12/2C CU MC CABLE STL ARMOR 20 463.31 M 9.27 19.75 M 0.40 3/4" ROMEX DC CONN 2 129.73 C 2.59 15.00C 0.30 B2-1 RED WIRE CONN 3 10.90 C 0.33 7.50C 0.23 4x1 1/2" SQ BOX COMB KO 3 233.23 C 7.00 28.75 C 0.86 4" SQ BLANK COVER 2 112.71 C 2.25 3.13C 0.06 4" SQ 1G PLSTR RING 5/8" RISE 2 170.59 C 3.41 3.13C 0.06 GROUND SCREW W/ INSUL #12 LEAD 1 492.58 C 4.93 3.75C 0.04 1G DUPLEX REC PLATE - 302 S/S 1 86.61C 0.87 3.38C 0.03 20A 125V DUPLEX REC - IVY (SG) 1 414.26 C 4.14 25.00 C 0.25 #10x 1 P/H SELF -TAP SCREW 5 15.14 C 0.76 3.75C 0.19 20A 1P BREAKER BOLT -ON 1 61.88 E 61.88 0.19 E 0.19 LABOR TO INSTALL 1 0.00E 0.00 8.00E 8.00 Totals 244 171.11 14.09 Summary General Materials 171.11 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: 24 10/15/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Total Material Foreman Total Labor Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (14.09 Hrs @ $103.26) (14.09 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 171.11 1,454.93 1,454.93 324.07 1,950.11 253.51 2,203.62 22.04 40.06 $2,265.72 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn the information provided. CLIENTACCEPTANCE CCN #: 24 Final Amount:$2,265.72 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 Ede 1953 To: Seahurst Electric cc: Site Email 7/14/21 RFI No. 112 Date 7/9/2021 # 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) Justin Kerr - Seahurst Electric RFI Subject Lunch & Locker Room Power Related Spec Section(s) Related Drawing/Detail(s) 1/E7.1 Specific Question(s) or Description of Concern(s) Electrical drawings, specifically 1/E7.1, do not depict any power requirements for the microwave or range hood. There is also no power shown near the Locker Room sinks/mirror. 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 See attached sketch for outlets required near the Lee Bragg (Hargis) 7/13/2021 clarification of the microwave and range hood circuiting. No locker room sinks/mirror. 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 Fleel R.F.I.#: 24 Contract No.: WA Date: 7/8/2021 Seahurst Project#: 117110 Subject: Lunch and Locker Room power Spec Section: Page / Paragraph: Plan No.: E7.1-1 Detail No.: Originated From: Justin Kerr LCi RFI 112 Attachment Request: Electrical drawings specifically E7.1-1 do not depict any power requirements for the microwave or range hood. There is also no power shown near the locker room sinks/mirror. Recommendation: Provide power to these devices from the nearest electrical panel utilizing any spare breakers. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 7/15/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: See attached sketch for clarification of the microwave and range hood circuiting. No outlets required near the locker room sinks/mirror. Lee Bragg (Hargis) 7/13/2021 By Firm Date R 0�11�ICE - FAC 3 SUPER 103 cR L 5-1-3 11111 aa OFFI' R- FAC1 qrOREMAN 102 I I 2 CR 40. AFF CHANGE CIRCUITING TO LOS -2-6 LOS -1-9 LOS -1-11 CR 111 LOS -1-13,15 FFICE -FAC ECH/HEA CUST 113 -71011 CR 11 ADMIN 101 9 11 - CR 111 13 111 15 I! -44 11 12 CR 111111 35 ADD RANGE HOOD CONNECTION. CIRCUIT BACK TO LOS -2-40 AS NOTED ON E10.1. REFER TO EQUIPMENT SCHEDULE E0.3 FOR CONNECTION REQUIREMENTS (ITEM 'E08'). 35 R ' LOS -2-2 LOS -2-4 LOC 2 10LOS-2-8 LOS -6 LOS -2$ LOS -2-36 38 c's#B A m ED 41 VirliallMEIVINEWISHiaa M RR _GF10 ' PROVIDE MICROWAVE OUTLET BELOW COUNTER WITH DEDICATED CIRCUIT TO LOS -2-10. (SEE 6/A6.0 FOR MICROWAVE LOCATION) FILE STOR 112 LOS -2-18 U (71 13 HALLWAY 110 LOS -2-24 24 LOS -2-22 RR 108 1 CKER 109 1 24 I �Ir 24 GF 111 S-2-20 I— FIRST FLOOR - OFFICE - ENLARGED POWER PLAN SCALE: 3/16" = 1'-0" RFI 112 SKETCH BY: L. BRAGG (HARGIS) DATE: 7/13/2021 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: 10/17/2021 Project: LCI Project No.: 066 RFI 122 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 2,225.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 133.50 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 70.76 2,358.50 70.76 TOTAL CHANGE PROPOSAL COST 2,429 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 066 Owner COP/CCD/PR #: RFI 122 Please provide a change order for the following work: East Shop Egress Lighting Per RFI 122 Total price per attached breakdown: State and local sales tax: Extension of time: 2,429 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: 066 Owner COP/CCD/PR #: RFI 122 REV: 000 DATE: 10/17/2021 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 X 2,225.00 = $ 2,225.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,225.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 133.50 TOTAL SUBCONTRACTS $ 2,358.50 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,358.50 $ 70.76 2 429.26 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# 25 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Replacement of (15) batteries in existing East Shop Egress lights and (5) Egress Fixtures damaged beyond repair. Lithonia replacement fixture cutsheet attached for review. Exclusions: Contract exclusions. Replacement fixtures other than attached cutsheet. 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# 25. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. LABOR FOR REPLACEMENT 1 0.00E 0.00 12.00E 12.00 LITHONIAFIXTURE 5 30.00E 150.00 0.00E 0.00 EXISTING FIXTURE BATTERY 15 10.00E 150.00 0.00E 0.00 Totals 21 300.00 12.00 Summary General Materials 300.00 Total Material 300.00 Foreman (12.00 Hrs @ $103.26) 1,239.12 Total Labor 1,239.12 Foreman Truck Scissor Lift (12.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 276.00 (1.00 @ 1.00 @ $100.00 + 0.000 % + 0.000 % + 0.000 %) 100.00 Subtotal 1,915.12 Overhead & Markup (@ 13.000 %) 248.97 Subtotal 2,164.09 Warranty (@ 1.000 %) 21.64 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: 25 10/15/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Insurance Final Amount (@ 1.800 %) 39.34 $2,225.07 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 25 Final Amount:$2,225.07 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA Zeptcoef4 eopa zuciiaa lett, Ede 1953 To: Seahurst cc: Site Emailed 7/22/21 RFI No. 122 Date 7/19/2021 # 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) 7/26/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject East Shop Egress Lighting Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Seahurst has noticed that the east shop egress lighting batteries only lasted about 5 minutes. These fixtures are to remain. There is a good chance that these will not pass final building inspection. 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 Contractor's recommendation. Field verify quantity of fixtures and whether or not the batteries can be replaced. Provide estimated costs to Architect for approval prior to performing work. L. Bragg (Hargis) 7/20/2021 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 Fleel Contract No.: WA Seahurst Project#: 117110 Subject: East Shop Egress Lighting Spec Section: Plan No.: Originated From: Justin Kerr LCi RFI 122 Attachment R.F.I.#: 27 Date: 7/19/2021 Page / Paragraph: Detail No.: Request: Seahurst has noticed that the east shop egress lighting batteries only lasted about 5 minutes. These fixtures are to remain. There is a good chance that these will not pass final building inspection. Recommendation: Further investigation to see if the batteries can be replaced if not replace entire fixture with new. 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: Concur with Contractor's recommendation. Field verify quantity of fixtures and whether or not the batteries can be replaced. Provide estimated costs to Architect for approval prior to performing work. L. Bragg (Hargis) 7/20/2021 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: 10/17/2021 Project: LCI Project No.: 067 RFI 153 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 1,964.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 117.84 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 62.46 2,081.84 62.46 TOTAL CHANGE PROPOSAL COST 2,144 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 067 Owner COP/CCD/PR #: RFI 153 Please provide a change order for the following work: Existing Electrical No Longer Powered Per RFI 153 Total price per attached breakdown: State and local sales tax: Extension of time: 2,144 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: 067 Owner COP/CCD/PR #: RFI 153 REV: 000 DATE: 10/17/2021 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 X 1,964.00 = $ 1,964.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,964.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 117.84 TOTAL SUBCONTRACTS $ 2,081.84 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,081.84 $ 62.46 2 144.30 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# 26 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Repower existing circuits per RFI 153 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# 26. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 50 70.61 C 35.31 0.00C 0.00 3/4" EMT DC COMP CONN 6 131.29 C 7.88 0.00 C 0.00 #12 THHN BLACK 140 235.66 M 32.99 0.00 M 0.00 4x1 1/2" SQ BOX COMB KO 3 233.23 C 7.00 0.00 C 0.00 4" SQ BLANK COVER 3 112.71 C 3.38 0.00 C 0.00 20A 2P BREAKER BOLT -ON 1 139.59E 139.59 0.00E 0.00 20A 3P BREAKER BOLT -ON 1 454.41 E 454.41 0.00E 0.00 LABOR FOR INSTALLATION 1 0.00E 0.00 8.00E 8.00 Totals 205 680.55 8.00 Summary General Materials 680.55 Total Material 680.55 Foreman (8.00 Hrs @ $103.26) 826.08 Total Labor 826.08 Foreman Truck (8.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 184.00 Subtotal 1,690.63 Overhead & Markup (@ 13.000 %) 219.78 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: 26 10/15/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Subtotal Warranty Insurance Final Amount (@ 1.000 %) (@ 1.800 %) 1,910.41 19.10 34.73 $1,964.24 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn the information provided. CLIENTACCEPTANCE CCN #: 26 Final Amount:$1,964.24 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA Zeptco64 eoparAcsciiaa /ete, Ede. 1953 To: Seahurst Electric cc: Site Emailed 9/2/21 RFI No. 153 Date 8/27/2021 # of pages Project No. 6 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) Justin Kerr - Seahurst Electric RFI Subject Existing Electrical No Longer Powered Related Spec Section(s) Related Drawing/Detail(s) E3.1, E3.2, ED3.1, ED3.2 Specific Question(s) or Description of Concern(s) West Shop: Existing gas unit heater (GUH-1) no longer connected to power. Flagpole and building sign lighting no longer connected to power. These items were connected to Panel "B2/2,4 -208v" and "B2/1,3,5,N-120v." Panel "B2" has been demolished per ED3.1. 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 See Engineer's response on Seahurst RFI form. 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 Fleel Contract No.: WA Seahurst Project#: 117110 LCi RFI 153 Attachment R.F.I.#: 38 Date: 8/27/2021 Subject: Existing Electrical No Longer Powered Spec Section: Page / Paragraph: Plan No.: E3.1/3.2/ED3.1/3.2 Detail No.: Originated From: Justin Kerr Request: West Shop: Existing Gas unit heater (GUH-1) No longer connected to power. Flag pole, and building sign lighting no longer connected to power. These items were connected to panel "B212,4 -208v" & "B2/1,3,5,N-120v". Panel "B2" has been demolished per ED3.1. Recommendation: Re -work and extend existing conduit pathways and conductors for connection to panel LOS -1. Provide 2 new breakers for connection to power: 3 -pole 208v 20A, and 2 -pole 208v 20A. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 9/3/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Use available (1) 20A/1 P circuit breaker in LOS -1 for flag pole lighting Use available (1) 20A/1 P circuit breaker in LOS -1 for building sign lighting Confirm flag pole lighting and building sign lighting have existing to remain photocell for dawn to dusk control. Provide new as needed. Provide (1) 20A/2P circuit breaker for existing heater Amanda Waszgis, PE, Hargis Engineers, 8/31/2021 By Firm Date i ..,,, ...., NJ ,,‘ trf-,,N. ---, ) g # 1101 \ \ -<- 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: 10/17/2021 Project: LCI Project No.: 068 RFI 164 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 5,635.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 338.10 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 179.19 5,973.10 179.19 TOTAL CHANGE PROPOSAL COST 6,152 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 068 Owner COP/CCD/PR #: RFI 164 Please provide a change order for the following work: Complressor Room HVAC electrical Per RFI 164 Total price per attached breakdown: State and local sales tax: Extension of time: 6,152 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: 068 Owner COP/CCD/PR #: RFI 164 REV: 000 DATE: 10/17/2021 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 X 5,635.00 = $ 5,635.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 5,635.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 338.10 TOTAL SUBCONTRACTS $ 5,973.10 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 5,973.10 $ 179.19 6 152.29 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# 27 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Electrical Updates to compressor room per RFI 164 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# 27. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 1/2" EMT CONDUIT 50 44.65C 22.32 0.00C 0.00 3/4" EMT CONDUIT 120 70.61 C 84.73 0.00C 0.00 3/4" EMT DC COMP CONN 12 131.29 C 15.75 0.00C 0.00 1/2"LTFLEX 5 221.51 C 11.08 0.00C 0.00 1/2" LT STRAIGHT CONN 2 346.65 C 6.93 0.00C 0.00 #12 THHN BLACK 150 235.66 M 35.35 0.00 M 0.00 #10 THHN BLACK 600 358.67 M 215.20 0.00 M 0.00 B2-1 RED WIRE CONN 3 10.90 C 0.33 0.00C 0.00 4x1 1/2" SQ BOX COMB KO 1 233.23 C 2.33 0.00C 0.00 4" SQ 1 xTOGGLE SWITCH COVER 1 1.93E 1.93 0.00C 0.00 4" RND WP BOX W/ CVR & 2 - PAR38 LAMPHLDRS GRY 3 41.06E 123.18 0.00E 0.00 GROUND SCREW W/ INSUL #12 LEAD 1 492.58 C 4.93 0.00C 0.00 20A 120-277V S/P SW- TOGGLE IVY (SG) 1 426.03 C 4.26 0.00C 0.00 1/4-20x 1 3/4 WEDGE ANCHOR - 1 1/8 MIN DEPTH 4 2.29E 9.16 0.00C 0.00 # 8-10x 7/8 PLAS ANCHOR (3/16) 2 2.62 C 0.05 0.00C 0.00 #8x 3/4 P/H SELF -TAP SCREW 2 12.71 C 0.25 0.00C 0.00 20A 1P BREAKER BOLT -ON 1 61.88E 61.88 0.00E 0.00 20A 2P BREAKER BOLT -ON 1 139.59E 139.59 0.00E 0.00 60A 600V FUSIBLE DSN SW NEMA 3R 1 643.95E 643.95 0.00E 0.00 60A 600V CLASS RK5 TD FUSE 3 28.95E 86.85 0.00E 0.00 SINGLE GANG BUBBLE COVER 2 22.00E 44.00 0.00E 0.00 RUBBER ROOF BLOCK 2 44.00E 88.00 0.00E 0.00 LABOR FOR INSTALLATION 1 0.00E 0.00 24.00E 24.00 Totals 968 1,602.06 24.00 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: 27 10/15/2021 Tukwila Public Works 117110 2 Summary General Materials Total Material Foreman Journeyman Total Labor Foreman Truck Scissor Lift Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (12.00 Hrs @ $103.26) (12.00 Hrs @ $96.44) (24.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 2.00 @ $150.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 1,602.06 1,602.06 1,239.12 1,157.28 2,396.40 552.00 300.00 4,850.46 630.56 5,481.02 54.81 99.64 $5,635.47 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 27 Final Amount:$5,635.47 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 Ede 1953 To: Seahurst Electric Capital Heating cc: Site Emailed 9/24/21 RFI No. 164 Date 9/2/2021 # 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) 9/10/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Compressor Rm HVAC Electrical Related Spec Section(s) Related Drawing/Detail(s) M3.1, M3.2 Specific Question(s) or Description of Concern(s) At the existing Compressor Room, a wall mounted fan remains in place. It is powered by an odd switch attached to a receptacle. Looking into this item, reviewing the mechanical M3.1 drawings, the fan shows to remain. A temperature switch is to be added for fan control. Also, M3.2 shows existing roof fans with added dampers. The roof is demolished and the roof fans are gone. The electrical drawings do not reflect any information on this equipment. See attached for Seahurst's 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 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 164 Attachment Project: Tukwila Public Works Fleet Contract No.: WA Seahurst Project#: 117110 Subject: Compressor RM HVAC electrical Spec Section: Plan No.: M3.1 M3.2 Originated From: Justin Kerr R.F.I.#: 43 Date: 9/3/2021 Page / Paragraph: Detail No.: Request: At the existing Compressor room, a wall mounted fan remains in place. It is powered by an odd switch attached to a receptacle. Looking into this item reviewing the mechanical M3.1 drawings, the fan shows to remain. A temparature switch is to be added for fan control. Also M3.2 shows existing roof fans with added dampers. The roof is demolished and the roof fans are gone. The electrical drawings do not reflect any information on this equipment. Recommendation: Please advise on desired outcome for existing compressor room fans. Please advise on any electrical scope. Thanks in advance! Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 9/10/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Existing wall fan to remain; 1/3 HP, 115V/1, 5.3A; see electrical writeup. Provide credit for backdraft dampers not provided for demolished fans. Provide new EF -02 roof mounted exhaust fan with roof curb on roof of compressor room, Greenheck G -200 -VG, 3000 CFM at 0.25" SP, 1.0 HP, 208V/1 motor, direct drive, 8 amps, 8.5 sones. 36x36x40" H, 120 lbs. Provide with normally closed motorized damper (208V/1). Damper shall be open when fan runs, closed when fan is off. Provide controls for sequence of operation: When OAT (Outside Air Temp) is > or equal to 70 F, and compressor room temp is > OAT, EF -2 shall run. Makeup air is through leaky sliding door. Existing wall fan: if OAT is < 70F and compressor room temp is >70 F, wall fan shall operate to transfer warm air from compressor room to heat shop area. Electrical: -Existing wall mounted fan power to remain. If power wiring is not present, provide circuit to Panel LMS -1 (use spare 20A breaker). -New EF -02 exhaust fan to be powered by Panel LMS -1. Provide new fused disconnect switch and new 20A/2P breaker as needed. Regan Corwin, PE & Amanda Waszgis, PE / HEI/ 9/202021 By Firm Date (E)EF- EXISTING WALL TRANSFER FAN, 24" DIA., 1/3 HP, 115V/1. NEW OA TEMP SENSOR; MOUNT 10' ABOVE GRADE. NEW EF -02, ROOF MOUNTED, 1 HP 208V/1. Install with curb, leak -tight. GREENHECK ® Building Value in Air. Job Name: G -200 -VG Cut Sheet Tag: EF -2 Quantity: 1 Printed Date: September 8, 2021 Model: G -200 -VG Direct Drive Centrifugal Roof Exhaust Fan Standard Construction Features: Aluminum housing. Centrifugal backward inclined aluminum (composite for sizes 60-95) wheel. Direct driven motor mounted on vibration isolation. Fan Configuration Drive type Direct Performance Requested Volume (CFM) 3,000 Actual Volume (CFM) 3,000 Total External SP (in. wg) 0.25 Fan RPM 652 Operating Power (bhp) 0.33 Startup Power (bhp) 0.33 Air Stream Temp (F) 70 Start-up Temp (F) 70 Air Density (lbs/ft-3) 0.075 Elevation (ft) 100 Static Efficiency (%) 35 Outlet Velocity (ft/min) 1,255 Motor Size (hp) 1 V/C/P 208/60/1 NEC FLA (Amps) 8 Static Pressure (in. wg) 0.7 0.6 0.5 0.4 0.3 0.2 – 0.1 0 0 0 0.35 0.3 0.25 – 0.2 0 4 8 12 16 20 24 28 32 36 40 Volume (CFM) x 100 Fan curve Brake horsepower curve Operating Point SP Operating Bhp point Max system curve System curve Sound 0.15 0.1 0.05 Brake Horsepower (BHP) Octave Bands (hz) LwA dBA Sones 62.5 125 250 500 -`i 2000 4000 8000 Inlet 75 77 69 64 58 58 m 15 67 56 8.5 i ya i o' 0 0.2 – 0.1 0 0 0 0.35 0.3 0.25 – 0.2 0 4 8 12 16 20 24 28 32 36 40 Volume (CFM) x 100 Fan curve Brake horsepower curve Operating Point SP Operating Bhp point Max system curve System curve Sound 0.15 0.1 0.05 Brake Horsepower (BHP) amca WORLDWIDE CERTIFIED RRTIRGS / MUM AIR PERFORmnnCE nIR w� movemenr w nno conrnOt nffoclnTIOn °•o InrennnrIOnm. Inc.,' 'fl Greenheck Fan Corpora ion certifies that the model shown herein is licensed to bear the AMCA Seal. The ratings shown are based on tests and procedures performed in accordance with AMCA Publication 211 and AMCA Publication 311 and comply with the requirements of the AMCA Certified Ratings Program.The AMCA certified ratings seal applies to sound and air performance ratings only.Performance certified is for installation type A: Free inlet, free outlet.Power rating does not include transmission losses.Performance ratings include the effects of birdscreen.The sound ratings shown are loudness values in hemispherical sones at 1.5 m (5 ft) in a hemispherical free field calculated per ANSI/AMCA Standard 301.Values shown are for Installation Type A: free inlet hemispherical sone levels.dBA levels are not licensed by AMCA International. The AMCA Certified Ratings Seal for Sound applies to inlet sone ratings only. Page 1 of 2 Version 2.9.0, June 2021 Octave Bands (hz) LwA dBA Sones 62.5 125 250 500 1000 2000 4000 8000 Inlet 75 77 69 64 58 58 53 46 67 56 8.5 amca WORLDWIDE CERTIFIED RRTIRGS / MUM AIR PERFORmnnCE nIR w� movemenr w nno conrnOt nffoclnTIOn °•o InrennnrIOnm. Inc.,' 'fl Greenheck Fan Corpora ion certifies that the model shown herein is licensed to bear the AMCA Seal. The ratings shown are based on tests and procedures performed in accordance with AMCA Publication 211 and AMCA Publication 311 and comply with the requirements of the AMCA Certified Ratings Program.The AMCA certified ratings seal applies to sound and air performance ratings only.Performance certified is for installation type A: Free inlet, free outlet.Power rating does not include transmission losses.Performance ratings include the effects of birdscreen.The sound ratings shown are loudness values in hemispherical sones at 1.5 m (5 ft) in a hemispherical free field calculated per ANSI/AMCA Standard 301.Values shown are for Installation Type A: free inlet hemispherical sone levels.dBA levels are not licensed by AMCA International. The AMCA Certified Ratings Seal for Sound applies to inlet sone ratings only. Page 1 of 2 Version 2.9.0, June 2021 GREENHECK ® Building Value in Air. Job Name: G -200 -VG Cut Sheet Tag: EF -2 Quantity: 1 Printed Date: September 8, 2021 Dimensions and Weights Label Value Description - 94 Weight w/o accessories (lbs) A 40 Overall Height (in) D 36 Overall Width (in) B 30 Curb Cap Width (in) C 30 Curb Cap Length (in) - 18 Duct / Damper Width (in) - 18 Duct / Damper Length (in) - 20.5 Roof Opening Width (in) - 20.5 Roof Opening Length (in) *AII dimensions are in inches. Page 2 of 2 Version 2.9.0, June 2021 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: 10/17/2021 Project: LCI Project No.: 069 RFI 168 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 595.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 35.70 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 18.92 630.70 18.92 TOTAL CHANGE PROPOSAL COST 650 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 069 Owner COP/CCD/PR #: RFI 168 Please provide a change order for the following work: D3 Fixtures Per RFI 168 Total price per attached breakdown: State and local sales tax: Extension of time: 650 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: 069 Owner COP/CCD/PR #: RFI 168 REV: 000 DATE: 10/17/2021 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 595.00 SUBTOTAL $ 595.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 35.70 TOTAL SUBCONTRACTS $ 630.70 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 630.70 $ 18.92 649.62 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# 28 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: 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# 28. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. D3 Fixture 2 256.00E 512.00 0.00E 0.00 Totals 2 512.00 0.00 Summary General Materials 512.00 Total Material 512.00 Subtotal 512.00 Overhead & Markup (@ 13.000 %) 66.56 Subtotal 578.56 Warranty (@ 1.000 %) 5.79 Insurance (@ 1.800 %) 10.52 Final Amount $594.87 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: 28 10/15/2021 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 #: 28 Final Amount:$594.87 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL Date: Oct 15, 2021 Quote: GRASB21-25358-2 G works to your advantage Project Tukwila Public Works - Fleets & Facilities Bldg Location Tukwila WA Quote GRASB21-25358-2 To: Justin Kerr Seahurst Electric, Inc 2915 Chestnut Street Everett WA 98201 Phone: (425) 258-1882 EMail: jkerr@seahurst.com QTY Type 2 D1 2 D1 MFG ELITE ELITE Quote Page 1/2 Graybar Electric Company, Inc. 1919 6th Avenue South Seattle WA 98134 Phone: (206) 292-4848 Fax: (206) 701-2949 From: Alexis Ganuelas Quoter Ph: (206) 701-2673 email: alexis.ganuelas@graybar.com For Bid Date Oct 5, 2021 Expires Nov 4, 2021 Part HH4SQ-LED-1500L-DIM 10-MVOLT-M D -35K-90 LED-4615-CL-SCH Total: Price UQ ExtPrice $181.00 $362.00 $75.00 $150.00 $512.00 Graybar Electric Company, Inc. Alexis Ganuelas 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 — 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" LCA Zegeoef4 eopa zuciiot Ede 1953 To: Seahurst Electric cc: Site Emailed 10/1/21 RFI No. 168 Date 9/16/2021 # 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) 9/27/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject D3 Fixture Related Spec Section(s) Related Drawing/Detail(s) E0.4, E7.1 Specific Question(s) or Description of Concern(s) The enlarged electrical lighting plan shows a Light Fixture D3 in the bathrooms. The fixture schedule does not show these D3 fixtures on E0.4. Seahurst recommends replaced D3 fixture with Dl. 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 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 Fleel Contract No.: WA Seahurst Project#: 117110 Subject: D3 Fixture Spec Section: Plan No.: E0.4, E7.1 Originated From: Justin Kerr LCi RFI 168 Attachment 45 Date: 9/20/2021 Page / Paragraph: Detail No.: Request: The enlarged electrical lighting plan shows a Light Fixture D3 in the bathrooms. The fixture schedule does not show these D3 fixtures on E0.4. Recommendation: Replace D3 fixture with D1 Possible Cost Impact Yes X No In order to maintain current contract schedule, please reply on or before 9/27/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: We take no exception to contractors recommendation. Coordinate ceiling installation in shower area. Amanda Waszgis, PE, Hargis Engineers, 10/01/2021 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: 10/17/2021 Project: LCI Project No.: 070 RFI 170 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,174.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 70.44 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 37.33 1,244.44 37.33 TOTAL CHANGE PROPOSAL COST 1,282 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 070 Owner COP/CCD/PR #: RFI 170 Please provide a change order for the following work: Old Roof HVAC Electrical Per RFI 170 Total price per attached breakdown: State and local sales tax: Extension of time: 1,282 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: 070 Owner COP/CCD/PR #: RFI 170 REV: 000 DATE: 10/17/2021 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 X 1,174.00 = $ 1,174.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,174.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 70.44 TOTAL SUBCONTRACTS $ 1,244.44 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,244.44 $ 37.33 1 281.77 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# 29 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Demo of rooftop electrical per RFI 170 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# 29. Itemized Breakdown Description LABOR FOR DEMO Totals Qty Net Price U Total Mat. Labor U Total Hrs. 1 0.00E 0.00 8.00E 8.00 1 0.00 8.00 Summary Foreman (8.00 Hrs @ $103.26) 826.08 Total Labor 826.08 Foreman Truck (8.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 184.00 Subtotal 1,010.08 Overhead & Markup (@ 13.000 %) 131.31 Subtotal 1,141.39 Warranty (@ 1.000 %) 11.41 Insurance (@ 1.800 %) 20.75 Final Amount $1,173.55 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: 29 10/15/2021 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 #: 29 Final Amount:$1,173.55 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA Zeptco64 eopt zuciiaa /0C, Ede 1953 To: Seahurst Electric cc: Capital Heating Pipe Construction Site Emailed 10/7/21 RFI No. 170 Date 9/29/2021 # of pages Project No. 6 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) 10/8/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Old Roof HVAC & Electrical Related Spec Section(s) Related Drawing/Detail(s) ED3.2 Specific Question(s) or Description of Concern(s) Within the West shop area, there are a few clusters of existing HVAC controls and sensors. At the ceiling, the old roof fans have been removed and the electrical remains in place. We do not have direction to demo, keep, or reconnect on plans. Should they be demolished or maintained? Seahurst's suggestion is to demo all old existing not being utilized. Please review and advise. Thank you. Cost Impact? ❑ Yes Schedule ❑ Impact? ❑ No ' Potential Yes ❑ No ' Potential REVIEW Date of Review Reviewed by Company Remarks/Recommendations Hargis takes no exception to contractors recommendation. Amanda Waszgis, PE, Hargis Engineers 10/7/2021 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 Fleel Contract No.: WA Seahurst Project#: 117110 Subject: Old Roof HVAC and ELEC Spec Section: Plan No.: ED3.2 Originated From: Justin Kerr LCi RFI 170 Attachments R.F.I.#: 41 Date: 9/3/2021 Page / Paragraph: Detail No.: Request: Within the West shop area, there are a few clusters of existing HVAC controls and sensors. At the ceiling, the old roof fans have been removed and the electrical remains in place. We do not have direction to demo, keep, or reconnect on plans.Should they be demolished or maintained? Recommendation: Demo all old existing not being utilized. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 10/8/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Hargis takes no exception to contractors recommendation. Amanda Waszgis, PE, Hargis Engineers 10/7/2021 By Firm Date Old HVAC controls. Do they stay or go? Appears tied to roof fans. Old HVAC controls. Stay or go? to roof fans. Remove to source?? 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: 10/17/2021 Project: LCI Project No.: 071 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 4,131.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 247.86 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 131.37 4,378.86 131.37 TOTAL CHANGE PROPOSAL COST 4,510 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 10/17/2021 COP #: 071 Please provide a change order for the following work: Replacement of Existing Transformer Total price per attached breakdown: State and local sales tax: Extension of time: 4,510 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: 071 Owner COP/CCD/PR #: REV: Transformer Replacement 000 DATE: 10/17/2021 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% $ 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 X 4,131.00 = $ 4,131.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 4,131.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 247.86 TOTAL SUBCONTRACTS $ 4,378.86 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 4,378.86 $ 131.37 $ 4,510.23 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# 31 Date: 10/15/2021 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: After testing of the transformer and seeing its internal condition Seahurst recommends replacing the existing XLPR Transformer with a new one. Cutsheets attached. 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# 31. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. Hammond 75kva 3R 480v -208v transformer 1 3,555.20E 3,555.20 0.00E 0.00 Totals 1 3,555.20 0.00 Summary General Materials 3,555.20 Total Material 3,555.20 Subtotal 3,555.20 Overhead & Markup (@ 13.000 %) 462.18 Subtotal 4,017.38 Warranty (@ 1.000 %) 40.17 Insurance (@ 1.800 %) 73.04 Final Amount $4,130.59 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: 31 10/15/2021 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 #: 31 Final Amount:$4,130.59 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL P LAST T Company Name: Seahurst Electric Shipping Address: 2915 Chestnut St Everett, WA 98201 USA Sales Person: Patrick Hinwood Patrick.Hinwood@PLATT.com PRODUCTS Billing Address: Seahurst Electric (4302) 2915 Chestnut St Everett, WA 98201 Shipping Method: Hold For Pickup Branch: Everett #12 (425) 258-4671 Quote #715279 Updated On: 10/14/2021 Created Date: 10/14/21 FOB: Destination QTY UNT PR / UOM TOTALS HMDSG3A0075KBOC I Item# 11932 Transformer, Dry Type, NEMA 3R, 480 Delta; - 208Y/120, 3PH, 75 kVA, CU MFR: Hammond Power Solutions 1 $3,555.20000 EA Nema 3R standard, mechanical lugs included standard, copper windings, no freight charge $3,555.20 7 (10) stocked in Reno Entire Quote: Sub Total: $3,555.20 S/H: $0.00 Other Charges: $0.00 Tax: Total: $0.00 $3,555.20 Prices are subject to change at any time prior to shipment unless agreed to otherwise in writing signed by an authorized Seller representative. Orders related to this quotation must be received, accepted and released by Seller within 48 hours of issuance of the quotation and are subject to availability. Many of Seller's manufacturing partners have advised that until further notice they reserve the right to amend the delivery date, price, scope and quantity of supply and/or other terms and conditions set out in their offer or quotation and Seller equally reserves the right to pass through any such changes from its manufacturing partners to the Buyer. Delivery dates are estimated only. Seller shall not be liable for failure to meet such dates resulting from product shortages or manufacturing delays. Be advised that Seller considers any changes imposed by its manufacturing partners and other vendors outside of Seller's reasonable control and therefore subject to Force Majeure provisions or similar common law doctrines such as "frustration" or "impossibility". Seller's Standard Terms and Conditions of Sale are incorporated by reference into this quotation. A copy of the most current version of Seller's Standard Terms and Conditions of Sale is available at. https://www.rexelusainc.com/terms/terms.html Full phone support at (888) 739-3577 Delivery dates are estimated only. Seller shall not be liable for failure to meet such dates resulting from product shortages or manufacturing delays. d000166hb L W 00Z, W"tO QO ZO 1 -I - IX 0 00 0 0 00 OSP -0136-10 V) 0 0 - } U I Z LT_NO <� z CDN • NVO W 0 0 O (/) m V)i. C\1 r0 (01", 0 2 0 0 o, 0)ONLC)O<fCN! diOOONu5 c) 00000)0)0)0)C) �N000(O-N O0)00(O 10 V) 0 I N I I 208Y/120V 0 M X N x X O X DOE 10 CFR PART 431:2016 `"•X CEE ACT SOR/2011-182 m H V H� EE V! N 0) N m N Z m > J N O > m I COI -03 J 00 Hm 0.o E'0a) o v 0,- m 0,d a rn c d NZ WCC 0 W K -o CO 4- 0 0 CO F) Z Z O 0 N N U O co r') n N P E of E TU cO v r C 2 N y © C 12w rU`$w` ii(i E co y a N N m D V 3a° 41111 Hammond Power Solutions Inc. TITLE: 3PH DISTRIBUTION TRANSFORMER NAMEPLATE INFORMATION DES: JWEN DATE: 15/11 /09 NO. DATE BY REVISION SCALE: N TS rn 0.0 jwen 2015/11/09 11 3 FRONT VIEW All Dimensions in inches 21.50 SIDE VIEW .00 X 3.00 TYPICAL PER SIDE (CABLE ENTRY/EXIT) ENCLOSURE COLOR :ANSI 61 GREY — OUTDOOR H.V.1. TERMINAL DETAIL L.V.1. TERMINAL DETAIL MECHANICAL TYPE LUGS INCLUDED SUITABLE FOR #2/0-14 CU/AL CONDUCTORS 1 CONDUCTOR PER PHASE MECHANICAL TYPE LUGS INCLUDED SUITABLE FOR 600MCM-2 CU/AL CONDUCTORS 1 CONDUCTOR PER PHASE CUSTOMER NOTES: — HV1 TERMINATED AT TOP FRONT — LV1 TERMINATED AT BOTTOM FRONT 41111 Hammond Power Solutions Inc. TITLE: 3PH DISTRIBUTION TRANSFORMER DES: JWEN DATE: 15/11/09 NO. DATE BY REVISION SCALE: NTS 0 m Cb 0.0 jwen 2015/11/09 11 28.25 6.00 K Z z M 0 All Dimensions in inches 21.50 SIDE VIEW .00 X 3.00 TYPICAL PER SIDE (CABLE ENTRY/EXIT) ENCLOSURE COLOR :ANSI 61 GREY — OUTDOOR H.V.1. TERMINAL DETAIL L.V.1. TERMINAL DETAIL MECHANICAL TYPE LUGS INCLUDED SUITABLE FOR #2/0-14 CU/AL CONDUCTORS 1 CONDUCTOR PER PHASE MECHANICAL TYPE LUGS INCLUDED SUITABLE FOR 600MCM-2 CU/AL CONDUCTORS 1 CONDUCTOR PER PHASE CUSTOMER NOTES: — HV1 TERMINATED AT TOP FRONT — LV1 TERMINATED AT BOTTOM FRONT 41111 Hammond Power Solutions Inc. TITLE: 3PH DISTRIBUTION TRANSFORMER DES: JWEN DATE: 15/11/09 NO. DATE BY REVISION SCALE: NTS 0 m Cb 0.0 jwen 2015/11/09 11 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: 10/17/2021 Project: LCI Project No.: 072 RFI 171 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 4,031.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 241.86 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 128.19 4,272.86 128.19 TOTAL CHANGE PROPOSAL COST 4,401 CONTRACT TIME ADJUSTMENT (DAYS) Lincoln Construction, Inc_ CONTRACTOR 10/17/2021 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: 10/17/2021 COP #: 072 Owner COP/CCD/PR #: RFI 171 Please provide a change order for the following work: Panel LOS -2 power Supply Per RFI 171 Total price per attached breakdown: State and local sales tax: Extension of time: 4,401 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: 072 Owner COP/CCD/PR #: RFI 171 REV: 000 DATE: 10/17/2021 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 X 4,031.00 = $ 4,031.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 4,031.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 241.86 TOTAL SUBCONTRACTS $ 4,272.86 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 4,272.86 $ 128.19 4 401.05 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# 30 Date: 10/15/2021 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: Power to Panel LOS -2 per RFI 171 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 # 30. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 2" EMT CONDUIT 10 277.01 C 27.70 0.00C 0.00 2" EMT 90 DEG ELBOW 2 791.53 C 15.83 0.00C 0.00 2" EMT 45 DEG ELBOW 1 1,805.10 C 18.05 0.00C 0.00 2" STL GRD BUSHING 2 1,432.29 C 28.65 0.00C 0.00 2" STEEL FLEX 10 590.48 C 59.05 0.00C 0.00 2" STL FLEX CONN 3 1,090.05 C 32.70 0.00C 0.00 2" STL 90 DEG FLEX CONN 1 2,326.62 C 23.27 0.00C 0.00 #1/OTHHN BLACK 50 3,282.21 M 164.11 0.00M 0.00 #6 THHN GREEN 20 1,426.18 M 28.52 0.00 M 0.00 #1/0 MECH LUG 2 202.62 C 4.05 0.00C 0.00 20A 1P BREAKER NEMA 1 1 88.00E 88.00 0.00E 0.00 150A 3P MOLDED CASE BRKR OPEN 1 440.00E 440.00 0.00E 0.00 ILSCO #PBT -1/0 4 33.00E 132.00 0.00E 0.00 LABOR FOR INSTALLATION 1 0.00E 0.00 16.00E 16.00 6"X6"X24" NEMA 1 GUTTER 1 121.00E 121.00 0.00E 0.00 Totals 109 1,182.93 16.00 Summary General Materials 1,182.93 Total Material 1,182.93 Foreman (8.00 Hrs @ $103.26) 826.08 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: 30 10/15/2021 Tukwila Public Works 117110 2 Summary (Cont'd) Journeyman Foreman Coordination Total Labor Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (8.00 Hrs @ $96.44) (4.00 Hrs @ $103.26) (12.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 771.52 413.04 2,010.64 276.00 3,469.57 451.04 3,920.61 39.21 71.28 $4,031.10 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 30 Final Amount:$4,031.10 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA 4u46oeo elPtalzadiea��•u. 5Qi, /953 To: Seahurst Electric cc: Site Emailed 10/7/21 RFI No. 171 Date 10/1/2021 # of pages Project No. 6 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) ASAP RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Panel LOS -2 Supply Power Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Please confirm the following: There is the physical capability to tap/feed the new panel LOS -2 from existing transformer "XB." The neutral/ground main bond is present within transformer "XB" at the neutral lug. The transformer appears to be in good working order and we cleaned it while investigating the internal conditions. Our "TAP" feeders can route to a new disconnecting means within 10 ft. of existing transformer "XB." Seahurst's recommendation: We plan to use either mechanical or crimp -on paddle lugs to make the supply side terminations. We can re-route the outgoing 2" EMT and feeders through a gutter above panel "B" and into the new "tap" breaker enclosure adjacent to Panel "B." See attached pics and mark-up. Please review and advise/confirm. Thank you. Cost Impact? ❑ Yes ❑ No ' Potential Schedule Impact? ❑ 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. REQ UES T FOR I NFORMA TION To: Tom Romberg Lincoln Construction Inc 11803 101st Avenue E, Suite 201 Puyallup Project: Tukwila Public Works Fleel Contract No.: WA Seahurst Project#: 117110 Subject: Panel LOS -2 supply power Spec Section: Plan No.: Originated From: Justin Kerr LCi RFI 171 Attachments Seahurst Electric, Inc. 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax R.F.I.#: 46 Date: 10/1/2021 Page / Paragraph: Detail No.: Request: Please confirm the following: There is the physical capability to tap/feed the new panel LOS -2 from existing transformer "XB". The neutral/ground main bond is present within transformer "XB"at the neutral lug. The transformer appears to be in good working order and we cleaned it while investigating the internal conditions. Our "TAP" feeders can route to a new disconnecting means within 10ft. of existing transformer "XB". Recommendation: We plan to use either mechanical or crimp -on paddle lugs to make the supply side terminations. We can re-route the outgoing 2" EMT and feeders through a gutter above panel "B" and into the new "tap" breaker enclosure adjacent to Panel "B". See attached pics and mark-up. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: We take no exceptions to the proposed recommendation for feeding LOS -2 with the following modifications: 1. Preferred location for new 150A enclosed circuit breaker is next to Panel B in place of existing HVAC electrical which will be removed per RFI 170. 2. In order to meet transformer secondary overcurrent protection requirements replace the 200A main circuit breaker in Panel B with a 150A 3PH breaker of same AIC rating as existing. INFORMATIONAL NOTE: This RFI is in response to a field discussion between Seahurst and Hargis. Seahurst indicated that Panel B cannot support a new 150A branch circuit breaker to feed LOS -2 as indicated in contract documents. As a solution, this RFI proposed to feed LOS -2 from a separate enclosed circuit breaker tapped from transformer XB secondary rather than from Panel B. Lee Bragg, Hargis By Firm Date • PORTABLE LOAD BANK CONNECTION • w.IRlR.POWER • IN FEEDER GER Ri `1111 WH Ip11 • err �.�R nl ,MR�EER.ER 11 11 11 11 reiCONCRETE PAO , — •j1 1)11 LCI RFI 171 Attachment ROUTE GENE•POR nx REMOTE STOP SNITCH IEP MSS SEC, FLEET 'ARTS 114 OFFICE — FLEET 115 SERVICE EQUIPMENT ENLARGED PLAN O SNSSARCHITECTS SHEET NOTES: ===evuRw— INST•LATION SMALL OOMPLV Nei POWER COMPANY'S •ECTRICAL INSTALLANON REQUIREMENTS. CONTACT 3 REFER TOONE-UNE DIAOR/M 01.4 SHEET Eel FOR A0011101.1. INFORKWI1CN FLAG NOTES: MECHANIC. SUPPORT Pel4R CONDUIT INSTALURCN REPAIR CONCRETE MS/1M, ow1 =,MRI REOSNNECT TO EXISTING BRANCH CIRCUIT Rs. •L WOW REQUIRED FOR COMPLETE AND FUNCRONAL INSTALLATION IS PROVIDED BY ALTERNATE IM ALCM. TO BASE 810 WORK PACKAGED EX.,. GENERATOR MATERel,e• •E SPECIFICATION SECRON 012300 AND 2.13 FOR POIXTIONAL INFORMATION HA R G 15 TUKWILA PUBLIC WORKS FLEET & FACILITIES BUILDING BID DOCUMENTS SERVICE EQUIPMENT ENLARGED P175 E7.2 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: CCD/PR No.: Date: 10/18/2021 Proj ect: LCI Project No.: 073 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 736.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 44.16 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 23.40 780.16 23.40 TOTAL CHANGE PROPOSAL COST 804 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 10/18/2021 DATE /lsooua2 Rom6iet9 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: 10/18/2021 COP #: 073 Please provide a change order for the following work: Change height to full height wall at room 107 Total price per attached breakdown: State and local sales tax: Extension of time: 804 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: 073 Owner COP/CCD/PR #: REV: 000 DATE: 10/18/2021 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 Washington Best Finishes PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 736.00 = $ 736.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 736.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 44.16 TOTAL SUBCONTRACTS $ 780.16 PROPOSAL SUBTOTAL $ 780.16 BONDS/Liability/Builders Risk/B&O Tax $ 23.40 PROPOSAL TOTAL $ 803.56 3.000% Updated: 9/30/2011 Page 5 of 7 $ 20.29 $ 82.42 $ 93.39 $ 540.50 WBF 04 8/10/2021 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. COP No. Date: Contractor Ref. No. Description: Framing, GWB and finish taping at east wall of Room 107 behind drinking fountain. Wall was modified from partial to full height in order to conceal unforseen piping present at higher elevation. 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 1a, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 540.50 4. SMALL TOOLS a. small tools (NTE 0% of 1a & 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 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 541.00 93.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 634.00 5. OVERHEAD & PROFIT $ 82.00 6. INSURANCE $ 20.00 7. BOND $ TOTAL COST $ 736.00 Tukwila Public Works WBF COP #04 Page of Issued 8/13/2021 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: 11/8/2021 Proj ect: LCI Project No.: 074 R1 RFI 164 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL S D. SUBCONTRACT COST $ 4,579.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 274.74 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 145.61 4,853.74 145.61 TOTAL CHANGE PROPOSAL COST 4,999 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 11/8/2021 DATE /lsooua2 Rom6iet9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 11/8/2021 COP #: 074R1 Owner COP/CCD/PR #: RFI 164 Please provide a change order for the following work: New exhaust fan per RFI 164 Total price per attached breakdown: State and local sales tax: Extension of time: 4,999 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: 074 Owner COP/CCD/PR #: RFI 164 REV: 001 DATE: 11/8/2021 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 Capitol Heating PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 4,579.00 = $ 4,579.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 4,579.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 274.74 TOTAL SUBCONTRACTS $ 4,853.74 PROPOSAL SUBTOTAL $ 4,853.74 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 145.61 PROPOSAL TOTAL $ 4,999.35 Updated: 9/30/2011 Page 5 of 7 $ 520.26 $ 624.42 Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI -164 Comp Rm HVAC Date: Contractor: Capital Heating and Cooling Contractor Ref. No. Description: 10/18/2021 COP 007 Install roof curb, ductwork, motorized damper, actuator, wire, conduit, and fan. *Roofing and electrical not included. Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. noncraft labor Labor Markups: e. direct supervision (NTE 15% of 1a) f. safety (NTE 2% of lines 1a, b, & c) DIRECT LABOR SUBTOTAL $ 624.42 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 1a & 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 9/2.008 1.90 % of 1 1.00 % of 1-7 1.00 % of 1-8 Supervision markup should be zero if foreman time is included in direct labor costs. $ 582.50 $ 2,795.00 1. CRAFT LABOR COSTS $ 624.00 2. MATERIAL COSTS $ 583.00 3. EQUIPMENT COSTS $ 2,795.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 4,002.00 5. OVERHEAD & PROFIT $ 520.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 11.86 $ 45.22 8. INSURANCE $ 57.00 $ 9. BOND $ TOTAL COST $ 4,579.00 COP 007 RFI 164 Compressor Rm HVAC R1 Page of 11/8/2021 Project Name: Tukwilla Public Works Description: Install EF -2 with Accessories Contractor: Capital Heating and Cooling Owner COP No. Date: Contractor Ref. No. 10/18/2021 COP 007 Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Credit for (2) BDDs -2 Ea $ - $0.00 $50.00 $ (100.00) $ (100.00) EF -2 w'/curb, CD, Actuator 120v 1 $ - $ - $2,695.00 $ 2,695.00 $ 2,695.00 Controls 2 Hrs $104.07 $ 208.14 $250.00 $ 500.00 $100.00 $ 200.00 $ 908.14 Field Lbr 3 Hrs $104.07 $ 312.21 $100.00 $ 37.50 $ - $ 349.71 Shop Lbr 1 Hrs $104.07 $ 104.07 $45.00 $ 45.00 $ - $ 149.07 $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ 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 $ 624.42 Foreman $ - $ - $ - $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ - $ - $ - $ - Total Cost of Work Form Rev! ed 9/26/2008 $ 624.42 $ 582.50 $ 2,795.00 $ 4,001.92 COP 007 RFI 164 Compressor Rm HVAC R1 Page of 11/8/2021 GREENHECK Building Value in Air. Quotation Project: Tukwila Public Works Fleet & Facilities Building Direct Drive Centrifugal Roof Exhaust Fan Model: G -200 -VG Mark: EF -2 Quantity: 1 Volume: 3,000 CFM Total External SP 0.25 in. wg FRPM: 652 RPM Motor Power: 1 hp Voltage: 208 Phase: 1 Cycles: 60 Cycle Product Summary Fan Model: G -200 -VG Base - G Fan Motor - High Efficiency Brushless DC - 1 hp , TEFC, 208/60/1, 900 rpm - Factory Mounted Motor and Drive Accessories Motor - Vari-Green EC motor Control - Dial for balancing Accessories Standard Curb Cap Size - 30 Square UL/cUL 705 Listed - "Power Ventilators" Switch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Foam Curb Seal (Factory Applied) Damper Shipped Loose, VCD-23-PB-18X18, Not Coated Damper Actuator (TFB120), 208 VAC Actuated w/ 115 VAC Transformer Birdscreen: Aluminum, nom. 86% Free Area GPI -30-G12 Roof Curb Unit Warranty: 1 Yr (Standard) Project: Tukwila Public Works Fleet & Facilities Building Created in CAPS: 4.34.1071 Subtotal Price: $2,695.00 Quote Date: 10-13-2021 j GREENHECK Building Value in Air. Printed Date: 10/13/2021 Job: Tukwila Public Works Fleet & Facilities Building Mark: EF -2 Model: G -200 -VG Model: G -200 -VG Direct Drive Centrifugal Roof Exhaust Fan Previously: G -203 -VG Dimensional Quantity 1 Weight w/o Acc's (Ib) 105 Weight w/ Acc's (Ib) 142 Weight w/ Acc's and Curb (Ib) 171 Standard Curb Cap Size (in.) 30 x 30 Optional Damper (in.) 18 x 18 Roof Opening (in.) 20.5 x 20.5 Performance Requested Volume (CFM) 3,000 Actual Volume (CFM) 3,000 Total External SP (in. wg) 0.25 Fan RPM 652 Operating Power (hp) 0.33 Elevation (ft) 30 Airstream Temp.(F) 70 Air Density (Ib/ft3) 0.075 Tip Speed (ft/min) 3,649 Static Eff. (%) 35 Misc Fan Data Fan Eff. Index (FEI) Outlet Velocity (ft/min) 1,255 Motor Motor Mounted Yes Size (hp) 1 Voltage/Cycle/Phase 208/60/1 Enclosure TEFC Motor RPM 900 Efficiency Rating High Windings 1 FLA (Amps) 7.1 Min. Circuit Ampacity (MCA) 9 Max. Overcurrent Protection (MOP) 15 Short Circuit Current Rtg (SCCR) 5 kA Sound Power by Octave Band 0.7 0.6 0.5 0.4 0 y 0.3 N T3 0.2 0.1 0.0 Q 35.50 28 00 1.75 (12.00) 40 00 30.00 SQ OVERALL HEIGHT MAY BE GREATER DEPENDING ON MOTOR, ADAPTER, AND/OR HINGE BASE. 0.35 0.30 0.25 0.20r a`) 0 0.05 0.00 4 8 12 16 20 24 28 32 36 40 Volume (CFM) x 100 C Operating Bhp point C Operating point at Total External SP Fan curve — System curve Brake horsepower curve Sound Data 62.5 125 250 500 1000 2000 4000 8000 LwA dBA Sones Inlet 75 77 69 64 58 58 53 46 67 56 8.5 CAPS 4.36.1219 Notes: All dimensions shown are in units of in. *Please consult factory for actual motor amp draw LwA - A weighted sound power level, based on ANSI S1.4 dBA - A weighted sound pressure level, based on 11.5 dB attenuation per Octave band at 5 ft - dBA levels are not licensed by AMCA International Sones - calculated using ANSI/AMCA 301 at 5 ft Z:\Robert\CAPS Jobs\Tukwila Public Works Fleet & Facilities Building.gfcj Generated by: robert@dorse.com amca WORLDWIDE OERTIr1ED RRTIRGs SOURD RIR PERrORmn foE nm e\ nnccnrnani °A°\ ncnnn�c:mo. T'1:11 me.^� Printed Date: 10/13/2021 Job: Tukwila Public Works Fleet & Facilities Building Mark: EF -2 Model: G -200 -VG Model: G -200 -VG Direct Drive Centrifugal Roof Exhaust Fan Standard Construction Features: - Aluminum housing - Backward inclined composite (sizes 60-95) or aluminum (sizes 97-300) wheel - Aluminum curb cap with prepunched mounting holes - Birdscreen - Ball bearing motors (sizes 85-300 and all Van Green), sleeve bearing motors (sizes 60-80) - Motor isolated on shock mounts - Corrosion resistant fasteners Selected Options & Accessories: Motor - Vari-Green EC motor Control - Dial for balancing Standard Curb Cap Size - 30 Square UL/cUL 705 Listed - "Power Ventilators" Switch, NEMA -1, Toggle, Shipped with Unit Junction Box Mounted & Wired Foam Curb Seal (Factory Applied) Birdscreen: Aluminum, nom. 86% Free Area Unit Warranty: 1 Yr (Standard) Damper Shipped Loose, VCD-23-PB-18X18, Not Coated Damper Actuator (TFB120), 208 VAC Actuated w/ 115 VAC Transformer Selected Sub Marks See individual submittals for full details GPI -30-G12 Brintua Asps %u dir PktEEVIHECK Z:\Robert\CAPS Jobs\Tukwila Public Works Fleet & Facilities Building.gfcj 219 Generated by: robert@dorse.com Printed Date: 10/13/2021 Job: Tukwila Public Works Fleet & Facilities Building Mark: EF -2 Model: G -200 -VG Vari-Green Motor & Control Options An EC motor that uses AC input power and internally converts it to DC power. Potentiometer (dial) mounted on the motor enclosure adjusts the speed (RPM) down 80%. Vari-Green motors feature a soft -start and inherent thermal and current protection built into each unit. Inrush current at start up is eliminated and the motor will automatically reduce speed or turn off if overloaded or it becomes too hot. Motor Configuration Input Voltage: 208 Speed Reference: Dial on Motor Permanent Dial: Yes Control Configuration Control Type: N/A Transformer: None BOARD DIAL Ll -- L2 - DISCONNECT DRAWINGAI 6.9.1 .v2 MELD WIRED FALIOR, wIRED grintud Assns %u dir PktEEVIHECK Z:\Robert\CAPS Jobs\Tukwila Public Works Fleet & Facilities Building.gfcj 219 Generated by: robert@dorse.com j GREENHECK Building Value in Air. Printed Date: 10/13/2021 Job: Tukwila Public Works Fleet & Facilities Building Control Damper Model: VCD-23 DRIVE_,_ SIDE Damper Configuration: Standard Construction Features: - Model VCD-23 is a well built low leakage control damper for automatic control or manual balancing applications - Galvanized 16 ga channel frame - Galvanized blades with reinforcements - Side mounted steel linkage is concealed in the frame to prevent additional pressure drop - Axles are steel and 0.5 in. dia.- Synthetic axle bearings - Width and height furnished approximately 0.25 in. undersized - Field wiring is required to individual components ID #: Tag: Quantity: W(in.): H (in.): Act Qty: Actuator Model: 7 EF -2 18 18 TFB120 Notes: All dimensions shown are in units of in. Width And height furnished approximately 0.25 in. undersize Z:\Robert\CAPS Jobs\Tukwila Public Works Fleet & Facilities Building.gfcj CAPS 4.36.1219 Generated by: robert@dorse.com Printed Date: 10/13/2021 Job: Tukwila Public Works Fleet & Facilities Building Mark: EF -2 Model: GPI -30-G12 28.50 28.50 Model: GPI Roof Curb 12.00 Standard Construction Features: - Roof Curb fits between the building roof and the fan mounted directly to the roof support structure - Constructed of either 18 ga galvanized steel or 0.064 in. aluminum - Straight Sided without a cant - 2 in. mounting flange - 3 lb density insulation - Height - Available from 12 in. to 42 in. as specified in 0.5 in. increments. Notes: - The maximum roof opening dimension should not be greater than the "Actual' top outside dimension minus 2 in.. - The minimum roof opening dimension should be at least 2.5 in. more than the damper dimension or recommended duct size. - The Roof Opening Dimension may or may not be the same as the Structural Opening Dimension. - Damper Tray is optional and must be specified. Tray size is same as damper size. - Security bars are optional and must be specified. Frames and gridwork are all 12 ga steel. Gridwork is welded to the frame and the frame is welded to the curb. 32.50 32.50 General Tag Qty Model Sizing Method Undersizing (in.) Weight (Ib) Shipped Assembled Flange Width (in.) 1 GPI -30 Nominal 1.5 29 Yes Dimensions Curb Height (in.) Nominal Outside Width (in.) Nominal Outside Length (in.) Actual Outside Width (in.) Actual Outside Length (in.) Actual Inside Width (in.) Actual Inside Length (in.) Flange Width (in.) Flange Length (in.) Hinge Base Width* (in.) Hinge Base Length* (in.) 12 30 30 28.5 28.5 25 25 32.5 32.5 29 29 *May not be applicable Accessories Material Security Bars Liner Insulation (in.) Galvanized No No 1 Brintua Asps %u dir P21ktEEVIHECK Z:\Robert\CAPS Jobs\Tukwila Public Works Fleet & Facilities Building.gfcj 9 Generated by: robert@dorse.com LCA Zegeoef4 eopa zuciiaa Ede 1953 To: Seahurst Electric Capital Heating cc: Site Emailed 9/24/21 RFI No. 164 Date 9/2/2021 # 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) 9/10/2021 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Compressor Rm HVAC Electrical Related Spec Section(s) Related Drawing/Detail(s) M3.1, M3.2 Specific Question(s) or Description of Concern(s) At the existing Compressor Room, a wall mounted fan remains in place. It is powered by an odd switch attached to a receptacle. Looking into this item, reviewing the mechanical M3.1 drawings, the fan shows to remain. A temperature switch is to be added for fan control. Also, M3.2 shows existing roof fans with added dampers. The roof is demolished and the roof fans are gone. The electrical drawings do not reflect any information on this equipment. See attached for Seahurst's 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 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 164 Attachment Project: Tukwila Public Works Fleet Contract No.: WA Seahurst Project#: 117110 Subject: Compressor RM HVAC electrical Spec Section: Plan No.: M3.1 M3.2 Originated From: Justin Kerr R.F.I.#: 43 Date: 9/3/2021 Page / Paragraph: Detail No.: Request: At the existing Compressor room, a wall mounted fan remains in place. It is powered by an odd switch attached to a receptacle. Looking into this item reviewing the mechanical M3.1 drawings, the fan shows to remain. A temparature switch is to be added for fan control. Also M3.2 shows existing roof fans with added dampers. The roof is demolished and the roof fans are gone. The electrical drawings do not reflect any information on this equipment. Recommendation: Please advise on desired outcome for existing compressor room fans. Please advise on any electrical scope. Thanks in advance! Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 9/10/2021 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Existing wall fan to remain; 1/3 HP, 115V/1, 5.3A; see electrical writeup. Provide credit for backdraft dampers not provided for demolished fans. Provide new EF -02 roof mounted exhaust fan with roof curb on roof of compressor room, Greenheck G -200 -VG, 3000 CFM at 0.25" SP, 1.0 HP, 208V/1 motor, direct drive, 8 amps, 8.5 sones. 36x36x40" H, 120 lbs. Provide with normally closed motorized damper (208V/1). Damper shall be open when fan runs, closed when fan is off. Provide controls for sequence of operation: When OAT (Outside Air Temp) is > or equal to 70 F, and compressor room temp is > OAT, EF -2 shall run. Makeup air is through leaky sliding door. Existing wall fan: if OAT is < 70F and compressor room temp is >70 F, wall fan shall operate to transfer warm air from compressor room to heat shop area. Electrical: -Existing wall mounted fan power to remain. If power wiring is not present, provide circuit to Panel LMS -1 (use spare 20A breaker). -New EF -02 exhaust fan to be powered by Panel LMS -1. Provide new fused disconnect switch and new 20A/2P breaker as needed. Regan Corwin, PE & Amanda Waszgis, PE / HEI/ 9/202021 By Firm Date (E)EF- EXISTING WALL TRANSFER FAN, 24" DIA., 1/3 HP, 115V/1. NEW OA TEMP SENSOR; MOUNT 10' ABOVE GRADE. NEW EF -02, ROOF MOUNTED, 1 HP 208V/1. Install with curb, leak -tight. GREENHECK ® Building Value in Air. Job Name: G -200 -VG Cut Sheet Tag: EF -2 Quantity: 1 Printed Date: September 8, 2021 Model: G -200 -VG Direct Drive Centrifugal Roof Exhaust Fan Standard Construction Features: Aluminum housing. Centrifugal backward inclined aluminum (composite for sizes 60-95) wheel. Direct driven motor mounted on vibration isolation. Fan Configuration Drive type Direct Performance Requested Volume (CFM) 3,000 Actual Volume (CFM) 3,000 Total External SP (in. wg) 0.25 Fan RPM 652 Operating Power (bhp) 0.33 Startup Power (bhp) 0.33 Air Stream Temp (F) 70 Start-up Temp (F) 70 Air Density (lbs/ft-3) 0.075 Elevation (ft) 100 Static Efficiency (%) 35 Outlet Velocity (ft/min) 1,255 Motor Size (hp) 1 V/C/P 208/60/1 NEC FLA (Amps) 8 Static Pressure (in. wg) 0.7 0.6 0.5 0.4 0.3 0.2 – 0.1 0 0 0 0.35 0.3 0.25 – 0.2 0 4 8 12 16 20 24 28 32 36 40 Volume (CFM) x 100 Fan curve Brake horsepower curve Operating Point SP Operating Bhp point Max system curve System curve Sound 0.15 0.1 0.05 Brake Horsepower (BHP) Octave Bands (hz) LwA dBA Sones 62.5 125 250 500 -`i 2000 4000 8000 Inlet 75 77 69 64 58 58 m 15 67 56 8.5 i ya i o' 0 0.2 – 0.1 0 0 0 0.35 0.3 0.25 – 0.2 0 4 8 12 16 20 24 28 32 36 40 Volume (CFM) x 100 Fan curve Brake horsepower curve Operating Point SP Operating Bhp point Max system curve System curve Sound 0.15 0.1 0.05 Brake Horsepower (BHP) amca WORLDWIDE CERTIFIED RRTIRGS / MUM AIR PERFORmnnCE nIR w� movemenr w nno conrnOt nffoclnTIOn °•o InrennnrIOnm. Inc.,' 'fl Greenheck Fan Corpora ion certifies that the model shown herein is licensed to bear the AMCA Seal. The ratings shown are based on tests and procedures performed in accordance with AMCA Publication 211 and AMCA Publication 311 and comply with the requirements of the AMCA Certified Ratings Program.The AMCA certified ratings seal applies to sound and air performance ratings only.Performance certified is for installation type A: Free inlet, free outlet.Power rating does not include transmission losses.Performance ratings include the effects of birdscreen.The sound ratings shown are loudness values in hemispherical sones at 1.5 m (5 ft) in a hemispherical free field calculated per ANSI/AMCA Standard 301.Values shown are for Installation Type A: free inlet hemispherical sone levels.dBA levels are not licensed by AMCA International. The AMCA Certified Ratings Seal for Sound applies to inlet sone ratings only. Page 1 of 2 Version 2.9.0, June 2021 Octave Bands (hz) LwA dBA Sones 62.5 125 250 500 1000 2000 4000 8000 Inlet 75 77 69 64 58 58 53 46 67 56 8.5 amca WORLDWIDE CERTIFIED RRTIRGS / MUM AIR PERFORmnnCE nIR w� movemenr w nno conrnOt nffoclnTIOn °•o InrennnrIOnm. Inc.,' 'fl Greenheck Fan Corpora ion certifies that the model shown herein is licensed to bear the AMCA Seal. The ratings shown are based on tests and procedures performed in accordance with AMCA Publication 211 and AMCA Publication 311 and comply with the requirements of the AMCA Certified Ratings Program.The AMCA certified ratings seal applies to sound and air performance ratings only.Performance certified is for installation type A: Free inlet, free outlet.Power rating does not include transmission losses.Performance ratings include the effects of birdscreen.The sound ratings shown are loudness values in hemispherical sones at 1.5 m (5 ft) in a hemispherical free field calculated per ANSI/AMCA Standard 301.Values shown are for Installation Type A: free inlet hemispherical sone levels.dBA levels are not licensed by AMCA International. The AMCA Certified Ratings Seal for Sound applies to inlet sone ratings only. Page 1 of 2 Version 2.9.0, June 2021 GREENHECK ® Building Value in Air. Job Name: G -200 -VG Cut Sheet Tag: EF -2 Quantity: 1 Printed Date: September 8, 2021 Dimensions and Weights Label Value Description - 94 Weight w/o accessories (lbs) A 40 Overall Height (in) D 36 Overall Width (in) B 30 Curb Cap Width (in) C 30 Curb Cap Length (in) - 18 Duct / Damper Width (in) - 18 Duct / Damper Length (in) - 20.5 Roof Opening Width (in) - 20.5 Roof Opening Length (in) *AII dimensions are in inches. Page 2 of 2 Version 2.9.0, June 2021 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildiu A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL COP NO: 075 CCD/PR No.: RFI 136 Date: 10/19/2021 Project: LCI Project No.: $ 325.00 1239 $ 606.80 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 931.80 D. SUBCONTRACT COST $ 903.00 E. OVERHEAD AND PROFIT ON 121.13 SUBCONTRACT COST (6%) $ 54.18 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 60.30 957.18 60.30 TOTAL CHANGE PROPOSAL COST 2,070 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 10/19/2021 DATE /lsooua2 Rom6iet9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 10/19/2021 COP #: 075 Owner COP/CCD/PR #: RFI 136 Please provide a change order for the following work: New framed wasll per RFI 136 Total price per attached breakdown: State and local sales tax: Extension of time: 2,070 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 ,Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 075 Owner COP/CCD/PR #: RFI 136 REV: 000 DATE: 10/19/2021 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 8 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 = $ 606.80 X 67.72 = $ X _ $ X $ $ 606.80 0.0% 13.0% $ 606.80 $ 78.88 $ 685.68 2x4 lumber nails 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 275.00 50.00 _ $ _ $ 275.00 _ $ 50.00 _ $ $ 325.00 $ 42.25 $ 367.25 Washington Best Finishes PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 903.00 SUBTOTAL $ 903.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 54.18 TOTAL SUBCONTRACTS $ 957.18 PROPOSAL SUBTOTAL $ 2,010.11 BONDS/Liability/Builders Risk/B&O Tax $ 60.30 PROPOSAL TOTAL $ 2,070.42 3.000% Updated: 9/30/2011 Page 5 of 7 $ 25.99 $ 100.88 $ 82.74 $ 692.76 WBF 05 10/10/2021 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 #136 COP No. Date: Contractor Ref. No. Description: RFI # 136 -Non Existent Framed Wall Provide additional GWB and finish taping in room 206 North wall. 1. CRAFT LABOR COSTS direct supervison (NTE 15% of 1a) 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 1a, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 692.76 4. SMALL TOOLS a. small tools (NTE 0% of 1a & 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 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 693.00 83.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 776.00 5. OVERHEAD & PROFIT $ 101.00 6. INSURANCE $ 26.00 7. BOND $ TOTAL COST $ 903.00 Tukwila Public Works WBF COP #05 Page of Issued 10/18/2021 LCA Zeptco64 eoparAcsciiaa 10C, Ede 1953 RFI No. 136 Date 7/28/2021 # 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) 8/4/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Non -Existent Framed Wall Related Spec Section(s) Related Drawing/Detail(s) 10/A6.9 Specific Question(s) or Description of Concern(s) 10/A6.9 says "GWB-PNT1". There is no existing framed 2x4 wall in this location and A5.2 does not show a new wall being installed. There is an (E) framed wall with GWB in Room #203 on the north wall, but it stop short of Room #206. Please review and advise. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No ✓ Potential ❑ Yes ❑ No ✓ Potential REVIEW Date of Review 3 -Aug -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Ref attached ASK -032 for framed wall in telecom room. 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. 3NINV 3I OM (3) 3NINVZZ3IN OM m m N � n m 10 - 0' n 0313 33Fi '13NVd V MV1V 31,113 16'-7" 8/3/2021 2:12:44 PM SHKSAR111111111111111111111111111111111111111111 CH ITECTS FLEET AND FACILITIES BUILDING A5.2 ENLARGED SECOND FLOOR PLAN Scale.1/4" =1'-0" 1050 N.38th St. Seattle, WA 98103 Pe: 206.675.9151 www.sh ksarch Itects.com A -SK 032 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: 076R1 CCD/PR No.: ASI 033 Date: 11/11/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 8,305.20 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 498.31 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 264.11 8,803.51 264.11 TOTAL CHANGE PROPOSAL COST 9,068 CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc_ CONTRACTOR 11/11/2021 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: 11/11/2021 COP #: 076R1 Owner COP/CCD/PR #: ASI 033 Please provide a change order for the following work: Change Ceiling in Fleet Office Total price per attached breakdown: State and local sales tax: Extension of time: 9,068 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, 7aoma2 ,R m6e z - Pzoyect Victect9et Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 076 Owner COP/CCD/PR #: ASI 033 REV: 000 DATE: 11/3/2021 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% 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 Washington Best Finishes Acoustics Northwest PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X (2,557.00) = $ (2,557.00) 1 X 10,862.20 = $ 10,862.20 1 X = $ - X = $ X = $ X = $ SUBTOTAL $ 8,305.20 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 498.31 TOTAL SUBCONTRACTS $ 8,803.51 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 8,803.51 $ 264.11 $ 9,067.62 Updated: 9/30/2011 Page 4 of 6 TOTAL 1:7ANW Acoustics Northwest, Inc. 1325 South Tacoma Way I Tacoma, WA 98409 DATE: 11/11/2021 ATTN: LINCOLN CONSTRUCTION TOM / CASEY CO#2 JOB #: JOB NAME: 8442 TUKWILA FLEET & FAC BLDG FURNISH AND INSTALL 2X2 ARMSTRONG SILHOUETTE GRID W/ GRAPHIS RUSTEX 2602 TILE PER ASK -047. MATERIALS $ 7,634.89 DELIVERY $ 50.00 HOURS LABOR RATE/ HOUR 24.00 $ 80.32 $ 1,927.68 MARK-UP/PROFIT 1, 249.63 13% $ 10,862.20 LABOR BREAKDOWN: WAGE - $54.10 FRINGE - $19.01 FICA - $3.35 MED - $.78 SUTA-$1.43 W COMP - $1.61 FUTA - $.04 P.O. Box 110727 * Tacoma, Washington 98411 * (253) 472-6598 * Fax (253) 472-6599 MATERIAL LIST QTY UNIT UNIT COST TOTAL/UNIT (TRIM 7800 168 LF $ 0.80 $ 134.40 MAINS 7601 168 LF $ 2.46 $ 413.28 4' T'S 7645 332 LF $ 2.37 $ 786.84 2' T'S 7620 166 LF $ 2.37 $ 393.42 WIRE/ATTACHMENT 116 PCS. $ 4.35 $ 504.60 TILE #2602 17 CTN $ 313.75 $ 5,333.75 PERIM CLIPS BE RC2 28 PCS. $ 2.45 $ 68.60 LF $ - PCS. $ - MATERIAL COST: $ 7,634.89 P.O. Box 110727 * Tacoma, Washington 98411 * (253) 472-6598 * Fax (253) 472-6599 $ (2,165.56) WBF 08 11/3/2021 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 -033 COP No. Date: Contractor Ref. No. Description: ASI 033 - Fleet Office Ceiling RCP Suspending GWB ceiling framing, hanging and finishing credit for Fleet Office ceiling change to ACT. 1. CRAFT LABOR COSTS direct supervison (NTE 15% of 1a) 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 1a, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ (2,165.56) $ (391.26) 4. SMALL TOOLS a. small tools (NTE 0% of 1a & 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 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ (2,166.00) (391.00) 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ (2,557.00) 5. OVERHEAD & PROFIT $ 6. INSURANCE $ 0.00 % of 1-6 7. BOND $ TOTAL COST $ (2,557.00) Tukwila Public Works WBF COP #08 Page of Issued 11/3/2021 COP Cost Breakdown Washington Best Finishes LLC O U- CO N O M O Z a 0 U Total Cost OV co NM co $ (258.96) N M(.0 O) N co (O V O f— u) (O N- $ (2,556.82) Equipment 0 0 U vol Unit $ TA G) co E Cost 0 M N M to- $ (258.96) $ (391.26) 696 c D (N N H} N O) O) — to Labor Cost V N c, -i(6 co a) to- N CO (O V to $ (765.70) $ (2,165.56) $ (2,165.56) 69- D .E D $77.77 $77.77 r Ll) (p N- EF} 'c p_ H LJ- CO ° L E L E L E 'E' (0 7 a O <9 co i N (O O T -grid for GWB 5/8" GWB Type X, 4' x 12' 2 Framers, 6 hours each Frame suspended ceiling. 2 Drywall Installers, 3 hours each Hang GWB 2 Drywall Finishers, 5 hours each Tape joints, second coat, sand, skim coat, final sand. Labor Subtotal Foreman Total Cost of Work TA co E Labor Equipment Issued 11/3/2021 s WBF COP #08 Tukwila Public W EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA 69- AN- EA r IO EA EA EA EA 1s N. M EA N O) 0 N EA EA EA EA EA EA 1n CO CO EA I— 6) CO O0) N W N M EA EA EA EA EA EA EA N CO Oa) EA M O N EA EA EA EA Benefits - $ 19.78 EA EA EA EA VI- AO Finisher Foreman 0 V Lo EA $ 20.47 N. co.., EA N -N a— EA CO CO EA 1) O EA CO O EA CO CO EA CO N EA CO O EA CO - EA Drywall Foreman co CO 1M EA co N- O) EA co r EA N EA CO M EA N- N- O EA CO O EA CO N M EA CO CO EA $ 0.21 $ 83.45 Drywall Finisher CO I- N- cci •cr EA $ 20.47 0 N n:a- to to CO O EA O Cr) CVO EA CO CO EA N- OM EA CO N EA N- a— EA CO CD EA N- 1n CO to Drywall Installer $ 48.53 co I— pi 0-/ EA M EA O EA $ 2.85 N- CO o EA CO o EA CO N ri EA CO N EA CO o EA N. N- N. EA y o O COCCI o O O NM Calc O 1n O (` O O O V o Trade & Position Rate Schedule Date" 1. Hourly Wage Rate 2. Hourly Benefits SUBTOTAL 3. FUTA % of 1 4. FICA %of1 5. MEDICARE % of 1 6. SUI % of 1 (insert correct % to right) Z J N- 8. Sick leave 9. FMLA TOTAL (incl. payroll taxes) EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA EA 11111 1 EA EA EA EA EA 69- AN- N- V r IO CO CO CO N CO co f0 co O 1s N. M m O N O) 0 N EA EA EA EA EA 69- AW CO 1n CO CO $ 111.34 $ 27.88 I— 6) CO O0) N W N M EA EA EA EA $ 20.47 1n � N CO Oa) M O N EA EA EA EA EA Benefits - $ 19.78 Subtotal $ 92.58 ITaxes: Lines 3-6 $ 7.13 L&I: WC Premium - $ 3.26 Total Overtime Rate $ 102.96 Premium Portion Only $ 25.19 £A ao U to R E 0 N U U (V N X E t' �1 o 2 IA a— 6) c R E O 1- z z o COP Wage Rates Project Name: Tukwila Public Works Fleet and Facilities Building U 6) O Q N_ O w c,_ O 6) -t w R O N R L w c L O U 2 O O U 0 2 6) C w O T U 9 6) .O > 6) T w 9 'O > 6 cu w 9 6 E • > R co N 1` Q 9 'O m R (C1°) O c CN O N 6 • N D O O • M L O --E-= R m .-.-p w 'O N O O y >• „_p • m 0 U N w co U Nco O I- Oi1 , .( O M R C (A6 N > U R m 00 'O N . (6 2 Q O 6) • M -p O Cl) N co m N (6 C g O_ N N N - O R R 6) - O O >, m U 6) • N C O C R w' 2 2 t 5 N� p i C '5 E .2 O Cl)/N O) Cl) - O N N Cn R1 )N O U §O C CL O_ • p U R �.. . 8Uu)N w E T a)U OQ C 10 > ON C R T)__2O) NC 6) O E .5 • .E W L ) U c 2 C O = F < O N 9 R O 4 F i Q a' E aD J?O1E v p .O U 0 • R w U ) U _ -2' 9 .N 'O >. U 2 R O 6) 'O CO CO Q O O U C c p N s sT R T R E C E a_C N E c .5_J R 2 Q E `o m a J 3 m m N '42, 'O -c,") U (6 N L(t) i 6 LL 9LL N R En coR U) U U1 E CN 5 U 6° D U 1 1n U 2 6) EEEEEE N N N N N 6) N(�N U E E E .O N U1 N N 4 O R • O O O -p cc M V 1n O Issued 11/3/2021 Form Revised 6/1/2004 Architect Supplemental Instructions Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 ARCHITECTS ASI No. 33 Date of Issuance 10/27/21 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: Sheet A2.4 FINISH PLANS & SCHEDULE: o Modify sheet A2.4 with the attached sketch. Sheet A2.1.4 FIRST FLOOR RCP -WEST: o Modify sheet A2.1.4 with the attached sketch. Attachments o ASK -045 Ceiling- Finish Schedule o ASK - 046 Fleet Office Ceiling RCP Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com FINISH ACOUSTICAL CEILING TILE - "ARMSTRONG GRAPHIS RUSTEX 9/16" LIN AR BEVELED TEGULAR 24" 24", WHITE " C RPET - "MIL WHALE SO BE _ • MAR EL125- FIB LASS R ORCE► •LA, IC-"MARLITEI1:i•0,CO ASHION -= Y" RESILIENT TILE FLOORING - "ARMSTRONG PARALLEL 20 SILVER SUR" RESILIENT BASE - "ROPPE WALL BASE LUNAR DUST' CASEWORK PLAM - "PIONITE NAVY MATRIX II - SUEDE FINISH" PLAM COUNTERTOP - "FORMICA LAYERED WHITE SAND SCOVATO FINISH 9512-13" PAINT SCHEDULE PNT-1 - "BENJAMIN MOORE STEAM AF -15" PNT-2 - "BENJAMIN MOORE AZORES AF -495" PNT-3 - "TNEMEC MANTA GRAY 42GR" PNT-4 - "SHERWIN WILLIAMS SEALSKIN 7675" PAINT SCHEDULE - ALTERNATE 2 PNT-5 - EXTERIOR MTL BUILDING - AS SELECTED BY ARCHITECT PNT-6 - EXTERIOR CMU - AS SELECTED BY ARCHITECT PNT-7 - EXTERIOR TRIM - AS SELECTED BY ARCHITECT ASI - 32 ASI - 33 10/26/2021 3:52:11 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 SHKSARCHITECTS 1050 N.38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com FLEET AND FACILITIES BUILDING A2.4 FINISH PLANS & SCHEDULE Scale:As indicated ASK -046 /18\ T PARTS RFI -53 114 DTS OFFICE - FLEET MGR 116 ASI -33 I 10/26/2021 3:55:08 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 SHKSAFICHITECTS 1050 N.38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com FLEET AND FACILITIES BUILDING A2.1.4 FIRST FLOOR RCP - WEST Scale:As indicated ASK -047 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: 077 CCD/PRNo.: ASI 029-030-031 Date: 11/7/2021 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 7,413.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 444.78 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 235.73 7,857.78 235.73 TOTAL CHANGE PROPOSAL COST 8,094 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 11/7/2021 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: 11/7/2021 COP #: 077 Owner COP/CCD/PR #: ASI 029-030-031 Please provide a change order for the following work: Structural steel materials per ASI's 029 (Hose Reel Support, ASI 030 Vehicle Exhaust Mounting and ASI 031 OVHD Mounting Total price per attached breakdown: State and local sales tax: Extension of time: 8,094 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: 077 Owner COP/CCD/PR #: REV: ASI 029-030- 031 000 DATE: 11/7/2021 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% $ 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 Al's Welding ASI 029 Al's Welding ASI 030 Al's Welding ASI 031 PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 1,214.00 = $ 1,214.00 1 X 3,653.00 = $ 3,653.00 1 X 2,546.00 = $ 2,546.00 X = $ - X = $ X = $ SUBTOTAL $ 7,413.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 444.78 TOTAL SUBCONTRACTS $ 7,857.78 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 7,857.78 $ 235.73 $ 8,093.51 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: 11/4/2021 Change Order No. Sub Mod #: Job No. 010 2109 General Contractor: Lincoln Construction Detailer: TJO Attn: Casey/Tom Original Drwg# : Project: Tukwila Facilities Bldg REF. ASI -029 Estimated Time for Delivery: Supply Scope: Supply and deliver C10x20 channels to suit design changes by ASI -029 Material (HSS/Plate) 0 Lbs. @ $ 1.70 $ - Material 400 Lbs. @ $ 1.15 $ 460.00 Galvanizing 0 Lbs. @ $ 0.65 $ - Sandblast/Tnemec 0 Lbs. @ $ 0.50 $ - Shop Labor 6 Mhr @ $ 70.00 $ 420.00 Quality Control 0.5 Mhr @ $ 60.00 n/c Material Handling/Delivery 2 Mhr @ $ 60.00 $ 120.00 Detailing Costs 1 Mhr @ $ 65.00 $ 65.00 Subtotal $ 1,065.00 0/H/P (12%) $ 127.80 L&I/Insurance (2%) $ 21.30 TOTAL: $ 1,214.10 Original Purchase Order Amount Total Cost of Change $ 1,214.10 ACCEPTED: By: Date: AL'S WELDING & STEEL FABRICATION, INC. By: Nick Fagernes Date: 11/4/2021 11/4/2021 AL'S WELDING STEEL FABRICATION, INC 222 DOWNIE ROAD CHEHALIS, WA 98532 360-740-8020 360-740-8826FX CHANGE ORDER REQUEST Date: 11/4/2021 Change Order No. Sub Mod #: Job No. 08 2109 General Contractor: Lincoln Construction Detailer: TJO Attn: Casey/Tom Original Drwg# : Project: Tukwila Facilities Bldg REF. ASI -30 Estimated Time for Delivery: Supply Scope: Supply and deliver hose reel supports to suit design changes by ASI -030 Material (HSS/Plate) 140 Lbs. @ $ 1.70 $ 238.00 Material 1142 Lbs. @ $ 1.10 $ 1,256.20 Galvanizing Lbs. @ $ 0.65 $ - Sandblast/Tnemec Lbs. @ $ 0.50 $ - Shop Labor 20 Mhr @ $ 70.00 $ 1,400.00 Quality Control 1 Mhr @ $ 60.00 n/c Material Handling/Delivery 3 Mhr @ $ 60.00 $ 180.00 Detailing Costs 2 Mhr @ $ 65.00 $ 130.00 Subtotal $ 3,204.20 0/H/P (12%) $ 384.50 L&I/Insurance (2%) $ 64.08 TOTAL: $ 3,652.79 Original Purchase Order Amount Total Cost of Change $ 3,652.79 ACCEPTED: By: Date: AL'S WELDING & STEEL FABRICATION, INC. By: Nick Fagernes Date: 11.04.21 11/4/2021 AL'S WELDING STEEL FABRICATION, INC 222 DOWNIE ROAD CHEHALIS, WA 98532 360-740-8020 360-740-8826FX CHANGE ORDER REQUEST Date: 11/4/2021 Change Order No. Sub Mod #: Job No. 09 2109 General Contractor: Lincoln Construction Detailer: TJO Attn: Casey/Tom Original Drwg# : Project: Tukwila Facilities Bldg REF. ASI -031 Estimated Time for Delivery: Supply Scope: Supply and deliver motor mounts to suit design changes by ASI -031 Material (HSS/Plate) 254 Lbs. @ $ 1.70 $ 431.80 Material 675 Lbs. @ $ 1.15 $ 776.25 Galvanizing 0 Lbs. @ $ 0.65 $ - Sandblast/Tnemec 0 Lbs. @ $ 0.50 $ - Shop Labor 12 Mhr @ $ 70.00 $ 840.00 Quality Control 0.5 Mhr @ $ 60.00 n/c Material Handling/Delivery 2 Mhr @ $ 60.00 $ 120.00 Detailing Costs 1 Mhr @ $ 65.00 $ 65.00 Subtotal $ 2,233.05 0/H/P (12%) $ 267.97 L&I/Insurance (2%) $ 44.66 TOTAL: $ 2,545.68 Original Purchase Order Amount Total Cost of Change $ 2,545.68 ACCEPTED: By: Date: AL'S WELDING & STEEL FABRICATION, INC. By: Nick Fagernes Date: 11.04.21 11/4/2021