Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
21-046 - Lincoln Construction - Public Works Fleet and Facilities Tenant Improvements Project (Amendments L-W)
T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 23 DATE: 09/25/2023 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (W ) 21-046(w) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 9-26-2023 Contractor LCI, Inc By 740444 Rom6e , Title Project Manager Original Contract (without tax)* $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA 10/9/2023 1 11:39 AM PDT Previous Change Order $ 3,050,503.00 Dane—DS edby This Change Order (without tax) $ 3,480.00 By �12 Cam, nfLkr Mayor REV. REV. CONTRACT AMOUNT $ 7,481,204.00 DocuSigned by: 5(�alri PDIA,I ulat i Public Works Director 51418E4_924 D9CAD9 Original Contract Time: 242 days (December 3, 2021) SOJ Program Director Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 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. Exhibit "A" ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 023 s,0+la-w a C. -9O CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (W) Date 9/25/23 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 135 Gas Line and Regulators. This is the cost to provide and install a 5 pressure reducing valves (PRV). 2 existing gas PRV will be replaced and 3 PRVs are to be added to units that do not have them. This cost is also to change out 8 gas flexes. UFC $ 3,480.00 Change Order No. 023 $ 3,480.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin, A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 9/18/2023 Project: LCI Project No.: 135 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 3,187.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 191.22 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 101.35 3,378.22 101.35 TOTAL CHANGE PROPOSAL COST 3,480 CONTRACT TIME ADJUSTMENT (DAYS)I TBD Lincoln Construction, Inc. CONTRACTOR 9/18/2023 DATE W omad 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: 9/18/2023 COP #: 135 Please provide a change order for the following work: Gas line and additional regulators per attached from Pipe Construction Total price per attached breakdown: State and local sales tax: Extension of time: 3,480 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 4mad y-Pw �( 9e� Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 135 Owner COP/CCD/PR #: REV: 000 DATE: 9/18/2023 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE X 0.00 $ 1 X 0.00 $ 1 X 0.00 $ 1 X 0.00 $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Pipe Construction PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 3,187.00 = $ 3,187.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 3,187.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 191.22 TOTAL SUBCONTRACTS $ 3,378.22 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 3,378.22 $ 101.35 3 479.57 T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 22 DATE: 06/27/2023 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (V ) 21-046(v) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 6-28-2023 By 740444 Remdeiz9 Contractor LCI, Inc Title Project Manager Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 3,034,740.00 This Change Order (without tax) $ 15,763.00 REV. CONTRACT AMOUNT $ 7,477,724.00 APPROVED BY THE CITY OF TUKWILA 7/5/2023 1 1:14 PM PDT Da Ds By Mayor p—D000sigoed by: MAW Uro '-1F89FE091328402... Public Works Director �DocuSigned by: 5108E1991D9C4D9... Original Contract Time: 242 days (December 3, 2021) SOJ Program Director /114 Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 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. Exhibit "A" ORDER TUKWILA -SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 022 4Tca-w A i 2 9O CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (V) Date 6/27/23 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 133R1 Parapet Ladder. This is the cost to provide and install a parapet ladder between the lower west roof and higher east roof. This is also to provide and install the Durolast Walkway Pads at the top and bottom of the new ladder and the top of the existing ladder. OC $ 12,423.00 COP 134R1 Drain Bowls Per ASI 041. The cost to furnish new cast body drains to tie-in to existing at grade locations, plus add drain. Added drain bowl and downspout and change drain bowls, per ASI 041 UFC $3,340.00 Change Order No. 022 S 15,763.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 6/1/2023 Project: LCI Project No.: $ 5,916.00 133R1 1239 $ 3,138.80 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 1,177.12 9,054.80 D. SUBCONTRACT COST $ 1,726.00 E. OVERHEAD AND PROFIT ON 1,177.12 SUBCONTRACT COST (6%) $ 103.56 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 361.84 1,829.56 361.84 TOTAL CHANGE PROPOSAL COST 12,423 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 6/1/2023 DATE 74omad'om6e49 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: 3/1/1900 COP #: 133R1 Please provide a change order for the following work: Provide and install parapet ladder. Total price per attached breakdown: State and local sales tax: Extension of time: 12,423 includ( X not included 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, 7 4mad 9- Plated 71/14049e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 133 Owner COP/CCD/PR #: REV: 001 DATE: 6/1/2023 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT 8 CARPENTER LABORER 32 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ 711.60 X 77.15 = $ X 75.85 = $ 2,427.20 X 67.72 = $ - X $ X = $ - $ 3,138.80 0.0% $ $ 3,138.80 MARK-UP @ 13.0% $ 408.04 $ 3,546.84 TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS RATE X 0.00 = $ - Ladder 1 X 2,116.00 = $ 2,116.00 Crane 1 X 3,500.00 = $ 3,500.00 Bolts 1 X 300.00 = $ 300.00 SUBTOTAL $ 5,916.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 769.08 $ 6,685.08 Waynes Roofing PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 1,726.00 = $ 1,726.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,726.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 103.56 TOTAL SUBCONTRACTS $ 1,829.56 PROPOSAL SUBTOTAL $ 12,061.48 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 361.84 PROPOSAL TOTAL $ 12,423.33 Updated: 9/30/2011 Page 4 of 6 A ALACO Ladder Company 5167 G STREET CHINO, CA 91710 PHONE: (909) 591-7561 FAX: (909) 591-7565 www.alacoladder.com QUOTE TO : 11770 SHKS Architects 4016 W Dravus Street Fort Lawton, WA 98199 Edward Snow (206) 940-7728 edwards@shksarchitects.com SHIP TO : SHKS Architects 4016 W Dravus Street Fort Lawton WA 98199 Edward Snow (206) 940-7728 QUOTATION Quote Number 13655-R1 Date Mar 27, 2023 PROJECT NAME PAYMENT TERMS SHIPPING METHOD SALESPERSON GOOD THRU Tukwila Public Works Paid In Advance I Common Carrier I Derek I Apr 26, 2023 QTY PRODUCT ID DESCRIPTION UNIT PRICE EXT. PRICE 1 563 8' 0" Aluminum fixed wall ladder for exterior roof access with walk- through & serrated rung over 0" parapet and 0" return to roof, 20 -1/4" wide, 7" brackets, all wall mount. Mill finish aluminum unless specified. Anchor bolts not included or specified by ALACO. 1,391.00 1,391.00 PLEASE NOTE: • Engineering calculations and stamped drawings are not included, unless quoted here. • Common Carrier Shipping: Freight cost is estimated only, final freight cost will be requoted before shipping. (Add $70.00 for construction site delivery, $50.00 for residential delivery) • Lead Time: 4-5 weeks manufacturing PLEASE NOTE: SHOP DRAWINGS MUST BE SIGNED AND RETURNED TO BEGIN MANUFACTURE WE ACCEPT: ACH, Debit Card, Visa, MasterCard and American Express SUBTOTAL: SALES TAX : ESTIMATED FREIGHT : QUOTE TOTAL: 1,391.00 0.00 725.00 2,116.00 ALACO has been building AMERICAN MADE' ladders for over One Hundred Years. All our ladders are OSHA and ANSI A14,3 compliant BREAKDOWN OF COST WAYNE'S ROOFING,INC. PO Box 2287 Sumner, WA98390 ,,'sRooF 0* este JOB NAME Tukwial Public Works Fleet & Facilities Building DATE 4/11/2023 CR DESCRIPTION: Walkpad at Ladders JOB NO 22-039 Provide & install (3) Durolast Roof Track III walkway pads. 30"x60" size per emails, color: Gray to match roofing. SUB EQUIP LABOR MATERIALS QTY UNIT DESCRIPTION ITEM COST TOTAL 7.00 EA Durolast Roof Track III Walkway Pad - Gray $25.80 $180.60 HR PROJECT MANAGER $130.00 12.00 HR ROOFER STANDARD LABOR RATE $82.72 $992.64 HR ROOFER OVERTIME LABOR RATE $114.04 1.00 DAY CREW CAB CREW TRUCK (PER DAY) $299.00 $299.00 DAY 2 TON FLATBED/DUMP TRUCK (PER DAY) $696.00 DAY 23 TON BOOM TRUCK (PER DAY) $961.00 DAY 6K -8K REACH FORKLIFT (PER DAY) $667.00 OTHER RENTALS EA PARKING FEES 1.00 LS CONSUMABLES Cleaner, rags,etc. $25.00 $25.00 TN DISPOSAL $200.00 LS COUNTY TOTAL MATERIALS $180.60 #VALUE! TOTAL LABOR $992.64 TOTAL EQUIPMENT $324.00 WRI PM SUBTOTAL $1,497.24 AARON LEONARD 13.00 % OH / PROFIT $194.64 TOTAL MATERIAL LABOR & EQUIP. $1,692 GC COP # TOTAL SUBCONTRACTOR 6.00 % OH / PROFIT TOTAL SUBCONTRACTOR WRI CR # 2.00 % INSURANCE $33.84 006 % BONDING TOTAL PRICE 1 $1,726 CR Job #(1-25)2022.xlsx 6/1/2023, 10:22 AM Aaron Leonard From: Dave Wetherbee Sent: Tuesday, May 30, 2023 4:10 PM To: Aaron Leonard Subject: Fwd: 05/22 OAC Follow -Up -To Waynes Attachments: TPW - Walk Pad Spec.pdf; ASK -059R1 Exterior Paint Color.pdf; ASK -060 Walkway Pad Location.pdf; 23-0410 - Tukwila Public Works_Exterior Ladder Permit_Draft.pdf Get Outlook for iOS From: Tom Romberg <tom.romberg@lincolnnw.com> Sent: Wednesday, May 24, 2023 2:46:55 PM To: Brian Butler <brian@waynesroofing.com>; Dave Wetherbee <dwetherbee@waynesroofing.com> Cc: Bill Markham <bill.markham@lincolnnw.com> Subject: FW: 05/22 OAC Follow -Up -To Waynes EXTERNAL: This email originated from outside of the organization. Please see attached for the new walk pads. We will be ordering the ladder shortly and will let you know when that is installed. Please provide pricing for the added walk pads. Thank you, Tom Romberg 1LCi `f'" r M52 11803 101' Ave Ct E, Suite 201 Puyallup, WA 98373 CeII 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Edward Snow <edwards@shksarchitects.com> Sent: Wednesday, May 24, 2023 1:37 PM To: Tom Romberg <tom.romberg@lincolnnw.com>; Matt Strutynski <matts@sojsea.com> Cc: 'Cody Lee Gray' <Cody.Gray@TukwilaWA.gov>; Justine Kim <justinek@sojsea.com> Subject: 05/22 OAC Follow -Up Hello Tom — As a follow up to our 05/22 OAC see the following items below for confirmation. 1. Parapet Ladder Location: Cody reviewed a draft copy of the Exterior Ladder Permit on 04/10 and approved the location in that draft set. A copy of that permit draft is attached for reference. Centerline of ladder dimensioned to outside edge of (E) gutter. 2. Walkway Pad: (3) walkway pads to be provided (as shown in the draft copy of the 04/10 Exterior Ladder Permit — detail 4/A2.3.1). All walkway pads to be centered on (E) and proposed roof access ladders. ASK 060 shows the location of the walkway pad in relation to the (E) roof access ladder. Approved spec for the walkway pad is attached for reference. 1 3. Exterior Paint: Per our conversation, Cody approved that we NOT paint the roll down garage doors. Instead, the concrete wall between the West and East roof to be painted "PNT-5". See the attached "ASK -059R1 — Exterior Paint Color" for reference. Additionally, you asked if we could order the ladder early once location and site measurements were confirmed. I've thought further and would like to HOLD on ordering the ladder early. I'd like the permit to be approved prior to placing that order. I expect to see that permit issued in early June if it comes back with no comments from reviewers. Please let me know if you have any questions, thanks! Eddie Snow Pronouns: he/him/his PH: 206.224.3340 SH KS ARCHITECTS From: Tom Romberg <tom.romberg@lincolnnw.com> Sent: Monday, May 22, 2023 7:37 AM To: Matt Strutynski <matts@sojsea.com>; Edward Snow <edwards@shksarchitects.com> Cc: 'Cody Lee Gray' <Cody.Gray@TukwilaWA.gov>; Justine Kim <justinek@sojsea.com>; Adam Hutschreider <adamh@shksarchitects.com> Subject: RE: TPW - Parapet Access Ladder Location; Confirm Edward, I also need to know what the detail is for the existing roof access ladder's new walk pad. There is a detail for the new ladder area (2-A4.0) but nothing for the existing. Is there an unobstructed area of landing required as is for the new ladder and walk pad? Can you please provide that detail as well. Thank you, Tom Romberg 1 Ci 11803 101' Ave Ct E, Suite 201 Puyallup, WA 98373 CeII 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Matt Strutynski <matts@sojsea.com> Sent: Friday, May 19, 2023 10:55 AM To: edwards@shksarchitects.com Cc: Tom Romberg <tom.romberg@lincolnnw.com>; 'Cody Lee Gray' <Cody.Gray@TukwilaWA.gov>; Justine Kim <justinek@sojsea.com>; Adam Hutschreider <adamh@shksarchitects.com> Subject: Fwd: TPW - Parapet Access Ladder Location; Confirm Eddie, Looks like Cody approved the placement in the draft. Can you pull together a final version to send to Tom so we can get pricing on this? It will need to include location and the info for the pads. Sounds like there's a lead time for the ladder so we'd like to get this approved asap. Apologies if you already sent it out. 2 Thanks! Matt Strutynskilmatts@sojsea.com 101 Yesler Way Suite 6061 Seattle, WA 98104 T 206.838.37041C 206.356.6754 1 sojsea.com Shiels 1 Obletz 1 Johnsen Project Focused. Community Driven. From: Tom Romberg <tom.romberg@lincolnnw.com> Sent: Friday, May 19, 2023 10:42:57 AM To: Matt Strutynski <matts@sojsea.com> Subject: FW: TPW - Parapet Access Ladder Location; Confirm Matt, This was the last email I received regarding this. Thank you, Tom Romberg 1 LCA .duaca& e✓a icictioft %orc Set. 11153 11803 101' Ave Ct E, Suite 201 Puyallup, WA 98373 CeII 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Edward Snow <edwards@shksarchitects.com> Sent: Monday, April 10, 2023 11:35 AM To: Cody Lee Gray <Cody.Gray@TukwilaWA.gov> Cc: Tom Romberg <tom.romberg@lincolnnw.com>; Justine Kim - SOJ <justinek@sojsea.com>; Matt Strutynski - SOJ <matts@sojsea.com> Subject: TPW - Parapet Access Ladder Location; Confirm Hello Cody — Attached you will find a draft of the permit drawings we intend to submit (structural not included BUT in hand and ready for submission). Can you please review and confirm the location of where we intend to install the ladder? Please note these drawings are not for use of construction but for location purposes only. Please let me know if you have any questions, thanks! Eddie Snow Pronouns: he/him/his PH: 206.224.3340 SH KS ARCHITECTS 3 OROOF PLAN - PARAPET RETURN LADDER OPARAPET WALL ELEVATION - WEST o o 4 OPARAPET WALL ELEVATION - EAST KEYNOTE LEGEND MARK KEYNOTET. 28 aumeR. egs f 749 ' 0 0 r �I IIS' I L IIIIIIV�i u�� 0 11020E KEY PLAN ASK -060 1.51 azm.eisl SIIKSAFCHITECTS TUKWILA PUBLIC WORKS FLEET AND FACILITIES BUILDING PERMIT SET ROOF PLAN A2.3.1 O O O C1; OROOF KEY PLAN - EXISTING LADDER s' = 2'-6' O EXISTING ROOF ACCESS LADDER - WALKWAY PAD 3MM WALKWAY PAD. NOTE: • OK TO CUT AND INSTALL AROUND (E) VINYL RIBS. • INSTALL CENTERED ON (E) ROOF ACCESS LADDER. • INSTALL TIGHT TO ROOF EDGE, AS POSSIBLE. C3� (E) ROOF ACCESS LADDER 5/24/2023 1:05:38 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 I I I I I I I I I I SHKSARCHITECTS 1050 N. 38th St. Seattle, WA 98103 ax: 206.675.9151 www.shksarchaects.com TUKWILAPUBLIC WORKS WALKWAY PAD LOCATION Scale:As Indicated Date: 05/24/23 ASK -060 SH KS: 2 of 2 sheets DRILL BITS Description Item # Price Each 7/32" x 6" Straight 1631 5.80 7/32" x 11" SDS 1644 19.85 7/32" x 16" SDS 1645 29.10 3/16" x 3" Straight 1632 3.70 3/16" x 6" Straight 1633 5.00 3/16" x 6/' SDS 1629 7.65 3/16" x 8/' SDS 1635 11.00 3/16" x 10" SDS 1630 15.35 3/16" x 12" Straight 1804 21.05 3/16" x 12" SDS 1640 19.15 1/2' x 4" Straight 1266 4.05 1/2' x 4" SDS 1268 7.30 1/2' x 6" SDS 1643 7.65 DRILL BIT INFORMATION 1. All drill bits are listed by size and total length. 2. Deduct approx. 2" for insertion of bit into tool. 3. 3/16"- For concrete decks. 4. 1/2'- for anchors going into concrete. 5. 7/32"- bigger easier to use when concrete is dense. 6. Straight bit vs. SDS (spline drive shaft) - based on drill. 7. Straight- More likely to spin. 8. SDS- Only for specific drills. 9. Usable length is 2" shorter than drill bit size. 10. Drill bit is '1/2"-1" longer than fastener. 11. Order drill bit 3" longer than fastener. PURLIN FASTENERS Drop -Ship Onl Description Item # QuantitylPail Price Each 1 /8" 1488 2,500/pail 407.00 2/4" 1489 1,000/pail 247.00 3/4" 1490 1,000/pail 362.00 43/4" 1491 1,000/pail 379.00 53/4" 1492 1,000/pail 395.00 6/4" 1493 1,000/pail 625.00 73/4" 1494 500/pail 339.00 8/4" 1494-001 500/pail 403.00 PLATES Description Item # QuantitylBox Price Each 2" Round Poly Plates 1305P 1,000/box 275.00 3" Square Steel Plates 1300S 500/box 175.00 3" Plastic Insulation Plates 13051 1,000/box 220.00 Metal Cleat Plates 1304 1,000/box 450.00 RhinoBond Induction Plate 1302 500/box 475.00 DL 3" Induction Insulation Disc 18654 100/bag 10.50 RhinoBond Insulation Disk 1339 250/box 47.00 TruFast Induction Plate 1865 500/box 450.00 11/2 x 2% Oval Metal Plate 1310 500/box 200.00 AccuSeam® Plates 2-3/8" 1867 1,000/box 450.00 Acculrac® Plates 3" 1866 1,000/box 450.00 02/22/2023 15 SNOW DIVERTERS Add .50 for arae. tan or dark ara Description Item # Price Each White w/ White Skirt 1240 44.60 Tan w/ Tan Skirt 1240B 45.55 Tan w/ Terra Cotta Skirt 1240TC 49.15 Gray w/ Gray Skirt 1240G 45.55 Dark Gray w/ Dark Gray Skirt 1240GDX 45.55 CONDUIT/ESCUTCHEON WASHERS Whitetan and ara Description Item # Price Each 1/2" 1338 3.00 3/4" 1337 3.00 1" 1336 3.00 ROOF TRAK' III WALKWAY PADS Description Item # Price Each 30" X 60" White 1080 25.80 60" X 60" White 1082 46.60 30" X 60" Tan 1081 25.80 r: .,1 30" X 60" Gray 11107 25.80 60" X 60" Gray 11108 46.60 30" X 60" Safety 1086 26.40 60" X 60" Safety 1087 48.45 NOTE: The above walkway pads come with a 4" white skirt on two sides with the 60" dimension. Description Item # Price Each 30" X 60" Safety Skirt 4 Sides 1355 35.90 30" X 60" White Skirt 4 Sides 1356 35.90 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 6/20/2023 Project: LCI Project No.: 134R1 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 3,059.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 183.54 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 97.28 3,242.54 97.28 TOTAL CHANGE PROPOSAL COST I$ 3,340 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 6/20/2023 DATE 74omad'om6e49 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: 6/20/2023 COP #: 134R1 Please provide a change order for the following work: Added drain bowl and downspout and change drain bowls per ASI 041 Total price per attached breakdown: State and local sales tax: Extension of time: 3,340 includ( X not included 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, 7 4mad 9- Plated 71/14049e Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 134 Owner COP/CCD/PR #: ASI 041 REV: 001 DATE: 6/20/2023 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 RATE X 0.00 1 X 0.00 1 X 0.00 1 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Waynes Roofing PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 3,059.00 = $ 3,059.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 3,059.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 183.54 TOTAL SUBCONTRACTS $ 3,242.54 PROPOSAL SUBTOTAL $ 3,242.54 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 97.28 PROPOSAL TOTAL $ 3,339.82 Updated: 9/30/2011 Page 4 of 6 CR Job #(1-25)2022.xlsx 6/19/2023, 3:44 PM BREAKDOWN OF COST WAYNE'S ROOFING,INC.lwri PO Box 2287 Sumner, WA 98390 ,��,'sRooF�,G _196s 11" N4111111__ JOB NAME Tukwial Public Works Fleet & Facilities Building DATE 10/4/2022 CR DESCRIPTION: Drains for Office Roof JOB NO 22-039 Furnish new cast body drains to tie-in to existing at grade locations, plus add (1) drain.Includes 80 LF 3" PVC down spouts. Soffit and/or fraiming modifications by others. IQTY UNIT DESCRIPTION ITEM COST TOTAL QUO cwuir LABOR 'vim 1 CIVMLJ Revised 6/19/2023 4.00 EA Roof Drain Body w/ Dome Strainer $203.75 $815.00 4.00 EA Sump Recieiver $68.50 $274.00 80.00 LF 20' PVC Pipe $3.81 $305.04 4.00 EA 3" PVC to 3" No Hub Coupler $9.79 $39.16 2.00 HR PROJECT MANAGER $130.00 $260.00 8.00 HR ROOFER STANDARD LABOR RATE $82.72 $661.76 HR ROOFER OVERTIME LABOR RATE $114.04 1 1.00 DAY CREW CAB CREW TRUCK (PER DAY) $299.00 $299.00 DAY 2 TON FLATBED/DUMP TRUCK (PER DAY) $696.00 DAY 23 TON BOOM TRUCK (PER DAY) $961.00 DAY 6K-8K REACH FORKLIFT (PER DAY) $667.00 OTHER RENTALS EA PARKING FEES CONSUMABLES TN DISPOSAL $200.00 1 LS I COUNTY TOTAL MATERIALS $1,433.20 #VALUE! TOTAL LABOR $921.76 TOTAL EQUIPMENT $299.00 WRI PM SUBTOTAL $2,653.96 AARON LEONARD 13.00 % OH / PROFIT $345.01 TOTAL MATERIAL LABOR & EQUIP. $2,999 GC COP # TOTAL SUBCONTRACTOR N/A 6.00 % OH / PROFIT TOTAL SUBCONTRACTOR WRI CR# 2.00 % INSURANCE $59.98 004 % BONDING TOTAL PRICE 1 $3,059 1 CR Job #(1-25)2022.xlsx 6/19/2023, 3:44 PM Aaron Leonard Subject: FW: Email Bid# B428197 ROOFING & WATERPROOFING Aaron Leonard PROJECT MANAGER / ESTIMATOR aaron@waynesroofing.com / waynesroofing.com D 253.750.3250 / 0 253.863.4455 x250 C 253.307.7871 Mailing: PO Box 2287 Sumner, WA 98390 Physical: 13105 Houston Road E Sumner, WA 98390 From: Collyn.Holtcamp2@ferguson.com <Collyn.Holtcamp2@ferguson.com> Sent: Monday, November 7, 2022 9:37 AM To: Aaron Leonard <aaron@waynesroofing.com> Subject: RE: Email Bid# B428197 EXTERNAL: This email originated from outside of the organization. Does the link work? That's all I have the product data sheets that came up on my end were not helpful https://www.ferguson.com/product/sioux-chief-3-in-cast-iron-roof-drain-s8681503/ /R- 3803457?toPdpDirectly=true&searchKeyWord=s8681503&trackSignal=true&searchType=successfulProductSearch Collyn Holtcamp Sales Support Ferguson 4100 W Marginal Way SW, Seattle, WA 98106 T: (360)757-9794 E: collyn.holtcamp2@ferguson.com www.ferguson.com Due to COVID-19, we ask that you look at using ferguson.com as a tool to help make purchases and monitor your Ferguson account while adhering to the social distancing recommendations. *If you do not already have an account with terguson.com, click here to register.* **Have a Ferguson account? Download the Ferguson app for on -the -go access to your favorite ferguson.com features. Apple iOS devices orAndroid devices** Ferguson.com is now available in the APP STORE. Inventory, Pricing, Billing and More all on your mobile device. Scan with your camera and load the app today! Apple IOS Android 1 Eli, Diri griTr Your Feedback Fuels Our Performance - How Are We Doing? (Click for survey) From: Aaron Leonard <aaron@waynesroofing.com> Sent: Monday, November 7, 2022 9:33 AM To: Collyn Holtcamp <collyn.holtcamp2@ferguson.com> Subject: Re: Email Bid# B428197 That might be perfect! Do you have product data for them so I can submit to the GC? Thank you! I'll get you a PO when I get back to the office. Sent from my iPhone On Nov 7, 2022, at 9:12 AM, collyn.holtcamp2@ferguson.com wrote: EXTERNAL: This email originated from outside of the organization. https://www.ferguson.com/product/sioux-chief-3-in-cast-iron-roof-drain-s8681503/ /R- 3803457?toPdpDirectly=true&searchKeyWord=s8681503&trackSignal=true&searchType=successful Prod uctSearch Price Quotation # B428197 FERGUSON-SEATTLE #3007 4100 WEST MARGINAL WAY SW SEATTLE, WA 98106-1209 Phone : 206-767-7700 Fax : 206-763-3090 Bid No • B428197 Bid Date...: 11/02/22 Cust Phone: 253-863-4455 2 Quoted By: CVH Customer.: WAYNES ROOFING INC 13105 HOUSTON RD SUMNER, WA 98390 Terms • NET 10TH PROX Ship To • WAYNES ROOFING INC 13105 HOUSTON RD SUMNER, WA 98390 Cust PO#..: Quoted price/material available at time of initial Change Request submittal, 1-1/2/22 (see following pages) Job Name.: Item Descri.tion •uantit Net Price UM Total ZZ100F3NH ROOF DRN W/ DOME 3 NO -HUB OUT BODY 4 543.456 EA 2173.82 2-3 WEEK LEAD 78681503 3 NH CI ROOF DRN W/ CI DOM 4 203.750 EA 815.00 7 THESE 1 CAN GET FROM MY DC IN RI HALND WA, 1-2 DAY WEATHER PERMITTING. $2988.82 $0.00 $0.00 Subtotal: Inbound Freight: Tax: Price/materia available & ordered for insta11,4/2s/23 Order Total: $2988.82 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/WBE/SMALL BUSINESS REQUIREMENTS. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web at https://www.ferguson.com/content/website-info/terms-of-sale. Govt Buyers: All items quoted are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with *NP in the description are NOT lead free and can only be installed in non -potable applications. Buyer is solely responsible for product selection. COVID-19 ORDER: ANY REFERENCE TO OR INCORPORATION OF EXECUTIVE ORDER 14042 AND/OR THE EO - IMPLEMENTING FEDERAL CLAUSES (FAR 52.223-99 AND/OR DFARS 252.223-7999) IS EXPRESSLY REJECTED BY SELLER AND SHALL NOT APPLY AS SELLER ISA MATERIALS SUPPLIER AND THEREFORE EXEMPT UNDER THE EXECUTIVE ORDER. EXTERNAL: This email originated from outside of the organization. HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Enter the following link to complete a survey about your bids: https://survey.medallia.com/?bidsorder&fc=3006&on=1081775 Collyn Holtcamp Sales Support Ferguson 4100 W Marginal Way SW, Seattle, WA 98106 T: (360)757-9794 E: collyn.holtcamp2©ferguson.com www.ferguson.com Due to COVID-19, we ask that you look at using ferguson.com as a tool to help make purchases and monitor your Ferguson account while adhering to the social distancing recommendations. *If you do not already have an account with ferguson.com, click to register.* **Have a Ferguson account? Download the Ferguson app for on -the -go access to your favorite ferguson.com features. Apple iOS devices orAndroid devices** Ferguson.com is now available in the APP STORE. Inventory, Pricing, Billing and More all on your mobile device. Scan with your camera and load the app today! Your Feedback Fuels Our Performance - How Are We Doing? (Click for survey) From: Aaron Leonard <aaron@waynesroofing.com> Sent: Monday, November 7, 2022 9:00 AM To: Collyn Holtcamp <collyn.holtcamp2@ferguson.com> Subject: Re: Email Bid# B428197 Hello again, Collyn. Do you have drains in stock that are similar to the Zurn? Needing 4 drains this week so we are open to making something work. Thanks! Sent from my iPhone On Nov 2, 2022, at 9:49 AM, collyn.holtcamp2@ferguson.com wrote: 4 Collyn Holtcamp Sales Support Ferguson Price Quotation # B428197 FERGUSON-SEATTLE #3007 4100 WEST MARGINAL WAY SW SEATTLE, WA 98106-1209 Phone : 206-767-7700 Fax : 206-763-3090 Bid No • B428197 Bid Date...: 11/02/22 Quoted By: CVH Customer.: WAYNES ROOFING INC 13105 HOUSTON RD SUMNER, WA 98390 Cust PO#..: Cust Phone: 253-863-4455 Terms • NET 10TH PROX Ship To • WAYNES ROOFING INC 13105 HOUSTON RD SUMNER, WA 98390 Job Name.: Item Description Quantity Net Price UM Tot ZZ100F3NH ROOF DRN W/ DOME 3 NO -HUB OUT BODY 4 543.456 EA 2-3 WEEK LEAD Subtotal: $2173.82 Inbound Freight: $0.00 Tax: $0.00 Order Total: $2173.82 Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/WBE/SMALL BUSINESS REQUIREMENTS. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that 5 Architect Supplemental Instructions Project Tukwila Public Works To Tom Romberg Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 ARCHITECTS ASI No. 41 Date of Issuance 10/20/2022 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. ',Description Make the following revision to the Drawings: - Modify Detail 6 per revised Sheet A4.3 - Add downspout to roof per attached ASK - 057 LAttachments o Revised Sheet A4.3 — "Exterior Details — Roof Recovering/Repair" o ASK - 057 Roof Parapet Detail 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By E Snow 0 EXTERIOR ENVELOPE- STANDARD FLASHING PROFILES OPVC ROOFING AT PIPE PENETRATION REPAIR MTLZ CNC WALL OPVC ROOFING @WALL TRANSITION REPAIR sLiE „IIMASIDIlle Kr. eumEoscadu®,e o4 PER SITE M ETINGNVALK, METAL PANELS BE RMOVES AND REINSTALLED WITH BO CUT TO ACCOMMODATE NEW FINISHED AND FLASHING REQ'MNTS OMEMBRANE ROOFING @ METAL SIDING - SECTION REPAIR ILL OM EDGE OOF HEIGHT ROOF PARAPET DETAIL -SECTION REPAIR OPVC ROOFING @ ROOF RAKE -SECTION REPAIR stffiK LASHINGS -MR 110IMINELDED.TYP PVC 4.1111.5111116.1, {106 PEIALiliSUB{.11116.1, 11-1 Pa{ MEL RIB nroxo 1106 MILIN PVC ROOING @ ROOF GUTTER -SECTION REPAIR 7A PVC ROOFING @ ROOF RAKE -SECTION ALTERNATE 1 DRAFT rznprvrrAzE Eo LND {DAM - O MEMBRANE ROOFING @ PIPE PENETRATION SECTION REPAIR APPROVED SE.1,,LIBE R1106 DRAIN BLI, CHANGED TO CAST DRAIN BOWLS OMEMBRANE ROOFING @ ROOF DRAIN BOOT - SECTION REPAIR 3N PVC ROOING @ ROOF GUTTER- SECTION REPAIR -ALTERNATE 2 SIIKSAFCHITECTS OTYPICAL MECHANICAL PENETRATION THROUGH PVC ROOFING - SECTION REPAIR 11, 10 PVC ROOFING RIDGE SECTION REPAIR TUKWILA PUBLIC WORKS FLEET AND FACILITIES BUILDING CONFORMED SET EXTERIOR - DETAILS - ROOF RECOVERING/REPAIR ASK -057. 61/4" 71 V.I.F ADDED CAST HOWL DRAIN 0' 16' -1 7/8" 14' - 6 7/8" (5( INSULATION DEPTH AT DRAIN 2" MIN INSULATION DEPTH AT DRAIN 2" MIN \\I K \\ Y 1/4:12 SLCPE \\ \\ fffffffffffiffffif ffiffffiffffiffffiffffiffff (E/ BUILDIN\ O ROOF PLAN WEST - LOWER ROOF SLOPE MIL FASCIA (E) MIL PANEL (E) DOWNSPOUT M SIM DEMO SOFFIT FOR ROOF DRAIN AND GUTTER. AVOID SOFFIT FRAMING BELOW DEMO (E) MIL PANEL SIDING BOTTOM TRIM, CUT BOTTOM (E) MIL PANEL FOR CURB TO RETURN TO (E) WALL. PROVIDE MIL FLASHING SADDLE TO TUCK UNDER (E) MIL SIDING SIM 101/2„ AVOID SOFFIT FRAMING BELOW DOWNSPOUT ADDED SECOND FL1OO1'R 2PAN4" Y Ji -L1/ (E) SIDING Z �/ FIRST FLOOR -WESTA 0" DOWNSPOUT O WgSTELEVATION- EXTERIOR ENVELOPE Copy 1 10/20/2022 2:09:43 PM TUKWILA PUBLIC WORKS FLEET AND FACILITIES BUILDING CONFORMED SET RISME, WA 98168 ES MI 10/215,022 indisaled ROOF PARAPET DETAIL - SECTION_REPAIR ASK -057 TO: 21-046(u) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 21 DATE: 0211412023 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (U ) 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 2-14-2023 Contractor LCI, Inc By 764acut' 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 $ 3,028,952.00 Date 2/17/2023 $ 5,788.00 $ 7,461,961.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order 0 days Updated Contract Time: 371 days (April 11, 2022) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) HP BY Mayor ii:inacl via SeamlessDocs cora l!arf 6:66,0.g J- Key. Sae2,c5b2tlo48b5b92em1,12aabc401b Public Works Director SOJ Program Director ynsd etwtekaoeia 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"��+�LA ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities P‘Ar. 1 leet & Facilities CO # 021 `t c. C' ,_2905_. CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (U) Date 2/14/23 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code :1rnount COP 130R1 Remove and Replace East Roof Wall Joint Caulking. The sealant joints between the tilt -up concrete panels on the east rising wall appear to have failed at multiple locations. This is the cost to remove and replace the joint caulking to prevent moisture entry into the interior or lower west roof assembly below. UFC $ 1,911.00 COP 131 Gas Vent Riser Adjustment at New Roof. It was determined on site that the gas vent riser needed adjustments to be made for the new roof clearance. This is the cost for the adjustment. UFC $1,066.00 COP 132 Disconnect and Reconnect Gas Line from Existing to New Units. Per owner request Pipe was asked to reconnect gas pipe to the (2) existing Gas Unit Heaters (GUI I) in the East Shop in order to keep that area from freezing temps. This is the cost to disconnect gas and reconnect gas when the new (2) GUI1 units arrive. UFC $2,811.00 Change Order No. 021 $ 5,788.00 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: 112312023 Project: LCI Project No.: 130 1239 B. TOTAL LABOR COST $ SUBTOTAL $ C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 1,750.00 $ 105.00 H. BOND (GC ONLY) SUBTOTAL 55.65 1,855.00 55.65 TOTAL CHANGE PROPOSAL COST I$ 1,911 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 1/23/2023 DATE 76,1,84 Rooth, 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: 1/23/2023 COP #: 130 Please provide a change order for the following work: Remove and replace East Roof Wall Joints Total price per attached breakdown: State and local sales tax: Extension of time: 1,911 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/(aota4 ,RRmar las — rzu ect i4 a499 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 130 Owner COP/CCD/PR #. REV: 000 DATE: 1123/2023 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE © SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP [c SUBTOTAL RATE X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ x $ $ TOTAL 0.0% $ 13.0% $ PHASE CODE UNITS RATE x o.00 = $ x o.00 = $ x o.00 = $ x o.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP © TOTAL MATERIALIEQUIPMENT SUBCONTRACTS Washington Waterproofers 0.0% 13.0% $ $ PHASE CODE UNITS RATE 1 X = $ - 1 X = $ - 1 X 1,750.00 = $ 1,750.00 1 X = $ - 1 X = $ - X = $ - x = $ - x = $ - SUBTOTAL $ 1,750.00 MARK-UP © Sub Direct Cost 0 6.0% Less Sub Fee $ 105.00 TOTAL SUBCONTRACTS $ 1,855.00 PROPOSAL SUBTOTAL $ 1,855.00 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 55.65 PROPOSAL TOTAL $ 1,910.65 Updated: 9/30/2011 Page 5 of 7 Washington Waterproofing hie. 2207 27th ave SE. Puyallup, WA 98374 Phone: 253-445-1448 Fax: 253-845-1616 Name / Address Lincoln Construction, Inc. 11803 101st Ave E Suite 201 Puyallup WA 98373 Office: 253-847-6414 Estimate Date Estimate # 1123/2023 14544 Customer Signature TRW Description Qty Cost Total Cut out and recaulk perwetherholt Item 3.17 report. #4 joints between 8 and 10 foot in height. No spec , Tremco Dymonic FC. Any standard color. Exclusion: weather protection, lifts and or scaffold 1 1.750.00 1_;0.00 Total $1,750.00 Customer Signature Dymonic FC Table of Contents Dymonic FC Data Sheet - EN Dymonic FC Color Chart - EN 1 3 TREMCO TECHNICAL DATA SHEET DYMONIC® FC High -Performance, Fast -Curing, Single -Component, Hybrid Sealant PRODUCT DESCRIPTION Dymonic® FC is a fast -curing, single -component, low -modulus, hybrid sealant formulated with proprietary silane end -capped polymer technology. Dymonic FC offers a high-performance, durable, flexible seal that performs excellently in moving joints and exhibits tenacious adhesion to substrates once fully cured. BASIC USES Typical applications for Dymonic FC include expansion and control joints, precast concrete panel joints, perimeter caulking (windows, door, panels), EIFS, aluminum, masonry, and vinyl siding. FEATURES & BENEFITS Dymonic FC is fast -curing with a skin time of 60 minutes and a tack -free time of 3 to 4 hours. This significantly reduces dirt attraction and improves the overall asthetic look. Additionally, Dymonic FC will not green crack due to early movement. The low -modulus nature of Dymonic FC allows it to provide exceptional movement capability of ± 35%. There are 19 standard color options available for Dymonic FC, with the option of painting over the sealant. Dymonic FC is easy to use for immediate application with conventional caulking equipment, with no mixing required. Dymonic FC meets or exceeds the requirements of the following specifications: • ASTM C920 Type 5, Grade NS, Class 35, Use NT, M, A and 0 • ASTM 01248 • U.S. Federal Specification TT -S -00230C Class A, Type II • CAN/CGSB 19.13-M87 • UL2079 (ASTM E 1966), CAN -4-5115M Accepted fire rated systems: FF -D-1063, FW -D-1059, HW -D-1054, WW -D-1054 in SEALANT. WATERPROOFING & RESTORATION INSTITUTE Issued to: Trento incorporated Product: Dv mo FC 0719: Pass ✓ Ext:+35% Comp: -35% senate r Maud Amami Alumnum fr+slr weYiur�Ynilt! 7WJ P,,.w S+canY Axne F�-nwl Vilidalon Orb: 5N8J19 - 5/05124 No.5194REM524 Coyy,ithro2ol4 SEALANT VALIDATION www.swrionlino.orp AVAILABILITY Immediately available from your local Tremco Sales Representative, Tremco Distributor, orTremco Warehouse in 10.1 oz (300 mL) cartridges and 20 oz (600 mL) sausages. COLORS Available in Almond, Anodized Aluminum, Aluminum Stone, Beige, Black, Bronze, Buff, Dark Bronze, Gray, Hartford Green, Ivory, Light Bronze, Limestone, Natural Clay, Off White, Precast White, Redwood Tan, Stone and White. LIMITATIONS Do not apply over damp or contaminated surfaces. Do not use under polyurethane deck coatings. Use with adequate ventilation. Always utilize the accompanying SDS for information on Personal Protective Equipment (PPE) and Health Hazards. Not recommended for use in chlorinated, potable, heavy or waste water. Although Dymonic FC is paintable, this does not imply adhesion to and compatibility with all paints. Consult Tremco Technical Bulletin No. 5-09-05 or Tremco Technical Services for more information. GNEE MG LIMO WARRANTY A repair or replacement warranty is available on all Tremco products. Visit https://www.tremcosealants.com/warranties/for details. TYPICAL PHYSICAL PROPERTIES PROPERTY Service Temperature Rheological Properties Extrusion Rate Hardness Properties Weight Loss SkinTime Tack Free Time Stain and Color Change Adhesion to Concrete Adhesion to Aluminum Effects of Accelerated Aging Movement Capability TEST METHOD ASTM C639 ASTM C1183 ASTM C661 ASTM C1246 ASTM C679 73.4°F (23°C) 50% RH ASTM C510 ASTM C794 ASTM C794 ASTM C793 ASTM C719 TYPICAL RESULTS -40 to 185 °F (-40 to 85 °C) Non -sag (NS), 0" of sag in channel 93.1 ml/min 25 Pass 1 hr 3 to 4 hr No visible color change/No stain 18 to 22 pl i (80 to 98 N) 20 to 25 pli (89 to 112 N) Pass ± 35% Please refer to our website atwww.tremcosealants.com for the most up-to-date Product Data Sheets. NOTE: All Tremco Safety Data Sheets (SDS) are in alignment with the Globally Harmonized System of Classification and Labelling of Chemicals (GHS) requirements. DFC-DS/1122 Tremco Construction Products Group ICPGI brings together Tremco CPG Inc. and its Dryvit and Nudura brands; Willseal; Prebuck LLC, Tremco Barrier Solutions, Inc.; Weatherproofing Technologies, Inc. and its Pure Air Control Services and Canam Building Envelope Specialists offerings; and Weatherproofing Technologies Canada, Inc. TREMCO tremcosealants.com 800.321.7906 i TREMO Construction Products Group 3735 Green Rd.!. Beachwood, OH 44122 800.321.7906 I treemcocpg.com TPTREMCO DYMON IC° FC STANDARD COLORS PRODUCT DESCRIPTION Dymonic® FC is a high-performance, fast -curing, single -component, low modulus, hybrid sealant formulated with proprietary silane end -capped polymer technology. DYMONIC FC STANDARD COLORS PRECAST WHITE STONE ANODIZED ALUMINUM IVORY OFF WHITE ALMOND LIMESTONE GRAY ALUMINUM STONE BEIGE GREY STONE SANDALWOOD WHITE APPLICABLE STANDARDS SHKS: Reviewed. GRAY confirmed. LIGHT BRONZE BRONZE URAL CLAY' BUFF REDWOOD TAN HARTFORD GREEN DARK BRONZE BLACK ASTM C 920 Type 5, Grade NS, Class 35, Use NT, M, A and 0; ASTM C 1248; CAN/CGSB-19.13-M87; U.S. Federal Specification 7- S -00230C, Class A, Type 11; Meets AAMA 808.3-10; UL 2079 (ASTM E 1966), CAN -4-5115M. Colors shorm Ere :pprnimate end may not reflect the shade precoely. Olt ferent lighting conditions cen influence Color = ppe:rnce, for truer Coot please view in daylight. Calors vary by package sues. Custom colors and alternate packaging available. Cont ct Tremco LuJomer Service for more information. Tremco Commercial Sealants & Waterproofing 13735 Green Road I Beachwood, OH 44122 I U5: 800.852.9068 I CAN: 8©0.363.3213 I tremcosealants.com Tremco Construction Products Group (CPG] brings together Tremco Incorporated's Commercial Sealants & Waterproofing and Roofing & Building Maintenance operating divisions; Dryvit Systems, Inc.; Nudura Inc.; WilLseal; Weatherproofing Technologies, Inc. and Weatherproofing Technologies Canada, Inc. Trenaco.arA Dymonie® are registered trademarks of Tremco Incorporated. WiOOsea[ is a registered trademark of Use of the ® symbol indicates registration with the UIS Patent & Trademark Office and the Canadian Intellectual Property Office. 06211BYF000 Part of TI?EARCO Construction Products Group tremcocpg.com SHKS Architects Job No. 2206-17A1 Observations continued: Tukwila Public Works Field Report Number: #6 Page 5 of 6 6.10 Overview photo of the in -progress installation of the single -ply roof assembly at the west roof area, as viewed from the east. Photo depicts overall progress of the roof installation at the west roof area. Previous Discussion Items: 3.17 The east rising wall (Gridlines 13 and C -J approximate) is composed of tilt -up concrete panels. The sealant joints between the panels appear to have failed at multiple locations. It is recommended that the tilt -up sealant joints are replaced with new sealant and backer rod to prevent moisture entry into the interior or the lower west roof assembly below. NEW PROBLEM ITEMS AND SOLUTIONS (Issues noted during the site visit that require resolution, suggested solutions in italics) None at this time. UNRESOLVED PROBLEM ITEMS: (Items continue in subsequent reports until resolved — updates are noted by date and Report # in bold): None at this time. Signatures on page 1 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 2/2/2023 Project: LCI Project No.: 131 1239 B. TOTAL LABOR COST $ SUB TOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 58.56 976.00 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL $ 31.04 $ 1,034.56 31.04 TOTAL CHANGE PROPOSAL COST I$ 1,066 CONTRACT TIME ADJUSTMENT (DAYS)I TBI) Lincoln Construction, Inc. CONTRACTOR 21202023 DATE 7 ma4 a U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 2/2/2023 COP #: 131 Please provide a change order for the following work: Gas Vent Roser Adjustment at New Roof. Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 1,066 incluth 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, '760.a.a Ramey- Project Wriurez9er Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 131 Owner COP/CCD/PR #: REV: 000 DATE: 212/2023 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE TOTAL X 95.00 = $ - X 88.95 = $ X 77.15 = $ - X 75.85 = $ - X 67.72 = $ - x = $ - x = $ $ SMALL TOOL ALLOWANCE © 0.0% $ SUBTOTAL $ MARK-UP © 13.0% $ TOTAL LABOR MATERIALS/EQUIPMENT $ SUBTOTAL PHASE CODE UNITS USE TAXON MATERIALS AND EQUIPMENT MARK-UP C� TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS RATE x 0.00 = $ x 0.00 = $ X 0.00 = $ x 0.00 = $ 0.0% 13.0% $ $ $ Pipe Construction PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 976.00 = $ 976.00 1 X = $ - 1 X = $ x = $ x = $ x = $ SUBTOTAL $ 976.00 MARK-UP © Sub Direct Cost 0 6.0% Less Sub Fee $ 58.56 TOTAL SUBCONTRACTS $ 1,034.56 PROPOSAL SUBTOTAL $ 1,034.56 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 31.04 PROPOSAL TOTAL $ 1,065.60 Updated: 9/30/2011 Page 4 of 6 21-299.017 1/30/2023 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction Description: Pipe COP No. Date: Contractor Ref. No. Per onsite discussions, the gas vents were to be raised. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 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 b. liability insurance 9. BOND a. bond Form Reused 112812019 Itemize all costs on attached COP Cost Breakdown form. $ 834.32 $ $ 834.32 $ $ $ 108.42 $ 5 $ $ $ $ 1. CRAFT LABOR COSTS $ 834.00 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 S 834.00 5. OVERHEAD & PROFIT $ 108.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 2.50 % of 1-7 $ 23.55 1.00 %of1-8 8. INSURANCE $ 24.00 9.66 9. BOND $ TOTAL COST 10.00 976.00 COP Cost Breakdown Pipe Construction Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost $$ - $ - $ - $$ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $- $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $ - $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - Labor Subtotal $ - Superintendent hr $ - $ - $ - $ - Lead Foreman hr $ - $ - $ - $ - Journeyman Plumber 8 hr 104.29 $ 834.32 $- $ - $ 834.32 Total Cost of Work Form Reviser 21291200 V $ 834.32 $- $ - $ 834.32 Page of Issued 21112923 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Building A. TOTAL MATERIAL/EQ BASE COST COP NO: CCD/PR No.: Date: 2/2/2023 Project: LCI Project No.: $ 1,500.00 132 1239 B. TOTAL LABOR COST $ SUB TOTAL 1,500.00 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 195.00 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 58.56 976.00 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL $ 81.89 $ 195.00 $ 1,034.56 81.89 TOTAL CHANGE PROPOSAL COST I$ 2,811 CONTRACT TIME ADJUSTMENT (DAYS)I TBI) Lincoln Construction, Inc. CONTRACTOR 5/11/1900 DATE 74amaa a U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 2/2/2023 COP #: 132 Please provide a change order for the following work: Disconnect and Reconnect gas line from old GUH to new Equipment. Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 2,811 incluth 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, '760.a.a Ramey- Project Wrimaler Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 132 Owner COP/CCD/PR #: REV: 000 DATE: 212/2023 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE TOTAL X 95.00 = $ - X 88.95 = $ X 77.15 = $ - X 75.85 = $ - X 67.72 = $ - x = $ - x = $ $ SMALL TOOL ALLOWANCE © 0.0% $ SUBTOTAL $ MARK-UP © 13.0% $ TOTAL LABOR MATERIALS/EQUIPMENT $ PHASE CODE UNITS Scissor Lift 1 SUBTOTAL USE TAXON MATERIALS AND EQUIPMENT MARK-UP C� TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS RATE x 0.00 = $ - x 1,500.00 = $ 1,500.00 X 0.00 = $ - x 0.00 = $ 0.0% 13.0% $ 1,500.00 $ $ 195.00 $ 1,695.00 Pipe Construction PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 976.00 = $ 976.00 1 X = $ - 1 X = $ x = $ x = $ x = $ SUBTOTAL $ 976.00 MARK-UP © Sub Direct Cost 0 6.0% Less Sub Fee $ 58.56 TOTAL SUBCONTRACTS $ 1,034.56 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 2,729.56 $ 81.89 $ 2,811.45 Updated: 9/30/2011 Page 4 of 6 21-299.018 1/30/2023 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction Description: Pipe COP No. Date: Contractor Ref. No. Per onsite discussions, Pipe was asked to reconnect gas pipe to (2) existing GUH units. We were also asked to disconnect gas & reconnect gas when new (2) GUH units arrive. Scissor Lift provided by others. Add $1500 if Pipe Construction is to provide scissor lift for this scope of work. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) 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 b. liability insurance 9. BOND a. bond Form Revised 112812019 Itemize all costs on attached COP Cost Breakdown form. $ 834.32 $ $ 834.32 $ $ $ 108.42 $ 5 $ $ $ $ 1. CRAFT LABOR COSTS $ 834.00 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 S 834.00 5. OVERHEAD & PROFIT $ 108.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 2.50 % of 1-7 $ 23.55 1.00 %of1-8 8. INSURANCE $ 24.00 9.66 9. BOND $ TOTAL COST 10.00 976.00 COP Cost Breakdown Pipe Construction Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost $$ - $ - $ - $$ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $- $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $ - $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - $- $ - $ - $ - Labor Subtotal $ - Superintendent hr $ - $ - $ - $ - Lead Foreman hr $ - $ - $ - $ - Journeyman Plumber 8 hr 104.29 $ 834.32 $- $ - $ 834.32 Total Cost of Work Form Reviser 21291200 V $ 834.32 $- $ - $ 834.32 Page of Issued 21112923 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 20 DATE: 1212812022 PROJECT NO.: 91030801 PROJECT NAME: PW Fleet & Facilities BUDGETNO.: 300.08 CONTRACT NO.: 21-040(T) 21-046(t) 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 foliowing 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 foliowing change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights o[the TOwnmr"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 Contractormust submit all FieId 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 12-29-2022 LCI Inc Contractor By 7400rad aerf Title Project Manager Original Contract (without tax)* $ 4,427231.00 Previous Change Order $ 2,980900.00 This Change Order (without tax) $ 48,052.00 REV. CONTRACT AMOUNT $ 7,456,173.00 APPROVED BY THE CITY OF TUKWILA 01-04-2023 Date Mayor BY Key: Public Works Director ti Original Contract Time: 242 days (December 3.2021) SOJProgram Director Additional Contract Time from previous Change Orders: 120 days Additional Contract Time forthis Change Order 0 days Updated Contract Time: 371 days (April 11, 2022) ORIGINAL: City Clerk (1 of2) Contractor (2 of 2) cc: Finance Departmen(w/encumbrance) Project Management File NV Project Finance File The original contract vaiue s construction only and does NOT include preconstruction or amendments to preconstructim Exhibit "I ORDER TUKWILA - SUMM. RY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 020 CHANGE CITY OF Project Name Project :# TO CONTRACTOR: 91630601 Contract # 21-046 (T) Date 12/28/22 Liucollr Con stiilction, Inc 11f1ti3 101st Ave Ct E, Suite "201 Puyalhlp, WA 98373 Cit i' CC1) De erltlliuii Reason ("ode no CUP '... ',. COP '.,. 12SR1 12981. New Cas Piping To East. Shop. 'This is the cost to route the gas line from the west shop to the east shop with a core hole in the adjoining wall, and pipe routing to each unit in east shop. The gas piping to be relocated fromthe roof to inside the east shop feeding 2 new unit. heaters. Mechanical. and Electrical. ]Differences Between Pricing Set and Permit ; Set. This is the cost for the mechanical and electrical differences between the pricing set and permit sets. UTC UTC 11734.00 $3931'8.©0 Change t_tr No. 020 $ 48,052.! 0 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Ruildiq A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL COP NO: CCD/PR No.: Date: 11/30/2022 Lincoln Construction 128 RFI 206 Project: LCI Project No.: 1239 C. OVERHEAD AND PROFIT (13%) SUBTOTAL D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 8,000.00 480,00 H. BOND (GC ONLY) SUBTOTAL 254.40 8,480.00 254.40 TOTAL CHANGE PROPOSAL COST 8,734 CONTRACT TIME ADJUSTMENT (DAYS) TBI) Lincoln Construction, Inc. CONTRACTOR 11/30/2022 DATE '7ef'efr dWr .;E:"0,1,Vt e;;‘,19 Tom Romberg 011141.00 g3. Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: COP #: 11/30/2022 128 Please provide a change order for the following work: New gas piping at East Shop per RFI 206. Total price per attached breakdown: State and local sales tax: Extension of time: 8,734 incluth X not included TBD 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, 74044 R:60,04079- PlOteCt 2/14049,41 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities I DESCRIPTION: COP: 126 Owner COP/GCB/PR # RBI 206 REV: 001 DATE: 1113012022 LABOR PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SMALL TOOL ALLOWANCE SUBTOTAL ,7) SUBTOTAL MARK-UP TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE SUBTOTAL USE TAXON NIAT ERIALS AND EQUIPMENT MARK-UP TOTAL MATERIAILIEQUIPM ENT re SUBCONTRACTS Pipe Cot *.tt uction MARK-UP HOURS UNITS PHASE CODE UNIITS 1 1 1 1 1 RATE X 95.00 = $ X 88.05 = $ X 77.15 = $ X 75 85 = $ X 67.72 = $ X X OD% 130% X X X X OD% 13D% RATE 0,00 0,00 0.00 0.00 RATE 5,000 00 SUIBTOTAL Sb IDirezt Cost 0 BO% I. ss:4 Sub Fee TOTAL SUBCONTRACTS PROPOSAL. SUBTOTAL BONDS/liability/Builders IRisk/9&0 Tax PROPOSAL TOTAL Updated: 9/30/2011 3.000% TO $ 8000.00$ $ $ $ 8000.00 480 00 1340aDo ,4 254 40 8,73440 Page 4 of 6 Change Order Summary Sheet 1,1 'III' vvvvoll'Illiviloo Project Name: Tukwila Public Works Fleet Facility Project tk. 21-299 Saurce bartraards: Contractor: 4, r Description i oioN t ui0 Pipe COP No. 7 Date: Jiti Contractor Ref. No. r jtjjj,j14,10101 0-',,V(grgjj'W'F''''"gigt0a41,Ajff,/,,OF,,V7krg,VMNIVIarV,OW,NY.:07"/Rmigeor,,gjpx.orfri.,,,micarw7 I '2 Ai 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & 1 aborers) b. foreman c. lead foreman D1RCTLABOR SUBTOTAL Supervi si on: d. direct supervi son (NTIE 15% of la) e. safety (NTE 2% of lines le, 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. OVE HIEAD & PROFIT a. NTE 13% portion o1, 2, 3, &4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,00 6. SUB -SUBCONTRACTORS a. / b. j c. 0, / A / d. r,.......1Z.......................z .,d Itemize all costs on attached COP Cost Breakdown form. 1.11# , 12154477 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS 0,4/4 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 Farm Reosed 1/2B/2019 1. CRAFT ILABOR COSTS if, ,48fiftit 2. MATERIAL COSTS 3. EQUIPMENT EQUIPMENT COSTS E1(110* 4. SMALL TOOLS ,t%7 4(4 SUBTOTAL 1 thru 4 5. OVE // 0.! v,ipcp 6. SUB -SUBCONTRACTORS ° 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS 116. % of 1 Fq „htr. % of 1-7 '1' % 8. INSURANCE 47,4 OND ffffffff%/ TOTAL COST 4kt COP Cost Breakdown Pipe Construction Denton lion Quar tit Unit T e Labor Unit S CL Unit $ t Unit $ . Cost Total Coat ot $200.,a1 $ 200,00 $ 20100 Core Drill 3J4" Elk rcn Pi,e 1 ea Lss - $500.00 500 00 53.20 604 80 1 $ - S 500.00 5 604.80 111111111111 1" Blk lion Pi, a 53.6 166,43 5 165.43 IIIIIIIIIIIIIIIII 34' Blk Iron HUn. s 1''' Blk Iron Ftttn at 1 lot$ - 79,00 $56.50 5850 - 5 79.00 5 56.50 Thread sealant I1. Illil IIIIIIIIIEIIIMIIIIIIIIrjllIlIll Mill1111 $ $ 1111111111111111111111111111111111111111111111111 IIIIIIIIIIIIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIII 11111111 ME IIIIIIIIIIIIEIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIIIIIIIIIIIIII MIIIIIIIIIIIIEEIIIIIIIEIMIIIIIIIIIIIIIEIIIIIIIIMIMIIIIIIIIIIIIIIIIIZMIIIIIIIEI - MIIIIIIIII 1111.111111 11111111111111111111111111111111 1111111 II= 111111110111111111111111111110111111111.111111111111111111111 31111111111 - - - 5 - IIIIIIIIII= IIIIIIIIIIII _ IIIIIIIIIEIIIIIIIIIIIIIIIIIIIIIEMIIIIIIIIEIIIIIIIIIIIEaIIIIIIIIEI - - IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIII IlEIMIIIEMIIIIE!M 111111111111111111111111111111111111111111111E1111111111111111111111111111111112111111111111111 lial 1311111111111111111 s ...11111111111111 IIII MEM 11111111111111111111111101111111111111111 MIIIIIIIMIIIIIIIIIIIIIIIIIIII Mil IIIIIIIIIIIIIIII EIIIIIIIIIIIII 1111111111111111 111111111111111 EIIIIIIIIIIIII Labor Subtotal Supennt end ent Le,ad Foreman Journ man Plumber hr 40 hr 40 hr 104.29 $ 4,17 ,60 1 5 - - 5 - 5 4,171.60 Total Cosi of Work Form 0,11.30 1 2/2r LIJ Ji 4,171.60 , 1,1338.60 $ 5 810.20 P3;0 of Issued '.1,2O22 SUNBELT PC#: 0327 20215 84TH AVE S KENT, WA 98032-1204 253-872-0799 Job Site: PIPE CO iSTRUCTION INC 11210 TUKWILA INTERNATIONAL BL TUKWILA, WA 98168 1945 C#: 425-413-7473 J#: 253-355-2390 Customer: 603752 PIPE CO iSTRUCTION INC PO BOX 905 RAVENSDALE, WA 98051 Page 1 of 2 SUNBELT RENTALS, INC. Salesman: 101900 PC1019 HOUSE ACCOUNT Typed By: MSPORDER QUOTE 11111111111111111111 Contract #133472788 Contract dt. 11/29/22 Date out12/01/22 8:00 AM Est return12/15/22 8:00 AM Job Loc 11 21 0 INTERNATIONAL BLVD, TUKWIL Job No QUOTE P.Q. #...... QUOTE Ordered By.. GUNN, DERREK NET 30 QTY EQUIPMENT # Min Day Week 4 Week Amount. 1.00 30-33' ELECT SCISSOR NARROW 0070029 SALES Qt Y 1 1 1 242.00 242.00 451.00 823.00 *** EQ.P MSG. *** Familiarization of the equipment stated on this contract has, been offered to the customer. All required manuals are provided with the equipment. stated on this. contract. OSHA 1926.453 & ANSI Regulation A92 requires All Boom. Lift. occu- pants to wear Personal Fall. Protection connected to the designated platform. anchorage points. Personal Fall Protection. equipment is available for purchase from Sunbelt Rentals. If the users of thisequipment have any questions contact Sunbelt Rentals. ITEMS: Item number Unit DLPKSRCHG EA TRANSPORTATION SURCHARGE ENVIRONMENTAL EA ENVIRONMENTAL/HAZMAT FEE 2133XXX0000 WAHERS EA WA 1.25% HEAVY EQUIP RENTAL SURCHARGE DELIVERY CHARGE Price 57.500 12.340 10.290 823.00 57.50 12.34 10.29 125.00 IF THE EQUIPMENT DOES NOT WORK PROPERLY, NOTIFY THE OFFICE AT ONCE MULTIPLE SHIFTS OR CUSTOMER BS RESPONSIBLE FOR OVERTIME RATES MAY APPLY REFUELING, DAMAGES AND REPAIRS 1. The total charges are an estimate based on the est innaled rental period and other information provided by Customer. Customer assumes all risks associated with Usa Equipment during I he Rental Perk3d, including injury and damage lo persons properly and the Equipment, Costumer 15 responsible for and shalt only permit property trained, Authorized Individuals to use the Equipment II the Equipment does 001 operale properly, is not suitable for Customer's intended use, does not have operaling and safety instructions or Customer has any questions regarding use of the Equipment, Customer shall not use the Equipment and shalt contact Sunbelt immediately, 5. Equipment misuse or using damaged or rnallunclioning Equipment may result in serious bodily injury or death and Customer agrees that Customer (i) assumes all risk associated thereunder, and (0) indemnifies Sunixill Entities for all claims or damages as a resift' of misuse or use of damaged or malfunctioning Equipment 6. Customer has received, read, understands and agrees to the estimated charges and all the terms on this page, plus all sections on the reverse side of this Contract ("Sections"), including Release and Indemnification in Section 8 and Environmental Pee in Section 16 which can also be found at www.sunbettrentals.corPrentalconlract DerrverwRickup Surcharge fee explanalksi is available al www ,sunbellrentalscornisurcharge. 7. Customer must contact Sunbelt 10 request pickup ol Ettilipment, retain the Pick -Up Number given by Sunbelt and will be responsible for Equiprnenl until actuatlyrel rieved by Sunbelt. Customer waives its right Io a jury trial in any dispute as sel forth in Section 19. 9. Al the election of Sunbelt or Customer, Customer agrees to submit every dispule to arbilratiori and waives any righl to bring a class action as sel forth in Section 20, Cuslorrier is declining Renlat Protection Plan (see reverse side for delalls) , (Customer Initials) Customer Signature Date Name Printed Delivered By Date www.sunbetlranlats.com Pixie 88 Re 02128122) SUNBELT PC#: 0327 20215 84TH AVE S KENT, WA 98032-1204 253-872-0799 Job Site: PIPE CO iSTRUCTION INC 11210 TUKWILA INTERNATIONAL BL TUKWILA, WA 98168 1945 C#: 425-413-7473 J#: 253-355-2390 Customer: 603752 PIPE CO iSTRUCTION INC PO BOX 905 RAVENSDALE, WA 98051 Page 2 of 2 SUNBELT RENTALS, INC. Salesman: 101900 PC1019 HOUSE ACCOUNT Typed By: MSPORDER QUOTE 11111111111111111111 Contract #133472788 Contract dt. 11/29/22 Date out12/01/22 8:00 AM Est return12/15/22 8:00 AM Job Loc 11 21 0 INTERNATIONAL BLVD, TUKWIL Job No QUOTE P.Q. #...... QUOTE Ordered By.. GUNN, DERREK NET 30 QTY EQUIPMENT # Min Day Week 4 Week Amount SALES ITEMS: Qty Item number PICKUP CHARGE All amounts are in USD Unit Price Sub -total: Tax: Total: 125.00 1153.13 115.44 1268.57 IF THE EQUIPMENT DOES NOT WORK PROPERLY, NOTIFY THE OFFICE AT ONCE MULTIPLE SHIFTS OR CUSTOMER 15 RESPONSIBLE FOR OVERTIME RATES MAY APPLY REFUELING, DAMAGES AND REPAIRS 1. The total charges are an estimate based on the est innaled rental period and other information provided by Customer. Customer assumes all risks associated with !tie Equtpmenl during I he Rental Perkid, including injury and damage lo persons properly and the Equipment. 3. DUSK:Meg is responsible for and shalt only permit property trained, Aidborized Individuals to use the Equipment, II the Equipment does 001 operale properly, is not suitable for Customer's intended use, does not have operaling and safety instructions or Customer has any questions regarding use of the Equipment, Customer shall not use the Equipment and shall contact Sunbelt immediately, 5. Equipment misuse or using damaged or rnallunclioning Equipment may result in serious bodily injury or death and Customer agrees that Cuslomer (i) assumes all risk associated thereunder, and (0) indemnifies SuniKill Entities for all claims or damages as a resift' of misuse or use of damaged or malfunctioning Equipment 6. Customer has received, read, understands and agrees to the estimated charges and all the lerms on this page, plus all sections on the reverse side sit this Contract ("Sections"), including Release and Indemnification in Section 8 and Environmental Pee in Section 16 which can also be found at www.sunbettrentals.cornirenlalconlract DerrverwRickup Surcharge fee explanalkln is available al www ,sunbellrentalscornisurcharge. 7. Customer must contact Sunbelt 16 request pickup ol Er:Om-lent retain the Pick -Up Number given by Sunbelt and will be responsible for Equiprnenl unlrl actueflyrel rieved by Sunbelt. Customer waives its right Io a jury 'fiat in any dispute as sel forth in Section 19. 9. Al the election of Sunbelt or Customer, Customer agrees to submit every dispule to arbitration and waives any righl bring a class action as sel forth in Section 20, Cuslorrier is declining Rental Protection Plan (see reverse side for delalls) , (Customer InilialS) Customer Signature Date Name Printed Delivered By Date www.aunbetlrenlats.com PDF1NSE (Rau, 02128122) teocoert o: Pipe f oil f&t.ICtuor Capital He lu i t Site I raiped 11/16/22 RFI No. 206 Date 11/15/2022 # of pages 3 Project No. 1239 PW Contract No. 9163060 Contract No. 21-046 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. ATTENTION (TO): Adam Hutschreider/Edward Snow Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building - Roofing Reply Due By (Date) ASAP RFI Originator (Name & Company) Derrek. Gunn - Pipe Construction RFI Subject East Building Gas Pipe Re-route Related Spec Section(s) Related Drawing/Detail(s) Specific Questions) or Description of Concern(s) In the east shop, the existing gas piping is located on the roof to feed the rooftop equipment and unit heaters in the building space. This is fed by the 2-1/2" gas main coming from the west shop, up the wall of the east shop to the roof. Lincoln COP -046A4 R1 replaces the existing unit heaters with new ones. There is no need for gas piping on the roof. We are proposing to route the gas line from the west shop to the east shop with a core hole in the adjoining wall, and pipe routing to each unit as indicated in the shop below. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No ❑ .tential Schedule Impact? ❑ Yes ❑ No Potential i Date of Review Reviewed by Company RFI RESPONSE BY Regan Corwin, PE DATE 11/1612022 HARGIS Remarks/Recommendations have no objection 10 not running the gas piping on the uoof; ; ss ame this would be less overall gas pi po pengtlh. Siozong shall comply with current Fuel Gas Code sizing practices. " a"oruid not go with any smaller gas pipe size than what was previously supplying those unit heater locations. Show gas pope sozong on record draw'ings. Penetrat on of exterior' wall shall be sealed water'-tiglht„ label new piping. Clarify of existing abandoned gas � a, gas oolong will be dornolosll°red. SHKS: Reviewed, See cornments from Hargis above. (11/16/2022) 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. y�tititi��v111111lo1104o10uw t17tib 017 ,;tl�ll1llillillilli ill. 010 4 PW Flee Facility L(:'l FaIl• tla lhus Bent RE REQUEST FOR 1NFOR1' 'lATION To: (Lincoln Construction Attn: Cindy Butterworth RIFII# PC21-299. 18 Please reference this RFI # on all responses From: Derrek Gunn Subcontractor: Pipe Construction Inc Plan Page: Date Submitted: 11/15/2022 Date Needed By:. Spec Section: Request for Information In the east shop, the existing gas piping is located on the roof to feed the rooftop equipment and unit heaters in the building space. This is fed by the 2-1/2" gas main coming from the west shop, up the wall of the east shop to the roof. Lincoln COP - 46A4 R1 replaces the existing unit heaters with new ones. There is no need for gas piping on the roof. We are proposing to route the gas line from the west shop to the east shop with a core hole in the ajoining wall, and pipe routing to each unit as indicated in the shop below. Proposed Solution (If any) Signed by: nn fl,l7J1,") NN, 13e exeitannua gee ,l'eaud n r 11VE3T beildim.. provide valve for branch piplteg, cone f/11111110 t 13 ll:inec run new pc beim roof Ihno to bow MA cht„ u5Opoim'alcui NIN.NNIN"NNINIINN fin /-47,%blthh"' NNN,Naluov, NammeNw Ufl NINKUNIIM MINIUM NINI MIS UN MINN Nim„, .N NMI,. VithINNININ,„11/ ANNIIINMEN NIPANNMIN NINTIN WIN NNIONNKMININIERIVIONN 13151111N41,10 NINNIKR rinvi,:mma menege ilk 11% INNN/NENE IININNIMENT, IC IN NO, NIMPOINNAMINO NINEININIENI &UK, N111NINN 9,vookilm FEST FLOOR - EAST - VAC PLAN REROOF Iv) ZoNNALL lac §Y` 17 LCa RFI 206 A:tlachment. CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities BuiREA A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL $ Lincoln Construction COP NO: CCD/PR No.: Date: 12/12/2022 Project: LCI Project No.: 570.00 129R1 239 570.00 C. OVERHEADPROFIT (13%) SUBTOTAL 74.10 74.10 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6°A)) SU TOTAL 35,404. 00 2,124. 24 37,528.24 H. BOND (GC ONLY) SUBTOTAL 1,145.17 TOTAL CHANGE PROPOSAL COST 39,318 CO TI ADJTJSTMENT Lincoln Construction, Inc. . . CONTRACTOR 12/12/2022 AYS TBD 60W4 ;mL? 4 0 Tom Romberg 01114.00 g3.3 Lincoln Construction To: City of Tukwila Re: Public Works Fleet and Facilities Change Order Request Owner COP/CCD/PR #: Date: 2/12/2022 COP #: 129R1 Please provide a change order for the following work: Mechanical anmd Electrical changes between pricing set and permit set. Total price per attached breakdown: State and local sales tax: Extension of time: 39,318 incluch X not included TBD We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, 76044 Reom4ez9 -P,eatert Namilet Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER SUPER IINT EN DENT COP: 129 Owner COP/CC D/PR #: REV:: 001 DATE:: 12112/2022 IN.SSISTANT SUPER IINTENDENT .................... _ . CARPENTER LABORER SMALL TOOL ALLOWANCE MARK-UP CO SUIBTOTAL SUBTOTAL HOURS 6 0.0% 13.0% TOTAL LABOR MATERIALS/EQUIPMENT RATE TOTAL 95.00 57000 88.95 $ 77:1.5 75.85$ 67.72 $ • $ $ 570.00 PHASE CODE UNITS RATE X 0.00 X 0.00 X 0.00 X 0.00 SU IBTOTAL USETAX ON MATERIALS AND EQUIPMENT MARK-UP TOTAL MATER IAIL/EQUIP1111 ENT re SUBCONTRACTS Seahurst Capital Heating MARK-UP SUBTOTAL TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/U ders Risk/B&O Tax PROPOSAL TOTAL PHASE CODE UNITS 1 1 1 0.0% 13.0% RATE 570.00 $ 74.10 644.10 $ $ $ X • $ X • $ X • $ X 28,960.00 $ 28,960.00 X 6,444.00 • $ 6,444.00 X • $ X $ X • $, Sub Direct Cost 0 6,0% Less Sub Fee $ 35,404.00 2,124,24 $ 37,528.24 38,172.34 3.000% 1,145.17 39,317.51 Updated: 9/30/2011 Page 5 of 7 Project. Name: Tukwila Public Works Source Documents: RFI 2C Contractor: Capital. Healing and Cooling. Description: Changes tram prucir g sat to permit sat of drawings Direct Labor Costs' a. crew (apprentices, journeyman, & labore b. foreman c. le=+' foreman d. noncraft labor Labor Markups: e. direct supervision (NTE. 15% of 1a) 1. safety (NTE .2%of lines 1a, b, & c) $ 832.56 DIRECT LABOR SUBTOTAL $ 2. MATERIAL COSTS a. material total from cost breakdown form 832,56 Owner COP No. Dale: 12/12/2022 Contractor Rel. No. COP 018 R1 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS a. equipment total from cost breakdown form $ 4,800:00 4. SMALL TOOLS a. small tools (NTE. 5% of la & b) 3. EQUIPMENT COSTS $ 4,800.00 4. MALL T SUBTOTAL 1 thru 4 5. OVERHEAD & PROFIT a. NTE. 13% portion, of 1, 2, 3, & 4 up** $50,000 $ 732.29 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB.SUBCONTRACTORS a. b. c. d. 0. 7. OVERHEAD & PROFIT ON SUB SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50;Or r for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Fen+,, 1,Wvissd W261200 1.90%oft 1.00 % of 1-7 1.00%of1.8 5. QV HEAD & PROFIT $ 732.00 6. SUB -SUBCONTRACTORS $ $ 7. OVERHEAD & PROFIT ON SUB•SUBCONTRACTORS $ 15.83 6165 8. INSURANCE $ 79.00 GOR 018 Al RFI 204R Gharnge from Prioingi mit set Drawings Page of 9. BOND $ TOTAL COST 121112,/,2022 Project Name: TukwIIIa Public Works Description: Pricing to Permit drawing changes Contractor: Capitai Heating and Cooling Owner COP No. Date: 12/12/2022 Contractor Ret. No. COP 018 R1 Descripton Quan i Unit T 0e abor Maerial .ui'man Total Gost Unit $ Cost Unit $ Cost Unit $ Go MO.3 Dv 23 Note to provide c ua or i. a $ $ $320.00 $ 4,800.00 $ 4,800.00 Additiional Field Lbr Hrs $104.07 $ 832.56 $ $ $ 832.56 $ , $ - $ , $ .„ $ - $ $ $ „ $ $ $ $ $ $ $ $ $ $ Foreman $ ' $ , $ - $ - Wage $64.91 $ , $ „ $ .„ $ .„ Benefits $30.66 - „ $ SUFI $1.93 „ - $ L& U $1.14 $ „. $ - $ .„ $ ., FUTA $039$ „ $ , $ $ FICA $4.02 $ $ $ - Medi $094$ $ $ , PFMA Total $0.08 $ - $ ' $ „ $ - , - $ „ 8104.07 $ . $ $ , - Journeyman $ $ Wage $59.01 $ „ $ „ .„ Benefits $30.60 $ , $ , SUFI $1.76 $ $ $ - $ L&1 $1.14 $ $ $ - $ ., FUTA $0.35 $ „ $ , $ , $ - $ , $ $ , FICA $3.66 $ - Medi $0.86 $ $ $ $ PFMLA $0.08 $ $ $ - $ Total $97.46 $ - $ „ $ - $ - $ - $ - $ - $ „ Apprentice 55% $ $ , $ $ Wage $3246 $ $ $ $ Benefits $25.51 $ „ $0.97 $ - $ - $ , $ - $ - $ - $ ., SUFI L& U $1.14 $ $ - $ $ ., FUTA $0.19 $ $ $ $ FICA $2.01 $ - $ , $ „ $ - $ - $ , $ „ Medi $047 $ - PFMLA $0.04 $ $ $ Total $62.79 $ $ $ $ , $ , Labor Subtotal $ . Lead Foreman Noncraft Labor „ , , $ , ., „, 8 4,800.00 563256 Total Cost ,of Work ran ROVE OCi '',2/20,18 $ 832.56 $ COP 018 R1 RFI 204R 011iange from Pricing set to Permit set Drawings Page of 12/12/2022 EAHURST LECTRIC Providing MGElectrical 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 CC # Date: Project Name: Project Number: Page Number: 45.2 12/2/2022 Tukwila Public Works 117110 1 Work Description Scope: Added HVAC mechanical controls and 2" GRC for root electrical supports CO-NO2 Detectors Timeclocks Motor starters and contacts Relays Fan controllers Exclusions: Cutting, patching, roofing/sealant material and abor. Electrical design. 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, 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 8 days. We will supply and install all materials, labor, and equipm Itemized Breakdown Description 2" GRC (GALV) 2 GRC STRUT CLAMP CO-NO2 SPST Motor Rated Switch 120-277V Intermatic time -clock SP/ST Schnieder 3Pole Motor starter contactor Eaton Motor Switch 'w/thermal overloads MSH11-7A Heater Insert RIB RELAY Intermatic Time Clock Multi Channel Fan Controller 0393347 HVAC Startup & CX Totals nt as per you pre ion or Quoted attached bebw instructions on CCN# 45.2. Qty Net Priceti Total Mat. z borti 40 3,148.98C 1,259.59 10.80C 16 405.87 C 64.94 2.00C 2 2,822.00 E 5,644.00 3.00 E 17 247.64E 4,209.88 1.00E 3 346.68E 1,040.04 1.00E 3 526.36E 1,579.08 1.25E 7 65.46E 458.22 0.75E 7 62.16E 435.12 0.33E 4 30.40E 121.60 0.40E 1 471.36 E 471.36 1.25E 4 19.53E 78.12 0.50E 24 0.00E 0,00 1.00E 128 15,361.95 Total Hrs. 4.32 0.32 6.00 17.00 3.00 3.75 5.25 2.31 1.60 1.25 2.00 24.00 70.80 Summary General Materials ORIGINAL 15,361.95 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: 45.2 12/2/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Total Material Foreman Total Labor Foreman Truck (70.80 Hrs 2.09) (70.80 p 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) Subtotal Overhead & Markup (@ 13.000 %) Subtotal Warranty Insurance Final Amount (@ 1.000 %) (@ 1.800 %) 15,361.95 7,935,97 7,935.97 1,628.40 24,926.32 3,240.42 28,166.74 281.67 512.07 $28,960.48 CO TRACTORCERTIFICATION Name: Date: Signature: II hereby certify that this quotation Is complete and accurate based on the information pfo+Aded. C IE T ACCEPTANCE CC #: 45.2 Final Amount: 2 , 0. Name: Date: Signature: Change Order #: I)e9eby a Nept this quotation 99x1 au1hxi 9119 0911[19c19rl c9tuplele t 5 Work Description ORIGINAL Control Brasch Quote: 2211-147 124 Williams Ave S Renton WA 98057 (206) 628-0044 108 SE 124th Ave Vancouver WA 98684 (503) 444-8369 November 30, 2022 Project: Tukwila Public Works Quoted To: Regan Corwin, Hargis Engineers, Inc. Phone: (206) 448-3376 Emal: Regan.Corwin©Hargis.Biz Hi Regan- per the mfgr, 3-4weeks production. We can ask for expedite and sometimes they are able to accommodate our request. Note 1 20v power, we can also get 24vac units. TimH Item scri 'don Qt Unit Price Ext. Price 1 05E2 -NCM -120, Stand-alone Gas Detector 2 $ 1,692.00 $ 3,384.00 NEMA 3R Enclosure Input Power: 120VAC, .125A, 50/60Hz, 24VA 6 control relays: 5A @125VAC/250VA CO/NO2 Sensors 4 user selectable analog outputs: 4-20mA, 0.2-1VDC, 1-5VDC or 2-10VDC PPM display and LED indicators 106dB @ lOom Alarm 2 OPTIONAL: GEN2-NCM-TGK, Gas kit for testing and/or calibrating CO and NO2 sensors in the field. Includes 100 PPM CO cylinder, 5.0 PPM NO2 cylinder, regulator, tubin I calibration hood, and tunin. tool. 1 $ 1,660.00 $ 1,660.00 3 OPTIONAL: Local Start-up 1 $ 600.00 $ 600.00 $ 5,644.00 Purchase Order should be issued to InControl. Prices valid for 30 days and include non -expedited ground shipping charges. Lead-time begins upon acknowledgment of approved PO and is three to four weeks. Allow three to four business days for ground shipping from Missouri to WA. Payment terms: net 30 days w/approved credit or add 3% for AMEX/VISA/MasterCard. Quote prepared by Ti i Holmes. Please call if you have any questions. Thank You for Your Business! Tukwila Public Works Page 1 of TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 19 DATE: 1112912022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (S ) 21-046(s) 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 11-29-2022 Contractor LCI, Inc. By 7iReaza 4 Roosa Title Project Manager Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 2,959,257.00 This Change Order (without tax) $ 21,643.00 REV. CONTRACT AMOUNT $ 7,408,121.00 APPROVED BY THE CITY OF TUKWILA 12-28-2022 Date BY Mayor eSlgned via SeamleeeDooe.00m Key: 315.090-24e04490592,3atl04_, I e]3 oSL. oa n. Idaml.wObce.rom Public Works Director —�. .y: , mana3.672.0 4,,,E 1 m eoe3.,A4i-- Original Contract Time: 242 days (December 3, 2021) SOJ Program Director Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order. 0 days Updated Contract Time: 371 days (April 11, 2022) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (wfencumbrance) 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 - SUM1 IARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 019 ,44++E 0 zs, GYM . i, CHANGE CITY OF Project Name Project# TO CONTRACTOR: 91 63 0601 Contract# 21-046 (S) Date 11/28/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Deseriptton Reason Code Amount COP 122 Additional Emergency Lighting. This is the cost for the installation of 4 additional emergency lighting fixtures per Tukwila Building Inspector requirement. AD $ 5,599.00 COP 123 Cut Existing Low Roof Fascia Metal. On the lower roof above the west office space, it was found that the existing fascia is not level at the existing roof line. This is the cost to cut the existing low roof fascia to accodomate the framing that will need to be done. UFC $3,397.00 COP 125 Repair Leaky Check Valve at Existing FDC. During the installation dale new system, Reliance Fire noticed there was a leaky check valve at the existing FDC (Fire Department Connection). This is the cost to replace the leaky check valve. UFC $2,963.00 COP 126R1 Sawcutting for Flashing at Roof Wall. This is the cost to install new roofing over the existing expansion joint and flash to match existing. This includes the sawcutting joint and install flashing. This will improve the water tightness between the east and west buildings. OC $9,684.00 Change Order No. 019 $ 21,(;4 7.310 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildir A. TOTAL MATERIAL/EQ BASE COST $ B. TOTAL LABOR COST SUB TOTAL COP NO: CCD/PR No.: Date: 10/26/2022 Project: LCI Project No.: 122 1239 C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 5,128.00 E. OVERHEAD AND PROFIT ON $ SUBCONTRACT' COST (6%) $ 307.68 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 163.07 $ 5,435.68 $ 163.07 TOTAL CHANGE PROPOSAL COST J 5,599 CONTRACT TIME ADJUSTMENT (DAYS)1 TBD Lincoln Construction, Inc. CONTRACTOR 10126/2022 DATE 76.m4 Ree U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 10/26/2022 COP #: 122 Owner COP/CCD/PR #: Inspector Request Please provide a change order for the following work: The Tukwila Building Inspector requested 4 additional emergency lighting fixtures per the attached. Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 5,599 incluth 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, 7‘.0,10:44 Romeev-Proleee 716uteler Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 122 Owner COP/CCD/PR #. Inspector request REV: 000 DATE: 10/26/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP [a$ RATE X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ x $ _ X $ $ TOTAL 0.0% $ 13.0% $ PHASE CODE UNITS RATE X 0.00 = $ x aoo = $ x o.00 = $ x o.00 = $ SUBTOTAL USE TAX ON MATERIALS AND EQUIPMENT MARK-UP © TOTAL MATERIALIEQUIPMENT SUBCONTRACTS 0.0% 13.0% $ $ Seahurst Electric PHASE CODE UNITS RATE 1 X = $ - 1 X = $ - 1 X = $ - 1 X 5,128.00 = $ 5,128.00 1 X = $ - X = $ - X = $ - X = $ - SUBTOTAL $ 5,128.00 MARK-UP © Sub Direct Cost 0 6.0% Less Sub Fee $ 307.68 TOTAL SUBCONTRACTS $ 5,435.68 PROPOSAL SUBTOTAL $ 5,435.68 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 163.07 PROPOSAL TOTAL $ 5,598.75 Updated: 9/30/2011 Page 4 of 6 EAiHURST 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# 46 Date: 10/26/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Conduit and wire to install (4) added X2 emergency fixtures requested by Inspector. Permit Correction attached below. 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#46. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 314" EMT CONDUIT 100 332.06 C 332.06 5.00C 4.50 314" EMT STL COMP CPLG 10 1,550.83 C 155.08 5.00C 0.45 314" EMT INSUL STL COMP CONN 8 1,487.11C 118.97 8.00C 0.58 314"SPRING STLCONDUIT CLAMP= BOLT 20 128.72C 25.74 4.00C 0.72 112" STEEL LOC KNUT 4 81.93C 3.28 10.00C 0.36 112" CHASE NIPPLE 4 295.23C 11.81 12.00C 0.43 #12 TH HN BLACK 300 202.27M 60.68 6.00M 1.62 B2-1 RED WIRE CONN 16 11.03C 1.76 6.00C 0.86 4x1 112" SQ BOX COMB KO 4 284.31C 11.37 30.00C 1.08 4" 50 1G PLSTR RING 518" RISE 4 207.96 C 8.32 15.00 C 0.54 GROUND SCREW W/ INSUL #12 LEAD 4 600.46 C 24.02 6.00C 0.22 3/16x 3 SPRING WING PIH TGL BOLT 16 6.19C 0.99 3.00C 0.43 SGB16A 1 112" BOX MTG BRKT 4 489.50C 19.58 0.00C 0.00 BC200 BEAM CLAMP 20 516.89C 103.38 5.00C 0.50 X2 Fixtures 4 149.16E 596.64 1.40E 3.92 Totals 518 1,473.69 16.21 Summary General Materials 1,473.69 Total Material 1,473.69 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 CC N # Date: Project Name: Project Number: Page Number: 46 10/26/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Foreman Total Labor Foreman Truck Knuckle Boom Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (16.21 Hrs @ $112.09) (16.21 @ 1.00 @ $23.00+0.000 %+0.000 %+0.000 %) (1.00 @ 1.00@ $750.00+0.000 %+0.000 %+0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 1,816.98 1,816.98 372.83 750.00 4,413.50 573.76 4,987.26 49.87 90.67 $5,127.80 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotaticr is canplete and accurate based ah Fheinlonsation prodded. CLIENTACCEPTANCE CCN #: 46 Final Amount:$5,127.80 Name: Date: Signature: Change Order #: I hereby accept this quetation and autharize the s ortraclor b canplete the shoe desaibed watt. Work Description ORIGINAL City of Tukwila Horne Search tor Construction Permit Perrnit Detail. Permit Contacts Perrnit Fees Due Schedule Inspection Scheduled Inspections Plan Review Attach ments Scheduled I nspections / Inspection Detail Inspection Detail Permit Number: D20-0187 Address: 11210 TUKWILA INTL BLVD Inspector Notes Permit Type: DEVELOPMENT Permit Date: 48/31/202 Note CORRECTION/ #1 -4 ADDITIONAL BU1-EVE UNITS REQUIRED IN SHOP AREA Date 10/20/2022 01:25 PIA Shr+wir'c 1 to 1 of 1 entries WHEN SUBMITTING AM APPLICATION, PLEASE ENSURE YOU HAVE ATTACHED ALL REQUIRED DOCUMENTS. Ch.a ION: By using this Portal b apply for permits, I certify. I an the owner of the property or the owner's authorized agent If acting as an auto- zed agent, I further certify that I have full power and authority to fI e this application and to perForri. on behalf of the owner, all acts required red to enable the jurisdiction to process anc "eview such application. I have furnished true and coned informations I will comply with all provisions of law and ordinance governing this type of application. If the scope of work recIaires a licensed contractor::: perforin the work the information will he provided prior to permit issuance Is structe.ons & Cu.de: Questions? Contact the Permit: Center at perrnits@tuicwilawa.gov tu1cwilawa.gov or (206)431-3670 UPDATED AS OF: 8/5/2022 Local 46 Wage Package Hourly Wage Health & Welfare Local Pension Annuity Apprenticeship NEBF Pension 3% of •ross LMCC & NLMCC NECA I AMF (1% of gross) SAP Fringe subtotal Union Package Hourly Cost PR Taxes & Insurance 12.54% WA L&I Sick Time Allocation Total Cost Per Hour 46 Inside Wire Rates 8/1/2022 - 2/5/2023 Journeyman Wi reman 1 65.72 10.65 10.88 2.50 0.87 1.97 0.11 0.66 0.05 27.69 93.41 8.24 0.75 1.85 Foreman 1.1 7229 10.65 10.88 2.50 0.87 2.17 0.11 0.72 0.05 27.95 100.24 9.07 0.75 2.03 General Foreman 1.2 78.86 10.65 10.88 2.50 0.87 2.37 0.11 0.79 0.05 28.22 101.08 9.89 0.75 2.22 T - 1/2 Wage 1.5 NEBF Pension (3% of gross) NECAIAMF (1% of gross) other fringes Total (Time & 1/2) Fringe Union Package Hourly Cost PR Taxes & Insurance 12.54% WA L&I Sick Time Allocation Total Cost Per Hour 98.58 108.44 118.29 2.96 3.25 3.55 0.99 1.08 1.18 25.06 25.06 25.06 29.00 29.40 29.78 127.58 137.83 148.07 12.36 13.60 14.83 0.75 0.75 0.75 1.85 2.03 2.22 142.55 154.22 165.88 Dbl Time Wage 2 NEBF Pension (3% of gross) NECAIAMF (1% of gross) other fringes Total (Dbl Time) Fringe Union Package Hourly Cost PR Taxes & Insurance 12.54% WA L&I Sick Time Allocation Total Cost Per Hour 131.44 144.58 157.72 3.94 4.34 4.73 1.31 1.45 1.58 25.06 25.06 25.06 30.32 30.84 31.37 161.76 175.42 189.09 16.48 18.13 19.18 0.75 0.75 0.75 1.85 180.84 2.03 2.22 Tax & Insurances FICA Medicare FUTA SUTA PFML 6.20% 1.45% 0.60% 4.13% 0.16% 12.54% 1st 2nd 3rd 4th 5th 6th Appr 40% 0-1000 hours Appr 45% 1001-2000 hours Appr 50% 2001-3500 hours Appr 65% 3501.5000 hours Appr 75% 5001-5500 hours Appr 85% 65CPI -MU U hours 0,42 0.47 0.52 0.65 0.75 035 21.60 30.89 34.17 4272 49.29 55.86 10.65 10.65 10.65 10.65 10.65 10.65 0.25 0.25 5.66 7.07 8.16 9.25 0.25 0.25 1.30 1.63 1.88 2.13 0.87 0.87 0.87 0.87 0.87 0.87 0.83 0.93 1.03 1.28 1.48 1.68 0.11 0.11 0.11 0.11 0.11 0.11 0.28 0.31 0.34 0.43 0.49 0.56 0.05 0.05 0.05 0.05 0.05 0.05 13.29 13.41 20.00 22.09 23.70 25.30 40.89 44.31 54.17 64.81 7299 81.16 3.46 3.87 4.28 5.36 6.18 7.00 0.75 0.75 0.75 0.75 0.75 0.75 0.78 0.87 0.96 1.20 1.39 1.57 lir 49.81 60.17 7212 81.31 90.49 41.40 46.34 51.26 64.08 73.94 83.79 1.24 1.39 1.54 1.92 2.22 2.51 0.41 0.46 0.51 0.64 0.74 0.84 12.18 12.17 18.63 20.38 21.73 23.06 13.84 14.03 20.68 22.93 24.70 26.41 55.24 60.37 71.94 87.01 98.63 110.20 5.19 5.81 6.43 8.04 9.27 10.51 0.75 0.75 0.75 0.75 0.75 0.75 0.78 0.87 0.96 1.20 1.39 1.57 61.96 67.80 80.08 97.00 110.04 123.03 55.20 61.78 68.34 85.44 98.58 111.72 1.66 1.85 2.05 2.56 2.96 3.35 0.55 _ 0.62 0.68 0.85 0.99 1.12 12.18 12.17 18.63 20.38 21.73 23.06 14.39 14.64 21.36 23.80 25.67 27.53 69.59 76.42 89.70 109.24 124.25 139.25 6.92 7.75 8.57 10.71 12.36 14.01 0.75 0.75 0.75 0.75 0.75 0.75 0.78 0.87 0.96 1.20 1.39 1.57 78.04 85.79 99.99 121.91 138.76 HOURLY COST SUMMARY FOR COMMERCIAL WORK IBEW Local 46 (Seattle) February 7, 2022 - July 31, 2022 INSIDE CONSTRUCTION WIREMAN Aug -22 JOURNEYN CERTIFIED CABLE GENERAL WIREMAN WELDER SPLICER FOREMAN FOREMAN BASE WAGE $65.72 $69.01 $72.29 $72.29 $78.86 HEALTHCAR $10.65 $10.65 $10.65 $10.65 $10.65 PENSION $10.88 $10.88 $10.88 $10.88 $10.88 401k $2.50 $2.50 $2.50 $2.50 $2.50 TRAINING FL $0.87 $0.87 $0.87 $0.87 $0.87 NEBF $1.97 $2.07 $2.17 $2.17 $237 NECA/AMF $0.66 $0.69 $0.72 $0.72 $0.79 SAP $0.05 $0.05 $0.05 $0.05 $0.05 LMCC $0.10 $0.10 $0.10 $0.10 $0.10 NLMCC $0.01 $0.01 $0.01 $0.01 $0.01 TOTAL $93.41 $96.83 $100.24 $100.24 $107.08 APPRENTICES FIRST SECOND THIRD FOURTH FIFTH SIXTH PERIOD PERIOD PERIOD PERIOD PERIOD PERIOD BASE WAGE $27.60 HEALTHCAR $10.65 PENSION $0.25 401k $0.25 TRAINING FL $0.87 NEBF $0.83 NECA/AMF $0.28 SAP $0.05 LMCC $0.10 NLMCC $0.01 TOTAL $40.89 $30.89 $10.65 $0.25 $0.25 $0.87 $0.93 $0.31 $0.05 $0.10 $0.01 $44.31 $34.17 $10.65 $5.66 $1.30 $0.87 $1.03 $0.34 sons $0.10 $0.01 $54.18 $42.72 $10.65 $7.07 $1.63 $0.87 $1.28 $0.43 $0.05 $0.10 $0.01 $64.81 *Vacation Deduction: 6% of gross wages for all employees. $49.29 $10.65 $8.16 $1.88 $0.87 $1.48 $0.49 $0.05 $0.10 50.01 $72.98 $55.86 $10.65 $9.25 $2.13 $0.87 $1.68 $0.56 $0.05 $0.10 $0.01 $81.16 GFOREMAN FOREMAN CABLESPLICER JOURNEYM APPR85% APPR75% APPR65% APPR52% APPR42% APPR40% WIREMAN FOREMAN WIREMAN GEN FOREMAN WIREMAN FOREMAN CABLESPLICER WELDER JOURNEY WIREMAN APP WIRE 6TH PERIOD 6501-8000 85% APP WIRE 5TH PERIOD 5,001-6,500 75% APP WIRE 4TH PERIOD 3,501-5,000 65% APP WIRE 3RD PERIOD 2,001-3,500 HRS 52% of Journeyman* APP WIRE 2ND PERIOD 1,001-2,000 HRS 47% of Journeyman* APP WIRE 1ST PERIOD 0-1,000 HRS 42% of Journeyman* Company Contribution Employee Deduction Copy numbers out of i Hrly 10.350 H&W WAGE MEDICAL $78.86 $10.65 $72.29 $10.65 $72.29 $10.65 $69.01 $10.65 $65.72 $10.65 $55.86 $10.65 $49.29 $10.65 $42.72 $10.65 $34.17 $10.65 $30.89 $10.65 $27.60 $10.65 Hourly Burden NEW RATES WILL COME IN A PDF FORMAT. COPY ROW WITH RATES ONLY (1 AT A TIME) AN COPY AND PASTE EACH ROW. CURRENT TABE WILL AUTO POPULATE CURRENT TAB - UPDATE CELLS IN YELLOW corm and paste one line at a time, Hrly Hrly Hrly Gross Gross Hrly Hrly Hrly 10.630 2.5 0.87 0.030 0.010 0.05 0.1 0.01 LU Pen NEBF NECA PENSION 401K JATC NEBF AMF SAP LMCC NLMCC $10.88 $2.50 $0.87 $2.37 $0.79 $0.05 $0.10 $0.01 $10.88 $2.50 $0.87 $2.17 $0.72 $0.05 $0.10 $0.01 $10.88 $2.50 $0.87 $2.17 $0.72 $0.05 $0.10 $0.01 $10.88 $2.50 $0.87 $2.07 $0.69 $0.05 $0,10 $0.01 $10.88 $2.50 $0.87 $1.97 $0.66 $0.05 $0.10 $0.01 $9.25 $2.13 $0.87 $1.68 $0.56 $0.05 $0.10 $0.01 $8.16 $1.88 $0.87 $1.48 $0.49 $0.05 $0.10 $0.01 $7.07 $1.63 $0.87 $1.28 $0.43 $0.05 $0.10 $0.01 $5.66 $1.30 $0.87 $1.03 $0.34 $0.05 $0.10 $0.01 $0.25 $0.25 $0.87 $0.93 $0.31 $0.05 $0.10 $0.01 $0.25 $0.25 $0.87 $0.83 $0.28 $0.05 $0.10 $0.01 Burden Burden Burden Hourly Hourly Burden Burden Burden ID PASTE IN "WAGE" ABOVE IN COLUMN C SHEET NOTES: 51 IP ▪ didY iia ! .iO 0 sI gIe g LL z 12 mea 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 g Ba � 28 'ELT- givia6 `6,▪ 4 Ert Eta itA a g 3 8. M 11 11 14 g z er CC ▪ I- 1 1 1 1 1 1 1' 1 1 1 1 1 1 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildir A. TOTAL MATERIAL/EQ BASE COST $ B. TOTAL LABOR COST COP NO: CCD/PR No.: Date: 11/4/2022 Project: LCI Project No.: 123 1239 SUBTOTAL $ C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 3,111.00 E. OVERHEAD AND PROFIT ON $ SUBCONTRACT' COST (6%) $ 186.66 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 98.93 3.297.66 $ 98.93 TOTAL CHANGE PROPOSAL COST J 3,397 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 1114/2022 DATE 7f maa Ree U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 11/412022 COP #: 123 Owner COP/CCD/PR #: Per Site Walk Please provide a change order for the following work: Per site walk with all parties, cut existing low roof fascia to accomodate framing. Existing fascia is not level at existing roof line. Total price per attached breakdown: State and local sales tax: Extension of time: This price is good for 3,397 incluth 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, 7‘.0,10:44 Romeev-Proleee 716uteler Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER SUP ERINTEN DENT COP: 123 REV: Owner COP/CCD/PR #. Per Site Walk 000 DATE: 11/4/2022 HOURS ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE © SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP [c RATE X 95.00 = $ X 88.95 = $ x 77.15 = $ X 75.85 = $ x 67.72 = $ x $ _ x $ $ 0.0% 13.0% TOTAL SUBTOTAL PHASE CODE UNITS RATE x a.00 = $ x a.00 = $ x a.00 = $ x a.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP TOTAL MATERIALIEQUIPMENT SUBCONTRACTS 0.0% 13.0% $ $ Northshore Exteriors PHASE CODE UNITS RATE 1 X = $ - 1 X = $ - 1 x = $ - 1 X 3,111.00 = $ 3,111.00 1 X = $ - x = $ - x = $ - x = $ - SUBTOTAL $ 3,111.00 MARK-UP © Sub Direct Cost 0 6.0% Less Sub Fee $ 186.66 TOTAL SUBCONTRACTS $ 3,297.66 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.Oa0% $ 3,297.66 $ 98.93 $ 3,396.59 Updated: 9/30/2011 Page 4 of 6 NORTHSHORE Itemized Change Order Proposal Attention: Tom Romberg Date: NSE Ref By: 11/3/2022 Project: Tukwila Public Works 6223-008 COP /RRif: Site request. Jeremy Hughes Work Description Add to cut down fascia panel at NW low roof perimeter, with double cut power tool. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total 5./Unit Tole:] Rate Total Labor Shop Journeymen Per Hr $ 114.07 $ - $ - $ - Shop Foreman Per Hr $ 171.27 $ - $ - $ - Field Journeymen 8 Per Hr $ 105.11 $ 840.85 $ - $ - Field Foreman 8 Per Hr $ 117.23 $ 937.86 $ - $ - Project Admin (drawings, PM) 1 Per Hr $ 138.65 $ 138.65 $ - $ - Delivery Driver Per Hr $ 60.08 $ - $ - $ - liatcrial $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - b quipiucnt 20 t flat bed Per Il- $ - $ - $ 57.00 $ - 8 ft 112 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius Per Hr $ - $ - $ 396.14 $ - RAS 90 Break Per Hr $ - $ - $ 74.28 $ - CNC Router Per Th $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) Day $ - $ - $ 530.00 $ - 65 t Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - 26 Ft Scissor Lift 1000# (rented) 2 Day $ - $ - $ 300.00 $ 600.00 Lift Delivery Fee 1 EA $ - $ - $ 150.00 $ 150.00 Subtotals Safety act expense @0% of direct labor Small tools expense a@ 0% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Total Value of work for $ 1,917.36 3 - $ 750.00 $ - $ - $ 38.08 $ 1,917.36 $ - $ 788.08 Subtotal of all expenses (labor, materials, & equipment) Contractor liability innuance=1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 %overhead &profit this contract including overhead & profit 3 2,705.44 3 47.35 3 2,752.78 S 357.86 $ 3,110.64 Exclusions: Any demo or removal of fasteners below the cut line. GC to provide clear cut elevation layout locations. No warranty on condition or damage to any underlying materials. Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor fiirther agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C • EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www. n orthsh ore ext. corn 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: 11/7/2022 Project: LCI Project No.: B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL 125 1239 D. SUBCONTRACT COST $ 2,714.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL $ 162.84 H. BOND (GC ONLY) SUBTOTAL 86.31 $ 2,876.84 86.31 TOTAL CHANGE PROPOSAL COST I$ 2.963 CONTRACT TIME ADJUSTMENT (DAYS) TI31) Lincoln Construction, Inc. CONTRACTOR 11/7/2022 DATE 744 wry Tom Romberg 0 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: 11)712022 COP #: 125 Please provide a change order for the following work: Costs to repair leaky check valve on the existing FDC for the new firs sprinkler installation. Total price per attached breakdown: State and local sales tax: Extension of time: 2,963 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, 760“24 Reol - 'za jc t eetaa yc Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 125 Owner COP/CCD/PR #. REV: 000 DATE: 11/112022 HOURS PROJECT MANAGER 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 RATE x o.00 = $ x o.00 = $ x o.00 = $ x o.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP © TOTAL MATERIALIEQUIPMENT SUBCONTRACTS Reliance Fire 0.0% 13.0% $ $ $ $ PHASE CODE UNITS RATE 1 x = $ - 1 x = $ - 1 x = $ - 1 X 2,714.00 = $ 2,714.00 1 x = $ - x = $ - x = $ - x = $ - SUBTOTAL $ 2,714.00 MARK-UP [a$ Sub Direct Cost 0 6.0% Less Sub Fee $ 162.84 TOTAL SUBCONTRACTS $ 2,816.84 PROPOSAL SUBTOTAL $ 2,816.84 BONDS/Liability/Builders Risk1B&O Tax 3.000% $ 86.31 PROPOSAL TOTAL $ 2,963.15 Updated: 9/30/2011 Page 5 of 7 REL IA NCE FIRE PROTECTION P.O. Box 428 Preston, WA 98050 (206) 682-6636 Fax: (206) 682-6744 Lk# RELIAFPi02Li SERVICE QUOTE QUOTE DATE: 11/7/2022 Quote Expiration Date: 2/5/2023 Tukwila Fleet Services Building Total Labor: $1,364 Includes: Excludes: 11210 International Blvd, Tukwila, WA 98188 Service Quote Total: $2,71 4 Total Material: $$1,250 Travel/Admin: $100 • We will replace the leaking six inch check valve coming in from the FDC. • Washington State sales tax. • Painting/patching of drywall. • Alarm & detection, fire watch services, or shutdown fees. • Weekend work/Shift work. Our assumption is for working hours of 7:00am - 3:30pm, SWF. •Any fees for participation in owner or GC required safety, Prevailing wage documentation, Compliance Engine reporting fees, insurance, billing or design programs. A charge of two hours and the truck fee will be biped for inaccessible jobs coordinated with customer. Reliance Fire Protection is entering your location to fix an issue and/or service your system. Reliance Fire Protection acts professionally to ensure that we treat your system with the utmost care and respect, however we cannot accept liability for damages caused in association with the ordered repairs and service if the current state of the system is compromised by age, nature, or compromised existing materials already installed. By agreeing to accept this service you are waiving any liability against Reliance Fire Protection by you or your insurance company for damage to your system that is caused by Reliance Fire Protection resulting from the before mentioned issues in course of this service. David March Service Manager Da ve@reliancefire,com If you accept the values and terms of this quote, please sign here: Please print your name here: Title: Date: CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL COP NO: CCD/PR No.: Date: 11/21/2022 Project: LCI Project No.: $ 6,500.00 126 1239 $ 1,820.40 8,320.40 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 1,081.65 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL $ $ 1,081.65 H. BOND (GC ONLY) SUBTOTAL 282.06 $ 282.06 TOTAL CHANGE PROPOSAL COST I$ 9,684 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 11/21/2022 DATE 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: 11/21/2022 COP #: 126 Please provide a change order for the following work: Option 1: Install new roofing over existing expansion joint and flash to match existing. a. Sawcut a joint and install flashing. Total price per attached breakdown: State and local sales tax: Extension of time: 9,684 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, 7l40,a4 Ram - 'za jc t'71t ur49 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 126 Owner COP/CCD/PR #. REV: 001 DATE: 11/21/2022 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER 24 LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL • $ _ $ • $ • $ 1,820.40 ▪ $ _ $ $ 1,820.40 SMALL TOOL ALLOWANCE © 0.0% $ SUBTOTAL $ 1,820.40 MARK-UP © 13.0% $ 236.65 TOTAL LABOR MATERIALS/EQUIPMENT Sawcutting 125Inft SUBTOTAL $ 2,057.05 PHASE CODE UNITS RATE X 0.00 = $ - 125 X 52.00 = $ 6,500.00 X 0.00 = $ - X 0.00 = $ - USE TAX ON MATERIALS AND EQUIPMENT MARK-UP © TOTAL MATERIALIEQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 6,500.00 $ 845.00 $ 7,345.00 PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X x x x RATE SUBTOTAL $ MARK-UP [a$ Sub Direct Cost 0 6.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL $ 9,402.05 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 282.06 PROPOSAL TOTAL $ 9,684.11 Updated: 9/30/2011 Page 5 of 7 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 18 DATE: 1011112022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (R ) 21-046(r) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 10-17-2022 Contractor LCI, Inc By _ 76 Rooder9 Title Prject Manag r Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 2,899,779.00 This Change Order (without tax) $ 59,478.00 REV. CONTRACT AMOUNT $ 7,386,478.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order. 0 days Updated Contract Time: 371 days (April 11, 2022) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA 10-19-2022 Date HP By Mayor eSIK Heel via SeallllessDecs.celll Key: aeb91 c37 -e 3-4,13,14,89126DcaeK2 Public Works Director 6;21.(a -4.47c a#rir'&4tl SOJ Program Director 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 "Air��r11La ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet &. Facilities CO # 018 •w��r o _..s 0 u -S, _3908.... CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (R) Date 10/11/22 Lincoln Constriction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 CDP. CCD # Description RERSon Code Amount COP 120 Key Credit. This is a credit Lincoln is giving City of Tukwila to cover the cost of the new keys to the new Fleet and Facilities Building. OC $ (999.00) COP 121 Dry System Installation at East Overhang. At the request of Tukwila Public Works, this is a lump sum proposal given to Lincoln by the City for the installation of a new Dry Fire System at the East Overhang, which the Tukwila Fire Marshall required to be installed after an inspection. Lincoln is accepting the added scope from TPW in order to properly initiate contracts to the respective parties due to Affidavit and Prevailing Wage filing requirements. AD $60,477.00 Change Order No. 018 $ 59,478.00 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildiq COP NO: CCD/PR No.: Date: 8118/2022 Project: LCI Project No.: A. TOTAL MATERIAL/EQ BASE COST $ (999.00) B. TOTAL LABOR COST $ 120 1239 SUBTOTAL 1 $ (999.00) 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 I$ (999) CONTRACT TIME ADJUSTMENT (DAYS) 0 Lincoln Construction, Inc. CONTRACTOR 8118/2022 DATE am4< aox r,G u Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 8/1812022 COP #: 120 Please provide a change order for the following work: Key credit Total price per attached breakdown: State and local sales tax: Extension of time: (999) incluth 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, '760 as Rooky- Puelat Vbu(a ycr Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER C OP: 120 Owner COPICCDIFR #: REV: D00 DATE: 8i 1812022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL RATE 96.00 88.95 77.15 75.85 67.72 TOTAL SMALL TOOL ALLOWANCE ® c 0% SUBTOTAL MARK-UP a 13.0% $ TOTAL LABOR MATERIALSIEQUIPM ENT $ Key Credit SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X (999.00) _ $ (999.00) 1 X = $ - 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP TOTAL MATERIAL/EQUIPMENT 0 0% 0.0% $ (999.00) $ (999.00) SUBCONTRACTS PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X = $ 1 X = $ 1 X = $ x = $ X = $ x = $ SUBTOTAL $ MARK-UP la Sub Direct Cast 0 06% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL $ (999.00) BONDS/Liability/Builders Risk/8&O Tax 0.000% $ - PROPOSAL TOTAL $ (999.00) Updated: 9/30/2011 Page 4 of 6 %WAT5DN Remit to: 151 Rainier Ave S, Renton, WA 98057 Phone: 425 226-2925 Customer Billing Address City of Tukwila 14000 Interurban Ave S Tukwila WA 98168 CuSt # 0000256 Invoice Number 0100149714 Date 7113!2022 Dept 01 Dispatch # 189303 Ship To: City of Tukwila 11210 Tukwila Intl Blvd Tukwila WA 98168 Purchase Order MS 60.00 114102 33-6B010-26-AEBS, E KEYWAY, 6 PIN SFIC CYL, US26D 49.95 2,997.00 r FINISH 152.00 Dup Keys - Regular 1 Domestic, Common 6 Pin, Common 6.57 998.64 Sectionals, Std IC, Imports, Dnd, Dbl Sided Domestic\CR 2.00 Locksmith Labor - master key system consultation & design 160.00 320.00 Subtotal $4,315.64 Tax $435.88 Salesperson Total Amount $4,751.52 0016 Signature Printed Name NET 30 DAYS Phone number Date CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ B. TOTAL LABOR COST SUBTOTAL COP NO: CCD/PR No.: Date: 1 011 0120 22 Project: LCI Project No.: 121 1239 $ 2,183.20 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 283.82 D. SUBCONTRACT COST $ 53,065.00 E. OVERHEAD AND PROFIT ON 2,183.20 I $ 283.82 SUBCONTRACT COST (6%) $ 3,183.90 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 1,761.48 56,248.90 1,761.48 TOTAL CHANGE PROPOSAL COST 1$ 60,477 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 10/10/2022 DATE 7644,44 ,Rmier9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 10/10/2022 COP #: 121 Owner COP/CCD/PR #: TPW Request Please provide a change order for the following work: At the request of Tukwila Public Works this change is a lump sum proposal given to LCI from TPW for the installation of a new Dry Fire System at the East Overhang. TPW was unable to initiate contracts to the respective parties due to Afidavit and Prevailing Wage filing requirements. Total price per attached breakdown: State and local sales tax: Extension of time: 60,477 includh 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, el I6 0,14 RRm - PR eet Viaa l.94)7 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 121 Owner COP/CCD/PR #. REV: City Request 000 DATE: 10/1012022 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT 8 16 CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE © SUBTOTAL RATE TOTAL X 95.00 = $ 760.00 X 88.95 = $ 1,423.20 x 77.15 = $ - X 75.85 = $ - x 67.72 = $ - x _ $ - x $ - $ 2,183.20 0.0% $ $ 2,183.20 MARK-UP © 13.0% $ 283.82 TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL $ 2,467.02 PHASE CODE UNITS RATE x 0.00 = $ x o.00 = $ x o.00 = $ x 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP © TOTAL MATERIALIEQUIPMENT SUBCONTRACTS Reliance Fire Seahurst Electric 0.0% 13.0% $ $ $ PHASE CODE UNITS RATE 1 X = $ - 1 X = $ - 1 X 43,150.00 = $ 43,150.00 1 X 9,915.00 = $ 9,915.00 1 X = $ - X = $ - X = $ - x = $ - SUBTOTAL $ 53,065.00 MARK-UP © Sub Direct Cost 0 6.0% Less Sub Fee $ 3,183.90 TOTAL SUBCONTRACTS $ 56,248.90 PROPOSAL SUBTOTAL $ 58,115.92 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 1,761.48 PROPOSAL TOTAL $ 60,477.39 Updated: 9/30/2011 Page 5 of 7 EAHURST LECTRIC Providing TEGG Electrical Services DESIGNED ELECTRICAL SERVICES PROJECT AGREEMENT DA TE:10110122 CUSTOMER: Lincoln Construction ADDRESS: 11803 101St Ave E Suite 201 Puyallup, WA 98373 CONTACT: Tom Romberg PHONE: (253) 606-8350 SITE: 11210 International Blvd. Tukwila, WA 98188 PROJECT: Tukwila Maintenance Compressor Feed TEGG SERVICE CONTRACTOR WILL PROVIDE THE FOLLOWING TO THE CUSTOMER • Provide and Install conduit and wire for 1/3 HP riser mounted oil less air compressor. • Provide and install circuit from closest available 120/208v Panel. • Provide electrical permit for the added circuit. • Lifts for access to ceiling for Conduit work. • Products will meet spec of TPW Maintenance Contract. (Rain Tight Compression Fittings) • Any and all utility fees or engineering fees if required are NOT included. • 1 year warranty on Seahurst Labor and Manufacture warranty on all parts. PROJECT SCOPE PRICING (EXCLUDING APPLICABLE TAXES) $9,915.00 PROPOSAL CLARIFICATIONS & EXCLUSIONS Pricing excludes core drilling or roto hammering concrete wall for any necessary penetrations. Pricing excludes any firestopping or patching of penetrations used or unused. Pricing excludes any/all documentation, engineering, or other services related to the electrical plan -review process Pricing is based on work performed during Standard Time (ST) Labor Hours, Monday -Friday. If this scope of work is caused to be interrupted by or for the convenience of the customer or cannot be performed according to the agreed upon schedule and/or scope, additional charges may apply. Pricing excludes any/all NEC Code Corrections/upgrades to existing Equipment and/or installations. Pricing excludes any/all applicable State/Federal Sales Taxes. TERMS OF PAYMENT: NET 30 PROPOSAL ACCEPTANCE: CONTRACTOR BY CUSTOMER BY DATE DATE Justin Kerr Project Manager Seahurst Electric, Inc. / TEGG Services 2915 Chestnut Street • Everett, Washington 98201 • Phone 425-258-1882 • Fax 425-259-2794 Website www.seahurst.com • Contractor License SEAHJEIO990N RELIANCE FIRE PROTECTION Scope Letter / Bid Date: 10/10/22 P.Q. Box 428 Preston, WA 98050 (206) 682-6636 Fax: (206) 682-6744 Lic# RELIAFP102L1 Project: City of Tukwila Rev.#1 Page 11 11210 International Blvd. Tukwila, WA 98188 Base Price: $ 43,150.00 Inclusions: • Scope of work to begin at the existing antifreeze loop backflow assembly shown in attached pictures. New dry valve will have all new components downstream of the new valve. • Demo of existing main and branch lines to provide the code required drainage back to the new dry riser assembly. • Brass upright fire sprinklers will be installed throughout the canopy. • Labor, lift rental, material, design, permitting and inspections of (1) dry fire sprinkler system designed and installed to light & ordinary hazard. • All work shall be done per NFPA #13. Pipe/fittings to be black schedule 10 & 40. • Clean up at the end of each day and at the end of the project. • Day shift work hours. • We could submit within 2 weeks of PO/contract and receipt of CAD backgrounds. • Fire alarm scope per attached Guardian Scope Letter. • Quote is valid for 30 days. Exclusions: • Air compressor electrical power supply, wiring or electrical of any kind not specifically listed in inclusions. • Material escalation. Due to the current volatility of the material pricing, we will need to update our material price at time of purchase and submit for review and approval prior to delivering to the site if outside the 30 days referenced above. • Penetration of any structural elements. • X-ray/imaging and/or coring. • Upgrade or repair of existing system. It is assumed that the existing piping is adequate and code compliant supplying the new dry valve. • Demo or relocate existing branch lines or mains except as noted above. • Cutting and/or patching. • Painting or labeling of pipe. • Any electrical or fire alarm work. • Insurance requirements, i.e., Factory Mutual, etc. RELIANCE FIRE PROTECTION Exclusions (continued): P.Q. Box 428 Preston, WA 98050 (206) 682-6636 Fax: (206) 682-6744 Lic# RELIAFP102L1 • Fees for participation in owner or GC required safety, insurance, billing or design programs, bonding fee's or sales tax. • Fire extinguishers. • Fire hose valves or standpipe systems. • Fire watch. We appreciate the opportunity to provide this quote and look forward to hearing from you. Sincerely, Jo h Rankin Estimator / Project Manager Page 1 2 Proposal: 66158-2-0 City of Tukwila Fleet and Facilities Sprinkler Modifications rev]. Proposal Issued: Proposal Valid To: 10/7/2022 11/6/2022 GUARDIAN SECURITY LIFE AND PROPERTY P R O T E C T I O N Prepared for: Josh Rankin Reliance Fire Protection Inc 11210 Tukwila International Blvd Tukwila WA, 98168 P E josh@reliancefire.com W (206) 473-0309 253-564-4564 1 mwade@guardiansecurity.com 1 www.guardiansecurity.com 2 SCOPE OF WORK Name: Reliance Fire Protection Inc Site Reliance Fire Protection Inc 11210 Tukwila International Blvd Tukwila , WA 98168 Supplied by Guardian Security: Billing PO Box 428 Preston, WA 98050 Fire Systems Division Scope of Work 1. Equipment Submittal per Specifications 2. Project Engineering/Drawings 3. Supply listed fire alarm equipment and devices 4. Required raceway and back boxes 5. System wire/cable installation 6. Trim devices 7. Correction of wiring faults 8. Commission Panel(s) 9. Testing of all devices on quotation 10. 0 & M Manuals and As -Built drawings as required 11. Owner system training 12. All Permits and Plan Review Fees 13. Standard warranty for parts - 12 Months 14. Standard warranty for labor - 12 Months To be supplied by Customer: Contact Josh Rankin P (206) 473-0309 E josh@reliancefire.com 1. 120 VAC as required 2. Duct smoke detectors are excluded 3. Magnetic door holders are excluded 4. Any and all items not included in this proposal required by local AHJ is subject to additional costs Terms and Conditions 1. Price quoted is valid for 60 days 2. Estimated materials meet the specifications of the project and are compatible with existing equipment. 3. Prices quoted include delivery to the project site F.O.B. 4. Prices quoted do not include State, County, or City taxes. 5. Dry and warm (+32F) on-site storage of delivered materials are the responsibility of the customer. Guardian Security is not responsible for any charges incurred with any storage of materials supplied by Guardian Security 6. Please allow 10-15 working days from Notice to Proceed for shop drawings and submittal packages. 7. Please allow 7-10 working days to schedule technician on-site work. 8. Please allow 7-10 working days for procurement and delivery of Guardian supplied materials. 9. The Authority having Jurisdiction (AHJ) may take up to 8 or more weeks for Proposal 66158-2-0 1 City of Tukwila Fleet and Facilities Sprinkler Modifications 253-564-4564 mwade@guardiansecurity.com 1 www.guardiansecurity.com 3 plan review. Please consider this for scheduling purposes. 10. Most AHJ's require 3-4 working days to schedule testing. Please consider this for scheduling purposes. 11. All Construction debris must be removed prior to final testing with the inspector. All doors, relites, ceiling tile and carpeting must be installed for audibility testing. Any additional site visits due to construction cleanliness or completion will be billed in addition to the price quoted at regular service rates. 12. Final red lines must be delivered to Guardian Security for any contractual As-Builts required for project close-out. Please allow 14working days for completion of As -Built drawings, Operation &Maintenance manuals, and any other required close-out documents. Proposal 66158-2-0 I City of Tukwila Fleet and Facilities Sprinkler Modifications 253-564-4564 1 mwade@guardiansecurity.com 1 www.guardiansecurity.com PROJECT INVESTMENT Name: Reliance Fire Protection Inc Site 11210 Tukwila International Blvd Tukwila , WA 98168 Billing PO Box 428 Preston, WA 98050 Contact Josh Rankin P (206) 473-0309 E josh@reliancefire.com City of Tukwila Fleet and Facilities Sprinkler Modifications revl ()TY 2 Manufacturer SILENT KNIGHT Part # SK-MONITOR2 Description 2 INPUT MONITOR MODULE Financial Summary Total Proposal Amount $3,582.00 Note: Taxes are not included and will be charged at the time of invoice. Proposal 66158-2-0 1 City of Tukwila Fleet and Facilities Sprinkler Modifications 253-564-4564 1 mwade@guardiansecurity.com 1 www.guardiansecurity.com Project Investment Summary Guardian Security will provide the proposed system as described in this proposal for the sum of: $3,582.04 Guardian Security will provide services for 0 months and will charge this amount Monthly: $0.00 The price above includes: materials, equipment and labor as described within this proposal. Taxes are not be included and will be charged additionally. Payment Terms: Provide a mobilization fee in the amount of 0% of the installation fee upon formal approval to proceed with the project. Balance to be paid in progress payments as invoiced by Guardian Security with payment in full due upon system deployment completion. Payment shall be Net 30 of invoice date. Guardian Security Systems, Inc. Reliance Fire Protection Inc By: By: Title: Title: Date: Date: P.0.# Start Date: Proposal 66158-2-0 1 City of Tukwila Fleet and Facilities Sprinkler Modifications TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 17 DATE: 811812022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (Q ) 21-046(q) Council Approval 9/12/22 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 9-20-2022 Contractor LCI, Inc By __WoRdev Title Project Manager Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 1,241,398.00 This Change Order (without tax) $ 1,658,381.00 REV. CONTRACT AMOUNT $ 7,327,000.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 2022) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA 09-26-2022 Date HPasl9nad ,a seam,aaaDooa.00m BY GCart_•6 Mayor Kay:o7:281,13-e18,..2,8,8-aaasf7,3aa, Public Works Director SOJ Program Director fuhi <`I�caszekaseCr" 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 # 017 oer rr l L Fiil,r E �, J yl co- cp . ___i966__,- _I4U8=-Project CHANGE CITY OF ProjectName Project # TO CONTRACTOR: 91630601 Contract # 21-046 (Q) Date 8118122 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COPCCD # Description Hexsu„ Cude .mount COP 046R6 Per COPR 002 Roof Envelope.. The cost for Roof Envelope scope labor and equipment, excluding mechanical and electrical work. OC $945,030.00 COP 046A1 Per COPR 002 Roof Envelope - Alternate 1. The cost for alternate one, added nailer with SA (self-adhered) waterproofing strip in. OC $30,097.00 COP 046A2 Per COPR 002 Roof Envelope - Alternate 2. The cost for alternate two, which includes gutters, drip edge, spacer, downspouts, and demo of existing downspouts and gutters. OC [JC UC $102,678.00 COP 046A3R1 Exterior Envelope Siding and Painting. Alternate 3 Exterior Siding and Painting. The cost of wall pannel demo/replacement and to clean, prime as needed, and paint exterior of building. $295,397.00 COP 046A4R1 Roof Envelope {M.echanica1/Electricalj Allowance. The cost for the mechanical and electrical scope tied to the Roof Re-work. $285,179.00 Change Order No. 017 $1,658,381.00 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 B. TOTAL LABOR COST SUBTOTAL COP NO: 046R6 CCD/PRNo.: COPR 002 Date: 9/19/2022 Project: LCI Project No.: $ 71,404.00 1239 $ 159,056.48 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 29,959.86 $ 230,460.48 D. SUBCONTRACT COST $ 619,891.00 E. OVERHEAD AND PROFIT ON 29,959.86 SUBCONTRACT COST (6%) $ 37,193.46 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL $ 27,525.14 657,084.46 27,525.14 TOTAL CHANGE PROPOSAL COST 945,030 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 9/19/2022 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: 9/19/2022 COP #: 046R6 Owner COP/CCD/PR #: COPR 002 Please provide a change order for the following work: Roof re -work per COPR 002 Excludes weather protection, unforseen elements, removal and replacement of existing roof units, electrical and mechanical work of any kind, any new metal or steel framing and raiing of existing roof curbs and vents. Excludes sub framing at roof gutter section. This needs to be a wood curb/stop per roofing manufacturer. Eves sub framing to be lumber per roofing subcontractor. This excludes any other exterior improvemnts including exterior painting, patching and caulking. This work would not be able to take place during the time frame of the current contractual completion dates. Total price per attached breakdown: State and local sales tax: Extension of time: 945,030 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, 740,4144 ma4 ,Rom6ez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 046 Owner COP/CCD/PR #: COPR 002 REV: 006 TE: 9/19/2022 HOURS PROJECT MANAGER 140 SUPERINTENDENT 180 ASSISTANT SUPERINTENDENT CARPENTER 1332 LABORER 424 SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT Plywood (3200 sq ft) MARK-UP @ RATE TOTAL X 95.00 = $ 13,300.00 X 88.95 = $ 16,011.00 X 77.15 = $ X 75.85 = $ 101,032.20 X 67.72 = $ 28,713.28 X _ $ X = $ $ 159,056.48 0.0% 13.0% $ 159,056.48 $ 20,677.34 $ 179,733.82 2x lumber (4535 Inft) and fasteners Metal Panels -Screws -Caulking Dumpsters and Lifts SUBTOTAL PHASE CODE UNITS RATE 1 X 6,500.00 = $ 6,500.00 1 X 23,129.00 = $ 23,129.00 1 X 9,775.00 = $ 9,775.00 1 X 32,000.00 = $ 32,000.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 71,404.00 $ 9,282.52 $ 80,686.52 Northshore Exteriors Wayne's Roofing PNW Enviromental SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X 89,545.00 = $ 89,545.00 1 X 519,828.00 = $ 519,828.00 1 X 10,518.00 = $ 10,518.00 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ X = $ $ 619,891.00 MARK-UP @ Sub Direct Cost 89,545 6.0% Less Sub Fee $ 37,193.46 TOTAL SUBCONTRACTS $ 657,084.46 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 917,504.80 $ 27,525.14 $ 945,029.95 Updated: 9/30/2011 Page 5 of 7 NORTFISFIORE Itemized Change Order Proposal NSE -003 Attention: Tom Romberg Date: NSE Ref: By: 7/6/2022 Project: Tukwila Public Works n/a COP / RFI #: per request Jeremy Hughes Work Description Roof related flashing for both East and West re- roofmg scopes including demo of selected wall panel. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 122 Per Hr $ 113.33 $ 13,826.50 $- $ - Shop Foreman 50 Per Hr $ 170.29 $ 8,514.60 $- $ - Field Journeymen 161 Per Hr $ 103.86 $ 16,720.93 $- $ - Field Foreman 89 Per Hr $ 115.90 $ 10,315.31 $- $ - Delivery Driver 4 Per Hr $ 59.64 $ 238.56 $- $ - Material 24ga; Kynar Flatsheet 156 ea $ 76.60 $ 11,949.60 $- $ - $ - $- $ - $ - $- $ - $ - $- $ - $ - $- $ - Equipment 20 ft flat bed 4 Per Hr $ - $ - $ 57.00 $ 228.00 8 ft 1/2 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius 19 Per Hr $ - $ - $ 396.14 $ 7,526.66 RAS 90 Break 9 Per Hr $ - $ - $ 74.28 $ 668.52 CNC Router Per Hr $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) 8 Day $ - $ - $ 530.00 $ 4,240.00 65 ft Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $ - $ - $ 300.00 $ - Lift Delivery Fee 1 EA $ - $ - $ 150.00 $ 150.00 Subtotals Safety act expense @ 2% of direct labor Small tools expense @ 3% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Contractor Total Value of work for $ 61,565.50 $ - $ 12,813.18 $ 1,231.31 $ 1,846.96 $ 423.64 $ 64,643.77 $ - $ 13,236.82 Subtotal of all expenses (labor, materials, & equipment) liability insurance = 1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 % overhead & profit this contract including overhead & profit $ 77,880.59 $ 1,362.91 $ 79,243.51 $ 10,301.66 $ 89,545.16 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com Hourly Wage Breakout 10/1/2021 Field Shop Driver Journeyman Foreman Journeyman Foreman Material Handler Scale $ 66.26 $ 74.26 $ 61.12 $ 85.05 $ 31.57 Benefits $ 22.34 $ 25.60 $ 32.63 $ 63.31 $ 20.19 FICA 7.65% $ 5.07 $ 5.68 $ 4.68 $ 6.51 $ 2.42 SUI 1.57% $ 1.04 $ 1.17 $ 0.96 $ 1.34 $ 0.50 FUI 0.60% $ 0.40 $ 0.45 $ 0.37 $ 0.51 $ 0.19 Workman's Comp $ 4.52 $ 4.52 $ 0.55 $ 0.55 $ 0.55 Total $ 99.63 r$ 111.67 $ 100.30 $ 157.26 $ 55.41 Transportation $ 1.83 $ 1.83 $ - $ - $ 1.83 Consumable $ 2.40 $ 2.40 $ - $ - $ 2.40 Indirect Fabrication Cost $ - $ - $ 13.03 $ 13.03 $ - Total Trans, Fab, and Ind Fab Costs $ 4.23 $ 4.23 $ 13.03 $ 13.03 $ 4.23 Total wage + trans. fab & ind $103.86 $ 115.90 $ 113.33 $ 170.29 $ 59.64 Time & a half Premium $ 36.38 $ 40.78 $ 33.56 $ 46.70 $ 17.34 Total time & a half $140.24 $ 156.68 $ 146.89 $ 216.99 $ 76.98 Double time Premium $ 72.77 $ 81.55 $ 67.12 $ 93.40 $ 34.67 Total Double time $176.62 $ 197.45 $ 180.45 $ 263.69 $ 94.31 Northshore Labor Rate Breakdown BREAKDOWN OF COSTPo WAYNE'S ROOFING,INC. Box 2287 Sumner, WA 98390 „sRoonv Al &t JOB NAME Tukwial Public Works Fleet & Facilities Building DATE 7/13/2022 CR DESCRIPTION: PVC Roof Installation Labor JOB NO 22-039 Labor for the Installation of the PVC Roof Membrane recover system at metal roof areas and PVC roof system at lower low slope roof area. SUB EQUIP LABOR MATERIALS QTY UNIT DESCRIPTION ITEM COST TOTAL 421.00 SQ 20 Year Warranty Fee $13.00 $5,473.00 20.00 TN Disposal $200.00 $4,000.00 421.00 SQ Consumables (Visquuen, Shrink Wrap, Rags) $5.00 $2,105.00 4,678.00 HR ROOFER STANDARD LABOR RATE $74.11 $346,686.58 HR ROOFER OVERTIME LABOR RATE $114.04 1 3.00 MONTH CREW CAB CREW TRUCK (PER MONTH) $4,285.19 $12,855.57 3.00 MONTH CREW CAB CREW TRUCK (PER MONTH) $4,285.19 $12,855.57 1.00 MONTH 2 TON FLATBED/DUMP TRUCK 2GVWR (PER MONTH) $9,874.91 $9,874.91 10.00 DAY 23 TON BOOM TRUCK (PER DAY) $1,785.27 $17,852.70 3.00 MONTH 8K REACH FORKLFIT (PER MONTH) $9,539.06 $28,617.18 3.00 MONTH 10K GENERATOR $566.22 $1,698.66 3.00 MONTH MOBILE FALL PROTECTION CART $501.10 $1,503.30 3.00 MONTH MOBILE FALL PROTECTION CART $501.10 $1,503.30 3.00 MONTH HOT AIR WELDER AUTOMATIC $769.57 $2,308.71 3.00 MONTH HOT AIR WELDER AUTOMATIC $769.57 $2,308.71 3.00 MONTH CONTAINER, 20 FEET $297.62 $892.86 1 1.00 LS Signature Safety - Inspection/Audit $500.00 $500.00 COUNTY "^^^^ TOTAL MATERIALS $11,578.00 KING TOTAL LABOR $346,686.58 TOTAL EQUIPMENT $92,271.47 WRI PM SUBTOTAL $450,536.05 AARON LEONARD 13.00 % OH / PROFIT $58,569.69 TOTAL MATERIAL LABOR & EQUIP. $509,106 GC COP # TOTAL SUBCONTRACTOR $500.00 N/A 6.00 % OH / PROFIT $30.00 TOTAL SUBCONTRACTOR $530 WRI CR # 2.00 % INSURANCE $10,192.71 002 % BONDING TOTAL PRICE 1 $519,828 1 8/22/2022, 2:31 PM INTERNAL COST ENTRY WORKSHEET FOR CHANGE REQUEST Worksheet Date : Data Entry Date : CONTRACT #: STATUS PX: PROPOSED BRIAN BUTLER 22-039 CHANGE REQUEST #: 002 JOB TITLE: Tukwial Public Works Fleet & Facilities Building CR ISSUE DESCRIPTION: PVC Roof Installation Labor INTERNAL NOTE: Phase Cost Listing Labor / Fringe Phase Costs New Phase # Phase Description Unit Qty UOM Est Hrs Rate/Hr $ Totals $ Minor Group 30 - MATERIALS New Phase # Phase Description Minor Group 40 - SUBCONTRACTORS New Phase # Phase Description Assign To Issue Subcont. or 0/0 30-000 - MATERIALS - USE TAX - DIRECT 30-200 - MATERIALS FREIGHT - DELIVERY Minor Group 40 - SUBCONTRACTORS New Phase # Phase Description Assign To Issue Subcont. or 0/0 Minor Group 60 - OTHER JOB COSTS - TYPE 1 New Phase # Phase Description 40-000 - MISC SUBCONTRACTORS 60-200 - DISPOSAL -RECYCLE FEES -HAULING * Select * * Select * * Select * * Select * * Select * * Select * Minor Group 60 - OTHER JOB COSTS - TYPE 1 New Phase # Phase Description Minor Group 61 - OTHER JOB COSTS - TYPE 2 New Phase # Phase Description 60-100 - RENTALS -CRANE -LIFT -SITE -ETC 60-200 - DISPOSAL -RECYCLE FEES -HAULING * Select * * Select * * Select * Minor Group 61 - OTHER JOB COSTS - TYPE 2 New Phase # Phase Description Minor Group 90 - ALLOWANCES - RESERVES New Phase # Phase Description $ $ $ $ $ $ 90-100 - CONTRACT STIPULATED ALLOWANCE $ * Select * Total Budgeted Costs Allowance for OH / Profit / Insurance Total Change Request Amount CR Job #(1-25)2022 ADD $ $ 519,828 $519,828 8/22/2022, 2:31 PM 61-400 - PROCESSING -REPORTING -ADMIN FEE * Select * * Select * Minor Group 90 - ALLOWANCES - RESERVES New Phase # Phase Description $ $ $ $ $ $ 90-100 - CONTRACT STIPULATED ALLOWANCE $ * Select * Total Budgeted Costs Allowance for OH / Profit / Insurance Total Change Request Amount CR Job #(1-25)2022 ADD $ $ 519,828 $519,828 8/22/2022, 2:31 PM NATIONAL ROOFING CONTRACTORS ASSOCIATION ROOFING CONTRACTORS EQUIPMENT COST SCHEDULE CRANES, TRUCK -MOUNTED (ALL CONFIGURED WITH JIB) 1 P gao e t 41423 ,.r a LAS�- DESCRIPTON COST Month Week Day Hour 8 -ton, 65 -foot extension, single -axle $179,300.00 $9,525.31 $3,333.86 $1,238.29 $152.41 12 -ton, 118 -foot extension, tandem -axle, 10,000 -pound front, 38,000 -pound rear $220,000.00 $11,687.50 $4,090.63 $1,519.38 $187.00 17 ton, 140 foot extension, tandem -axle $220,000.00 $11,687.50 $4,090.63 $1,519.38 $187.00 tons, 95 feet $258,500.00 $13,732.81 $4,806.48 $1,785.27 $219.73 371/2 ton, 100 -foot extendable boom $544,500.00 $28,926.56 $10,124.30 $3,760.45 $462.83 *Add for hydraulic reel package which includes reel, clam, hopper, and tear -off box,62.113 $22,000.00 $1,168.75 $409.06 $151.94 $18.70 CUT-OFF SAWS \-----/ IC:5) o a. er DESCRIPTON COST Month Week Day Hour Electric, 12 inches $867.90 $143.75 $50.31 $18.69 $2.30 Gas, 12 inches $1,021.90 $169.25 $59.24 $22.00 $2.71 Gas, 14 inches $1,375.00 $227.73 $79.71 $29.61 $3.64 6 FELT SLITTERS - �= DESCRIPTON COST Month Week Day Hour Electric, 40 inches $4,392.30 $425.50 $148.93 $55.32 $6.81 $2,003.20 $744.05 $91.58 Four -wheeled, 30 feet, 8,000 pound capacity ��_1'rtI Hand -operated, 40 inches $1,424.50 $138.00 $48.30 $17.94 $2.21 $108.67 FORKLIFTS, STRAIGHT -MAST Y a • DESCRIPTON COST Month Week Day Hour Four -wheeled, 20 feet, 6,000 pound capacity $40,425.00 $2,804.48 $981.57 $364.58 $44.87 $2,003.20 $744.05 $91.58 Four -wheeled, 30 feet, 8,000 pound capacity $53,515.00 $3,712.60 $1,299.41 $482.64 $59.40 $2,377.13 $882.94 $108.67 FORKLIFTS AND HIGHTLIFTS, REACH -TYPE N\ L i� • NE k." i' `,ft DESCRIPTON COST Month Week Day Hour Four -wheeled, diesel, 20 -foot forklift 5,000- pound capacity $82,500.00 $5,723.44 $2,003.20 $744.05 $91.58 skid -steer loader, riding unit $18,150.00 $964.22 Four -wheeled, diesel, 36 -foot forklift 6,000- pound capacity $97,900.00 $6,791.81 $2,377.13 $882.94 $108.67 Four wheeled, diesel, 42 -foot forklift 8,000- pound capacity $137,500.00 $9,539.06 $3,338.67 $1,240.08 $152.63 � Four -wheeled, diesel, 54 -foot forklift 10,000- pound capacity $163,900.00 $11,370.56 $3,979.70 $1,478.17 $181.93 Manlift, 40 feet $37,514.40 $2,602.56 $910.90 $338.33 $41.64 FRONT-END LOADERS 1,, L oGround DESCRIPTON COST Month Week Day Hour Deck -top, four-wheel drive, riding unite with front-end loader attachment $19,249.99 $1,022.66 $357.93 $132.95 $16.36 skid -steer loader, riding unit $18,150.00 $964.22 $337.48 $125.35 $15.43 8 GENERATORS, PORTABLE ii aQoo ..- -;40.1111- ;4 moi • -. oTOP c1e0000 a/ ®� n , DESCRIPTON COST Month Week Day Hour 2,500 watts $1,089.00 $112.30 $39.31 $14.60 $1.80 4,000 watts $2,090.00 $215.53 $75.44 $28.02 $3.45 8,000 watts $3,245.00 $334.64 $117.12 $43.50 $5.35 9,000 watts $2,935.90 $302.76 $105.97 $39.36 $4.84 10,000 watts $5,494.50 $566.62 $198.32 $73.66 $9.07 15,000 watts $6,154.50 $634.68 $222.14 $82.51 $10.15 GRAVEL SCRAPERS i 'ter, glit G 0 _. ...i4. DESCRIPTON COST Month Week Day Hour Rotary with 8 -inch cutting tool $2,194.50 $308.60 $108.01 $40.12 $4.94 Rotary with 12 -inch cutting tool $3,646.50 $512.79 $179.48 $66.66 $8.20 Scratcher with 12- to 12 inch cutting tool $3,955.60 $556.26 $194.69 $72.31 $8.90 9 SAFETY EQUIPMENT 24 DESCRIPTON COST Month Week Day Hour 50 -foot fall -protection kit, includes harness, anchor rope grab, lanyard and lifeline $109.95 $16.84 $5.89 $2.19 $0.27 f'" Fall -arrest system, mobile $4,524.30 $692.78 $242.47 $90.06 $11.08 Fire extinguisher, 10 pounds, 4A 60BC $150.48 $23.04 $8.06 $3.00 $0.37 Guardrail with base, 10 feet for low slope $423.50 $64.85 $22.70 $8.43 $1.04 -Z- =-_ fi . -- Guardrail system for steep -slope, 16 feet (two corners and one regular post) $91.25 $13.97 $4.89 $1.82 $0.22 Horizontal lifeline roof system and kits $3,392.42 $519.46 $181.81 $67.53 $8.31 Lifelines, retractable, 50 foot cable $621.45 $95.16 $33.31 $12.37 $1.52 Mobile fall -protection $2,722.50 $416.88 $145.91 $54.19 $6.67 Mobile fall -protection system, four-wheel cart, 4 -person capacity $3,272.50 $501.10 $175.39 $65.14 $8.02 retractable system, 50 feet $1,492.70 $228.57 $80.00 $29.71 $3.66 Respirator with cartridge, half mask $11.39 $1.74 $0.61 $0.23 $0.03 Respirator, Dust/Mist NIOSH/MSHA-approved for dusts and mists with a PEL not less than .05 mg/m3 $25.30 $3.87 $1.36 $0.50 $0.06 ,, A ®if , r:= Mk' Vr Respirator with cartridge, full maks $112.81 $17.27 $6.05 $2.25 $0.28 Scaffolding, 11 foot tall rolling tower, 5 feet by 10 feet $1,788.60 $273.88 $95.86 $35.60 $4.38 Scaffolding system, mobile $3,678.40 $563.26 $197.14 $73.22 $9.01 Skylight screen (4'x8') $399.30 $61.14 $21.40 $7.95 $0.98 Warning lines, perimeter $434.50 $66.53 $23.29 $8.65 $1.06 24 SINGLE -PLY EQUIPMENT - J` - ' iJ' ``.,fir / -_ % -__ DESCRIPTON COST Month Week Day Hour Induction welding portable bonding unit and magnetic heat sinks, with carrying cases $6,484.50 $1,074.00 $375.90 $139.62 $17.18 $1.34 Heat sink magnets-6PK $1,610.13 $266.68 $93.34 $34.67 $4.27 $1.59 Powered adhesive roller $6,160.00 $465.85 $163.05 $60.56 $7.45 $1.75 Powered seam hand roller, gas or electric $2,785.15 $210.63 $73.72 $27.38 $3.37 $0.73 Welder, detail (tri -ac) $302.50 $22.88 $8.01 $2.97 $0.37 $0.23 Welder, hot air, automatic $10,176.10 $769.57 $269.35 $100.04 $12.31 Welder, hot air, handheld $302.50 $22.88 $8.01 $2.97 $0.37 SINGLE -PLY TOOLS i -_ % -__ „,40 V 1, A \\ IP DESCRIPTON COST Month Week Day Hour Adhesive spreader, manual, 14 inches $506.00 $83.81 $29.33 $10.89 $1.34 Advesive super spreader, inches $598.40 $99.11 $34.69 $12.88 $1.59 Caulking dispenser, bulk $660.00 $109.31 $38.26 $14.21 $1.75 Caulking gun, battery powered $275.00 $45.55 $15.94 $5.92 $0.73 Seam -finishing tool, drill attachment $88.32 $14.63 $5.12 $1.90 $0.23 28 STORAGE UNITS 30 . . - -. .. . • - - .:, .. Container, 20 feet $4,290.00 $297.62 $104.17 $38.69 $4.76 Container, 40 feet $5,830.00 $404.46 $141.56 $52.58 $6.47 Dump trailer/tear-off trailer $22,550.00 $1,564.41 $547.54 $203.37 $25.03 Flatbed, 40 -foot trailer $19,250.00 $1,335.47 $467.41 $173.61 $21.37 Office type, 8 feet by 32 feet $22,572.00 $1,565.93 $548.08 $203.57 $25.05 Office type, 10 feet by 40 feet $28,589.00 $1,983.36 $694.18 $257.84 $31.73 Office -type, 12 feet by 56 feet $41,101.50 $2,851.42 $998.00 $370.68 $45.62 Portable toilet $1,483.46 $102.92 $36.02 $13.38 $1.65 Van (pup), 20 feet $49,500.00 $3,434.06 $1,201.92 $446.43 $54.95 Van, 40 feet $35,090.00 $2,434.37 $852.03 $316.47 $38.95 30 TRUCKS (AUTO TRANSMISSION, A/C, AM/FM RADIO) Via` liiiiirmole -f —` __ -- Imo. _. DESCRIPTON COST Month Week Day Hour 1/2 -ton pickup, extended cab, V8 gasoline, 6,400 GVWR $39,319.50 $2,826.09 $989.13 $367.39 $45.22 3/4 -ton pickup, extended cab diesel, 9,200 GVWR $46,101.00 $3,313.51 $1,159.73 $430.76 $53.02 1 -ton pickup, extended cab diesel, 9,200 GVWR $54,725.00 $3,933.36 $1,376.68 $511.34 $62.93 1 -ton pickup, crew cab diesel, single rear wheels, 9,200 GVWR $47,300.00 $3,399.69 $1,189.89 $441.96 $54.40 � 1 -ton pickup, crew cab diesel, dual rear wheels, 11,400 GVWR $59,620.00 $4,285.19 $1,499.82 $557.07 $68.56 tom! -___,, 1 -ton service van, V8 gasoline, 155 -inch wheel base, 9,600 GVWR $39,968.50 $2,872.74 $1,005.46 $373.46 $45.96 1 -ton stake bed (12 feet), single cab diesel, dual rear wheels, 11,400 $37,508.90 $2,695.95 $943.58 $350.47 $43.14 r--YGVWR R®' lo.,GVWR 1 -ton stake bed (9 feet), crew cab diesel, sin- gle rear wheels, 9,200 $36,074.50 $2,592.85 $907.50 $337.07 $41.49 l�J ' ,mom 0 — 1 -ton stake bed (9 feet), crew cab diesel, dual rear wheels, 11,400 GVWR $58,297.80 $4,190.15 $1,466.55 $544.72 $67.04 1 'h -ton stake bed (16 feet), single cab diesel, dual rear wheels, 18,000 GVWR $63,630.60 $4,573.45 $1,600.71 $594.55 $73.18 t-1 2 -ton stake bed (20 feet), single cab diesel, dual rear wheels, 25,950 GVWR $58,103.10 $4,176.16 $1,461.66 $542.90 $66.82 34 TRUCKS (AUTO TRANSMISSION, A/C, AM/FM RADIO) (continued) 111 1 1/2 -ton dump bed (16 feet) diesel, enclosed sides, dual rear wheels, 18,000 GVWR $60,467.00 $4,346.07 $1,521.12 $564.99 $69.54 f'» A j tom, + 1 _' _C -,F=1—. 1 $150.21 Ladder/equipment rack $1,095.60 $78.75 $27.56 2 -ton dump bed (20 feet), diesel, enclosed sides, dual rear wheels, 25,950 GVWR $137,390.00 $9,874.91 $3,456.22 $1,283.74 $158.00 $825.00 $136.64 $47.82 oi $2.19 2 -ton scissor -lift truck, 16 foot bed, 25, 950 GVWR $138,413.00 $9,948.43 $3,481.95 $1,293.30 $159.17 $1,496.00 $247.78 $86.72 $32.21 $3.96 Tractor, road (nonsleeper), 350-h. pengine, tandem axle $147,400.00 $10,594.38 $3,708.03 $1,377.27 $169.51 Tractor, yard/spotter, tandem axle $115,390.00 $8,293.66 $2,902.78 $1,078.18 $132.70 Vacuum loader, trailer mounted, industrial $111,980.00 $18,546.69 $6,491.34 $2,411.07 $296.75 TRUCK ACCESSORIES VACUUMS AND BLOWERS .01144, �'1 DESCRIPTON DESCRIPTON COST Month Week Day Hour -,F=1—. 1 $150.21 Ladder/equipment rack $1,095.60 $78.75 $27.56 $10.24 $1.26 Roof blower, 5 h.p. $825.00 $136.64 $47.82 oi VACUUMS AND BLOWERS .01144, �'1 DESCRIPTON COST Month Week Day Hour Back -pack blower $906.95 $150.21 $52.57 $19.53 $2.40 Roof blower, 5 h.p. $825.00 $136.64 $47.82 $17.76 $2.19 Roof dryer, 5 h.p(LPG) $1,496.00 $247.78 $86.72 $32.21 $3.96 35 WAYNE' S ROOFING, INC BREAKDOWN OF HOURLY CHARGES EFFECTIVE DATE: 02/01/2022 EXPI RES: 12/31/2022 ITEM DESCRIPTION SEATTLE AREA 1 Regular Time + 1/2 Double Time 86.18 16.25 6.59 4.77 2.47 8.10 2.15 0.34 12.93 4.31 1.72 ROOFER BASIC WAGE 43.09 FRINGE BENEFITS 16.25 FICA 3.30 SUTA/FUTA 2.38 STATE INDUSTRIAL INSURANCE 2.92 GENERAL LIABILITY INSURANCE 4.05 SICK LEAVE 1.08 PFML 0.17 SUPERVISION 6.46 SMALL TOOLS 2.15 WISHA 0.86 64.64 16.25 4.94 3.57 2.47 6.08 1.62 0.26 9.70 3.23 1.29 1 TOTAL HOURLY RATE - DAYS OT Premium Portion Only TOTAL HOURLY RATE - NIGHTS 82.72 91.28 114.04 31.32 125.60 145.82 63.10 160.38 NOTES: Updated 1/28/2022 SEATTLE = King, Kitsap, Mason, Snohomish, Clallam, & Jefferson Counties Total COP Price $ 10,518 205 51 $ 256 4%I 4%I 2%I 3. EQUIPMENT COST 1,420 Pacific Northwest Environmental LLC Project Change Order Request Summary Project Name COR Description Extra Description Status Scope of Work Tukwila Public Works Fleet Date Approved Project No. 10-21-2010 COR ID Extra ID Date 0. DIRECT PROJECT MANAGEMENT a. Project Manager b. Assistant Project Manager c. Project Engineer d. Project Safety Manager e. Mobilization $ 539 Subtotal Project Management 1. DIRECT TRADE LABOR a. Journeyman and Apprentice b. Foreman c. Superintendent d. Direct Supervision @15% of 1.a e. Safety $ 3,415 0% 0% Subtotal Labor $ 3,415 2. DIRECT MATERIAL COST 4,270 $ 539 4. SMALL TOOLS 0%I Subtotal 2-41 $ 5,690 5. Overhead and Profit a. Overhead on first $50,000.00 b. Overhead on excess of $50,000 c. Profit on lines 1-4 8%I 772 8%I 4%I 386 $ 1,157 6. Subcontractors a. b. c. d. Subtotal Subcontractors 7. Overhead and Profit on Subcontractors a. Overhead on first $50,000.00 b. Overhead on excess of $50,000 c. Profit on lines 1-4 7. Insurance and Bonds GL Insurance B&O Tax 1.95% of Total 0.484% of Total Pacific Northwest Environmantal LLC Tukwila Public Works Fleet 1 COR - 10-21-2010 1 Total Cost $ 6,229.44 P $ 539.44 539.44 $ 2,290.00 0 0 ui ui m m 0 0 ' 0 0 m Ng . $ 3,300.00 900.00 0 0 N 00'OOT 00'OOT $ $ 3,414.76 $ 3,414.76 3,414.76 $ 9,644.20 C C ti 0 8C C - 1,100.00 220.00 00'00T 00'OOT $ Inin. i Q N a ri Equipment Quantity Units I Unit Cost 0 0 0 0 00 o ci 4IEa 1 25 L2 L2 8 0 N N v 0 „ 8 m -0 00'56 00'00£ 00'SLE 200.00 00'006 00'00£'£ $ 2,400.00 -0 0 0 o N N a Materials Quantity) Units I Unit Cost 0 0 0 0 0 0 'o� 200.00 200 o Loads F $ 539.44 $ 539.44 a a $ 3,414.76 $ 3,414.76 3,414.76 $ 3,954.20 Labor Quantity I Hours I Rate 2.00 1Ea 8.00 1 0 0 E', 0 0 0 0 w Description General Conditions Direct Project Management Mobilization / Eq and Supply Delivery and Pk Site Supplies and Equipment PPE Waste Packaging - Drop Box Liners Waste Packaging -6 mil Poly Reach Forklift Lift Pick-up/Delivery Waste Disposal and Handling Waste Transport Waste Disposal Inspections Testing and Design Personal Air Monitoring Hazardous Materials Abatement Asbestos Abatement Roof Removal Totals Project Name: Project No.: n a io 00Z -TO 0 0 8o w o o 0 n . 0 N CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: 046A1 CCD/PRNo.: COP 002 Date: 7/15/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 27,566.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,653.96 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 876.60 29,219.96 876.60 TOTAL CHANGE PROPOSAL COST 30,097 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 7/15/2022 DATE 74ama d ,tea e,19 U Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 7/15/2022 COP #: 046A1 Owner COP/CCD/PR #: COPR 002 Please provide a change order for the following work: Roof envelope per COPR 002 Alternate 1 added nailer Total price per attached breakdown: State and local sales tax: Extension of time: 30,097 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: 046A1 Owner COP/CCD/PR #: COPR 002 REV: 000 TE: 7/15/2022 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 RATE 1 X = $ 1 X = $ 1 X = $ 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Northshore Exteriors SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 1 X 27,566.00 = $ 27,566.00 1 X 0.00 = $ - 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ X = $ $ 27,566.00 MARK-UP @ Sub Direct Cost 27,566 6.0% Less Sub Fee $ 1,653.96 TOTAL SUBCONTRACTS $ 29,219.96 PROPOSAL SUBTOTAL $ 29,219.96 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 876.60 PROPOSAL TOTAL 30 096.56 Updated: 9/30/2011 Page 4 of 6 NORTFISFIORE Itemized Change Order Proposal NSE -004 Attention: Tom Romberg Date: NSE Ref: By: 7/6/2022 Project: Tukwila Public Works n/a COP / RFI #: per request Jeremy Hughes Work Description Alt #1 including 2x nailer (x2) with SA waterproofmg strip in. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 0 Per Hr $ 113.33 $ - $- $ - Shop Foreman 0 Per Hr $ 170.29 $ - $- $ - Field Journeymen 64 Per Hr $ 103.86 $ 6,646.83 $- $ - Field Foreman 64 Per Hr $ 115.90 $ 7,417.75 $- $ - Delivery Driver 2 Per Hr $ 59.64 $ 119.28 $- $ - Material 2x4x12 250 ea $ 16.39 $ 4,097.50 $- $ - HT i/w shield 5 ea $ 225.00 $ 1,125.00 $- $ - $ - $- $ - $ - $- $ - $ - $- $ - Equipment 20 ft flat bed 2 Per Hr $ - $ - $ 57.00 $ 114.00 8 ft 1/2 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius 0 Per Hr $ - $ - $ 396.14 $ - RAS 90 Break 0 Per Hr $ - $ - $ 74.28 $ - CNC Router Per Hr $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) 6 Day $ - $ - $ 530.00 $ 3,180.00 65 ft Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $ - $ - $ 300.00 $ - Lift Delivery Fee 0 EA $ - $ - $ 150.00 $ - Subtotals Safety act expense @ 2% of direct labor Small tools expense @ 3% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Contractor Total Value of work for $ 19,406.36 $ - $ 3,294.00 $ 388.13 $ 582.19 $ 304.64 $ 20,376.68 $ - $ 3,598.64 Subtotal of all expenses (labor, materials, & equipment) liability insurance = 1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 % overhead & profit this contract including overhead & profit $ 23,975.32 $ 419.57 $ 24,394.89 $ 3,171.34 $ 27,566.22 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 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: 046A2 CCD/PRNo.: COP 002 Date: 7/15/2022 Project: LCI Project No.: 1239 $ 6,600.00 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 858.00 $ 6,600.00 D. SUBCONTRACT COST $ 87,009.00 E. OVERHEAD AND PROFIT ON 858.00 SUBCONTRACT COST (6%) $ 5,220.54 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 2,990.63 92,229.54 2,990.63 TOTAL CHANGE PROPOSAL COST 102,678 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 7/15/2022 DATE 74ama d opprikel.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: 7/15/2022 COP #: 046A2 Owner COP/CCD/PR #: COPR 002 Please provide a change order for the following work: Roof envelope per COPR 002 Alternate 2 Gutters and Downspouts Total price per attached breakdown: State and local sales tax: Extension of time: 102,678 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: 046A2 Owner COP/CCD/PR #: COPR 002 REV: 000 TE: 7/15/2022 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% $ Dumpster SUBTOTAL PHASE CODE UNITS RATE 1 X = $ - 3 X 2,200.00 = $ 6,600.00 1 X = $ - 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 6,600.00 $ 858.00 $ 7,458.00 Northshore Exteriors PHASE CODE UNITS RATE 1 X = $ - 1 X 87,009.00 = $ 87,009.00 1 X 0.00 = $ - 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ X = $ SUBTOTAL $ 87,009.00 MARK-UP @ Sub Direct Cost 87,009 6.0% Less Sub Fee $ 5,220.54 TOTAL SUBCONTRACTS $ 92,229.54 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 99,687.54 $ 2,990.63 102 678.17 Updated: 9/30/2011 Page 4 of 6 NORTFISFIORE Itemized Change Order Proposal NSE -005 Attention: Tom Romberg Date: NSE Ref: By: 7/6/2022 Project: Tukwila Public Works n/a COP / RFI #: per request Jeremy Hughes Work Description ADD ALTERNATE #2; Includes gutters, drip edge, spacer, downspouts, and demo of existing downspouts and gutters (disposal fees not included). QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 103 Per Hr $ 113.33 $ 11,673.19 $- $ - Shop Foreman 43 Per Hr $ 170.29 $ 7,322.55 $- $ - Field Journeymen 148 Per Hr $ 103.86 $ 15,370.80 $- $ - Field Foreman 98 Per Hr $ 115.90 $ 11,358.43 $- $ - Delivery Driver 2 Per Hr $ 59.64 $ 119.28 $- $ - Material 24ga; Kynar Flatsheet 65 ea $ 76.60 $ 4,979.00 $- $ - 24ga; Galvalume flatsheet 30 ea $ 60.00 $ 1,800.00 $- $ - $ - $- $ - $ - $- $ - $ - $- $ - Equipment 20 ft flat bed 2 Per Hr $ - $ - $ 57.00 $ 114.00 8 ft 1/2 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius 30 Per Hr $ - $ - $ 396.14 $ 11,884.20 RAS 90 Break 48 Per Hr $ - $ - $ 74.28 $ 3,565.44 CNC Router Per Hr $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) 8 Day $ - $ - $ 530.00 $ 4,240.00 65 ft Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - 26 Ft Scissor Lift 1000# (rented) Day $ - $ - $ 300.00 $ - Lift Delivery Fee 1 EA $ - $ - $ 150.00 $ 150.00 Subtotals Safety act expense @ 2% of direct labor Small tools expense @ 3% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Contractor Total Value of work for $ 52,623.25 $ - $ 19,953.64 $ 1,052.47 $ 1,578.70 $ 466.48 $ 55,254.41 $ - $ 20,420.12 Subtotal of all expenses (labor, materials, & equipment) liability insurance = 1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 % overhead & profit this contract including overhead & profit $ 75,674.53 $ 1,324.30 $ 76,998.84 $ 10,009.85 $ 87,008.69 Exclusions: Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 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: 046A3R1 CCD/PRNo.: COPR 002 Date: 8/10/2022 Project: LCI Project No.: $ 11,100.00 1239 $ 4,269.60 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 1,998.05 $ 15,369.60 D. SUBCONTRACT COST $ 254,175.00 E. OVERHEAD AND PROFIT ON 1,998.05 SUBCONTRACT COST (6%) $ 15,250.50 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL $ 8,603.79 269,425.50 8,603.79 TOTAL CHANGE PROPOSAL COST 295,397 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 8/10/2022 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: 8/10/2022 COP #: 046A3R1 Owner COP/CCD/PR #: COPR 002 Please provide a change order for the following work: Roof envelope per COPR 002 Alternate 3 Exterior Siding and Painting. Lead times on siding are assumed to be 8 to 12 weeks. Painting cannot take place until spring of 2023. Excludes any additional framing, mechanical, electrical, caulking, structural work, gutters and downspouts. Total price per attached breakdown: State and local sales tax: Extension of time: 295,397 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, 740,4144 ma4 ,Roode4uy- Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 046A3 REV: Owner COP/CCD/PR #: COPR 002 A3 001 TE: 8/10/2022 HOURS PROJECT MANAGER SUPERINTENDENT 48 ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE TOTAL X 95.00 = $ X 88.95 = $ 4,269.60 X 77.15 = $ X 75.85 = $ X 67.72 = $ X _ $ X = $ $ 4,269.60 0.0% 13.0% $ 4,269.60 $ 555.05 $ 4,824.65 Dumpster Sweeper SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 6 X 1,600.00 = $ 9,600.00 1 X 1,500.00 = $ 1,500.00 1 X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 11,100.00 $ 1,443.00 $ 12,543.00 Northshore Exteriors Todd Robinson SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X 183,755.00 = $ 183,755.00 1 X 70,420.00 = $ 70,420.00 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ 1 X 0.00 = $ X = $ $ 254,175.00 MARK-UP @ Sub Direct Cost 183,755 6.0% Less Sub Fee $ 15,250.50 TOTAL SUBCONTRACTS $ 269,425.50 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 286,793.15 $ 8,603.79 $ 295,396.94 Updated: 9/30/2011 Page 5 of 7 NORTHSHORE Itemized Change Order Proposal Attention: Tom Romberg Date: NSE Ref: By: 7/28/2022 Project: Tukwila Public Works 6233-006 Rev.2 COP / RFI #: Request for Alt 3 Pricing - Wall Panel Jeremy Hughes Work Description ALT 3 request to price wall panel replacement per drawings provided. Revision to add cut and demo of old panels. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 160 Per Hr $ 105.70 $ 16,911.45 $- $ - Shop Foreman 110 Per Hr $ 138.65 $ 15,251.16 $- $ - Field Journeymen 280 Per Hr $ 98.18 $ 27,491.41 $- $ - Field Foreman 280 Per Hr $ 105.99 $ 29,676.61 $- $ - Project Admin (drawings, PM) 62 Per Hr $ 138.65 $ 8,596.30 $- $ - Delivery Driver 12 Per Hr $ 52.07 $ 624.83 $- $ - Material Metal Wall Panel 5352 sf $ 3.50 $ 18,732.00 $ - Flat sheet 56 sheets $ 78.75 $ 4,410.11 $ - $ - $ - $ - $- $ - $ - $- $ - Equipment 20 ft flat bed 12 Per Hr $ - $ - $ 57.00 $ 684.00 8 ft 1/2 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius 72 Per Hr $ - $ - $ 396.14 $ 28,522.08 RAS 90 Break 90 Per Hr $ - $ - $ 74.28 $ 6,685.20 CNC Router Per Hr $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) Day $ - $ - $ 530.00 $ - 65 ft Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - Forklift (rented) 3 Day $ - $ - $ 300.00 $ 900.00 Lift Delivery Fee EA $ - $ - $ 150.00 $ - Subtotals Safety act expense @ 0% of direct labor Small tools expense @ 0% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Total Value of work for $ 121,693.87 $ - $ 36,791.28 $ - $ - $ 1,332.80 $ 121,693.87 $ - $ 38,124.08 Subtotal of all expenses (labor, materials, & equipment) Contractor liability insurance = 1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 % overhead & profit this contract including overhead & profit $ 159,817.95 $ 2,796.81 $ 162,614.77 $ 21,139.92 $ 183,754.69 Exclusions: Custom colors, any framing, wood and or wood working, lead and or pipe flashings, any exposed caulking, any Demo, liquid applied flashings, saw cutting, any insulation / scrim work, any interior work, any hoisting, and any work at downspouts. Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com TODD ROM INSONI PAINTING , INC _ Commercial Contractors • 5030 Joppa St. SW • Tumwater, WA 9851 2 [360) 753-4504 • FAX [360) 753-451 2 PROJECT: Tukwila Public Works Fleet & Facilities Building - Exterior Painting DATE: 7/19/2022 DESCRI PTI ON: Clean, prime as needed, and paint exterior of building as shown on sheet A3.4 of plans dated 07.15.2022. Work to be done Spring of 2023. Exclusions/Notes Caulking/sealants, painting at Pre -Manufactured Steel Stairs, interior side of doors/frames/overhead doors/track, autogates/fencing, electrical equipment, traffic/pavement markings, interior work, WSST. aulplila Pub. wow Pheta eaeuIPa R-atee ==W o.RePsenen02022e9 PR LABOR MATERIAL SUB TIER =QUIPMEN- LABOR$ MATERIAL$ SUB TIER $ EQUIPM ENT DESCRIPTION QTY UNIT $/UNIT $/UNIT $/UNIT $/UNIT EXTENSION EXTENSION EXTENSION EXTENSION TOTAL Labor - Forman 147.0 hr $67.67 $9,947.49 $0.00 $0.00 $0.00 $9,947.49 Labor - Regula 147.0 M $66.17 $9,726.99 $0.00 $0.00 $0.00 $9,726.99 Pro Industrial Hwy Duty Block Filler 30.0 gal $19.09 $0.00 $572.70 $0.00 $0.00 $572.70 Bond-Plec WatabasedAcrylic Coating 146.0 gal $96.32 $0.00 $14,062.72 $0.00 $0.00 $14,062.72 Performance Acryic Semi - Gloss 338.0 week $47.82 $0.00 $16,163.16 $0.00 $0.00 $16,163.16 Lift - 45' aticulating4WD 2.0 week $1,892.00 $0.00 $0.00 $0.00 $3,784.00 $3,784.00 Lift - 60' stick bcom lift 4WD 2.0 gal $1,648.00 $0.00 $0.00 $0.00 $3,296.00 $3,296.00 Lift Fud 195.0 gal $5.32 $0.00 $0.00 $0.00 $1,037.40 $1,037.40 Extra M uncle Cleaner & Paint Deglos<a 4.0 rolls $30.49 $0.00 $121.96 $0.00 $0.00 $121.96 Floor Masking Papa Rolls 4.0 rolls $53.83 $0.00 $215.32 $0.00 $0.00 $215.32 12" Hard Maker Pper 16.0 rolls $3.62 $0.00 $57.92 $0.00 $0.00 $57.92 99" Maung Film 6.0 rolls $21.57 $0.00 $129.42 $0.00 $0.00 $129.42 Making tape 27.0 rolls $4.49 $0.00 $121.23 $0.00 $0.00 $121.23 Ductile 7.0 rolls $11.18 $0.00 $78.26 $0.00 $0.00 $78.26 Trasd Time 22.0 Trips $35.00 $770.00 $0.00 $0.00 $0.00 $770.00 Fud Surchage 172.0 gal $5.16 $0.00 $0.00 $0.00 $887.52 $887.52 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DIRECT COST TOTALS Paint Recyle Fee- $0.95 pa gallon Paint Supply Chain Charge- 4% of Direct Material Cost Sales Tac on Rental Equipment SUBTOTAL DIRECT COSTS COST TOTALS SUB TIER SUBTOTAL SUBCONTRACTOR OVERHEAD AND PROFIT SUBCONTRACTOR FEE ON LOWER TIER SUBCONTRACTOR FEE ON DIRECT COSTS $20,444.48 $31,522.69 $0.00 $9,004.92 $60,972.09 $488.30 $48&30 $60,972.09 $0.00 $0.00 13% $7,926.37 8% $0.00 $488.30 SUBTOTAL - SUB $69,386.76 INSURANCE 1.0000% $693.87 BOND 1.200% N.A. B&O TAX 0.4840% $339.19 TOTAL COST $70,419.82 aulplila Pub. wow Pheta eaeuIPa R-atee ==W o.RePsenen02022e9 PR :moil laneil rn I- v to -CCT -CCT t./7. tn• t/1- tV tV tn• tn- to T T 0 N 0L O N - N La 3 rt rt Cv 7 C G s.O o ifT algewnsuoj Is stool IIeuiS w O NJN-P 0 0 IH O ....iv -P IH N Ln U1 O �I W N O O I-, •v O lO lO U1 W U1 -I W -P 00 0 W U1 O1 W U1 m VI C I- -n m -0 C C v C rD K3( CD H sv D u D v D o 0 mC 6 z )!ssaJ2o. pun- aaeJlaM ATianDaS T 31V21 21O8V1 SHKSARCHITECTS TUKWILA PUBLIC WORKS FLEET & FACILITIES BUILDING ABBREVIATIONS AAnLE Az NIAMETER 1), POUND OR NUMBER GErvTE NE 2.°11‘; AAIXEDR BOLT APITMINLIINI.IG TILE AAII,Z,IANBRIN UNIT .NANREXIESHED FLOOR ALUM ALUMINUM APPROX APPROXIMATE, VV" NILOPAr B.O. BOTTOM OF MUD g" NZLJOINT FAUMF gror CONT CONTINUOUS gT =0 TILE DIA DIFF DISPENSER DISHWASHER MU IXSUL INT LOC TVL IAALTXL MSC MULL VPSCITI EC DJERIOR COMPOSITE SIDING NA EXHAUST FAN NIC E.1 EXPANSION JOINT EL ELEVATILN EXPANSION FFBDP FIBER BOARD PANEL VE=1,R,rr OTS PC FL FF2rOF PL FOIC F010 PPir IFITRELS:VER POC PR FLOOR SINK MATERIAL SYMBOLS DIllsIt BATT INSULNTION ENRTF MASONRY VIE" 1,1,:r RAD RADIUS GR LUND RD ROLF DRAIN GRADE GYPSUM WALL KARL m NINcFrOARTCEED '11=1:E.' N° nluNTs FLOORING HOLLOW CM MASONRY UNF RF RESILIENT FLOORING HARDWOOD RM HARDWARE RO 2TH OPENING HEIGHT FIV 2rW METAL RL V,Z,,,TTER LENDER HORIZONTAL INSULUMN NTERMR gbr KITCHEN LOCATE IININTNNTED VENEER LUMBER MAL NI=TEUR ER MINIMUM MEINEOUS ":Abs'a,E( OPENING MOUNTED ZLALILLIN rrfLITZPPLJCABLE OVERALL =TEE R DH-FrgE DIAMETER OPEN TO STRUCTURE Pplli„Er CONCRETE POINT OF CONNECTION PAIR CONCRETE GRAVEL PLYWOOD SOLID CORE SPEC %EuN‘IWATION TA RUS STEEL STAIN gnZPE SYMMETRICAL T. TMP TEMPEREL TX MPuHELIVR'' TX TYPICAL ZlicOALILMPOSITILN TILE nMeNELD VENT THRU ROOF WEST NTHER CLOSET WOOD RIGID INSULNTION WOOD STEEL DRAFTING SYMBOLS M O O O ROOM NAME 0 �-0rP DESCRIPTION Jr r-� I I I I L _ J WALL SECTION BLDG SECTION DJERIOR ELEVATION INTERIOR ELEVATION DETAIL NORTH ARROW GRID HENL — 11,10 TUKWILA !NI-ERNA-DONAL BLVD VICINITY MAP GENERAL NOTES ROOM TAG ciNS srRBULU S,MEcH6NIT SArvD E:mRicASDrEI=EOR ADmTIONAL NOTES AND SYMBOLS. 3 CONTRACTOR SHALL VERI,CONDITIONS NOTI,THE ARCHITECT OF ANY CONDRIONS INCONSISTENT WITH THE INTENT OF THE DRAWINGS PRIOR TO STARTING OR CONTINUING WORK IN THE ARE, CONCERNED WINDOW TAG WALL TAG DOOR TAG ELEVATION NOTE SPOT ELEVATION CENTERLJNE PROPERTY NNE FLOOR TRANSITION PENSION BREAKUNE DIMENSION POINT DETAIL BORDER 1 ALL WORK SHALL CONFORM TO APPLICABLE CODES AND LOCAL BUILDING REQUIREMENTS, oOE,,,N,ANDWAsHINGTONHSTATE AMENDMENTS, ATIONALMECHANIO, CODENMIC! INCLUDE EoNAL ELECTRRICAL CODENEC, INTERNATIONAL GLUNG WITHIN 18" OF INTERIOR FLOOR, DJERIOR WALKING SURFACE OR WITHIN 24" OFA DOOR IN ANY POSITION TO BE TEMPERED GLNSS UNLESS INDICATED OTHERWISE .2'N'DVITR2=7NAMAIEPT=LumBING AND FUEL TANK PERMITS TO BE APPLIED FOR UNDER SEPARATE APPLICATION BY CONTRACTOR 5 PF.111,,EINLNLIGSI=EFEIgnIRDEuNrUlrli,EZNATNIL,FALI:ERorRIN;ILNEAn-ITLIHREI-RNINrSE,B,EsTWEEN FIRE RATED FLOORS, SHAFTS AND BUILDING PARTITIONS AND ON Efi XISTING FIRE E�AMAGHIRSANDCABINETSARENOTSGOWNON"PLNNSPROTEm�ST�NGHREE�rvGU�RHERRANDCAR�NO MAINTAIN THE REQUIRED FIRE RATING OF THEETS(RECEESSEDORSURFACE MOUNTED) FROM DAMAGE =1.1,ELT,HIVOTF2CTAVE1==:OrInMuMLLAEN%NNOTRIFAYJ:r:NoERRKIF MATERIALS SUSPECTED OF BEING HAZNRNOUS, AND NOT °E7FrinEMS ARE INDICATED ON PLNNS TO BE DEMOLISHED, IT SHALL MENN THE COMPLETE RLEsM:..,NTLEAroNEN=ArrLE0=1:E:41.ull %ARTAELDZSASN.L nnTs:CALE DRAWINGS 3 DIMENSIONS ARE TO FACE OF CONC'IgT11,7AECE OF EOR FACE OFTT,TXNT°H'EuRWISE NOTED 4 FINISHED SURFACE OF INFILL OR DJENSIONS OF EXISTING PARTRIONS SHALLALIGN WRH ADJACENT EXISTING SURFACES UNLESS OTHERWISE NOTED 5 VERTIO, DIMENSIONS ARE MENSURED FROM STRUCTURAL SLNB, TOP OF STEEL OR TOP OF SHENTHING, UNLESS NOTED OTHERWISE fi rO,ONOrligOITs1:0LERDFrc,,N,TENSIgN ON PLNNS HMI= 11=r4AgolQ,FTA0DJ.ZNINEG PARTITION TO HINGE EDGE OF DOOR OPENING PRONDE B DGE OF DOOR OPENING, UNLESS OTHERWISE NOTED NOTIFY ARCHITECT IF REQUIRED CLXNCEAS'AITETLnAVAILNBLE 1 12NII.E1=sLLorNE0RATE11;IS 1TH OWNER, SUCH AS ARENS USED FOR MATERIAL STORAGE, ACCESS TO AND FROM THENSTRE,71,1.TAFNWpOoRK=NT.. TO MAINTAIN AN ENNRINMErSU7BITEPtRZTCALINNDTINN°:=PEARNTLITUTETTTAVDRA'BIEZENIIrDIAN`GTE Bu 2 R.. DEMOLITION DRAWINGS PATCH AND REPAIR ALL EXISTING SURFACES AFFECTED BY DEMOLITION WORK 3 VERI,LOCATIONS OF EXISTING UTILITIES CAP, MARK AND PROTECT AS NECESSARY TO COMPLETE THE WORK 5 COORDINATE AND PROVIDE REQUIRED PENETRATIONS AND PATCHING WITH INOVIDUAL SUBCONTRACTORS TO SUR N. WORK fi CONTRACTOR TO OBTAIN AND VERI,ROUGH IN DIMENSION REQUIREMENTS. D.BINETRY, EQUIPMENT, ACCESSORIES AND THE LIKE INCLUDING THOSE CONNECTIONS VERIFY'AND COORDINATE DIMENSIONS OF FOIC AND F010 ITEMS PRIOR TO PROCEEDING WITH WORK INCLUDE STUB OUTS FOR FUTURE WORK ROOMS 8 CAREFUL, COORDINATE MECHANICAL, ELECTRICAL, AND BUILDING SYSTEM INSTALLATIONS WRH EXISTING STRUCTURE AND BUILDING SYSTEMS 9 "REMOVE" MENU TO COMPLETELYAND PER MNNENTLY REMOVE FROM THE PROJECT 10 RAMTELicrLIINIENLGDPZIOMEuCGTHR DRAWINGS FOR ELECTRICAL DENCES AND LOCATIONS COORDINATE AND REM. DENCE LOCATIONS WITH PROJECT INFORMATION DESIGN TEAM 7/1= ccT,RECTS 1050 NORTH 38TH ST PROJECT ADDRESS: SENTTLE, WA 98103 Tc"L'UREV7FTITE4:EKISTING ROOF ZONING ANALYSIS TUMNILN, WA 98168 1201 1ST AVE ,310 1,15 NE 95TH ST, STE 100 R. PARCEL NUMBER: 7.4°2F8'27072 0923.-9152 3. LEGAL DESCRIPTION: PLuuRAuuLNSTHOE DER:SD ETMG,R SHEET INDEX 4. LOT AREA: F(E4 ACRES 6. CURRENT USE: = STORAGE/MAINTENANCE/OFFICE, NO (MRLOOAREAOHANGE 125 FT, NO CHANGE PROPOSED 10. PARKING oaANGEPROPOSED APPLICABLE CODES NrAT=.4 BUILDING CODE W/WA 2018 INTERNATIONAL EXISTING BUILDING CLOE W/WA STATE AMENDMENTS 2018 UNIFORM PLUMBING CODE TUKWILA PUBLIC WORKS FLEET AND FACILITIES BUILDING BID DOCUMENTS -TI1u2=1,,AgLIIINgRNNTIONNL BLVD Draan Checked Date Scale — Revisions No Date ES PH 07/15/2022 Ps lade.. 0 U — H O COVER SHEET cc LL A 0.0 Y , o,- g 00 EZ U CO 0 0 1 sm O NI011001SN00 11 O0d 10N �Ly— dz WV, 90000210 O .! } mst- , \� :§ 11 «2» In/ V2 e:sg:,- 1, <1- Z = = ,_ 0 1±1 1-1 LJ z : : z ! � cITD ("Y? (N < NI 3O3cc SECTION REPAIR 3i0 -1870k1 (3) w ilk CD o J1 o cc Y , o,- g < mz Ic, LH CO 0 0 0 ROOF PLAN EAST N NI0110NH1SN00 11101 ION - LS INV ES 90 0, Nur .i LE VATION - PAINT SHOP - EXTERIOR ENVELO sEs sgs EVATION - EXTERIOR ENVELO N - EXTERIOR ENVELO (JD °sg:e ''<I- �\\)� \ C; 22 0-- }G/\� E `� \ < \a 11 ION ;4'2 c -- CC CC Irwrin CO EXTERIOR WALL IN \i CD— (JD z°sg:e 001— Z �\\)� \ I I I I I I I ,,,1 NI 011131 ils O3 FIRST FLOOR -WEST B / •1 O \ L & ROLLUP D CC 11 WV 0 90 0100051, Y o CO (< 0 p g L mZ U CO 0 t NG - SECTION RE cuu CC co co AL SIDING - S M >< Q � O 4 1 1 1 NO110NH1SNO3 NCH ION z F, CC CO CO y O E r 0 600 I - m U CO 0 0 1'z"1 N0110NH1SN00 1:1 01 ION 120 0 120 1±1 CC 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: 046A4R1 CCD/PRNo.: COPR 002 Mechanical Date: 9/19/2022 Project: LCI Project No.: $ 12,900.00 1239 $ 28,746.20 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 5,414.01 $ 41,646.20 D. SUBCONTRACT COST $ 216,804.00 E. OVERHEAD AND PROFIT ON 5,414.01 SUBCONTRACT COST (6%) $ 13,008.24 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 8,306.17 229,812.24 8,306.17 TOTAL CHANGE PROPOSAL COST 285,179 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 9/19/2022 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: 9/19/2022 COP #: 046A4R1 Owner COP/CCD/PR #: COPR 002 Mechanical Please provide a change order for the following work: Roof re -work per COPR 002 Mechanical Portion Excludes weather protection except at created openings, unforseen elements. This excludes any other exterior improvemnts including exterior painting, patching and caulking, re -roofing materials and installation, parapet framing, hazardous materials remediation, mechanical dampers shown as flag note 13 sheet M3.2. This work would not be able to take place during the time frame of the current contractual completion dates. Excludes flag notes 18-19-20-21 sheet M3.2 and flag notes 1-2 and 4 Controls from mechanical contractor. Total price per attached breakdown: State and local sales tax: Extension of time: 285,179 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, 740,4144 ma4 Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 046A4R1 Owner COP/CCD/PR #: REV: 001 COPR 002 Mechanical TE: 9/19/2022 HOURS PROJECT MANAGER 32 SUPERINTENDENT 40 ASSISTANT SUPERINTENDENT CARPENTER 292 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ TOTAL LABOR RATE TOTAL X 95.00 = $ 3,040.00 X 88.95 = $ 3,558.00 X 77.15 = $ X 75.85 = $ 22,148.20 X 67.72 = $ X _ $ X = $ $ 28,746.20 0.0% 13.0% $ 28,746.20 $ 3,737.01 $ 32,483.21 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Metal Studs and Fasteners 11 Openings 1 X 3,700.00 = $ 3,700.00 Rolling Tower -Cut Off Saws -Ladders -Forklift 1 X 4,700.00 = $ 4,700.00 Metal Panels -Screws -Caulking 1 X 2,100.00 = $ 2,100.00 Dumpsters 2 X 1,200.00 = $ 2,400.00 SUBTOTAL USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 12,900.00 $ 1,677.00 $ 14,577.00 Northshore Exteriors Capital Heating Seahurst Pipe SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X 12,261.00 = $ 12,261.00 1 X 118,916.00 = $ 118,916.00 1 X 72,480.00 = $ 72,480.00 1 X 13,147.00 = $ 13,147.00 1 X = $ 1 X 0.00 = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL $ 216,804.00 12,261 6.0% Less Sub Fee $ 13,008.24 $ 229,812.24 3.000% $ 276,872.45 $ 8,306.17 $ 285,178.62 Updated: 9/30/2011 Page 5 of 7 $ 35,490.00 Project Name: Tukwila Public Works Owner COP No. Contractor: Description: Source Documents: Capital Heating and Cooling Roof Repairs Date: Contractor Ref. No. 9/19/2022 COP 017 R1 Scope of work and Pricing broken out by plan page Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. noncraft labor Labor Markups: e. direct supervision (NTE 15% of la) f. safety (NTE 2% of lines la, b, & c) DIRECT LABOR SUBTOTAL $ 35,490.00 2. MATERIAL COSTS a. material total from cost breakdown form $ 10,500.00 Supervision markup should be zero if foreman time is included in direct labor costs. 3. EQUIPMENT COSTS a. equipment total from cost breakdown form $ 55,400.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 9/26/2008 1.90 % of 1 1.00 % of 1-7 1.00 %oft -8 $ 9,000.00 $ 6,680.70 1. CRAFT LABOR COSTS $ 35,490.00 2. MATERIAL COSTS $ 10,500.00 3. EQUIPMENT COSTS $ 55,400.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 101,390.00 5. OVERHEAD & PROFIT $ 15,681.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 674.31 $ 1,170.71 8. INSURANCE $ 1,845.00 9. BOND $ TOTAL COST $ 118,916.00 COP 017 R1 Roof Repair Pricing Page of 9/19/2022 Project Name: Tukwilla Public Works Description: Roof Repair Pricing Contractor: Capital Heating and Cooling Owner COP No. Date: 9/19/2022 Contractor Ref. No. COP 017 R1 Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost Exclude Demo on A0.0 -A4.5 $ - $ - $ - $ - Exclude Any Work on M3.1 (None Shown) $ $ $ $ Exclude All Control Wiring associated with Fans & Dampers $ $ $ $ Exclude VFDs & Shaft Grounding for Exhaust Fans Rentals 2 Ea $ - $ - $4,500.00 $ 9,000.00 $ 9,000.00 $ - $ - $ - $ M3.2 Scope of Work $ - $ - $ - $ - Exclude Gas Piping $ - $ - $ - $ - Exclude MDs noted by flag note 13 $ - $ - $ - $ - Base $ - $ - $ - $ - FN (14) OSA Louvers (Excluding flashing) 8 Ea $420.00 $ 3,360.00 $200.00 $ 1,600.00 $650.00 $ 5,200.00 $ 10,160.00 FN (16) OSA Louver 1 Ea $420.00 $ 420.00 $ - $650.00 $ 650.00 $ 1,070.00 FN (17) No Work Shown 0 $ - $ - $ - $ - FN (18) Excluded 0 Ea $ - $ - $ - $ - FN (19) Excluded 0 Ea $ - $ - $ - $ - FN (20) Excluded 0 Ea $ - $ - $ - $ - FN (21) Excluded 0 Ea $ - $ - $ - $ - EF -A Provide and Install 1 Ea $1,680.00 $ 1,680.00 $500.00 $ 500.00 $750.00 $ 750.00 $ 2,930.00 Alt 1 $ - $ - $ - $ - FN (13) GUH-A w/ Tstat 1 Ea $2,520.00 $ 2,520.00 $750.00 $ 750.00 $2,500.00 $ 2,500.00 $ 5,770.00 FN (15) GUH-05 R&R 4 Ea $2,520.00 $ 10,080.00 $750.00 $ 3,000.00 $2,500.00 $ 10,000.00 $ 23,080.00 M3.3 Scope of Work $ - $ - $ - $ - Excludes Flag Notes 1-8 $ - $ - $ - $ - Base FN (9) Goose Neck Duct 1 Ea $630.00 $ 630.00 $750.00 $ 750.00 $ - $ 1,380.00 FN (10 & 11) Roof Mount Fan (Exclude Roof Flashing) 3 Ea $2,520.00 $ 7,560.00 $500.00 $ 1,500.00 $6,250.00 $ 18,750.00 $ 27,810.00 M3.4 Scope of Work $ - $ - $ - $ - Base FN (1) OSA Louvers (Excluding flashing) 2 Ea $420.00 $ 840.00 $200.00 $ 400.00 $650.00 $ 1,300.00 $ 2,540.00 FN (2) EF -E Fan & damper 1 Ea $3,360.00 $ 3,360.00 $500.00 $ 500.00 $2,250.00 $ 2,250.00 $ 6,110.00 FN (1.2.4) Exclude Controls 0 Ea $ - $ - $ - $ - Alt 2 $ - $ - $ - $ - FN (3) GUH- R&R 2 Ea $2,520.00 $ 5,040.00 $750.00 $ 1,500.00 $2,500.00 $ 5,000.00 $ 11,540.00 $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ $ - $ - $ - $ Labor Subtotal $ 35,490.00 Foreman $ - $ - $ - $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ - $ - $ - $ - Total Cost of Work Farm Re, ed 9/26,2008 $ 35,490.00 $ 10,500.00 $ 55,400.00 $ 101,390.00 COP 017 R1 Roof Repair Pricing Page of 9/19/2022 NORTHSHORE Itemized Change Order Proposal Attention: Tom Romberg Date: NSE Ref: By: 8/25/2022 Project: Tukwila Public Works 6233-007 COP / RFI #: Request for Alt 3 Pricing - Wall Panel Jeremy Hughes Work Description Add for provide and install (11) louvers and associated flashing and trim. Excludes any demo or WRB work. QUANTITIES LABOR MATERIALS EQUIPMENT No of Unit Units Description $/Hour Total $/Unit Total Rate Total Labor Shop Journeymen 2 Per Hr $ 105.70 $ 211.39 $- $ - Shop Foreman 1 Per Hr $ 138.65 $ 138.65 $- $ - Field Journeymen 32 Per Hr $ 98.18 $ 3,141.88 $- $ - Field Foreman 32 Per Hr $ 105.99 $ 3,391.61 $- $ - Project Admin (drawings, PM) 1 Per Hr $ 138.65 $ 138.65 $- $ - Delivery Driver 2 Per Hr $ 52.07 $ 104.14 $- $ - Material Louvers 11 EA $ 55.00 $ 605.00 $ - $ - $ - $ - $ - $ - $- $ - $ - $- $ - Equipment 20 ft flat bed 2 Per Hr $ - $ - $ 57.00 $ 114.00 8 ft 1/2 ton Per Hr $ - $ - $ 32.29 $ - Finn Power Shear Genius 1 Per Hr $ - $ - $ 396.14 $ 396.14 RAS 90 Break Per Hr $ - $ - $ 74.28 $ - CNC Router Per Hr $ - $ - $ 89.51 $ - Salvagnini Per Hr $ - $ - $ 342.57 $ - 45 ft boom Manlift (Rented) 4 Day $ - $ - $ 530.00 $ 2,120.00 65 ft Boom Manlift (Rented) Day $ - $ - $ 655.00 $ - Forklift (rented) Day $ - $ - $ 300.00 $ - Lift Delivery Fee 1 EA $ - $ - $ 150.00 $ 150.00 Subtotals Safety act expense @ 0% of direct labor Small tools expense @ 0% of direct labor Transportation $4.76 per Field Foreman Hour Subtotals without overhead & profit Other Expense: Total Value of work for $ 7,731.32 $ - $ 2,780.14 $ - $ - $ 152.32 $ 7,731.32 $ - $ 2,932.46 Subtotal of all expenses (labor, materials, & equipment) Contractor liability insurance = 1.75% of labor, materials, & equipment Total value of work for this contract before overhead & profit 13 % overhead & profit this contract including overhead & profit $ 10,663.78 $ 186.62 $ 10,850.39 $ 1,410.55 $ 12,260.94 Exclusions: Custom colors, any framing, wood and or wood working, lead and or pipe flashings, any exposed caulking, any Demo, liquid applied flashings, saw cutting, any insulation / scrim work, any interior work, any hoisting, and any work at downspouts. Note: All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Signature Date Name (printed) Title NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com $ 240.37 $ 155.56 $ 1,042.90 21-299.015 5/6/2022 Change Project Name: Project No. Contractor: Description: Order Summary Sheet Tukwila Public Works Fleet Facility 21-299 Source Documents: Lincoln Construction Disconnect and Reconnect unit heaters (2) BASE BID 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. e. DIRECT LABOR SUBTOTAL Supervision: direct supervison (NTE 15% of la) 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 2.00 % of 1 % of 1-7 Pipe COP No. Date: Contractor Ref. No. Itemize all costs on attached COP Cost Breakdown form. $ 1,042.90 $ 650.00 1. CRAFT LABOR COSTS $ 1,043.00 2. MATERIAL COSTS $ 156.00 3. EQUIPMENT COSTS $ 650.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 1,849.00 5. OVERHEAD & PROFIT $ 240.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.00 % of 1-8 $ This change adds 2 calender day extension 8. INSURANCE $ 9. BOND $ TOTAL COST $ 2,089.00 COP Cost Breakdown Tot' 1- 00 i EF) L 0 do . EF) 0 V EF) i EF) i EF) i EF) i EF) i EF) i EF) i EF) i EF) i EF) i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 EF) EF) 0) N V O E9 CO co r EA Equipment Cost 69 69 EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E9 E9 E9 E9 E9 E9 E9 E9 EF) E9 EF) 1 EA Unit $ (13 (13 a) (o Cost to- 0 UD 0 N— L— to- 0 0 L0 'I - EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E» E9 E9 E9 E9 E9 E9 EF) E9 EF) $ 155.56 Unit $ CO N L L0 EF) O L0 N N E90 Labor Cost Ea Ea Ea EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E9 E9 E9 E9 E9 EA E9 E9 0) N O 0 E9 $ 1,042.90 Unit $ 104.29 Form Revised 2/27/2020 11 a--. N D >, I— L L L :, t (0 M 0 N N O L— Pipe Construction Description Gas Valve Gas Flex Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 8/31/2022 .015 Mechanical Roofing Rplc. Base Bid $ 1,031.81 $ 1,840.13 $ 4,797.34 21-299.015 5/6/2022 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction Pipe COP No. Date: Contractor Ref. No. Description: Disconnect and Reconnect unit heaters (2) Run gas to new and existing unit heater, Demo gas on roof. ALTERNATE 1 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) Itemize all costs on attached COP Cost Breakdown form. $ 4,797.34 $ 1,300.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 up to $50,000 for each sub b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 1/28/2019 2.00 % of 1 % of 1-7 1. CRAFT LABOR COSTS $ 4,797.00 2. MATERIAL COSTS $ 1,840.00 3. EQUIPMENT COSTS $ 1,300.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 7,937.00 5. OVERHEAD & PROFIT $ 1,032.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. INSURANCE $ 1.00%of1-8 $ - 9. BOND $ This change adds 5 calender day extension TOTAL COST $ 8,969.00 COP Cost Breakdown O 1- 0 Ea $ 221.12 CO CO O OV Ea $ 482.16 UD CO CD co Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea $ 4,797.34 $ 6,637.47 Equipment Cost 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 1 EA Unit $ (0 (0 Cost Ea $ 221.12 O O 0) Ea $ 482.16 l0 CO V co Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea M Tr co EA Unit $ CO N Lri Ea CO LO N Ea CO V Ea 0) O Labor Cost 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 $ 4,797.34 Tr M co Tr - EA Unit $ 104.29 Form Revised 2/27/2020 11 a--. N OT I- L L L C (0 7 0 V O V Pipe Construction Description Gas Valve Gas Flex 1" Gas Pipe, fittings, hangers 3/4" Gas Pipe, fittings, hangers Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 8/31/2022 .015 Mechanical Roofing Rplc. Alternate 1 $ 240.37 $ 155.56 $ 1,042.90 21-299.015 5/6/2022 Change Project Name: Project No. Contractor: Description: Order Summary Sheet Tukwila Public Works Fleet Facility 21-299 Source Documents: Lincoln Construction Disconnect and Reconnect unit heaters (2) Alternate 2 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman d. e. DIRECT LABOR SUBTOTAL Supervision: direct supervison (NTE 15% of la) 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 2.00 % of 1 % of 1-7 Pipe COP No. Date: Contractor Ref. No. Itemize all costs on attached COP Cost Breakdown form. $ 1,042.90 $ 650.00 1. CRAFT LABOR COSTS $ 1,043.00 2. MATERIAL COSTS $ 156.00 3. EQUIPMENT COSTS $ 650.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 1,849.00 5. OVERHEAD & PROFIT $ 240.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 1.00 % of 1-8 $ This change adds 2 calender day extension 8. INSURANCE $ 9. BOND $ TOTAL COST $ 2,089.00 COP Cost Breakdown Tot' 1- 00 i EF) L 0 do . EF) 0 V EF) i EF) i EF) i EF) i EF) i EF) i EF) i EF) i EF) i EF) i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 i E9 EF) EF) 0) N V O E9 CO co r EA Equipment Cost 69 69 EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E9 E9 E9 E9 E9 E9 E9 E9 EF) E9 EF) 1 EA Unit $ (13 (13 a) (o Cost to- 0 UD 0 N— L— to- 0 0 L0 'I - EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E» E9 E9 E9 E9 E9 E9 EF) E9 EF) $ 155.56 Unit $ CO N L L0 EF) O L0 N N E90 Labor Cost Ea Ea Ea EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) E9 E9 E9 E9 E9 EA E9 E9 0) N O 0 E9 $ 1,042.90 Unit $ 104.29 Form Revised 2/27/2020 11 a--. N D >, I— L L L :, t (0 M 0 N N O L— Pipe Construction Description Gas Valve Gas Flex Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 8/31/2022 .015 Mechanical Roofing Rplc. Alternate 2 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# 45 Date: 8/26/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: M3.2 New Conduit & Wire for Gas Units Flag Note 13 M3.2 New Conduit & Wire for Motorized Dampers Flag Note 14 M3.2 Disconnect & Reconnect for Gas Units Flag Note 15 M3.2 New Conduit & Wire for Motorized Dampers Flag Note 16 M3.2 EF -A New Conduit & Wire for Power to Ceiling Fan M3.3 EF-B/C/D New Conduit & Wire for Power to Roof Fans M3.4 New Conduit & Wire for Motorized Dampers Flag Note 1 M3.4 New Conduit & Wire for Exhaust Fan Flag Note 2 M3.4 New Conduit & Wire for Gas Units Flag Note 3 Standard Working Hours Exclusions: No Electrical Work Identified on M3.1 - None Found No Control or T-Stat, Low Voltage Interlocks, Relays etc, conduit or wire anywhere. - By others No Specific Electrical Work on Architecturals not already identified above on Mechanical drawings - None Found Overtime Excluded Commissioning 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 30 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN# 45. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 1/2" EMT CONDUIT 1,375 46.89 C 644.74 5.60C 77.00 3/4" EMT CONDUIT 1,375 74.14C 1,019.43 6.20C 85.25 1/2" EMT STL COMP CPLG 143 141.97 C 203.02 15.00 C 21.45 3/4" EMT STL COMP CPLG 143 199.71 C 285.59 17.00 C 24.31 1/2" EMT INSUL STL COMP CONN 22 147.50 C 32.45 31.00 C 6.82 3/4" EMT INSUL STL COMP CONN 22 210.79 C 46.37 37.00 C 8.14 1/2" STEEL FLEX 78 93.56 C 72.98 5.00C 3.90 1/2" STL FLEX CONN 52 215.85 C 112.24 15.00 C 7.80 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 Description #12 THHN BLACK 12-10 NYLON INSUL FORK RC10-6F B2-1 RED WIRE CONN YEL SCOTCHLOCK (#18-12) 4x11/2"SQ BOX COMB KO 4" SQ BLANK COVER 1/4 SPRING NUT 1/4-20x 1 BOLT - PLTD STL #8x 1/2 WAFER HEAD SELF -TAP STUD SCREW- 12G SCH8 1/2" EMT STRUT CLIP SCH12 3/4" EMT- 1/2" GRC STRUT CLIP 812MB18A BOX/CONDUIT SUPPORT 20A 1P BREAKER BOLT -ON 20A 2P BREAKER BOLT -ON #12-2C+GRD 208V MOTOR TERM Disconnect & Reconnect Labor GHU Totals CCN# Date: Project Name: Project Number: Page Number: 45 8/26/2022 Tukwila Public Works 117110 2 Qty Net Price U Total Mat. Labor U Total Hrs. 9,158 639.71 M 5,858.46 7.50M 68.69 26 167.32 C 43.50 15.00 C 3.90 66 12.13C 8.01 8.00C 5.28 52 0.00C 0.00 7.00C 3.64 22 312.74 C 68.80 35.00 C 7.70 22 151.13 C 33.25 9.00C 1.98 22 116.37 C 25.60 7.50C 1.65 22 14.82 C 3.26 3.44 C 0.76 44 7.30C 3.21 3.88C 1.71 154 161.22 C 248.28 3.75C 5.78 154 168.50 C 259.49 3.75C 5.78 22 772.63 C 169.98 6.25C 1.38 6 80.19E 481.14 0.43E 2.58 3 181.17E 543.51 0.65E 1.95 26 0.00E 0.00 1.35E 35.10 4 0.00E 0.00 4.00E 16.00 13,013 10,163.30 398.52 Summary General Materials Total Material Foreman Journeyman Total Labor Foreman Truck Scissor Lift Permit (239.11 Hrs @ $112.09) (159.41 Hrs @ $104.25) (398.52 @ 0.60 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 3.00 @ $600.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 0.00 @ $1,500.00 + 0.000 % + 0.000 % + 0.000 %) Subtotal Overhead & Markup (@ 13.000 %) Subtotal Warranty Insurance Final Amount (@ 1.000 %) (@ 1.800 %) 10,163.30 10,163.30 26,801.84 16,618.49 43,420.33 5,499.58 1,800.00 1,500.00 62,383.21 8,109.82 70,493.03 704.93 1,281.56 $72,479.52 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based cn the information provided. 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: 45 8/26/2022 Tukwila Public Works 117110 3 CLIENTACCEPTANCE CCN #: 45 Final Amount:$72,479.52 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor lo complete the above described work. Work Description ORIGINAL DRAFTING SYMBOLS ABBREVIATIONS / DESIGN TEAM T INFORMATION §!CC GENERAL NOTES PRICING SET 515 § ,&aa§!\se aj&e&seaB w855_3 aal aaGha& 5 „;, ;.. l;l,,., Agal,::l..!!; .,.,., ,,,!!! i ..;.;_,...! gaar= 5: a&waaea aaaiEs2E1 -2 w��d22 MATERIAL SYMBOLS O3 1 PRICING SET gC:) N0110NH1SN00 1:1 0� ION �dz «e:sg «=zrz 2/\\/ PRICING SET \C (N < NI 3ilsNloa ) 0- \ \c 00 Tx _ \ ' I �' . I HO I dI 17 . \ SECTION REPAIR CC o o (SS 033393(633 o O PRICING SET ROOF PLAN EAST � M N NI0110NH1SN00 1:1 0� ION , MI VATION - PAINT SHOP - EXTERIOR ENVELO EVATION - EXTERIOR ENVELO N - EXTERIOR ENVELO <Y CC CD PRICING SET 0 • 22 O WEE: 0 O CC CC O � 555 EEE EEE XLX Irwrin XLX 2 e CO EXTERIOR WALL IN 2 e } PRICING SET sm N0110NH1SN00 11 0� ION ®1 J cccc LLJ� Q NO110NH1SNO3 NCH ION LLJ 00 CC cc cc A 0 0 1 H cp- c CC CC PRICING SET CCEwg X o'1 w 0o QQ '' 0 •10 11111111 NO1100H1SNOO NCH ION CE HEATER ALTER <Y CC CD g PRICING SET 1'z"1 NI0110NH1SN00 H0� ION CC 0 CC LLJ CC w^ 911 " o �. • 5� • �wcD z o ¢¢w¢ _ o w E 1111 o o° °C k�cas w J :m d i w o �C <° ¢ m o sm cLLJ LJ w z 0 2. 13 005 J 1 1 1 1 1 1 1 I I I I I I I I I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 - 1 1 1 1 1 1 1 1 1 1A 1 �1 1 1 1 1 1 1 1 1 1 1 1 1 ▪ 1 1 E COMPRESSED AIR PIPING SYSTEM DOMESTIC WATER PIPING SYSTEM lI I t t ! ! fl [1 I ! 0 0 0 000 z mfffIIP 11IIIII I I) z -.'1\1'1T-1-1 23 23 pg NATURAL GAS PIPING S to11 .L 1 REFRIGERANT PIPING SYSTEM Q_oo { I° HYDRONIC PIPING SYSTEM THg 1 1 F KJ .1110111 GENERAL NOTES -MECHANICAL O. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MECHANICAL EQUIPMENT INSTALLATION NOTES Fn o 0 - a - 3 a a r r a a a r a :cM CO (D ZyLt_o7 '3'88 aaa a o aLIJ t OL T- -A ,I igc,FD,/,g, c9A BID DOCUMENTS ui I I I I I I I I I I I I I I I z z. z.z zz LJ BLJ 8 U v v o 0? 1 i f i a 3 u o O v a a o 0 OO 0 0 0 0 GAS FIRED UNIT HEATER SCHEDULE 8 LALALALALALA FAN SCHEDULE MARK LOCATION AREA SERVED MANUFACTURER / MODEL NO FAN TYPE AIRFLOW FAN RP,/ FAN WHEEL FAN MOTOR SPEED BACKDRAFT � AE MOUNTING / �°gid,N(IN TYPEzFaN1 DRIVESS RPM 1 "P Km CONTROL o FLxRAH WEIGHT INLET (Ds) SUPPORT FAN (IN.IN.IN) IS) / :::::: AA AA AA }:/______\ \} E'}}}E' >>>>> >} }:Z}:\j GAS FIRED UNIT HEATER SCHEDULE LALALALALALA / :::::: }:/______\ >>>>> >} ))))))\ ssssss Eu' El El El El El El 2 }}}E 1'' - - (\(0' }}}j}}\} e,sz ( «=,rw - 111 I =\ {!,\ E 26CO OZOLVLZ SHEET NOTES N" AAAAAAA 0 0 0 czD .600 Op _ g O w — U "L 0 d 0 ■ INd 01,4, Z0000 LC SHEET NOTES xw (INITIAL SC F z 0 LL A M A MAA A AA FLAG NOTES (REROOF SCOPE) coD .600 Op §g w �z � <m a� 0 O AA AA A A C'r) oL = CC C PLAN REROOF 0 0 J LL 0 Z 0 0 N 0 LC SHEET NOTES ROOF FLAG NOTES A A A 0 0 CD - 0 0 CD- CD- CD- CD- CD - 39018 00 AA A 0 5Y D6 (JD sin Z z g w rz = LL aD ¢m U 0 A A 0 39018 9003 (3) { A 0 0 111(1 1.,Z,ZZOLLI/8 LC SHEET NOTES N" OC` m r T.w 0 0 z AA AA Y ° w_ z_ w U LL 0 O C® 0 EMERGENCY COMMUNICATIONS SYSTEMS ONE -LINE DIAGRAM PRELIMINARY sm 5 0" :q 1 1 c__, < , ] 1 , , :1 U (w * 0 O oAIE LL, '± zw 1 1 1 1 1 I I I I I I I I I I 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 1 1 1 1 mEDEI '8m 0088888088090000 iii11100O1560.3-cbco® 0 0= aA_oo Do04 00001 6 Y 6 OBo 0 0 0' D 0 2 0p88#00 rib—0 ITT -TRIM I I I I I I I I I I I I I I I se,sz «=,r» \%gz© IMINARY L 55r1 h t] fl _ _\ \\ z ±\ .- Q ,,,,,,,,,,,,,m iii ,,,, \ j (66 /d adlg,G«:Je9G6 bge Sd/«b«6§99,00>««S«6 .:29GJabZ6dd J//96c:\Qdw:6=3-= xG>Eb «d96d,6§66./b ««, PRELIMINARY 11111 111111111111 111111111111111 1111111111111 1111 / 1111111111111 1 1q" I' a 2. . 1 1 1 1 1 I I1 I I I I I I I I SHEET NOTES: 0 0 FLAG NOTES: A A 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRELIMINARY L8_ L o L8, 18 0 old w o � 1 1 1 1 1 1 1 1 1 1 1 1 1�I �I 1 NI 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 „lilt, 1151 s 111111111111111111 L UN Z U WULL OZ ZLL Oa J - 0 OLL 20 OK ELECTRICAL DEMOLITION PLAN w 0 0 0 Wa NN L1 SHEET NOTES: 0 0 O O O 0 0 O FLAG NOTES: A PRELIMINARY 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 1 1 1 II I toli I ZLL 0 ELECTRICAL DEMOLITION PLAN SHEET NOTES: 1111 oW d2 FLAG NOTE A 5 r 'HIP] A a w o o ¢ c Yew= z d ow �M - ¢m 3 �0 � s ▪ 011 LL � w =I I I I I I I I I I I I I I I 1 1 I - I I I I I I I I I I ISI I I NI I I I I I I I I I I I I I I I YYYYY d!I L r ti i I' o H I I I I I IN SHEET NOTES: O 0 FLAG NOTES: A � �w o mAy Y�wJo m sa J3 ql - I I 1 1 1 11 I I 1 1 ▪ 1 o y 1 1 1 1 1 1 1 P 8 111111111111111111 TL g a clj-3 CN ▪ W ELECTRICAL PLAN W 0 0 J LL. 0 0 W NN L1 of 1 SHEET NOTES: 0 FLAG NOTES: A gY�wz >a 1111 1y IgM mow ¢ _ CO g 3 0 1 W F w 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 1 1 1 I SS 0 ELECTRICAL PLAN g O. _ iA ii 5 CO< . -¢m m ▪ W ci _= is ▪ of S�iNH I I I I I I I I I I I I I I I I I I 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 SHEET NOTES: O FLAG NOTES: A NI I 1 � • T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 16 DATE: 6/29/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 ( P ) 21-046(p) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 6-29-2022 Contractor LCI, Inc. By 74m4¢'om eeuy Title Project Manager Original Contract (without tax)* $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 1,239,336.00 Date 07/01/2022 a,,gred vla.e.m,assrocscom This Change Order (without tax) $ 2,062.00 By HP Mayor REV. CONTRACT AMOUNT $ 5,668,619.00 Public Works Director Key: ad2occ5,2,15,3e1D00,731,Ple2,1,1,2 Original Contract Time: 242 days (December 3, 2021) SOJ Program DirectojiiterOW— r Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 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. Exhibit "A"� ORDER TUKWILA - SUMMARY OF CHANGE, - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 016 .v +LA `''s d cI CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (P) Date 6/29/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 117 Roofing Materials for West and East Roofs. The cost for roofing materials only, for complete re-roof per discussions and meetings for both East and West roof. Offloading by City of Tukwila, storage by City of Tukwila. Assumed storage in East shop. Please note there will be an assumed increase in material costs in the next 2 months anticipated between 8% and 15%. AD $1,273.00 COP 119R1 RFI 146-ASI 021 Framing and Drywall. The cost to provide and install framing and Gypsum Wall Board (GWB) to conceal plumbing on the interior of the Key Equipment Room 130. OC $789.00 Change Order No. 016 $2,062.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 5/27/2022 Project: LCI Project No.: 117 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,166.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 69.96 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 37.08 1,235.96 37.08 TOTAL CHANGE PROPOSAL COST 1,273 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 5/27/2022 DATE 742ama d m6e' 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: 5/27/2022 COP #: 117 Please provide a change order for the following work: Fire Marshal re -test and inspection fee Total price per attached breakdown: State and local sales tax: Extension of time: 1,273 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: 117 Owner COP/CCD/PR #: REV: 000 DATE: 5/27/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE X 0.00 X 0.00 X 0.00 X 0.00 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 1,166.00 = $ 1,166.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,166.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 69.96 TOTAL SUBCONTRACTS $ 1,235.96 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,235.96 $ 37.08 1 273.04 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# 44 Date: 5/26/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description scope: Fire Marshall Re -inspection 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# 44. Itemized Breakdown Description Qty Net Price U Total LUMP SUM FIRE MARSHALL REINSPECTION FEE 1 Totals Summary LUMP SUM REINSPECTION 1,166.00 FEE Final Amount $1,166.00 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: 44 5/26/2022 Tukwila Public Works 117110 2 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 44 Final Amount:$1,166.00 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 $ COP NO: CCD/PR No.: Date: 6/28/2022 Project: LCI Project No.: 119R1 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 723.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 43.38 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 22.99 766.38 22.99 TOTAL CHANGE PROPOSAL COST 789 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 6/28/2022 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: 6/28/2022 COP #: 119 Owner COP/CCD/PR #: RFI 146 Please provide a change order for the following work: Framing and drywall per RFI 146 to hide plumbing Total price per attached breakdown: State and local sales tax: Extension of time: 789 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, 740,4144 ma4 Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 119 REV: Owner COP/CCD/PR #: RFI 146 -ASI 21 001 DATE: 6/28/2022 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ X _ $ X $ TOTAL 0.0% 13.0% SUBTOTAL PHASE CODE UNITS RATE X 0.00 X 0.00 X 0.00 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Washington Best Finishes PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 723.00 = $ 723.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 723.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 43.38 TOTAL SUBCONTRACTS $ 766.38 PROPOSAL SUBTOTAL $ 766.38 BONDS/Liability/Builders Risk/B&O Tax $ 22.99 PROPOSAL TOTAL $ 789.37 3.000% Updated: 9/30/2011 Page 5 of 7 $ 20.18 $ 80.86 $ 84.20 $ 538.41 WBF 06 8/27/2021 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 #146 COP No. Date: Contractor Ref. No. Description: RFI # 146 - Framing to Hide Plumbing Under Stairs Provide additional GWB and finish taping, over new wall framing in equip room #130. 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 la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment Itemize all costs on attached COP Cost Breakdown form. $ 538.41 4. SMALL TOOLS a. small tools (NTE 0% of la & b) $ 5. OVERHEAD & PROFIT a. Overhead & Profit 13 % Portion of 1,2,3 &4 6. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 7. BOND a. Bond 3.75 % of 1 %of1-7 0.00 % of 1-6 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 538.00 84.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 622.00 5. OVERHEAD & PROFIT $ 81.00 6. INSURANCE $ 20.00 7. BOND $ TOTAL COST $ 723.00 Tukwila Public Works WBF COP #06 Page of Issued 8/30/2021 COP Cost Breakdown Washington Best Finishes LLC O LL CO N O N Caln CO Total Cost 70. O) co H} .— ({} 0 .— EF} $ 4.50 0o O) EF} (O EF} $ 155.56 co N of co EF} $ 622.61 Equipment 0 0 0 ER Unit $ f6 O f6 Cost V O) O) o0vv oi M fze({}EF} $ 4.50 $ 9.98 $ 6.90 $ 84.20 Unit $ V V 0-i,— O),— H}({}EF} LO OL CO 71- V O) M H}({}EF} Labor Cost $ 155.56 Ll) co N co M to- $ 538.41 $ 538.41 64 D Wr N r EF} o r EF} c 0- N O O .c m m O N U CC m L E L E >, (0 7 0 N x—.— N—.— N N u) 5/8" GWB Type X, 4x12' Topping Mud Taping Mud Joint Tape Hot mud Cornerbead, 10' 2 Hanger, 1 hrs each Hang GWB and clean up. 1 Drywall Finisher Tape joints, second coat, sand, skim coat, final sand Q ' c m )) a c m Labor Subtotal Foreman Total Cost of Work TA w co E Labor Equipment s WBF COP #06 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 N - V r LO O CO O N O) co f0 co EA f- EA EA EA EA O) EA EA EA EA EA EA 6/9- AO) EA $ 100.50 EA EA EA EA CO W N M a— V N W EA N EA EA EA EA EA EA EA EA EA CO 00) EA 0 N EA EA EA EA EA EA Subtotal $ 93.07 EA EA EA EA VI- AO Finisher Foreman 7ft 0 V EA $ 20.47 Is. 00N to ( \ I - EA Cr) COO EA In EA Cr) OM EA COCr) EA N a— EA CO O EA art CO a- to Drywall Foreman $ 54.47 0) I— W EA $ 73.26 NM a— EA co M EA O N- O EA ) OM EA co N EA CO CO a— EA N N O EA r f0 VI to Drywall Finisher M r cs5 EA $ 20.47 O N n:a— to CO O EA O Cr) N EA CO CO O EA N- O EA CO N CO EA N- a— EA CO O EA N. LO CO to C O ( \ I n EA Cr) EA CO to O EA $ 2.85 N- O EA C) EA CO(D N EA CO(D N EA O N EA r to y o O COCOI O 0 O NM cn 0 (n 0 I` O 0 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 I` 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 EA EA EA EA EA 69- AI— N - V r LO O CO O N O) co f0 co O f- I— M cd O N O) 0 N EA EA EA EA EA 6/9- AO) a, $ 100.50 cf) O V I� W CO W N M a— V N W N EA EA EA EA EA $ 20.47 LO N.N N CO 00) M 0 N EA EA EA EA EA Benefits - $ 18.79 Subtotal $ 93.07 ITaxes: Lines 3-6 $ 7.13 L&I: WC Premium - $ 3.26 Total Overtime Rate $ 103.46 Premium Portion Only $ 25.68 £A 'A •119- 3 eft U R E 0 N 7 U R U (V N X E t' �1 o 2 a— 6) E' E O 1- z z o COP Wage Rates Project Name: Tukwila Public Works Fleet and Facilities Building 6 > co M N I` Q 9 'O m R R O O N 6 • N • O O• M L O , . r:': m .-. -p w 'O N O y> p • m 0 O U 0 w co U NO I— Oi1 ,.8 O R C (*6 N tR m O) • 00 'O N 0-' (6 2 Q O 6) 202-3 -p O ) 6) - 0 m N- N R C FD, N .N p I` OU N C N- O_ .w m 6) cur'' -2" 6 C C R w'• O C 'O U p > U R d O_ O 5N N CN R 1 2, U§ 1,' .N.C R �.. 'OUNN w E >, 0 O j -10 > O) LC R O - O N) NC 66) O _ • E W L N U N� 2 O otS . 6) F Q p 6 9 -O R O .0 F Q OE0 J?O)E O NU, U 0 R • w U _ 00 9 .N 'O U R O 6) 'O R O O O U C p CO Q R 'O > R C-N O US E 0 E O_ 0 co E wR Q E `o m tJ 3 U_ m N R 'O O U (6 N L) i 'RO N 8 6) N .N 6) 4 N N 9 N LL N R 'O 6 co 6) R U1 U U1 U1 CN 5 U_ cu U 1 (n U 2 N L E E E E E E 70 c6- N N N N N 6) N O I• � C .— .— U E E E .O N U1 N N 6) O R • O O O -p • R 9 U O M V (n O Issued 8/30/2021 Form Revised 6/1/2004 LCA 4c eo€i (dopa zuciiaa /0C. Ede 1953 RFI No. 146 Date 8/16/2021 # of pages Project No. 1 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 8/20/2021 RFI Originator (Name & Company) Casey Neuman - Lincoln Construction RFI Subject Framing to Hide Plumbing Under Stairs Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Framing & drywall is needed under the stairs to encase and hide the plumbing. Please advise. Thank you. Cost Impact? ❑ Yes ❑ No ✓ Potential Schedule Impact? ❑ Yes ❑ No ✓ Potential REVIEW Date of Review 17 -Aug -21 Reviewed by M Frantz Company SHKS Remarks/Recommendations Provide framing and GWB to conceal plumbing on the interior of the Key Equip Room 130. Ref ASI 21 and associated sketches for clarification. 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. ARCHITECTS Architect Supplemental Instructions Project Tukwila Public Works ASI No. 21 To Tom Romberg Date of Issuance 08/17/21 Lincoln Construction Inc 11803 101' Ave E, #201 Puyallup, WA 98373 The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract time. Proceeding with Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time. •Desai 1 Make the following revision to the Drawings: Sheet A5.1 — Enlarged First Floor Plan: o Modify sheet A5.1 with the attached sketch. Sheet A6.9 — interior Elevations: o Modify sheet A6.9 with the attached sketch. Sheet A8.1 — Interior Details: o Modify sheet A8.1 with the attached sketch. Attachments o ASK — 036 - Enlarged First Floor Plan o ASK — 037 - Interior Elevations o ASK — 038 - Interior Details 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz 11 10.13 O 4X (109 16 15 13 ywY Y T====+== ==1===== =====L= ±LII11_LI_ 13 4B ��II 7 V L L I J_1_L_L 1'-8' 4' - 11 3/4" Addendum 3 13'-10" 6'-6" ASI -2 cj 16'-7" 8/17/2021 11:52:24 AM 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 A5.1 ENLARGED FIRST FLOOR PLAN Scale: 1/4" = 1'-0" ASK -036 ASI -21 5 A8.1 Addendum 3 LIGHT FIXTURE REF ELEC OPEN TO BEYOND 130 - KEY EAST RB 1 5 A8. 130 - KEY WEST / 1/4" = 1'-0.. (E) GWB, PNT-1 GWB, PNT-1 a 0 00 Addendum 5 130 KEY EQUIPMENT - NORTH PENDANT MOUNTED LINEAR FIXTURE 1/4" = 8/17/2021 11:52:24 AM 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 A6.9 INTERIOR ELEVATIONS Scale: 1/4" = 1'-0" ASK -037 FINISH PLY COUNTERTOP W/ SOLID WOOD EDGE DRAWER, PLYWOOD W/ P -LAM 1 FINISH ED M PLYWOOD BACKER TYP CASEWORK AT KEY EQUIPMENT 1" = 11-0" ASI - 21 8/17/2021 11:52:24 AM I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SHKSARCH ITECTS FLEET AND FACILITIES BUILDING A8.1 INTERIOR DETAILS Scale:As indicated 1050 N.38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com ASK -038 T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 15 DATE: 6/28/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (o ) 21-046(o) Council Approval 6/27/22 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 6-29-2022 Contractor LCI, Inc. By %lama¢ .emleit9 Original Contract (without tax)* Previous Change Order $ 899,895.00 This Change Order (without tax) $ 339,441.00 REV. CONTRACT AMOUNT $ 5,666,557.00 Title Project Manager $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA Date By HP Mayor 07/01/2022 Public Works Director Key: 75,176e7e1.01,2,1e,aa912,136,1,1 Original Contract Time: 242 days (December 3, 2021) SOJ Program Director Gni iGM Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 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. Exhibit "A".ryw+t-A-iy4 ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities` PW Fleet & Facilities CO # 015 .-ivoa_ .... CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (0) Date 6/28/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 118 Roofing Materials for West and East Roofs. The cost for roofing materials only, for complete re -roof per discussions and meetings for both East and West roof. Offloading by City of Tukwila, storage by City of Tukwila. Assumed storage in East shop. Please note there will be an assumed increase in material costs in the next 2 months anticipated between 8% and 15%. OC $339,441.00 Change Order No. 015 $339,441.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin; A. TOTAL MATERIAL/EQ BASE COST $ Lincoln Construction COP NO: CCD/PR No.: Date: 6/13/2022 Project: LCI Project No.: 118 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 310,900.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 18,654.00 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 9,886.62 329,554.00 9,886.62 TOTAL CHANGE PROPOSAL COST 339,441 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 6/13/2022 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: 6/13/2022 COP #: 118 Please provide a change order for the following work: Roofing materials only for complete re -roof per discussions and meetings for both East and West roof. Offloading by City of Tukwila, storage by City of Tukwila. Assume storage in East shop. Please note there will be an assumed increase in material costs in the next 2 months anticipated between 8% and 15%. Total price per attached breakdown: State and local sales tax: Extension of time: 339,441 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, 7400meta Ramie:9-PzayectViaoa ez Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 118 Owner COP/CCD/PR #: REV: 000 DATE: 6/13/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE X 0.00 X 0.00 X 0.00 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Wayne's Roofing PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 310,900.00 = $ 310,900.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 310,900.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 18,654.00 TOTAL SUBCONTRACTS $ 329,554.00 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 329,554.00 $ 9,886.62 339 440.62 Updated: 9/30/2011 Page 4 of 6 BREAKDOWN OF COST WAYNE'S ROOFING,INC.ROOF v PO Box 2287{ Sumner, WA 98390 rs JOB NAME Tukwila Public Works Fleet & Facilities Building DATE 6/13/2022 CR DESCRIPTION: PVC Roof Materials JOB NO PVC Roofing Materials QTY UNIT DESCRIPTION ITEM COST TOTAL SUB EQUIP LABOR MATERIALS 4,950.00 PC EPS Flute Filler Insulation $5.85 $28,957.50 421.00 SQ 1/2" HD Coverboard $94.50 $39,784.50 23.00 PAIL 4" Fasteners $254.00 $5,842.00 8.00 PAIL 9" Fasteners $254.00 $2,032.00 44.00 BX 3" Insulation Plates $150.00 $6,600.00 50.00 SQ 3.3" Polyiso Insulation $167.31 $8,365.50 29.00 SQ Q-Panel Tapered Panel Insulation $95.13 $2,758.77 55.00 SQ 2" Polyiso Insulation $101.40 $5,577.00 5.00 PAIL SA-Prmer $216.95 $1,084.75 8.00 RL SA Vapor Barrier $299.69 $2,397.52 50.00 RL Duro-Fleece 60m1 light gray 10'x100' $1,360.00 $68,000.00 9.00 RL Duro -Last 60m1 Light gray -2'8"x100' $333.75 $3,003.75 91.00 PAIL WB 11 Adhesive $192.20 $17,490.20 30.00 RL 12" Duro -Last Stripping $125.00 $3,750.00 100.00 EA Term Bar $7.00 $700.00 1.00 PAIL Term Bar Fasteners $179.00 $179.00 3.00 PAIL Membrane Plates $400.00 $1,200.00 7.00 EA Inside Corner $4.45 $31.15 129.00 EA Outside Corner $5.60 $722.40 20.00 EA Stack Flashing $11.25 $225.00 10.00 BAG T-Joints $8.99 $89.90 32.00 SHEET Vinyl Coated Metal 4'X10' $186.00 $5,952.00 5.00 CASE Caulking 30/Case $253.50 $1,267.50 38.00 EA Walkpads 30"x60" $24.35 $925.30 19,800.00 LF Vinyl Ribs - 24"oc $2.99 $59,202.00 1.00 LS Freight $3,600.00 $3,600.00 HR PROJECT MANAGER $130.00 HR ROOFER STANDARD LABOR RATE $82.72 HR ROOFER OVERTIME LABOR RATE $114.04 DAY CREW CAB CREW TRUCK (PER DAY) $299.00 DAY 2 TON FLATBED/DUMP TRUCK (PER DAY) $696.00 DAY 23 TON BOOM TRUCK (PER DAY) $961.00 DAY 6K-8K REACH FORKLIFT (PER DAY) $667.00 OTHER RENTALS EA PARKING FEES CONSUMABLES TN DISPOSAL $200.00 LS COUNTY TOTAL MATERIALS $269,737.74 KING TOTAL LABOR TOTAL EQUIPMENT WRI PM SUBTOTAL $269,737.74 AARON LEONARD 13.00 % OH / PROFIT $35,065.91 TOTAL MATERIAL LABOR & EQUIP. $304,804 GC COP # TOTAL SUBCONTRACTOR N/A 10.00 % OH / PROFIT TOTAL SUBCONTRACTOR WRI CR# 2.00 % INSURANCE $6,096.07 001 % BONDING TOTAL PRICE $310,900 Tukwila - CR 6/13/2022, 9:50 AM Today's Date: 6/10/2022 Project Nurnber: 1g '?.f6 Customer: WILL 1AII LLUAMS Job Name: TUVWILA FLEET FACILITIES 525 Merely Drive Saginaw, MI 48601 (989)753-6486 (800) 248-0280 FAX (989) 753-4472 FAX(800)432-9331 Customer #: 990300 Address: 1 - City: State: WA Zip: 00000 Ship to: VILA, WA Contact: . LI. WILLIAMS Phone: 0 Email: 0 Taken By: NINA WENDLAND *4x4 Pallet uses one spot - 4x8 Pallet uses two spots Misc Notes: If you have any further questions, please call NINA WENDLAND at (800) 248-0280 - Ext: Duro-Gualfidep Insulation Products 2234 Description 1#t EPS BEVEL CUT Qty 4950 Unit PC Pr`- ni. d - INSULFOAMI $5.85 $78,957 50 1.5"X12"/9.5"X96" f DRY VAN PRICING VALID 30 DAYS FROM ' DATE ON QUOTE PRICING VALID ONLY IF SHIPPED BEFORE EXPIRATION DATE L MUST VERIFY PIECE COUNTS BEFORE ORDERING Fue! Surcharge !NLUDED Taxes Not Included Terms 2%14 Net 30 .. , �� rl ti> e,I i , . *4x4 Pallet uses one spot - 4x8 Pallet uses two spots Misc Notes: If you have any further questions, please call NINA WENDLAND at (800) 248-0280 - Ext: Duro-Gualfidep Insulation Products 2234 DOT fes. 48.1( Today's Date: 6/1O/2022 Project Number: Customer: WILL WILLIAMS 525 Morely Drive Saginaw, MI 48601 (989) 753-6486 (800) 248-0280 FAX (989) 753-4472 FAX (800) 432-9331 Expiration Date: 2022 Customer #: -,13300 Job Name: TUKWILA FLEET FACILITIES Address: TBD City: TUKWILA State: Ship to: TBD TUKWILA, WA Contact: WILL WILL1AMS Zip: )000 Phone: Email: Taken By: NINA WENDLAND Part # 37399 MFR HO PL C83 001 'Description 0.5 -inch DG HD ISO 100 P5I 4x8 t 403.2 Unit Squares Price Unit $94.50 . _tended _ $38,102.40 A ESTIMATED LEAD TIME: 9-12 MONTHS" PRICING VA CID ONLY IF SNIPPED BEFORE EXPIRATION DATE FUEL SURCHAGE SUBJECT TO CHANGE BASED AT 17ME OF ORDER Full Truck Freight 0 Trucks $0-00 Partial Truck Freight -(30 Spots) 1 Truck $380.00 $380.00 Taxes Not Inducted - " A _ Terms 2% 10 Net -30 ACED 91IS3 - iTiA,L *4x4 Pallet uses ane spot - 4x8 Pallet uses two spots Misc Notes: If you have any further questions, please call NINA WENDLAND at (800) 248-0280 - E 2234 DURO-LAST® STANDARD MEMBRANE Please reference pater e 2 for temporary product lead time updates_ Description Mil White Tan/Gray/Dark Grayl Terra Cotta Roll Goods" 40 0.98/sq ft 1.00) sq ft 60" Tabsl120" Tabs 40 1.03/sq ft 1.04/sq ft 28" Tab/Parapets 40 1.10/sq ft 1.121 sq ft Roll Goods" 50 1.11/sq ft 1.12/sq ft 60" Tabs/120" Tabs 50 1.15/sq ft 1.17/sq ft 28" Tabs/Parapets 50 1.22/sq ft 1.24/sq ft Roll Goods** 60 1.231sq ft 1.25/sq ft 60" Tabs/120" Tabs 60 1.28Isq ft 1,30/sq ft 28" Tabs/Parapets 60 1.35/sq ft 1.381sq ft 6' Round Patch (50 ct.) 10,00/bag 10.00/bag Terra Cotta available in 50 -Mil only. Roll Goods: Material that is 5'4" or less in width without custom fabrication. TERRA COTTA AVAILABLE IN THE FOLLOWING ACCESSORIES: Description Price Each Two -Way Roof Vent 25.99 Plenum Vent 85.99 6' x 6" Inside Corner 6.25 6" x 6" Outside Corner 7.45 6" x 18" Inside Comer 8.60 6" x 18" Outside Corner 10.80 18" x 12" Outside Corner 12.45 6" x 6" Outside Butterfly 9.25 1" Stack 11.95 1'W - 8" Stack 13.85 9" - 11" Stack 17.65 12" - 15" Stack 20.80 2" - 8" Drain 18.99 SPECIAL. DECK SHEET CHARGES A $.07/sq. ft. upcharge will be applied in the following situations: 1. Tab spacing is not 28", 60" or 120" tabs • 10"._27" (28" pricing + $.07) • 29"-59" tabs (60" pricing + $.07) • 61""-119" tabs (120' pricing + $.07) 2, More than two reverses or last laps, where laps are less than 60". 3. The fastening tab length is greater than 3". 4. Non -rectangular sheets • 10"-28" tabs (28„ pricing + 5.07) • 29"-120" tabs (60" pricing + $.07) `Only Maximum Sheet Sizes for 5' Tabs 40 -mil 2,500 sq. ft. 50 -mil 2,000 sq. ft. 60 -mil 1,500 sq. ft. Maximum Sheet Sizes for 10' Tabs 40 -mil 3,000 sq. ft. 50 -mil 2,500 sq. ft. 60 -mil 2,000 sq. ft. DURO-LAST STANDARD ROLL GOOD SIZES COLOR MIL SIZE SQ FT WEIGHT ROLL PRICE White 40 5'4" x 150' 600 200 784,00 White 40 64" x 100' 534 115 523.32 White 40 54' x 50' 267 68 261.66 White 40 2'8" x 100' 267 68 261.66 White 40 8" x 100' 67 17 65.66 White 40 12" x 100' 100 25 98.00 Tan 40 5'4" x 100' 534 115 534.00 Tan 40 2'8" x 100' 267 68 267.00 Tan 40 12" x 100' 100 25 100.00 Gray 40 5'4" x 100' 534 115 534.00 Gray 40 2'8' x 100' 267 68 267.00 Gray 40 12" x 100' 100 25 100.00 Dark Gray 40 54" x 100' 534 115 534.00 Dark Gray 40 2'8" x 100' 267 68 267.00 Dark Gray 40 12" x 100' 100 25 100.00 COLOR MIL S[ZE SQ FT WEIGHT ROLL PRICE White 50 5'4" x 100' 534 172 592.74 White 50 54" x 50' 267 85 296.37 White 50 2'8" x 100' 267 85 296.37 White 50 8" x 100' 67 22 74.37 White 50 12" x 100' 100 33 111.00 Tan 50 54" x 100' 534 172 598.08 Tan 50 2'8" x 100' 267 85 299.04 Tan 50 12" x 100' 100 33 112.00 Gray 50 5"4" x 100' 534 172 598.08 Gray 50 2'8" x 100' 267 85 299.04 Gray 50 12" x 100' 100 33 112.00 Dark Gray 50 64" x 100' 534 172 598.08 Dark Gray 50 2'8" x 100' 267 85 299.04 Dark Gray 50 12" x 100' 100 33 112.00 Terra Cotta 50 54" x 100' 534 172 598,08 Terra Cotta 50 2'8" x 100' 267 85 299,04 Terra Cotta 50 12" x 100' 100 33 112.00 COLOR MIL SIZE SQ FT WEIGHT ROLL PRICE White 60 64" x 100' 534 208 656,82 White 60 54" x 50' 267 104 328.41 White 60 2'8" x 100' 267 104 328.41 White 60 8" x 100' 67 26 82.41 White 60 12' x 100° 100 40 123.00 Tan 60 54" x 100' 534 208 667.50 Tan 60 2'8" x 100' 267 104 333.75 Tan 60 12" x 100' 100 40 125.00 Gray 60 5'4" x 100' 534 208 667.50 Gray 60 2'8" x 100' 267 104 333.75 Gray 60 12" x 100' 100 40 126.00 Dark Gray 60 64" x 100' 534 208 667.50 Dark Gray 60 2'8" x 100' 267 104 333.75 Dark Gray 60 12' x 100' 100 40 125.00 MOTE: Not stocked -Call for lead time. 02/07(2022 6 All prices subject to change without notice. Ail prices listed are FOS in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR ■ Sigourney, IA • Carrollton, TX or Ludlow, MA DURO-FLEECE® COLOR 60 -MIL Please reference page 2 for tern ora ry oroduct lead time updates. Color Roll Size Item # Sq. Ft. Price Price/Roll Light Gray 5' x 100' 662050 1.36 680.00 10' x 100' 662051 1.36 1,360.004 Charcoal 5' x 100' 662052 1.36 680.00 10" x 100' 662053 1.36 1,360.00 Patina 5' x 100' 662054 1.36 + 680.00 10' x 100' 662055 1.36 1,360.00 Light Tan 5' x 100' 662056 1.36 680.00 10' x 100' 662057 1.36 1,360.00 Blue 5' x 100' 662062 1.36 680.00 10' x 100' 662063 1.36 1,360.00 ' Green 5' x 100' 662058 1.45 725.00 10' x 100' 662059 1.45 1,450.00 Copper 5' x 100' 662060 1.45 725.00 10' x 100' 662061 1.45 1,450.00 NOTES: • Min'mum order quantity is 10,000 sq. ft. • All shipments ship from Michigan facility. DURO-FLEECE® COLOR 80 -MIL Please reference page 2 for temporary product lead time updates. Color Roll Size Item # Sq. Ft. Price Price/Roll Light Gray 5' x 65' 662070 1.50 487.50 10' x 65' 662071 1.50 975.00 Charcoal 5' x 65' 662072 1.50 487.50 10' x 65' 662073 1.50 975.00 Patina 5' x 65' 662074 1.50 487.50 10' x 65' 662075 1.50 975.00 Light Tan 5' x 65' 662076 1.50 487.50 10' x 65' 662077 1.50 975.00 Blue 5'x65' 662068 1.50 487.50 10' x 65' 662069 1.50 975.00 Green 5' x 65' 662078 1.60 520.00 10' x 65' 662079 1.60 1,040.00 Copper 5' x 65' 662066 1.60 520.00 10' x 65' 662067 1.60 1,040.00 NOTES: • Minimum order quantity is 10,040 sq. ft. • All shipments ship from Michigan facility. DURO-TUFF AND DURO-FLEECE COLOR MEMBRANE ACCESSORIES Product Description Price Two -Way Vent (customer chooses vent color) 20.99 Plenum Vent (customer chooses vent color) 86.49 6" x 6" Inside Comer _ 4.45 6" x 6" Outside Comer 5.60 6" x 18" Inside Corner 6.15 6' x 18' Outside Corner 6.95 18" x 12" Outside Corner 10.65 6" x 6" Outside Butterfly Comer 7.35 1' Stack 10.05 1W-8" Stack 11.95 9"-11" Stack 15.05 12"-15" Stack 18.25 2"-8" Drain 15.99 T -Patch 4"-6'' Bag (50 ct.) 8.99 %, NOTE: Item numbers vary based on color selection of the membrane. DURO-LAST® EV ROLL GOODS WHITE Please reference Dane 2 for tem ora oroduct dead time updates. Roll Size Mil Item # Sq. Ft. Price Price / Roll 10" x 100' Stripping 50 661471 1.13 94.92 2' 6" x 100' 50 661470 1.13 282.50 5' x 100' 50 661460 1.13 565.00 10' x 100' 50 661461 1.13 1,130.00 10" x 100' Stripping 60 / 661481 1.25 105.00 2' 6" x 100' 60 661480 1.25 312.50 5' x 100' 60 661462 1.25 625.00 10' x 100' 60 661463 1.25 1,250.00 T -Patch 4"-6" Bag (50 ct.) 8067EV 5.99 NOTES: • Accessories are produced with Duro-Last EV 50 -Mil White Membrane. • Pricing is equal to Duro-Last standard membrane accessory pricing. DURO-LAST ACCESSORIES STACK FLASHINGS Add .50 for nrav. tan or dark ora Srze Item # Closed Item # Offen Price Each 1'' 1315 nla 8.80 1'/a" 1315H 2315H 10.75 2" 1316 2316 10.75 3" 1317 2317 10.75 4" 1318 2318 10.75 5" 1319 2319 10.75 6" 1320 2320 10.75 7" 1321 2321 10.75 8" 1322 2322 10.75 9" 1323 2323 13.20 10" 1324 2324 13.20 11" 1325 2325 13.20 12" 1326 2326 16.40 13" 1327 2327 16.40 14" 1328 2328 16.40 15" 1329 2329 16.40 16" n/a Open Only 39.65 18" n/a Open Only 40.26 20" n/a Open Only 40.87 22" n/a Open Only 41.47 24' nla Open Only 42.08 NOTES: • Over 24", call Sales Department for pricing. • Manufactured using outside diameter measurements. PANDUIT BANDS Description Item # Price Each Panduit Tool 1221 221.49 %" x 14" 5.5, Bands (50/bag) 1222 37.99 %" x 20" S.S. Bands (50/bag) 1222P 56.49 0210712022 10 All prices subject to change without notice. Alt prices listed are FOB in USO. Saginaw, Mi • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA J The above prices are good for scuppers with distance through the wall "C" equal to 18 inches or less. FASTENERS #14 SCREWS P-3 Head Description 4 DURO-LAST QuantitylPail MEMBRANE 1C 12 CUSTOM 1.4 MADE 16 SCUPPERS 1 20 ESTIMATING 24 CHART 2Fi 23 a3 22 - 50.15 51.23 52.31 53.39 54.47 5555 56.53 57.71 58.79 59.87 6095 52.03 63.11 64.19 65.27 6 1,000/pail 52.31 53.39 54.47 55.55 55.63 57.71 58.79 59.87 60.95 62.03 63.11 64.19 65.27 66.35 8 329.00 54.47 55.55 56.63 57.71 58.79 5987 6095 62.03 63.11 54.19 65,27 66.36 67.43 10 238.00 54.63 57.71 5819 59.87 60.95 62.03 63.11 64.19 65.27 66.35 67.43 68.52 12 500/pail 58.79 59.87 60.95 62.03 63.11 64.19 65.27 66.35 67.43 68.52 69.611 14 60.95 52.03 63.11 64.19 65.27 65.35 57.43 68.52 69.50 70.68 18 63,11 - 64.19 65.27 68.35 67.43 68.52 69.60 70.68 71.76 15 , r 65.27 66.35 67.43 68.52 59.60 70.68 -- 71.76 72.84 26 67,43 68.52 69.60 70.68 71.76 72.84 73.92 22 59.60 ' 70.56 71.75 7214 73.02 75.00 24 71.75 72.84 73.92 75.00 78.08 26 13.92 75.00 76.08 77.16 28 76.06 77.16 78.24 36 78.24 79.32 32 80.40 The above prices are good for scuppers with distance through the wall "C" equal to 18 inches or less. FASTENERS #14 SCREWS P-3 Head Description Spade Point Item # Drill Point Item # QuantitylPail Price Each 1'f," 1442-2 1361-2 2,000/pail 178,00 2" 1446-2 1362-2 2,000/pail 208.00 2W 1456 1363 1,000/pall 135.00 3" 1447 1364 1,000/pail 149.00 3'/" 1457 1365 1,000/pail 165.00 4" 1448 1366 1,000/pail 196.00 41/4" 1458 1367 1,000/pail 254.00 5" 1449 1368 1,000/pari 269.00 51/4" 1459 1369 1,000/pail 329.00 6" 1450 1370 1,000/pail 344.00 7" 1451 1371 500/pail 216.00 8" 1452 1372 500ipaii 238.00 9" 1253 1373 500/pa9 329.00 10" 1254 1374 500ipa9 381.00 11°' 1255 1375 500/pail 425.00 12" 1256 1376 500/pail 463.00 NOTES: • Spade Point. • Drill Point P-3 Head: Steel Decks (18 to 24 Gauge). 02/07/2022 #15 SCREWS Woad or Steel Decks Description Item # Quantity/Pail Price Each 2" 1378 1,000/pail 179.00 3" 1379 1,000/pail 224.00 4" 1380 1,000/pail 254.00 5" 1381 1,000/pail 329.00 6" 1382 500/pail 210.00 7" 1353 500/pa0 291.00 8" 1384 500/pail 322.00 9" 1385 250/pail _ 254.00 10" 1386 260/pail 272,00 11" 1387 250/pail 280.00 12" 1388 2501paii 347.00 14" 1257 250/pail 381,00 16" 1258 250/pail 422.00 18" 1259 250/pail 542,00 20" 1260 250/pail 657.00 FASTENERS FOR EDGE DETAILS Description Item # Quantity/Pail Price Each 11/4' Hexhead #14 1444-2 2,000/pail 208.00 1/4" x 11/4" ZAMAC Metal Anchor 12411 1,000/pail 224.00 VERSA -FASTENERS For additional sizes call for availability. Description Item # Quantity/Pail Price Each 2`/" _ 20001 1,000/pail 149.00 3'/." 20002 1,000/pail 196.00 41/4" 20003 1,000/pail 238.00 VersaFast Plates 20040 1,000/pail 177.00 13 Ail prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI's Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA J J DRILL BITS Description Item # Price Each 7/32" x 6" Straight 1631 5.25 7/32" x 11' SDS 1644 18.05 7/32" x 16" SDS 1645 26.45 3/16" x 3" Straight 1632 3.35 3116" x 6" Straight 1633 4.55 3/16" x 61/2" SDS 1629 6.95 3/16" x 8'/2" SOS 1635 10.00 3/16'" x 10' SDS 1630 13.95 3/16" x 12" Straight 1804 19.15 3/16" x 12" SDS 1640 17.40 'A" x 4' Straight 1266 3.70 ii" x 4" SDS 1268 6.65 'A" x 6" SDS 1643 6,95 DRILL BIT INFORMATION 1. M drill bits are listed by size and total length. 2. Deduct approx. 2" for insertion of bit into tool. 3. 3/16"- For concrete decks_ 4. 'A"- for anchors going into concrete. 5. 7/32"- bigger easier to use when concrete is dense. 6. Straight bit vs. SDS (spline drive shaft) - based on drill. 7. Straight- More likely to spin. 8. SDS- Only for specific drills. 9. Usable length is 2" shorter than drill bit size. 10. Drill bit is W-1" longer than fastener. 11. Order drill bit 3" longer than fastener. PURLIN FASTENERS Drop -Ship Onl Description item # Quantity/Pail Price Each 134" 1488 2,500/pail 370.00 2''/4" 1489 1,000/pail 224.00 33/4" 1490 1,000/pail 329.00 43/4" 1491 1,000/pail 344.00 53'/4" 1492 1,000/pail 359,00 63/4" 1493 1494 1,000/pa8 500/pail 568.00 308.00 734" 83.4" 1494-001 500/pail 366.00 PLATES Description _ Item # Quantity/Box Price Each 2" Round Poly Plates 1305P 1,000/box 250.00 3" Square Steel Plates 1300S 500/box 150.00 3" Plastic Insulation Plates 13051 1,000/box 200.00 Metal Cleat Plates 1304 1.000/box 400.00 RhinoBond Induction Plate 1302 500/box 450.00 DL 3" Induction Insulation Disc 18654 100/bag 10.50 RhinoBand insulation Disk 1339 250/box 47.00 TruEast Induction Plate 1865 50D/box 400.00 11/2 x 22/, Oval Metal Plate 1310 500/box 175.00 AccuSearn® Plates 2-3/8" 1867 1,000/box 400.00 AccuTrac® Plates 3' 1866 1,000/box 400.00 SNOW DIVERTERS Add .50 for gray, tan or dark ara Description Item # Price Each White w/ White Skirt 1240 44.60 Tan w/ Tan Skirt 12408 45.55 Tan w/ Terra Cotta Skirt 1240TC 49.15 Gray wI Gray Skirt 1240G 45.55 Dark Gray wI Dark Gray Skirt 1240GDX 45.55 CONDUIT/ESCUTCHEON WASHERS White, tan and ara Description Item # Price Each 112" 1338 3.00 314" 1337 3.00 1" 1336 3.00 ROOF TRAK' 111 WALKWAY PADS Description item # Price Each 30" X 60" Whte 1050 24.35 60" X 60" White 1082 43.95 30" X 60" Tan 1081 24.35 60" X 60" Tan 1083 43,95 30" X 60" Gray 11107 24.35 60" X 60" Gray 11108 43.95 30" X 60' Safety 1086 24.90 60" X 60" Safety r 1087 45.70 NOTE: The above walkway pads come with a 4" white skirt on two sides with the 60" dimension. Description Item # Price Each 3Q" X 60" Safety Skirt 4 Sides 1355 33.85 30" X 60" White Skirt 4 Sides 1356 33.85 02/07/2022 15 All prices subject to change without notice. Alt prices listed are FOB in USD. Saginaw, MI • Jackson, MS ■ Grants Pass, OR • Sigourney, IA a Carrollton, TX a Ludlow, MA TERMINATION DETAILS VINYL TERMINATION BAR 10' lenaths Description Item # Price/Ft White 1225 0.60 Tan 1225E 0.70 Gray 1225G 0.70 ALUMINUM TERMINATION BAR 10' lengths Description Item # Price/Ft Aluminum Term Bar TB -50 1962 0.70 Aluminum Term Bar TB -75 1963 0.85 VINYL FASCIA BAR & VINYL COVERS 10' lenaths' Description Item # PricelFt 134' Fascia Bar 1568 1.49 13/4" White Vinyl Cover 1569 0.99 1'/." Tan Vinyl Cover 15698 0.99 13/4" Gray Vinyl Cover 1574 0.99 1'/." Additional White Joint Clips 1570 0.99 1'/." Additional Tan Joint Clips 1570B 0.99 1'/," Additional Gray Joint Clips 1575 0.99 4" Fascia Bar 1571 2,49 4" White Vinyl Cover 1572 2.49 4" Tan Vinyl Cover 15720 2.99 4" Gray Vinyl Cover 1578 2.99 4" Additional White Joint Clips 1573 2.49 4" Additional Tan Joint Clips 15738 2.49 4" Additional Gray Joint Clips 1579 2.49 NOTES: • Fascia Bar metal covers are located in the Exceptional' Metals price list. • One clip per 10' of cover is included with cover. VINYL DRIP EDGE 10' fenaths with 6" skirt Description Item # Price/Ft 2" Face WhiteM/hite Skirt 1220 3.60 2" Face Tan/Tan Skirt 12208 4.25 2" Face Gray/Gray Skirt 12200 4.25 2" Additional Clip White 1228 1.80 2" Additional Clip Tan 12288 1.80 2" Additional Gip Gray 1228G 1.80 4" Face White/White Skirt 1583 4.25 4" Face Tan/Tan Skirt 15838 4.80 4" Face Gray/Gray Skirt 1583G 4.80 4" Additional Clip White 1584 1.80 4" Additional Clip Tan 1584B 1.80 4" Additional Clip Gray 1584G 1.80 NOTES: • One clip per 10' of drip edge is included. • Edging and skirt colors are interchangeable, but are not a stock item. J VINYL DRIP EDGE OUTSIDE CORNERS Description Item # Price/Ft 2" Face White w/ White Skirt 1558 10.25 2" Face Tan wl Tan Skirt 1558E 12.60 2"Face Gray wl Gray Skirt 15580 12.60 4" Face White w/ White Skirt 1585 12.60 4" Face Tan W/ Tan Skirt 1585B 15.00 4" Face Gray W/ Gray Skirt 15850 15.00 NOTES: • Edging and skirt calors are Interchangeable, but are not a stock {tem. VINYL GRAVEL STOP 10' lengths with 6" skirt Description Item # Price/Ft 2" Face White/White Skirt 1226 3.70 2" Face TanlTan Skirt 12268 4.35 2" Face Gray/Gray Skirt 1226G 4.35 2' Additional Clip White 16 3 1.25 2" Additional Clip Tan 16138 1.80 2" Additional Clip Gray 16130 1.80 4" Face White/White Skirt 1587 4.35 4" Face Tan)Tan Skirt 15870 4.95 4" Face Gray/Gray Skirt 15870 4.95 4" Additional Clip White 1588 1,80 4" Additional Clip Tan 15880 1.80 4" Additional Clip Gray 15880 1.80 NOTES: • Edging and skirt colors are interchangeable, but are not a stock Item. • One clip per 10' of gravel stop is included_ • Metal gravel stop covers are /floated In the Exceptional Metals price list. VINYL GRAVEL STOP OUTSIDE CORNERS Description Item # Price/Ft 2" Face White wi White Skirt 1614 10.50 2" Face Tan wf Tan Skirt 16148 12.95 2" Face Gray wl Gray Skirt 16140 12.95 4" Face White w/ White Skirt 1589 12.40 4" Face Tan VV/ Tan Skirt 15890 14.80 4" Face Gran WI Gray Skirt 15890 14.80 NOTES: • Edging and skirt colors are interchangeable, but are not a stock item. • Metal gravel stop covers are located in the Exceptional Metals price list_ 02/07/2022 16 All prices subject to change without notice. Ail prices listed are FOB in USO. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA CAULK AND ADHESIVES CAULK Description _ Item # Quantity/Case PricelEach Duro-Caulk8 Plus White 1136 30/case or single 8.45 Duro-Caulk® Plus Tan 1137 30lcase or single8.45 225.80 Duro-Caulk8 Plus Gray 1134 30/case or single V 8.45 Duro-Caulk® Plus Bronze 1135 30/case or single 8.45 Duro-Caulk Advanced White 11480 30/case or single 8.45 NOTE: Duro-Caulk Plus is a sil cone -based sealant, while Dura -Caulk Advanced is a polyether-based sealant a lowing it to be painted. SEALANTS Description Item # Quantity PricelEach Pitch Pan Filler 1122 30/case or single 8.80 Sure Bond 240 Mastic 1123 5G Pail 225.80 Duro-Mastic® Strip Mastic 1129 350' mastic 123.90 Tab Sealer 4725 (5G Pail) _ 1119T 50 Pail 167.40 NON -FLEECE MEMBRANE ADHESIVES Description Item # Quantity PricelEach Water Base Adhesive 1111 50 192.20 Duro-Last Solvent -Grip Spray Adhesive 11020 40 Ib Canister 000 sq. ft.`) 275.65 Duro-Last Solvent -Grip Cleaner 11021 15 Ib. Canister 128.45 Duro-Last Solvent -Grip Gun and Wand (Re -Usable) 11023 Each 208.49 Duro-Last Solvent -Grip 12' Hose 11025 Each 51.99 Duro-Last Solvent -Grip 18' Hose 11024 Each 65.99_ Duro-Last Solvent -Grip Replacement Spray Tip 11027 Each 18,49 Solvent Base IV Adhesive 1112-010 5G 222.55 NOTE: Coverage rates for all adhesives are available an www.duro- last.com. LOW RISE INSULATION ONLY ADHESIVES Droo-Shia On Description Item # Quantity Price/Each Dura -Grip CR -20 HFO 11055 Set 953.55 Duro-Grip-CR-20 HFO 17G Refillable Tank 11057 Set, Plus Deposit 2,489.90 Duro-Grip CR -20 HFO 170 Refillable Tank Kit 11058 Set, Plus Deposit 2,537.05 TRUFAST Roof Adhesive Cartridge 11036 4/case 143.20 OMG OlyBond 500' insulation Adhesive Bag -in -Box 1108 100 Set 743.35 OMG OlyBond 500" insulation Adhesive 150 Darns (includes 25' hose, 3 extension tubes, 6 tips and gun assembly) _ 1108-056 150 Drums 1,358.40 OMG OlyBond 500' SpotShot Insulation Adhesive 1104 4lcase 320.55 OMG OlyBond 500' SpotShot Insulation Adhesive Winter 1104W 4/case 320.55 Millennium One Step 1105 4/case 223.20 Millennium PG -1 Pump Set _ 1130 TRUFAST Roofing Adhesive Hose and Gun 707.40 Millennium PG -1 Pump Grade 1130-15 15G 1,628.60 I nstaStik 1117-001 10,453.49 345.95 InstaStik Wand Kit 1117-002 CMG Stand -Up Applicator 52.70 02107/2022 DURO-FLEECE MEMBRANE ADHESIVES Droo-Shia Onl Description Item # Quantity PricelEach •.Vater Base Adhesive" 1111 50 192.20 Adhesives Below Approved for Both Membrane and Insulation Attachment Duro-Grip-CR-20 HFO 11055 Set 953.55 Duro-Grip"' CR -20 HFO 170 Refillable Tank 11057 Set Plus Deposit Below 2,489.90 Duro-Grip' CR -20 HFO 170 Refillable Tank Kit 11058 Set Plus Deposit Below 2,637.05 Duro-Grip-CR-20 HFO 170 Refillable Tank Deposit - 11048 Deposit per each set 300.00 TRUFAST Roofing Adhesive Tanks (Part A & Part B) Hose & Gun included 11049 Set 805.35 TRUFAST Roofing Adhesive 150 Tanks (Part A & Part 8) Cart Dispensed 11054 Set 1,079.40 OfviG OlyBond 500' Fleece Adhesive Cartridge 1106 41case 306.25 OMG OlyBond 500" Fleece Adhesive Baq-in-Box Set 1107 100 Set 745.25 NOTES: • 'In stock, not a drop -ship item. ADHESIVE ACCESSORIES Drop -Ship Only Description item # Price/Each Duro-Grip Hose Kit 1109-001 170.50 Duro-Grip Nozzles (10/bag) 1109-002 49.60 Duro-Grip CR -20 Colorwise Fan Tip Nozzle Blbag 11050 28.50 Duro-Grip CR -20 Colorwise Fan Tip Nozzle 25/bag 11051 57.65 Duro-Grip CR -20 170 Refillable Tank Gun & 100' Hose Applicator 11039 225.65 Duro-Grip CR -20 17G Refillable Tank Regulator Assembly wl Hoses 11040 788.65 Duro-Grip CR -20 17G Refillable Tank Calibration Nozzles 6/Pack 11044 27.25 Duro-Grip CR -20 170 Refillable Tank Calibration Nozzles 25/Pack 11045 67.50 Duro-Grip CR -20 17G Refillable Tank Colorwise Mixing Nozzles 10/Pack 11041 49.60 Duro-Grip CR -20 17G Refillable Tank Colorwise Mixing Nozzles 25/Pack 11042 104.75 Duro-Grip CR -20 170 Refillable Tank Small Gram Scale 11047 125.85 Duro-Grip CR -20 170 Refillable Tank PSI "PolySaly" Aerosol Cleaner 11046 345.95 Duro-Grip CR -20 1713 Refillable Tank Cart Transporter 11048-001 2,694.99 TRUFAST Roofing Adhesive Hose and Gun 11052 170.50 TRUFAST Roofing Adhesive Mixing Tip Pack 11053 29.75 OMG Pace Cart 3 1099-003 10,453.49 OMG Hand Applicator 1096 208.49 CMG Stand -Up Applicator 1097 433.99 CMG Power Applicator 1098 1,180.99 Powerblanket Bucket Heaters 5 GL 12033 345.50 Powerblanket 17G Foam Cylinder Warmer 12034 560.50 Powerblanket Hot Box 48" x 48" x 48" 12035 2,703.00 Powerblanket Tote Heaters 48"x48"x48" 12036 1,594.50 Powerblanket Tole Heaters 48"x40"x53" 12037 1,789.00 Powerblanket 40 lb Cylinder Warmer 12038 613.60 7 An prices subject to change without notice. All prices listed are FOB In USD. Saginaw, MI ■ Jackson, MS ■ Grants Pass, OR • Sigourney, IA a Carroftton. TX a Ludlow, MA UNDERLAYMENTS AND VAPOR BARRIERS UNDERLAYMENT Description Item # Roll Size Price/Each Duro-Weave Slip -Sheet CLR 1292-155 10' x 360' 222.10 Duro-Blue Slip -Sheet 1292-050 20' x 100' 104.40 Duro-Blue Slip -Sheet 1292-100 20' x 360' 349.45 Atlas FR -10 Siip-Sheet 1290 48" x 250' 236.80 GAF Solo Fire -Retardant Slip - Sheet 1290002 6' x 165.67' 436.85 Geotextile 1298 15' x 360' 519.75 Ballast Mat 1293 1Z x 100' 223.35 Drainage Mat 1533 4' x 100' 508.99 DURO-GUARDr XPS & EPS Description Item # Sheet Size Price/Each Duro-Guard XPS Crush Fold 1295 48' x sa x 3,1a- 52.49 Duro-Guard EPS Fan Fold 38142 4a° K sa x i+� 70.49 DURO-LAST VAPOR BARRIER PRODUCTS Description Item # Size PricelEach Duro-Last Vapor Barrer 1344 45" x 133 299.60 Sopramastic 1346 10.5 oz cartridge 20lcase 10.80 Duro-Last VB Primer 1345 5G Pail 216.95 Duro-Last Torch -Down Vapor Barrier 1347 39.4" x 49.2' 93.60 Duro-Last TDVB Primer 1348 5G Pail 137,30 DURO-LIGHT'" SKYLIGHT SERIES Delivered direct to you from the manufacturer. Manufacturing lead times and ship dates are subject to the skylight manufacturer. Manufacturing lead times and ship dates are subject to the skylight manufacturer. For pricing and availability email iestlmating@dura-last.rom or contact the Insutation Team at 1-800-248-0280. HATCHES Drop -Ship Only: Contact the Insulation Team for pncinq. Description Item # Size PricelEach Bilco Hatch 5-20 (Steel) S Series 701800 3' x 2'6' call for price Bilco Hatch S-50 (Aluminum) 5 Series 701801 3' x 2"6" call for price Biles Hatch S-50TB 701803 3' x 2'6" call for price 02/07/2022 DURO-GUARD INSULATION ISO Duro-Guard ISO II—limited stock in Duro-Last plants Duro-Guard 150 Ill CG Duro-Guard ISO HD Duro-Guard 190 HO Composite Duro-Guard ISO Flat -- HP Duro-Guard ISO NB Duro-Guard ISO Foil EPS Duro-Guard EPS Type I Duro-Guard EPS Type 11 Duro-Guard EPS Type VIII Duro-Guard EPS Type IX Duro-Guard EPS Fan Fold Duro-Guard EPS Fiberglass Facer Duro-Guard EPS Nail Base Duro-Guard HD ISO + EPS Duro-Guard EPS Type I, II, and VIII Flute Filler Duro-Guard EPS Flute Fill Combo DensDeck® DensDeck® Roof Board DensDeck0 Prime Roof Board SECUROCK® Gypsum -Fiber Roof Board Glass Mat Roof Board DEXcell® DEXcell9 Glass Mat DEXcell® FA Glass Mat DEXcell® Cement Roof Board Everboard Everboard Paper -Face Everboard Fiberglass NOTES: ▪ To Quote or Order Insulation, please contact the Insulation Team at 1.800.248.0280. 6 For complete technical information, product data sheets, code compliances and approvals visit www.du ro-1ast.com/nsulat+on. • Delivered direct to you from the manufacturer. • All orders will be rounded up to a full pallet. 19 All prices subject to change without notice. All prices listed are FOB In USD. Saginaw, MI • Jackson, MS . Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA ADDITIONAL ROOF COMPONENTS VINYL RIB SYSTEM Drop -Ship i em with a 12 week lead time Minimum order guan ity-2,000 Description Item # Price/Lineal Ft Price/Lineal Ft Price/Lineal Ft 6.99 KnuckleHead Lite Pipe Support wi Cap 2,000-4,999 5000-19,999 20,000 + Duro-Last White_. 1895 4,64 2.99 2.07 Duro-Last Gray 1896 4.64 2.99 V 2.07 Duro-Last Tan 1897 4.64 2.99 2.07 Duro-Last Dark Gray 1899 4.64 2.99 2.07 Duro-Last Terra Cotta 1894 4.64 2.99 2.07 DT Light Tan 1887 4.64 2.99 2.07 DT Patina 1889 4.64 2.99 2.07 DT Green 1890 4.64 2.99 2.07 DT Blue 1891 4.64 2.99 2.07 DT Light Gray 1892 4.64 2.99 2.07 DT Charcoal 1893 4.64 2.99 2.07 KNUCKLEHEAD PIPE STANDS Description Item # Price/Each KnuckleHead Roof Protection Pad 21368 6.99 KnuckleHead Lite Pipe Support wi Cap 21369 12.99 KnuckleHead Heavy Pipe Support w/ Strap 21370 14.99 KnuckleHead Strui Support 21371 11.49 KnuckleHead Base 9" Extension Assembly 21372 16.49 KnuckleHead Base 18" Extension Assembly 21373 21.49 DURO-LAST PROTERMTM WALL TERMINATION Stocked in Michigan Qnl Description Item # Price/Each ProTerm rra 7.2 Panel 3' Section 124011 19.80 ProTerrna' Classic Rib Panel 3' Section 124022 19.80 Pro1erm "" PSR Panel 3' Section 124033 19.80 LADDERANCHORT' Description Item # PrlcelEach White w14 Butterfly Corners 1219W 489.49 Tan w/ 4 Butterfly Corners 12198 489.49 . Gray w/ 4 Butterfly Corners 1219G 489.49 Dark Gray w/ 4 Butterfly Comers 1219DG 489.49 White EV w/ 4 Butterfly Corners 1219EV 489.49 White w/ 4 Butterfly Corners & Gutter Ext 2219W 657.99 Tan w/ 4 Butterfly Corners & Gutter Ext 22198 657.99 Gray w/ 4 Butterfly Corners & Gutter Ext 2219G 657.99 Dark Gray wl 4 Butterfly Corners 5 Gutter Ext 2219DG 657.99 White EV W! 4 Butterfly Comers & Gutter Ext 2219EV 657.99 02/07/2022 TOOLS SCREW GUNS AND DRILLS Description Item # Price/Each Hilli Screw Gun ST -1800 1273 340.99 Hilti TE -7C Rotary, Hammer Drill 1276-007 579.99 Milwaukee M18 FUEL T"' 114" Hex impact Driver Kit 12766 320.95 r RhinoTrac Tool 1974 4,881.49 RhinoTrac Boot 1974-901 2,769.99 AccuTrac® Tool 1972 2,664.99 AccuTraci? Plates 3" 1000/box 1866 300.00 AccuSeam® Tool 1973 3,436.49 AccuSeam® Boot 1973-001 1,504.99 AccuSeam® Plates 2-316" 1000/box 1867 300.00 DURO-LAST QUICK-PULL'TM & GRIPULL PARTS Description Item # Price/Each Duro-Last Quick-Pulirm _ 18011 467.49 Duro-Last Quick -Pull"' Replacement Cable 18013 17.49 Duro-Last Cuick-Pull""' Front Replacement Pad 19015 6.99 Duro-Last Quick -Pull"' Rear Replacernenf Ped 18014 6.99 GriPull Replacement Cable - 1801_ _ 22.99 GriPull Extension Pulley 1802 7.49 GriPull Rear Pulley 1803 7.49 GriPull Vise Grip Kit 1786 42.99 GriPull Vise Grip Pliers 1805 40.49 GriPull Vise Grip Locking Nut 1805-001 3.49 GriPull Handle 1806 41.99 GriPull Contact Bracket Set Kit 1785 21,99 GriPull Push Link Assembly Kit _ 1787 46.49 GriPull Extension Tube Assembly Kit 1788 6-4.49 GriPull 'h" E Clip (2 required) 1791 0.99 GriPull 145" E CIO (2 required) 1792 1.49 GriPull Handle Pivot Pin 1794 6.99 GriPull Handle Grip 1794-001 4.99 GriPull Rear Pulley Shaft 1795 8.49 GriPull Rear Pulley Spacer - 1796 6.99 GriPul %' x. 1" Link Pivot Pin w+ 3116' x .u;. Coiner Pin 1797 3.49 GriPull Roller Shaft Rollers (2) & n" E -Clips (4) 1798 9.49 GriPull 'S" x 1''/e` Extension Pulley Pin w1C❑tier Ring.- 1799 3.49 GriPull 15116" Retaining Ring 1807 3.49 GriPull Cable Guide 1808 6.99 GriPull 3/16" x 1" Spring Pin 1809 0.99 GriPull 311E' x 'IA Use Grip Pin with 3116 x 3/4' Cutter Pin 1809-001 2.99 20 All prices subject to change without notice. Ail prices listed are FOS in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA ■ Carrollton, TX ■ Ludlow, MA T -EDGE ADVANCED T -EDGE ADVANCED "Face" once includes cleat and hook strip. Cleat is required for all sizes. Description Item # PricelFt. 2" Face 7320206 12.25 2" Cleat 733020624 5.74 3" Face 7320306 13.04 3" Cleat 733030624 5.97 4" Face 7320606 13.83 4" Cleat 733060624 6.18 5" Face 7320706 14.60 5" Cleat 733070624 6.39 6" Face 7320806 15.39 6" Cleat 733080624 6.60 7" Face 7320906 16.18 7" Cleat 733090624 6.83 8" Face 7321006 16.94 8" Cleat 732100624 7.04 Hook Strip 7340006 6.90 MISCELLANEOUS EDGE DETAILS EDGE EXTENDER Description Item # PricelFt. 3" Face 6400306 2.65 4" Face (Need Cleat) 6400606 2.95 5" Face (Need Cleat) 6400706 3.10 6" Face (Need Cleat) 6400806 3.40 7' Face (Need Cleat) 6400906 3.65 8' Face (Need Cleat) 6401006 3.90 31/2" Cleat 693040524 1.65 DURO-FLASH it 10' lengths Description Item # PricelFt. 12" White Skirt 64103066601 7.10 12" Tan Skirt 64103066502 7.95 12" Gray Skirt 64103066403 7.95 12" Dark Gray Skirt 64103066304 7.95 Duro-Flash 11 Custom 64103 "'call EM for price REGLET 10'len gthsl Description Item # PricelFt. 5' One -Piece Reglet 6423606 3.55 . 5 3A" Two -Piece Regiet 6423706 7.90 COUNTER FLASHING 10' lengths Description Item # PricelFt 5 '/." Surface Mount Counter Flashinp 6433606 ' 3.40 VINYL COATED METAL. Description Item # Price/Ft. White 4' x 10' Sheet 1603 186.00 Tan 4' x 10' Sheet 1603B 186.00 Gray 4' x 10' Sheet 16036 186.00 Dark Gray 4' x 10' Sheet 1603DG 186.00 Light Tan 4' x 10' Sheet 1603LT 186.00 Light Gray 4' x 10' Sheet 1603LG 186,00 Charcoal 4' x 10' Sheet 1603CH 186.00 Midnight Bronze 4' x 10' Sheet 1603MB 186.00 NOTES: • .023" thick (25 sheets per pallet) DU RO-EDGE Description Item # PricelFt. Dur Edge White 64408066601 9.30 Duro-Edge Tan 64408066602 10.15 Duro-Edge Gray 64408066603 19.15 Duro-Edge Dark Gray 64408066604 10.15 Duro-Edge Custom 64408 Call EM for pricing 02/07/2022 24 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sig.ourney, IA • Carrollton, TX • Ludlow, MA T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 14 DATE: 5/16/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 ( n ) 21-046(n) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 5-24-2022 Contractor LCI, Inc By 7ae Raateen, Title Project Manager Original Contract (without tax)* $ 4,427,221.00 Previous Change Order $ 892,051.00 This Change Order (without tax) $ 7,844.00 By REV. CONTRACT AMOUNT $ 5,327,116.00 APPROVED BY THE CITY OF TUKWILA Date 06/08/2022 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 2022) HP CfCLaie 6h, e g Mayor Public Works Director -Bbf/DO, e SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. Exhibit "A"� ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 014 .v +LA `''s Ei dI CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (n) Date 5/13/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 114 Airlines for Vehicle Lift Release. The cost of the airlines to each of the vehicle lifts for lock release. UFC $3,959.00 COP 115 Per COPR 007 Door Hardware for Door 118. Cost to provide and install a lockset and electric strike to integrate the existing card reader with the door itself, per owners request. OC $1,935.00 COP 116 Painting of Ecology Blocks per Fire Marshal. The cost to paint the ecology block barriers per Fire Marshal direction. AD $1,950.00 Change Order No. 014 $7,844.00 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 B. TOTAL LABOR COST SUBTOTAL Lincoln Construction COP NO: CCD/PR No.: Date: 5/6/2022 Project: LCI Project No.: $ 300.00 114 1239 $ 711.60 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 1,011.60 D. SUBCONTRACT COST $ 2,548.00 E. OVERHEAD AND PROFIT ON 131.51 SUBCONTRACT COST (6%) $ 152.88 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 115.32 2,700.88 115.32 TOTAL CHANGE PROPOSAL COST 3,959 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 5/6/2022 DATE 74ama d ,tea e,19 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: 5/7/2022 COP #: 114 Please provide a change order for the following work: New airline for vehicle lift release Total price per attached breakdown: State and local sales tax: Extension of time: 3,959 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: 114 Owner COP/CCD/PR #: Air Lines REV: 000 DATE: 5/6/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT 8 CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE X 95.00 = $ - X 88.95 = $ 711.60 X 77.15 = $ - X 75.85 = $ X 67.72 = $ X $ = X$ - $ 711.60 TOTAL 0.0% $ $ 711.60 MARK-UP @ 13.0% $ 92.51 $ 804.11 TOTAL LABOR MATERIALS/EQUIPMENT Reem tools for steel base SUBTOTAL PHASE CODE UNITS RATE X 0.00 1 X 300.00 X 0.00 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% _ $ _ $ 300.00 _ $ _ $ $ 300.00 $ 39.00 $ 339.00 Pipe Construction PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 2,548.00 = $ 2,548.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 2,548.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 152.88 TOTAL SUBCONTRACTS $ 2,700.88 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 3,843.99 $ 115.32 3 959.31 Updated: 9/30/2011 Page 4 of 6 $ 293.15 $ 585.62 $ 1,668.64 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction Description: Pipe COP No. Date: Contractor Ref. No. 21-299.014 5/6/2022 Airlines to each of the vehicle lifts for lock release. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) Itemize all costs on attached COP Cost Breakdown form. $ 1,668.64 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 %oft -7 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 1,669.00 586.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 2,255.00 5. OVERHEAD & PROFIT $ 293.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 8. INSURANCE $ 1.00 % of 1-8 $ 9. BOND $ This change adds 2 calender day extension TOTAL COST $ 2,548.00 COP Cost Breakdown Pipe Construction Description Quantity Unit Type Labor Material Equipment Total Cost Unit $ Cost Unit $ Cost Unit $ Cost 1 5/8" Strut 10 ft $ - $7.63 $ 76.34 $ - $ 76.34 Strut Clamp 1 lot $ - $28.56 $ 28.56 $ - $ 28.56 1/2" Type L Hard 80 ft $ - $2.70 $ 215.60 $ - $ 215.60 1/2" PP Ball Valves ea $ - $12.88 $ - $ - $ - Brass Ftgs 1 lot $ - $55.00 $ 55.00 $ - $ 55.00 PP Ftgs 1 lot $ - $210.12 $ 210.12 $ - $ 210.12 Hardware lot $ - $100.00 $ - $ - $ - ea $ - $ - $ - $ - ea $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Labor Subtotal $ - Superintendent hr $ - $ - $ - $ - Lead Foreman hr $ - $ - $ - $ - Journeyman Plumber 16 hr 104.29 $ 1,668.64 $ - $ - $ 1,668.64 Total Cost of Work Form Revised 2/27/2020 $ 1,668.64 $ 585.62 $ - $ 2,254.26 Page of Issued 5/6/2022 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: 5/6/2022 Project: LCI Project No.: 115 COPR 007 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,772.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 106.32 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 56.35 1,878.32 56.35 TOTAL CHANGE PROPOSAL COST 1,935 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 5/6/2022 DATE 74ama d ,tea e,19 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 5/6/2022 COP #: 115 Owner COP/CCD/PR #: COPR 007 Please provide a change order for the following work: Change hardware on door 118 per COPR 007 Total price per attached breakdown: State and local sales tax: Extension of time: 1,935 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: 115 Owner COP/CCD/PR #: COPR 07 REV: 000 DATE: 5/6/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 0.0% $ 13.0% $ SUBTOTAL PHASE CODE UNITS RATE X 0.00 1 X 0.00 X 0.00 X 0.00 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 1,772.00 = $ 1,772.00 1 X = $ - 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,772.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 106.32 TOTAL SUBCONTRACTS $ 1,878.32 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,878.32 $ 56.35 1 934.67 Updated: 9/30/2011 Page 4 of 6 CHANGE ORDER REQUEST JOB NAME: TUKWILA FLEET & FAC. CHANGE ORDER REQUEST#: 4 BLDG T.I CONTRACTOR REFERENCE#: COPR-07 JOB#: 21041KS PREPARED BY: Kevin Sass CONTRACTOR: LINCOLN CONSTRUCTION DATE: 05/06/2022 INC ** PRICING BASED ON STANDARD FACTORY LEAD TIMES UNLESS OTHERWISE NOTED "* ** PRICING IS GOOD FOR 30 DAYS ** DESCRIPTION OF WORK Provide and install new Best 9K storeroom lock and electric strike for existing door #118. Final wiring, hook up and commissioning of access control system by other. TIME IMPACT AFTER APPROVED CHANGE ORDER: 4-5 Weeks Description of Changes Total Material Additions Lump Sum to Provide and install new Best 9K storeroom lock and electric strike for existing door #118. Final wiring, hook up and commissioning of access control system by other. $1,772.38 Delivery and/or Freight Total Freight No Freight Charge $0.00 Subtotal Delivery/Freight Sales Tax (0.000%) CHANGE ORDER TOTAL JOB NAME: TUKWILA FLEET & FAC. BLDG T.I COR#: 4 CONTRACTOR: LINCOLN CONSTRUCTION INC JOB#: 21041KS CONTRACTOR REF#: COPR-07 PAGE: 2 of 2 $0.00 $0.00 $1,772.38 ARCHITECTS Change Order Proposal Request Project Tukwila Public Works To Tom Romberg COPR No 07 Lincoln Construction Inc 11803 101' Ave E, #201 Date of Issuance 05/04/22 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. I Description Additional Door Hardware at Door 118 A. Modify A2.1.2 First Floor Plan — West with the attached sketch. B. Provide Door 118 with Door Hardware Set #7 Attachments A -SK 055 Door 118 Hardware 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com Issued By M Frantz 127D COPR #7 5/4/2022 2:32:27 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 A2.1.2 FIRST FLOOR PLAN - WEST Scale:As indicated 05/04/22 COPR #7 A -SK 055 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: CCD/PR No.: Date: 5/16/2022 Project: LCI Project No.: $ 608.00 116 1239 $ 1,067.40 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 217.80 $ 1,675.40 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 217.80 H. BOND (GC ONLY) SUBTOTAL 56.80 56.80 TOTAL CHANGE PROPOSAL COST 1,950 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 5/16/2022 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: 5/16/2022 COP #: 116 Please provide a change order for the following work: Painting of ecology block barriers per Fire Marshal direction Total price per attached breakdown: State and local sales tax: Extension of time: 1,950 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, 740,4144 ma4 ,Roode4uy- Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 116 Owner COP/CCD/PR #: REV: 000 DATE: 5/16/2022 HOURS PROJECT MANAGER SUPERINTENDENT 12 ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE TOTAL X 95.00 = $ X 88.95 = $ 1,067.40 X 77.15 = $ X 75.85 = $ X 67.72 = $ X _ $ X $ $ 1,067.40 0.0% 13.0% $ 1,067.40 $ 138.76 $ 1,206.16 Yellow Paint Per Fire Marshall Paint supplies SUBTOTAL PHASE CODE UNITS RATE X 0.00 = $ 6 X 68.00 = $ 408.00 1 X 200.00 = $ 200.00 X 0.00 = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% $ 608.00 $ 79.04 $ 687.04 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 $ 1,893.20 BONDS/Liability/Builders Risk/B&O Tax $ 56.80 PROPOSAL TOTAL $ 1,950.00 3.000% Updated: 9/30/2011 Page 5 of 7 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 13 DATE: 5/2/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (m ) 21-046(m) Council Approval N/A Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 5-5-2022 Contractor LCI, Inc. By 'Woorcut Roode, Title Project Manager Original Contract (without tax)* Previous Change Order $ 835,761.00 Date $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA 05/11/2022 This Change Order (without tax) $ 56,290.00 By HP Key: ca0337ea,,JecISc019,12,189,22,11,1b Mayor REV. CONTRACT AMOUNT $ 5,319,272.00 Public Works Director Original Contract Time: 242 days (December 3, 2021) SOJ Program Director �//ti Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 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. Exhibit "A" ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 013 ,J;wi�A, 4:S" !� 1.4 '4 ,tor \-' CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (m) Date 5/2/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 110 Additional Airline Drops. The cost to add additional air connections in the machine and welding shop per owner request and COPR #6. OC $5,204.00 COP 111R1 Additional Electrical Work. Cost for the additional electrical work including an added welding receptacle at Weld Shop, an additional crane at Weld Shop, relocating the pressure washer from the West shop to the East shop, and the electrical for the new vehicle 16 -ton Vehicle Lift per owners request. OC $30,346.00 COP 112 Vehicle Lift Electrical Trenching. The cost of additional electrical trenches for the vehicle lift footings. UFC $15,014.00 COP 113 Repair Existing Gas Unit Heater (GUH) 04 and 06. While starting up the existing gas heaters it was noticed that unit GUH-06 has a bad blower motor. The unit is so old it is recommended replacing it. GUH-04 has a broken pilot tube. This is the cost of replacing GUH-06 and repairing unit GUH-04's pilot tube. UFC $5,726.00 Change Order No. 013 $56,290.00 CHANGE PROPOSAL REQUEST Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildint A. TOTAL MATERIAL/EQ BASE COST $ B. TOTAL LABOR COST SUBTOTAL COP NO: CCD/PR No.: Lincoln Construction 110 Date: 4/7/2022 Project: LCI Project No.: 1239 $ 177.90 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 23.13 $ 177.90 D. SUBCONTRACT COST $ 4,577.00 E. OVERHEAD AND PROFIT ON 23.13 SUBCONTRACT COST (6%) $ 274.62 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 151.58 $ 42851.62 151.5 TOTAL CHANGE PROPOSAL COST 1 $ 5,204 CONTRACT TIME ADJUSTMENT (DAYS) 12 Lincoln Construction, Inc. CONTRACTOR 4/7/2022 DATE 771acuae Raotz en9 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 4/7/2022 COP #: 110 Owner COP/CCD/PR #: COPR 006 Please provide a change order for the following work: Additional air drops per COPR 006 Total price per attached breakdown: State and local sales tax: Extension of time: 5,204 include X not included 12 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, 7460144 R04407.9 - Palled Vaaa9en Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 110 Owner COP/CCD/PR #: COPR 006 REV: 000 DATE: 4/7/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT 2 CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE 95.00 = $ 88.95 77.15 75.85 67.72 TOTAL = $ 177.90 = $ = $ = $ $ $ $ 177.90 0.0% $ $ 177.90 MARK-UP @ 13.0% $ 23.13 $ 201.03 TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL PHASE CODE UNITS RATE X = $ 1 X = $ X = $ X = $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Pipe Construction SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 4,577.00 = $ = $ = $ 4,577.00 _ $ = $ = $ $ = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 0 $ 4,577.00 6.0% Less Sub Fee $ 274.62 $ 4,851.62 3.000% $ 5,052.65 $ 151.58 $ 5,204.23 Updated: 9/30/2011 Page 4 of 6 21-299.013 417/2022 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction Description: COPR #6 Pipe COP No. Date: Contractor Ref. No. Per COPR #6 Additional Air Connection, additional air connections are to be added in the machine and welding shop. 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. Foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) Itemize all costs on attached COP Cost Breakdown form. $ 1,042.90 $ $ $ 1,042.90 $ $ 2. MATERIAL COSTS a. material costs $ 3,007.28 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 1282019 2.00 % of 1 %of1-7 $ 526.50 $ $ $ $ $ $ $ 1. CRAFT LABOR COSTS $ 1,043.00 2. MATERIAL COSTS $ 3,007.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 4,050.00 5. OVERHEAD & PROFIT $ 527.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ $ 8. INSURANCE $ 1.00 % of 1-8 $ 9. BOND $ This change adds 2 calender day extension TOTAL COST $ 4,577.00 COP Cost Breakdown <6 N O 1- U $ 629.22 CO co N ER 1$ 28.56 $ 26.95 1$ 500.72 $ 59.88 $ 12.20 EJ N N ER o 0 O E9 CO CO N ER 1$ 66.00 1 1 ER 1 ER 1 ER 1 ER 1 ER 1 ER 1 ER 1 ER 1 ER 1 ER 1 Efl 1 ER 1 ER 1 ER 1 ER 1 ER ER I$ 1,042.90 $ 4,050.18 Equipment w 0 0 11111111111111111111111111 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 1111 ER ER 69 EA Unit Cost N O N EO ER CO (O ER $ 28.56 En (O N ER 1$ 500.72 1$ 59.881 N N 1-- ER ,-.0 O O N O N ER ER 1$ 1,287.28 1 O co Efl ER ER ER ER ER ER ER ER 69 ER ER ER ER ER ER ER ER ER 69 N i0 0 0 M Vi 69 C D CO r ER CO CO (R $28.561 N- ER N ER $29.94 O ER A- O N 0 E9 ER EO d' ER O CO 69- 1 Cost 1 11111111111111111111111111111 ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER (R ER ER ER EA ER E9 ER ER ER ER ER ER ER ,$ 1,042.90 $ 1,042.90 1 Unit $ O) N V' 0 (1) O . D E6 63 lot E6 EU f6 (U lot lot E6 N 63 EU t _C t Form Revised 2/27/2020 1 (0= 7 a N 101 V- O 801 N V r- . EO V- 0 nstruction Descri •tion Filter, Regulator unit 1 5/8" Strut Strut Clamp 1/2" Type L Hard 1" Type L Hard 1" PP Ball Valves Brass Plugs PP Ftgs Hardware Air Manifolds Freight for Filter/Regulators 1Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Notal Cost of Work Issued 4/7/2022 Change Order Proposal Request Project Tukwila Public Works SHKSAFICHITECTS To Tom Romberg COPR No 06 Lincoln Construction Inc 11803 101st Ave E, #201 Date of Issuance 04/01/22 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 air connections requested by the Owner A. Modify M2.1 First Floor — Piping Plan with the attached sheet. Attachments Sheet M2.1 Revised Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com m- 11 r. . 1 1 1 1 1 1 1 1 1 1 1 SHEET NOTES: 11111111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Y OV gg ' POOg i> wN e' in i al 4 g 404 di lg�� o S� LW FLAG NOTES: 1111 11111111 1 1 I I I I I I I I I I I I 1 1 i 31 yy� �q g@'g gg 6 g w 838 €' _ig iga �i6 g: ;g F,- iq ao 10 ig tsWgg'S. iR2E 02 40 gv li' a g wgawffsb8�< � h.,z$e°igh my �c� A A A AAA AV IIIILIIIIIG0a'-ZP • z a J a 0 z 0 1 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.: 111R1 Date: 4/26/2022 Project: LCI Project No.: 1239 $ 177.90 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 23.13 177.90 D. SUBCONTRACT COST $ 27,605.00 23.13 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 1,656.30 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 883.87 29,261.30 883.87 TOTAL CHANGE PROPOSAL COST $ 30,346 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 2/26/2022 DATE 74rna4'oode 9 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: 4/26/2022 COP #: 111R1 Please provide a change order for the following work: Additional Electrical Work As Detailed In Seahurst Scope Letter Total price per attached breakdown: State and local sales tax: Extension of time: 30,346 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, %la�xad Rom6oz9 - Project Va tagm Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 111 Owner COP/CCD/PR #: Electrical REV: 001 DATE: 4/26/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback 2 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE TOTAL X 95.00 = $ X 88.95 = $ 177.90 X 77.15 = $ X 75.85 = $ X 67.72 = $ X $ = X $ $ 177.90 0.0% $ $ 177.90 MARK-UP @ 13.0% $ 23.13 $ 201.03 TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL PHASE CODE UNITS RATE X = $ 1 X = $ X = $ X = $ 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 27,605.00 = $ 27,605.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 27,605.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 1,656.30 TOTAL SUBCONTRACTS $ 29,261.30 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 29,462.33 $ 883.87 $ 30,346.20 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# 43 Date: 4/26/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per field coordination with the City and rough outlines per attached narrative provided by Adam Boen field foreman. Exclusions: Contract exclusions. Start up or Cx of any non provided equipment. 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 10 days. We will supply and install all materials, labor, and equipment as per your instructions on CCN # 43. Itemized Breakdown Description Qty Net PriceU Total Mat. LaborU Total Hrs. 1/2" EMT CONDUIT 30 44.65 C 13.40 3.60 C 1.08 3/4" EMT CONDUIT 400 64.19 C 256.76 4.40C 17.60 3/4" EMT STL COMP RT CPLG 47 1,038.80 C 488.24 15.63 C 7.35 3/4" EMT INSUL STL COMP RT CONN 10 996.14 C 99.61 15.63 C 1.56 3/4" EMT > 3/4" FLEX CPLG 2 3,751.86 C 75.04 12.50 C 0.25 3/4" EMT STRUT CLAMP 20 89.20C 17.84 6.38C 1.28 3/4" EMT 2-H STRAP 70 33.65 C 23.56 7.50 C 5.25 3/4"GRC (GALV) 330 175.48 C 579.08 6.19C 20.43 3/4" GRC NO -THREAD CONN 10 713.40 C 71.34 15.00 C 1.50 3/4" GRC COUPLING 20 201.74 C 40.35 8.000 1.60 3/4" STEEL FLEX 10 127.68 C 12.77 4.88 C 0.49 3/4" STL FLEX CONN 2 170.29 C 3.41 12.50 C 0.25 #12 THHN BLACK 500 235.66 M 117.83 6.44M 3.22 #10 THHN BLACK 2,440 358.67M 875.15 7.06M 17.23 #8 THHN BLACK 350 638.87M 223.60 8.75M 3.06 #6 THHN BLACK 640 992.31 M 635.08 11.13M 7.12 4x21/8" SQ BOX COMB KO 10 364.78 C 36.48 28.75 C 2.88 4" SQ BLANK COVER 5 112.71 C 5.64 3.13 C 0.16 4" SQ 1.406"DIAM REC COVER 2 327.64 C 6.55 3.13C 0.06 4" SQ 1.594" DIAM REC COVER 2 377.71 C 7.55 3.13 C 0.06 1-G 2"D DC ALUMBOXW/LUGS&3-1/2"HUBSGRY 3 7.81E 23.43 0.38E 1.14 1-G VERT MNT STD DEPTH WP -IN -USE TOGGLE SW CV 2 121.50 E 243.00 0.09E 0.18 50A 250V 3W 1 PH REC - BLK (SG) 2 2,945.25 C 58.91 47.50 C 0.95 20A 125V DUP REC - GFCI IVY (SG) 1 1,676.13 C 16.76 31.25 C 0.31 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# 43 Date: 4/26/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 Description Qty Net PriceU Total Mat. LaborU Total Hrs. 20A 250V 3W 1 PH IG TW -LOCK REC 1 39.77E 39.77 0.29E 0.29 30A 250V 3W 1 PH IG TW -LOCK REC 1 57.50E 57.50 0.38E 0.38 P-3300 7/8 STRUT 30 390.37 C 117.11 10.00 C 3.00 P-1000 1 5/8 STRUT 50 271.29 C 135.65 13.75 C 6.88 1/4-20 BEAM CLAMP 20 207.90 C 41.58 10.00 C 2.00 30A 2P BREAKER BOLT -ON 1 139.59E 139.59 0.31E 0.31 30A 2P BRKR BOLT -ON GFI 5mA 1 584.10E 584.10 0.44E 0.44 20A 3P BREAKER BOLT -ON 1 454.41 E 454.41 0.50E 0.50 30A 600V FUSIBLE DSN SW NEMA 1 2 282.24 E 564.48 1.13 E 2.26 20A 250V ONE TIME FUSE 2 4.00E 8.00 0.04E 0.08 30A 250V ONE TIME FUSE 2 3.96E 7.92 0.04E 0.08 40A 250V ONE TIME FUSE 2 7.38E 14.76 0.05E 0.10 Eaton 4x 2P 250v NM LOCKABLE SWITCHBOX WSHDW 2 390.51 E 781.02 0.85 E 1.70 Totals 5,023 6,877.25 113.02 Summary General Materials Total Material Foreman Inspections & Testing Total Labor Foreman Truck Scissor Lift 2642 Additional Permit (113.02 Hrs @ $107.69) (8.00 Hrs @ $107.69) (113.02 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 1.00 @ $650.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 0.00 @ $600.00 + 0.000 % + 0.000 % + 0.000 %) Subtotal Overhead & Markup (@ 13.000 %) Subtotal Warranty Insurance Final Amount (@ 1.000 %) (@ 1.800 %) 6,877.25 6,877.25 12,171.12 861.52 13,032.64 2,599.46 650.00 600.00 23,759.35 3,088.72 26,848.07 268.48 488.10 $27,604.65 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based ar the information provided. CLIENT ACCEPTANCE 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: 43 4/26/2022 Tukwila Public Works 117110 3 CCN #: 43 Final Amount:$27,604.65 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the oboe described work Work Description ORIGINAL Tuesday, April 26, 2022 TPW information and details for pricing of additional electrical work: New work electrical item #1: Added Welding Receptacle at Weld Shop. At the new weld shop area, the customer will be using their existing welding unit in that area. The new build -out does not include a receptacle within the weld shop that matches their machine. We propose: • Modify the new 50A circuit and disconnect within the welding shop to provide connect their existing portable welding equipment. • Provide: Fuses at the disconnect to 40A, and add necessary pipe, wire, box, and receptacle below the disconnect to meet their needs. • The 50A circuit will remain available to the customer if theirs needs change. • OTC Permit may be required. New work electrical item #2: Additional crane at Weld Shop. At the Weld shop area, the customer will have a crane that needs power. The electrical build- out did not include power for that equipment. The customer sent nameplate information for electrical requirements. The new required circuit will be: 208v 20A 3-phase. Underground conduit connections may be required for final connection. We propose: • Provide a new 3-phase 20A circuit to the customers' crane. • Provide all pipe, wire, and final connections to the customer provided crane. • Single point electrical connection. Power and control work beyond the equipment disconnect is additional. • Additional work: Provide rigid conduit connections and classified area fittings for underground conduit connections. • Additional work: Provide interconnecting equipment control and power wiring connections as needed. • OTC permit may be required. New work electrical item #3: Pressure Washer relocated to East Shop wash bay. The customer has requested that their pressure washer (A.K.A. parts washer on plan drawings) be relocated from the West shop to the East shop. By nature, the pressure washer needs to be located outside, and be located at a basin that meets EPA requirements. To accommodate this work, the Adam Boen / Seahurst Electric aboen@seahurst.com / #425-754-0045 Tuesday, April 26, 2022 customer sent us the nameplate requirements for the pressure washer. In addition, they requested and additional disconnecting/controlling means located within the wash bay area to allow local control of the washer at the wash bay. The new required circuit will be: 208v 30A 1 -phase with a 60-30R. We propose: • Provide: 1 new 208v 30A 1 -phase breaker, circuit and disconnect. • Provide: A controlling/disconnecting means at the outside wash area (4x -wash-down rated eqp.) to control the pressure washer receptacle located inside the building. • Proposed: Relocate and upgrade the existing pump motor and GFCI plug located at the wash bay to meet their needs. (a requirement to facilitate the change in use outside) • OTC Permit may be required. New work electrical item #4: New Vehicle 16 -ton Vehicle Lift at Shop. Adjacent to the Weld/Machine shop area, the customer will have a 16 -ton vehicle lift that needs power. The electrical build -out did not include power for that equipment. The customer sent us equipment information for electrical requirements. The new required circuit will be: 208v 30A 1 -phase. Underground conduit connections may be required for final connection. We propose: • Provide a new 1 -phase 30A breaker, circuit, and disconnecting means to the customers' lift. • Single point electrical connection. Power and control work beyond the equipment disconnect is additional. • Additional work: Provide rigid conduit connections and classified area fittings for underground conduit connections. • Additional work: Provide interconnecting equipment control and power wiring connections as needed. • OTC Permit may be required. For Pricing: I have included a T&M breakdown list and a totals sheet. I have also included additional work pricing since the equipment set-up, power, controls, and classified area provisions will probably be necessary for all new AND existing work scope at crane and lifts. R.O.M. for that scope is listed separately as we still have a few install requirement unknowns. Thanks in advance! -Adam Boen Adam Boen / Seahurst Electric aboen@seahurst.com / #425-754-0045 i0 00 co O m 0.0L a `G CO 0 cn O O1 rn N co O act ti O ul ul O O O LO 03 O ul n O N a n � � 0.02 a n O 01 1.0 rn O 03 O co Ln 0 co 0 0 0 1- N 0 n U1 0 Ln O 05 1• 0 0 U) o o.7; r ° 0. a 0 LO 0 LO 03 0 Ln ti d v O 0 O CO 1.13N 01 01 CO Cr CV 0 CO (00 0 O h n 0. ▪ 0 a 0 N O m Ln N 0 O O rn O O O co O N n 0 MCV m O O '-i 0 0 m 0 O CO O01 cn O t0 co tt i 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: 4/26/2022 Project: LCI Project No.: $ 2,705.30 112 1239 $ 5,305.84 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 1,041.45 8,011.14 D. SUBCONTRACT COST $ 5,211.00 E. OVERHEAD AND PROFIT ON 1,041.45 SUBCONTRACT COST (6%) $ 312.66 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 437.29 5,523.66 437.29 TOTAL CHANGE PROPOSAL COST $ 15,014 CONTRACT TIME ADJUSTMENT (DAYS) I TBD Lincoln Construction, Inc. CONTRACTOR 4/26/2022 DATE Wcureae 'o ule 9 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: 4/26/2022 COP #: 112 Please provide a change order for the following work: Vehicle Lift Footings additional electrical trenches Total price per attached breakdown: State and local sales tax: Extension of time: 15,014 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, %laa;ea¢ Roca .-7)wied Wa4tafen Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 112 Owner COP/CCD/PR #: d REV: 000 DATE: 4/26/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT RATE TOTAL X 95.00 = $ 8 X 88.95 = $ 711.60 X 77.15 = $ CARPENTER -Concrete Form and Pourback 32 X 75.85 = $ 2,427.20 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL 32 X 67.72 = $ 2,167.04 X = $ - X = $ - $ 5,305.84 0.0% $ $ 5,305.84 MARK-UP @ 13.0% $ 689.76 $ 5,995.60 TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Eco Pan 1 X 550.00 = $ 550.00 Concrete 6 X 140.00 = $ 840.00 Epoxy -Hardware 1 X 400.00 = $ 400.00 Sawcutting Line! Foot 162 X 5.65 = $ 915.30 SUBTOTAL $ 2,705.30 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ 351.69 TOTAL MATERIAL/EQUIPMENT $ 3,056.99 SUBCONTRACTS Grizzly Bar NW Cascade SUBTOTAL PHASE CODE UNITS RATE 1 X = $ 1 X = $ - 1 X 249.00 = $ 249.00 1 X 4,962.00 = $ 4,962.00 1 X = $ - X = $ X = $ X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS 0 $ 5,211.00 6.0% Less Sub Fee $ 312.66 $ 5,523.66 PROPOSAL SUBTOTAL $ 14,576.25 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 437.29 PROPOSAL TOTAL $ 15,013.54 Updated: 9/30/2011 Page 5 of 7 GRIZZLY BAR AND POST TENSIONING INC CHANGE ORDER Project Name: Project NO: Tukwila Fleet & Facilities 21-009 Prime Contractor: Lincoln Construction Description of Change: Added #3 for Slab infill C/O NO: 6 Date: 26 -Apr A B C D Subcontractor Direct Costs Additive Costs Labor (Supervision, Small tools, Safety) Material Equipment/Accessories Tie wire/dobie 0% Labor Markup Total $ $ 220.00 Subtotal of Additive Cost 1 $ 220.00 Deductive Costs (Use parenthesis to denot negative figures) E Labor F Material G Equipment H Subtotal of Deductive Cost I Subcontractor's Total Direct Cost (D+H) J Subcontractor's Mark-up 13% I $ 220.00 28.60 K (Total Subcontractor Direct Costs + Mark-up (Line 1 +J) $ 248.60 ew NORTHWEST CASCADE INC. POST OFFICE BO%]3399. PUYALLUP. WASHINGTON 98373 / TOLL FREE 800.568-� OFFICE BOX 73399, PUYALLUP, WASHINGTON / TOLL 800-562-4442 Action Request Date: 4/26/2022 To: Casey Neuman Project Manager Lincoln Construction 11803 101P`Ave E Suite 201 Puyallup, WA 98373 425-350-0004 From: Chris Brazda RE: Additional Concrete Excavation and Electrical Trenching NWC # 4313 Action Request # 8 Casey, The purpose of this Action Request is to provide Lincoln Construction Inc. with forward pricing for the excavation and removal of concrete slab sections, and approximately 35 linear feet of electrical trenching at Tukwila Fleet and Facilities Building. This information is based on details 1 and 2 on sheet A2.1.1 of Tukwila Fleet plans. NWC is excluding any sawcutting and imported bedding or backfill. NWC is formally requesting a change order be issued in the amount of 54.961.89, plus applicable taxes, at your earliest convenience. If you would like to discuss the matter in more detail, I can be reached at 253-370-0669. Respect ly, Chris Brazda Lincoln Construction NORTHWEST CASCADE, INC. NWC PROJECT # 4313 0 U 0 0 U 0 U E— C.) U 0 0 0 3 C 0 U C o u- 0 LI0 w U 0 U F O • .. a O U • Q 0 o U W Q • 0 a WORK DATE(S) 00 00 69 N 71- 71- E) 7 0 0 co co 00 69 71- 7 7 69 Operator Group 3 - Light N 00CA 69 00 00 6699 71- 71- 69 0' 69 O Operator Group 2 - Heavy N co) ¢ 0 0 H F O ¢ U O '4 O oco - 7 o e O O F O Q EQUIPMENT 69 69 7 C7 co O 7 69 O W O N 69 7 6'9 .4- V O 69 0' 00 609 O M352 2018 C707 2007 00 69 CA 00 69 r .4- .4- .4- 0 O 69 649 O >- EncE C7 L U 0 O (9 CHEVROLET C886 2019 O 69 N O 69 d' 7 C7 O 69 M 00 N 69 O P1 2 T913 2018 00 609 000 6699 N V co O 69 00 04 [LE Ell Ca en CATERPILLAR D224 2014 4O � N N �.M. 69 � NT SUBTOTAL: Q H 0 F d F O Q W F MATERIALS 00 N 69 h N O O nl 649 64969 0 O O O 69 69 < < (-- ,c3O O O O Q Q F CO rz4• O Q w O r..)F 2 . U O F M H Q O U Z co U up ca Fees - Concrete E LATEST REVISION 11/18/2020 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: 5/5/2022 Project: LCI Project No.: 113 RFI 195 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 5,245.00 E. OVERHEAD AND PROFIT ON $ SUBCONTRACT COST (6%) $ 314.70 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL $ 166.79 $ 5,559.70 $ 166.79 TOTAL CHANGE PROPOSAL COST 1 $ 5,726 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 5/5/2022 DATE 7400eae Racsta 0 Tom Romberg 01114.00 g3.3 (2) Lincoln Construction Change Order Request To: City of Tukwila Re: Public Works Fleet and Facilities Date: 5/5/2022 COP #: 113 Owner COP/CCD/PR #: RFI 195 Please provide a change order for the following work: Repair existing GUH 04 and 06 per RFI 195 Total price per attached breakdown: State and local sales tax: Extension of time: 5,726 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, 74maa. 'c rde - Put ea iliaaa yac Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 113 Owner COP/CCD/PR #: RFI 195 REV: 000 DATE: 5/5/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL RATE 95.00 88.95 77.15 75.85 67.72 TOTAL SMALL TOOL ALLOWANCE @ 0.0% $ SUBTOTAL MARK-UP @ TOTAL LABOR MATERIALS/EQUIPMENT SUBTOTAL 13.0% $ PHASE CODE UNITS RATE X 0.00 X 0.00 X 0.00 X 0.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% Capital Heating Capital Heating Seahurst PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 393.00 = $ 393.00 1 X 3,675.00 = $ 3,675.00 1 X 1,177.00 = $ 1,177.00 X = $ X = $ X = $ SUBTOTAL $ 5,245.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 314.70 TOTAL SUBCONTRACTS $ 5,559.70 PROPOSAL SUBTOTAL $ 5,559.70 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 166.79 PROPOSAL TOTAL $ 5,726.49 Updated: 9/30/2011 Page 4 of 6 $ $ Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI 195 GUH-04 Repair Date: Contractor: Capital Heating and Cooling Description: Diagnose and replace existing pilot tube assembly GUH-04. Contractor Ref. No. 2/7/2022 COP 010 Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 194.92 b. foreman $ c. lead foreman $ d. noncraft labor $ DIRECT LABOR SUBTOTAL $ 194.92 Labor Markups: e. direct supervision (NTE 15% of 1a) f. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material total from cost breakdown form $ $ 146.00 3. EQUIPMENT COSTS a. equipment total from cost breakdown form $ 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. f. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 9/26/2008 COP 010 RFI 195 GUH-04 Repair 1.90 % of 1 1.00 % of 1-7 1.00 % of 1-8 $ 44.33 Supervision markup should be zero if foreman time is included in direct labor costs. 1. CRAFT LABOR COSTS $ 195.00 2. MATERIAL COSTS $ 146.00 3. EQUIPMENT COSTS $ 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 341.00 5. OVERHEAD & PROFIT $ 44.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ $ 3.71 $ 3.85 8. INSURANCE $ 8.00 9. BOND $ TOTAL COST $ 393.00 Page of 2/9/2022 Project Name: Tukwilla Public Works Description: R&R Pilot Tube Assembly Contractor: Capital Heating and Cooling Owner COP No. Date: Contractor Ref. No. 2/7/2022 COP 010 Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Repair Pilot tube assembly 1 Ea $ - $128.00 $ 128.00 $ - $ 128.00 Freight 1 Ea $ - $18.00 $ 18.00 $ - $ 18.00 $ - $ - $ - $ - 2 Hrs $97.46 $ 194.92 $ - $ - $ 194.92 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Foreman $ - $ - $ - $ - Wage $64.91 $ - $ - $ - $ - Benefits $30.66 $ - $ - $ - $ - SUI $1.93 $ - $ - $ - $ - L81 $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 $ - $ - $ - $ - L81 $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 $ 194.92 Foreman $ - $ - $ - $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ - $ - $ - $ - Total Cost of Work Form Revl ed 91262006 $ 194.92 $ 146.00 $ - $ 340.92 COP 010 RFI 195 GUH-04 Repair Page of 2/9/2022 $ 415.87 Project Name: Tukwila Public Works Owner COP No. Source Documents: RFI 195 GUH-06 Replace Contractor: Capital Heating and Cooling Description: Diagnose, remove and replace GUH-06. Date: Contractor Ref. No. 2/7/2022 COP 011 Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) $ 1,248.84 b. foreman $ c. lead foreman $ d. noncraft labor $ DIRECT LABOR SUBTOTAL $ 1,248.84 Labor Markups: e. direct supervision (NTE 15% of la) f. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material total from cost breakdown form 3. EQUIPMENT COSTS a. equipment total from cost breakdown form $ 250.00 $ 1,700.00 4. SMALL TOOLS a. small tools (NTE 5% of la & b) $ 5. OVERHEAD & PROFIT a. NTE 13% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 13% portion of 1, 2, 3, & 4 in excess of $50,000 6. SUB -SUBCONTRACTORS a. b. c. d. e. f. 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS a. NTE 6% of Line 6 b. NTE 6% of Line 6 in excess of $50,000 for each sub 8. INSURANCE a. payroll driven liability insurance b. volume driven liability insurance 9. BOND a. bond Form Revised 926/2006 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, 1. CRAFT LABOR COSTS $ 1,249.00 2. MATERIAL COSTS $ 250.00 3. EQUIPMENT COSTS $ 1,700.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 3,199.00 5. OVERHEAD & PROFIT $ 416.00 6. SUB -SUBCONTRACTORS $ 7. OVERHEAD & PROFIT ON SUB -SUBCONTRACTORS $ 23.73 36.15 8. INSURANCE $ 60.00 9. BOND $ TOTAL COST $ 3,675.00 COP 011 RFI 195 GUH-06 Replace Page of 2/9/2022 Project Name: Tukwilla Public Works Description: R&R GUH-06 Contractor: Capital Heating and Cooling Owner COP No. Date: Contractor Ref. No. 2/7/2022 COP 011 Description Quantity Unit Type Labor Material Equipment Total Unit $ Cost Unit $ Cost Unit $ Cost Cost Remove and Replace GUH-06 12 Hrs $104.07 $ 1,248.84 $ - $ - $ 1,248.84 $ - $ - $ - $ - $ - $ - $ - $ - Heater 1 Ea $ - $ - $1,700.00 $ 1,700.00 $ 1,700.00 materials 1 Ea $ - $250.00 $ 250.00 $ - $ 250.00 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ _ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Foreman $ - $ - $ - $ - Wage $64.91 $ - $ - $ - $ - Benefits $30.66 $ - $ - $ - $ - SUI $1.93 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.39 $ - $ - $ - $ - FICA $4.02 $ - $ - $ - $ - Medi $0.94 $ - $ - $ - $ - PFMLA $0.08 $ - $ - $ - $ - Total $104.07 $ - $ - $ - $ - $ - $ - $ - $ - Journeyman $ - $ - $ - $ - Wage $59.01 $ - $ - $ - $ - Benefits $30.60 $ - $ - $ - $ - SUI $1.76 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.35 $ - $ - $ - $ - FICA $3.66 $ - $ - $ - $ - Medi $0.86 $ - $ - $ - $ - PFMLA $0.08 $ - $ - $ - $ - Total $97.46 $ - $ - $ - $ - $ - $ - $ - $ - Apprentice 55% $ - $ - $ - $ - Wage $32.46 $ - $ - $ - $ - Benefits $25.51 $ - $ - $ - $ - SUI $0.97 $ - $ - $ - $ - L&I $1.14 $ - $ - $ - $ - FUTA $0.19 $ - $ - $ - $ - FICA $2.01 $ - $ - $ - $ - Medi $0.47 $ - $ - $ - $ - PFMLA $0.04 $ - $ - $ - $ - Total $62.79 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Labor Subtotal $ 1,248.84 Foreman $ - $ - $ - $ - Lead Foreman $ - $ - $ - $ - Noncraft Labor $ - $ - $ - $ - Total Cost of Work Form Re, ed 9/26/2008 $ 1,248.84 $ 250.00 $ 1,700.00 $ 3,198.84 COP 011 RFI 195 GUH-06 Replace Page of 2/9/2022 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# 35 Date: 2/8/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Disconnect and reconnect electrical from heater unit. Pricing reflects two different trips to site to do work. 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 # 35. Itemized Breakdown Description Disconnect & Reconnect existing gas heating unit Totals Qty Net PriceU Total Mat. LaborU Total Hrs. 1 0.00E 0.00 8.00E 8.00 1 0.00 8.00 Summary Foreman (8.00 Hrs @ $103.64) 829.12 Total Labor 829.12 Foreman Truck (8.00 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) 184.00 Subtotal 1,013.12 Overhead & Markup (@ 13.000 %) 131.71 Subtotal 1,144.83 Warranty (@ 1.000 %) 11.45 Insurance (@ 1.800 %) 20.81 Final Amount $1,177.09 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# 35 Date: 2/8/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 2 Name: Date: Signature: I hereby certify that this quotation is complete and accurate based m the information provided, CLIENT ACCEPTANCE CCN #: 35 Final Amount:$1,177.09 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above described work Work Description ORIGINAL To: Capital Heating & Cooling cc: Seahurst Electric Pipe Construction Site Emailed 2/4/22 RFI No. 195 Date 1/31/2022 # 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) 2/3/2022 RFI Originator (Name & Company) Chris Seversike - Capital Heating & Cooling RFI Subject Existing Gas Unit Heater Repairs GUH-04 & GUH- 06 Related Spec Section(s) Related Drawing/Detail(s) M3.1 Specific Question(s) or Description of Concern(s) Reference Capital COP 002/RFI 105 Steel Stiffener Plates Impact on Existing Equipment. While starting up the existing gas unit heaters, we found the following needing repairs: 1. GUH-06 has a bad blower motor. Due to the age of the unit (over 30 years old), we do not recommend repair. ROM to replace the existing unit with comparable is $4,500 excluding gas piping & electrical. 2. GUH-04 has a bad pilot assembly (broken pilot tube). ROM to repair is $400. Please review and advise on repairs. Thank you. Cost Impact? Schedule Impact? ❑ Yes ❑ No J 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. CAPITAL EXEMEEMEll Deli.. -Comfort axe 191/ Capital Heating & Cooling, Inc. 1218 Carpenter Rd SE Lacey, Washington 98503 P. (360) 491-7450 LCi RFI 195 Attachment Project: 16285 Tukwila Maintenance - PW Fleet Facility 11210 Tukwila International Blvd Tukwila, Washington 98158 RFI #20: Existing Gas Unit Heater Repairs GUH-04 & GUH-06 Status Open To Chris Seversike (Capital Heating & Cooling, Inc.) From Chris Seversike (Capital Heating & Cooling, Inc.) (Response Required) Date Initiated Jan 31, 2022 Due Date Feb 3, 2022 Location Project Stage Course of Construction Cost Impact Yes (Unknown) Schedule Impact Yes (Unknown) Spec Section Cost Code Drawing Number M3.1 Reference Linked Drawings Received From Kevin Wolfe (Capital Heating & Cooling, Inc.) Sub Job Copies To Activity Question Question from Chris Seversike Capital Heating & Cooling, Inc. on Monday, Jan 31, 2022 at 11:47 AM PST Reference Capital COP 002 RFI 105 Steel Stiffener Plates Impact on Existing Equipment While starting up the existing gas unit heaters we found the following repairs: 1. GUH-06 has a bad blower motor. Due to the age of the unit (over 30 years old) we do not recommend repair. ROM to Replace the existing unit with comparable is $4,500 excluding gas piping & electrical 2. GUH-04 has a bad pilot assembly (broken pilot tube). ROM to Repair $400 Please advise on repairs. Awaiting an Official Response 1. Recommend replacement as stated; pricing appears acceptable. 2. Recommend repair as stated; pricing appears acceptable. Regan Corwin, PE / HEI 2/4/2022 Capital Heating & Cooling, Inc. Page 1 of 1 Printed On: Jan 31, 2022 11:50 AM PST T0: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 12 DATE: 3/28/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (L ) 21-046(1) 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 3-30-2022 Contractor LCI, Inc By 74m4¢'amc6iet 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 $ 755,680.00 Date 033//31/20022) / $ 80,081.00 By HP A \1 YaE f a a� $ 5,262,982.00 Mayor Public Works Director I.44' s%6444' Original Contract Time: 242 days (December 3, 2021) SOJ Program Director Kd11 11 Additional Contract Time from previous Change Orders: 102 days Additional Contract Time for this Change Order: 27 days Updated Contract Time: 371 days (April 11, 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. Exhibit "A"� ORDER TUKWILA - SUMMARY OF CHANGE, - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 012 .v +LA `''s dI CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (L) Date 3/28/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 101R1 Change Owner Supplied Compressor to 3 Phase. The cost to change compressor wiring and breaker to 3 phase. OC $7,291.00 COP 102 Annual Backflow Testing Required by City Inspector. Cost for the existing backflow annual testing required by City Inspector, Scott Moore. AD $609.00 COP 103 Data Room Receptacles for Owner Server. The cost to provide (2x) Individual duplex receptacles on surface mount boxes, and lx dedicated 120v/20A circuit from Panel LOS-1 for the data room. OC $2,062.00 COP 104 Remove Owner Temp Protection. Cost to remove owner temporary roof leak protection (Tuffwrap) in order for the City Fire Inspector to be able to complete final inspection. UFC $1,236.00 COP 105 Per FA 006 Reinstall Electrical. The cost to reinstall existing electrical that needed to be demolished because it was in conflict with the new structural steel work. UFC $12,686.00 COP 106 COPR 005 Vehicle Lift Foundations. The cost for materials and installation of (4) footings (3 vehicle lifts and 1 crane). It is unknown when concrete can be delivered at this time due to the concrete strike. UFC $48,898.00 COP 107 Per RF1 200 Welder Panel 4 Power Loss. It was found that Welder Panel #4 lost full power on "C" phase. This power loss is causing 2 roll up doors to lose functionality. This is cost to cut/cap feeder conduit above floor at the demolished panel location, and to have the two roll-up door branch circuits re-circuited to Welder Panel #3. UFC $5,882.00 COP 108 Time Extension. Contract time extension with no liquidated damages due from either party for 27 calendar days to a new Substantial Completion date of April 11, 2022 due to unforeseen material delays and permitting agency delays. UFC $0.00 COP 109R1 Backflow Discharge Out of Building. Per City Inspector, this is the cost to provide outside discharge of backflow devices to existing backflows. AD $1,417.00 Change Order No. 012 $80,081.00 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: 3/1/2022 Proj ect: LCI Project No.: 101R1 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 6,678.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 400.68 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 212.36 7,078.68 212.36 TOTAL CHANGE PROPOSAL COST $ 7,291 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 3/1/2022 DATE /lsoma2 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: 3/1/2022 COP #: 101 Please provide a change order for the following work: Wiring and breaker to change owner supplied compressor to 3 phase Total price per attached breakdown: State and local sales tax: Extension of time: 7,291 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, 7kuiata Roode z9- Plated 71laocarfiZ Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 101 Owner COP/CCD/PR #: REV: 001 DATE: 3/1/2022 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 = $ - 1 X 6,678.00 = $ 6,678.00 1 X = $ - X = $ X = $ X = $ SUBTOTAL $ 6,678.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 400.68 TOTAL SUBCONTRACTS $ 7,078.68 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 7,078.68 $ 212.36 $ 7 291.04 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# 39 Date: 3/1/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide new wiring and Breaker for 3ph Compressor. Scissor lift needed, no longer one onsite. 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# 39. Itemized Breakdown Description Qty Net PriceU Total Mat. Labor U Total Hrs. 1" EMT > 1" FLEX CPLG 3 4,631.85 C 138.96 22.50 C 0.68 1 1/4" STL INSUL BUSHING 3 688.37C 20.65 6.00C 0.18 1 1/4" STRUT CLAMP 5 173.41 C 8.67 9.90C 0.50 1 1/4" STEEL FLEX 12 297.62 C 35.71 11.70 C 1.40 1 1/4" INSUL STL FLEX CONN 3 2,035.00 C 61.05 22.50 C 0.68 #2 THHN BLACK 260 2,179.46 M 566.66 18.60 M 11.12 2 BARREL INSULATED BUTT SPLICE 3 706.69 C 21.20 25.50 C 0.77 1 1/4" FIELD CUT KO 2 1,201.51 C 24.03 0.68 E 1.36 20M 1 1/4" CONDUIT CLIP 6 101.98 C 6.12 11.10C 0.67 90A 3P 22KAIC BREAKER BOLT -ON 1 474.00E 474.00 5.00E 5.00 100A 250V FUSIBLE DSN SW NEMA 1 1 477.94E 477.94 3.00E 3.00 80A 250V ONE TIME FUSE 3 45.95E 137.85 0.09E 0.41 Totals 302 1,972.84 25.75 Summary General Materials 1,972.84 Total Material 1,972.84 Foreman (12.88 Hrs @ $107.90) 1,389.75 Journeyman (12.88 Hrs @ $100.39) 1,293.02 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: 39 3/1/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Total Labor Foreman Truck Scissor Lift Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (25.76 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 1.00 @ $500.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 2,682.77 592.48 500.00 5,748.09 747.25 6,495.34 64.95 118.09 $6,678.38 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based an the information provided. CLIENTACCEPTANCE CCN #: 39 Final Amount:$6,678.38 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 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: 2/25/2022 Project: LCI Project No.: 102 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 558.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 33.48 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 17.74 591.48 17.74 TOTAL CHANGE PROPOSAL COST 609 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 2/25/2022 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: 2/25/2022 COP #: 102 Please provide a change order for the following work: Required existing backflow annual testing required by City Insector Scott Moore Total price per attached breakdown: State and local sales tax: Extension of time: 609 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: 102 Owner COP/CCD/PR #: REV: 000 DATE: 2/25/2022 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 SUBCONTRACTS 0.0% 13.0% RATE Smith Fire PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 558.00 SUBTOTAL $ 558.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 33.48 TOTAL SUBCONTRACTS $ 591.48 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 591.48 $ 17.74 609.22 Updated: 9/30/2011 Page 4 of 6 71 SMITH FIRE SYSTEMS TELE: (253) 926-1880 • FAX: (253) 926-2350 SMITH FIRE SYSTEMS, INC 1106 54th Avenue East Tacoma, Washington 98424 February 25, 2022 Lincoln Construction 11803 101st Ave E Ste 201 Puyallup, Wa Attention: Tom Romberg Job Name: Tukwila Fleet Services TI Job Address: 11210 Tukwila International Blvd Tukwila, Wa Job Number T121029 Contractor Fax: Contractor Phone: (253) 847-6414 Reference: Change Order Request F - Annual Backflow Testing - Three (3) Devices To Whom It May Concern: This cost includes field labor and materials required to complete this portion of work. Smith Fire Systems will provide this work for the amount of $558.00, plus applicable state and local taxes. All work will be performed under the original conditions of the contract Upon acceptance, please sign in the space provided below and return one copy to our office along with any additional paperwork required by your office. Sincerely, Lane Luvaas Lane Luvaas Special Projects Manager (Accepted By) (Date) CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: CCD/PR No.: Date: 2/28/2022 Project: LCI Project No.: 103 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 1,889.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 113.34 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 60.07 2,002.34 60.07 TOTAL CHANGE PROPOSAL COST 2,062 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 2/28/2022 DATE /lsoma2 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: 2/28/2022 COP #: 103 Please provide a change order for the following work: Provide data receptacles for owner server in data room Total price per attached breakdown: State and local sales tax: Extension of time: 2,062 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, 'Nomad Rowley- Protect V(usa yew Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 102 Owner COP/CCD/PR #: REV: 000 DATE: 2/28/2022 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ X _ $ X $ TOTAL 0.0% 13.0% SUBTOTAL PHASE CODE UNITS 1 X 1 X 1 X 1 X USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% RATE Seahurst Electric PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X = $ 1 X 1,889.00 = $ 1,889.00 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 1,889.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 113.34 TOTAL SUBCONTRACTS $ 2,002.34 PROPOSAL SUBTOTAL $ 2,002.34 BONDS/Liability/Builders Risk/B&O Tax $ 60.07 PROPOSAL TOTAL $ 2,062.41 3.000% 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# 38 Date: 2/23/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Provide (2x) Individual duplex receptacles on surface mount boxes. Provide 1x dedicated 120v/20A circuit from Panel LOS -1 for the data room. 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 # 38. Itemized Breakdown Description Qty Net PriceU Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 80 64.19C 51.35 3.00C 2.40 3/4" EMT STL RT COMP CPLG 12 831.04 C 99.72 6.00C 0.72 3/4" EMT INSUL RT STL COMP CONN 6 796.91 C 47.81 12.50 C 0.75 3/4" EMT 1-H STEEL STRAP 7 41.36 C 2.90 1.75C 0.12 3/4" EMT STRUT CLAMP 9 81.09 C 7.30 1.75C 0.16 #10 THHN BLACK 600 326.06 M 195.64 5.65 M 3.39 4x21/8" SQ BOX COMB KO 3 331.62 C 9.95 15.00 C 0.45 4" SQ BLANK COVER 1 102.46 C 1.02 2.50C 0.03 4" SQ 1xDUPLEX RECPT COVER 2 735.78 C 14.72 2.50C 0.05 GROUND SCREW W/ INSUL #12 LEAD 2 447.80 C 8.96 3.00C 0.06 20A 125V DUPLEX REC - IVY (SG) 2 376.60 C 7.53 15.00 C 0.30 20A 1P BREAKER BOLT -ON 1 56.25E 56.25 0.15E 0.15 Totals 725 503.15 8.58 Summary General Materials 503.15 Total Material 503.15 Foreman (8.58 Hrs @ $107.90) 925.78 Total Labor 925.78 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: 38 2/23/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Foreman Truck Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (8.58 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 197.34 1,626.27 211.42 1,837.69 18.38 33.41 $1,889.48 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 38 Final Amount:$1,889.48 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: 3/1/2022 Project: LCI Project No.: $ 350.00 104 1239 $ 711.60 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 138.01 $ 1,061.60 D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL 138.01 H. BOND (GC ONLY) SUBTOTAL 35.99 35.99 TOTAL CHANGE PROPOSAL COST $ 1,236 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 3/1/2022 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: 3/1/2022 COP #: 104 Please provide a change order for the following work: Remove owner temporary roof leak protection. Total price per attached breakdown: State and local sales tax: Extension of time: 1,236 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, 7kuiata Roode z9- Plated 71laocarfiZ Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR PROJECT MANAGER COP: 104 Owner COP/CCD/PR #: REV: 000 DATE: 3/1/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT 8 CARPENTER LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL RATE X 95.00 = $ - X 88.95 = $ 711.60 X 77.15 = $ - X 75.85 = $ X 67.72 = $ X $ = X$ - $ 711.60 TOTAL 0.0% $ $ 711.60 MARK-UP @ 13.0% $ 92.51 $ 804.11 TOTAL LABOR MATERIALS/EQUIPMENT Scissor Lift 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 350.00 _ $ _ $ 350.00 _ $ _ $ $ 350.00 $ 45.50 $ 395.50 PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE SUBTOTAL $ MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 1,199.61 $ 35.99 $ 1 235.60 Updated: 9/30/2011 Page 5 of 7 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: 3/3/2022 Project: LCI Project No.: 105 FA 006 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL $ D. SUBCONTRACT COST $ 11,619.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 697.14 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 369.48 12,316.14 369.48 TOTAL CHANGE PROPOSAL COST 12,686 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 3/3/2022 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: 3/3/2022 COP #: 105 Owner COP/CCD/PR #: FA 006 Please provide a change order for the following work: reinstall electrical per FA 006 Total price per attached breakdown: State and local sales tax: Extension of time: 12,686 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: 105 Owner COP/CCD/PR #: FA 006 REV: 000 DATE: 3/3/2022 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 SUBCONTRACTS 0.0% 13.0% RATE Seahurst PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 11,619.00 SUBTOTAL $ 11,619.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 697.14 TOTAL SUBCONTRACTS $ 12,316.14 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 12,316.14 $ 369.48 12 685.62 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# 40 Date: 3/3/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Reinstall electrical taken down for siesmic 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# 40. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 200 142.31 C 284.62 0.00C 0.00 250W MH HIGH -BAY 4 19.65E 78.60 0.00E 0.00 Labor Steve 1.19 8 0.00E 0.00 1.00E 8.00 Labor Jeff 1.19 8 0.00E 0.00 1.00E 8.00 Labor Steve 1.20 8 0.00 E 0.00 1.00 E 8.00 Labor Jeff 1.20 8 0.00 E 0.00 1.00 E 8.00 Labor Steven 1.21 8 0.00 E 0.00 1.00 E 8.00 Labor Jeff 1.21 8 0.00 E 0.00 1.00 E 8.00 Labor Loren 1.24 8 0.00E 0.00 1.00E 8.00 Labor Loren 1.25 8 0.00E 0.00 1.00E 8.00 Labor Loren 1.26 8 0.00E 0.00 1.00E 8.00 Labor Loren 1.27 8 0.00E 0.00 1.00E 8.00 Labor Loren 1.28 8 0.00E 0.00 1.00E 8.00 Labor Loren 1.31 8 0.00E 0.00 1.00E 8.00 Totals 300 363.22 96.00 Summary General Materials 363.22 Total Material 363.22 Journeyman (96.00 Hrs @ $100.39) 9,637.44 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: 40 3/3/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Total Labor Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 9,637.44 10,000.66 1,300.09 11,300.75 113.01 205.45 $11,619.21 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 40 Final Amount:$11,619.21 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL EXTRA WORK R CORD P rojor.t !tamp • • -' 1 IA • . . • ; Cu6tomer HUM .: • 1•1•ZC 40._ 7 • 131111 rig ddittes (1T:fa r/L. hrir.3f" EVIR 00 7; CO iE Ot r NBIT8193I103 #'a J !Le'. / 41.6 eye! 5.1'11:1 DesesIption &141 WARMER CLECTRiC ; , 11 Job # ,I.; 7 Ili' IC° 1,10-14,Nizvd Sig rixturc Date. E mployiii Name, Sul_ Flours LIT_ Hours 0.1". Hour* • : i: I • 2_ . 21 Y 0. . .11.41..1. 3 I . . -: -7 . .: +7:117 1; 4 ir• st...r i , . ,.. . . . • Date Maierifil Used GI we ri Eity Ulla." Price Extension V !At — - • Da tiii Equipmuint clisiod &LORI Kid. 1 -lou., LJsr Rgrtelfir. . 7 alit14,5 _ .. _ ' iii,i,... 5...' ::.•:', i .31::,. . . - • -.,77;.• 1)A- r - il Eliactric— . Signing thbs. ". •,. • - AiiilnarlzM Eiq CAM a cirrocialloclon tilat tho work dosporikind is timing perforrnEd by Soahtrrat s?'"'-' - ..---- ' _,,d-0°-.7.--'-',..4;,4°. ...--..Z.." ..-- .. -1 e.- ,,,-. . --,.. ff; Dirte j7211-- -4-7, _ ... . mature Se- aleire.17;11 El ELT‘ill. LIR. FDrand 7f.<1 Novi re be r EXTRA WORK RECORD PPUjiiict . Cur BIM • i 1--0' iFta .11‘,(141,1ei r Lions' licit 1415 Billinu AddresmI.-,i• ✓ IM :71; Ca* D escripthan of Work: ex.! 51. 1 - 7- Awn:4.1mi sIotaDarc in,14,:r eofpf-r •:rio.p.% 7-4-.06v L Sadmidtaki CLECTRIC .1D13 4 _11 /A. III' Dot! Ernlyee Nam* Std. HeyuLl ri.T. 1-1-044r2i. ELT. 1-1.0.1ra 1 -, L 1 I - 24 -. a -......1. ..,c6pf....€ 0 e.pni :LX:•....7.- . ? i L. (4R- V:C.r.. t. i . .__ ___ i . . • J.-11.• I II 1, Pilatprial Usul Quartlitv Unit (Pricy Extenai' on _.-- - _ .... . .-- • z--' 1 1 ;-- Dat EquIrritat Used Mule N5. KC L.Ipt Med Fkatelillr_ 1 7. c Po [1 • )(,1l 1.J3y iC L -!r; LC E IL" 4.11:)(7.- .74:: ...1 z_ ,-.6 *re' ' I ... PPON)1171.6111 inNIP11 7,:•P ... EIDCITiC. -0-1-72— Sitpri ing rhi EWR ackpmludgcs th.rit mit-IA.10r% desce .1= ..... ,11, ilr, 7. .1.37.....:- ..v..:._...,..- t t_ kW iS being - _______ .. . _ Darlz• _ .g.-- _ecr7. jArtlionitaxrillitp4or __ •,;.zryr.. I ZS k it' awa .•. maPIAPP641410401tr. •• • ' UMWM1 P84111439-hrl ealPnCop 51.41,6 OkaWIat6 p amoinia Iva .3 KR !LIEIS 1.1 O! IABIXa PaGn al Dow •-- 121p61 .4un 7.41-2 ..1-• • -.1• 'f5.%•'-' • - — F - nCINF teiNVI plan li_roiaMptiB 14•130 LuMP-1. Peen FlueliellY sanialH '113 • To 'F1•113' ) 44. ....!,T13-0 -71 ERUEN .86.11MCIILIJ3 41110 Z2 g 1..77_,S. ..1 r.1 °AT •Fge eine " • • JP 1- Lei 1,07.# 1 -% J. 0 .-11 -••••• 4 q'or ,NcX.1 r •••,, 5 ir-rjr-7 ...••• 1 • " I c itTICQad l'irkiDt"g • • v J... •.vr ULA 71`e_i � M" ' ID911 Ilm-w1141109 rig paluuNi Iiw5c1 err p iq -' p 'FlJo.0 i'. leqa * iir oui r 91111 Su RAINS PE1911 11.1010H .4N I I V �,-1 11 uJsuE.x3 aa!J d j kquignip Paan je!J y T +. sin0H '1.0 sJ+! ryH 'p•11 49i.414N Gookiclii.0 61:1151-W110 { 141•x,1 bkii9C1 ZJ1i 2 _ _fn "."er ; :r7 - 17' 1:T ' )-7-17-4711 c- / 1. R.ge 80118..1E11B .J ' 1 . 74 7, 15,1 -I", I -LA 11` .7., • Pert f` .: a '• 1'91,9 . t . -_ __ Vii•' L i% X I' • • ,' RMUltICO)N0,115141 X3 5.ihotarEls pimpoifinv :11.1100Al 4ICIIjd J3 CZ) #W131 s-savgp ' Fobs 1 eL1I p fid' Field Authorization ❑ Owner's Rep ❑ Architect ❑ Contractor ❑ Field ❑ Other Project Tukwila Public Works Fleet and Facilities Project To Tom Romberg Lincoln Construction Inc. 11803 101' Ave Ct E, Suite 201 Puyallup, WA 98373 FA No: Date of Issuance Contract NTP Date: Contract For: ARCHITECTS 06 11/12/2021 4/5/2021 242 Days IDirective 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: Reinstallation of demolished electrical per RFI 091. No new electrical scope will be required, reinstall (E) lights, receptacles and conduit runs as required to for a functional space in existing locations. Contractor to provide timesheets and daily report (include how many people, which day, how many hours worked) as backup for the T&M agreement. LProposed 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 As follows: Time and Materials not to exceed $13,500 When signed document effective proceed with Architect by the Owner's Rep and Architect and received by IMMEDIATELY as a Field Authorization (FA), the change(s) described above. the Contractor, this and the Contractor shall Signature by the Contractor's agreement adjustments in Contract set forth in this Field Contractor indicates the with the proposed Sum and Contract Time Authorization. SHKS Architects Owner's Rep Sal Contractor Lincoln Construction Inc Address 1050 N. 38Th St. Address 101 Yesler Way Suite 606 Address 11803 101st Ave Ct E, Suite 201 Seattl , WA 98103 _ Seattle WA 98104 Puyallup, WA 98373 I-1 By By 00J1) By (Adam Hutschreider) (Paul Schlachter) (Tom Romberg) Date (11/12/2021) Date 11/15/2021 Date 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.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 Lincoln Construction COP NO: 105 CCD/PRNo.: COP 005 Date: 3/21/2022 Project: LCI Project No.: 1239 $ 10,498.40 $ 14,671.68 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 3,272.11 $ 25,170.08 D. SUBCONTRACT COST $ 17,954.00 E. OVERHEAD AND PROFIT ON 3,272.11 SUBCONTRACT COST (6%) $ 1,077.24 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 1,424.20 19,031.24 1,424.20 TOTAL CHANGE PROPOSAL COST 48,898 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc_ CONTRACTOR 3/21/2022 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: 3/21/2022 COP #: 106 Owner COP/CCD/PR #: COPR 005 Please provide a change order for the following work: Vehicle Lift Footings per COPR 005. It is unknown when concrete can be delivered at this time due to the concrete strike. Total price per attached breakdown: State and local sales tax: Extension of time: 48,898 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: 106 Owner COP/CCD/PR #: COPR 005 REV: 000 DATE: 3/21/2022 HOURS SUPERINTENDENT ASSISTANT SUPERINTENDENT RATE TOTAL X 95.00 = $ 48 X 88.95 = $ 4,269.60 X 77.15 = $ CARPENTER -Concrete Form and Pourback 80 X 75.85 = $ 6,068.00 LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL 64 X 67.72 = $ 4,334.08 X $ - X = $ - $ 14,671.68 0.0% $ $ 14,671.68 MARK-UP @ 13.0% $ 1,907.32 $ 16,579.00 TOTAL LABOR MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Eco Pan 1 X 550.00 = $ 550.00 Concrete 28 X 125.00 = $ 3,500.00 Epoxy -Hardware 1 X 3,759.00 = $ 3,759.00 Sawcutting Line! Foot 476 X 5.65 = $ 2,689.40 SUBTOTAL $ 10,498.40 USE TAX ON MATERIALS AND EQUIPMENT 0.0% $ MARK-UP @ 13.0% $ 1,364.79 TOTAL MATERIAL/EQUIPMENT $ 11,863.19 SUBCONTRACTS Grizzly Bar NW Cascade PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE 2,497.00 15,457.00 _ $ _ $ _ $ 2,497.00 _ $ 15,457.00 _ $ _ $ _ $ _ $ SUBTOTAL $ 17,954.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 1,077.24 TOTAL SUBCONTRACTS $ 19,031.24 PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% $ 47,473.43 $ 1,424.20 48 897.63 Updated: 9/30/2011 Page 4 of 6 Final Total USD 1,471.52 1■■11`T1 Bill -To Address LINCOLN CONSTRUCTION CO PO Box 730 PUYALLUP WA 98387-0730 Quotation 924484471 Customer Service T 1-800-879-8000 F 1-800-879-7000 www.hilti.com Page 1(1) Order Type: Quotation Customer Number: 10812171 Creation Date: 03/14/2022 Purchase Order No.: Hilti Epoxy Your Reference: Our Contact: Lance Craig Your Main Contact: CASEY NUEMAN Your Main Contact Tel.: 253-847-6414 Delivery Address LINCOLN CONSTRUCTION CO, SUITE 201, 11803 100ST AVE E, PUYALLUP WA 98373 Item No. Description 2022794 Hybrid adh HY 200-R 16.9oz/500M1 2078495 Adh anchor HY 100 16.9oz/500m1 Ordered Quantity 1 BOX of 20 EA = 20 EA 1 BOX of 20 EA = 20 EA Net Price/Unit 873.94 BOX 578.58 BOX Net Value 873.94 578.58 Items Total 1,452.52 Freight 19.00 Total net value 1,471.52 All transactions subject to Hilti's Terms and Conditions available at www.hilti.com. Price subject to change without notice. Hilti, Inc Operations Center 5400 S 122nd E Ave Tulsa, OK 74146 WHITE CAP. ON ACCOUNT 030 - Kent 7820 SOUTH 210TH STREET, SUITE 101 Kent, WA, 98032 (253) 518-0306 Sold To: 12:09 AM 151121000 LINCOLN CONSTRUCTION 11803 101ST AVE E SUITE 201 Puyallup, WA, 98373 253-847-6414 QUOTE THIS IS A QUOTE ONLY DO NOT SHIP OR TENDER FUNDS Ordered By: CASEY NEUMAN II 1 11 II 1 ilii ilii 1 46408312 Ship To : TUKWILA,10003054958 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA, 98168 Job Site Contact: Job Site Phone: Map #: Contact Phone: 425-3500004 1 1 1 Quote Number - Quote Datilill.r Valid UntilReq111111PriraW Sales Person 46408312 03/15/2022 04/14/2022 Benoliel, M Terms Shipping Method Quote Name Customer PO Created By N3OD 2. Our Truck ALLTHREAD QUOTE Bcnolicl, M SEQ Part# Description Ord Quantity U/M Price Amount H/M Unit WT i COO i 10 SP/55170-42108-4USA 1-1/4"-7 X 48" F1554 GR55 ALLTHREAD HDG THIS ITEM IS SPECIAL ORDER AND MAY BE NON -RETURNABLE 12 EA 14.1667 LBS $119.00 $1,428.00 20 SP/00210-4200-4 1-1/4-7 NC A463 GR A HEAVY HEX HDG THIS ITEM IS SPECIAL ORDER AND MAY BE NON -RETURNABLE 36 EA .786 LBS $3.36 $120.96 30 SP/00359-4230-4 1-1/4" (1-5/16") X 3 X 1/4TH VNB SQ WASHER HDG USA THIS ITEM IS SPECIAL ORDER AND MAY BE NON -RETURNABLE 12 EA .2125 LBS $9.4711 $113.65 40 SP/55172-3272-4USA 3/4"-10 X 12 F1554 GR55 USA ALLTHREAD HDG THIS ITEM IS SPECIAL ORDER AND MAY BE NON -RETURNABLE 36 EA 1.25 LBS $12.90 $464.40 50 SP/55170-3275-4USA 3/4-10" X 15" F1554 GR55 USA ALLTHREAD HDG THIS ITEM IS SPECIAL ORDER AND MAY BE NON -RETURNABLE 10 EA 1.563 LBS $15.983 $159.83 Page 1 of 2 Shipped amount Order charges Tax amount Lumber Tax rate/amount Quote total Shipped Weight: 261.48 Customer acceptance signature: Date : 1.00% ALL ITEMS AND QUANTITIES REQUIRE CUSTOMER REVIEW AND APPROVAL AVAILABILITY AND LEAD TIMES ARE SUBJECT TO CHANGE SPECIAL ORDERED ITEMS ARE SUBJECT TO MANUFACTURER APPROVAL PRIOR TO RETURN. QUOTE IS SUBJECT TO EXPIRATION AS INDICATED IN THE ABOVE 04/14/2022 DATE. Page 2 of 2 $2,286.84 $0.00 $0.00 $0.00 $2,286.84 GRIZZLY BAR AND POST TENSIONING INC CHANGE ORDER Project Name: Project NO: Tukwila Fleet & Facilities C/O NO: 5 21-009 Date: 18 -Mar Prime Contractor: Lincoln Construction Description of Change: Added bar for CL20, CL 16, SPOA10, Jib crane Subcontractor Direct Costs Additive Costs A Labor (Supervision, Small tools, Safety) B Material C Equipment/Accessories Tie wire/dobie D Subtotal of Additive Cost 0% Labor Markup Total $ 616.00 $ 616.00 Deductive Costs (Use parenthesis to denot negative figures) E Labor F Material G Equipment H Subtotal of Deductive Cost I Subcontractor's Total Direct Cost (D+H) J Subcontractor's Mark-up $ 1,584.00 $ 10.00 I $ 2,210.00 I$ I $ 2,210.00 13%I $ 287.30 K 'Total Subcontractor Direct Costs + Mark-up (Line I + J) $ 2,497.30 Lincoln Construction 0 cG 0 a EA CA- F 0 r 0 EA r CA - 00 EA EA F 0 Operator Group 3 - Light N CA- kr) A h W 00 Con EA EA F 0 Operator Group 2 - Heavy 0 EQUIPMENT 00 CA- 00 CA- 00 EA 00 r CA - EA r CA- EA N EA g D224 2014 FQ T800B 10 CY D C707 2007 C706 2007 FQ z 0 P4 w F CHEVROLET C928 2020 FG EA 00 FQCon- T913 2018 HRS/UNITS r Y cra w E HRS/UNITS SERVICES oo 00 SUBCONT LATEST REVISION 11/18/2020 1 H 1 T E C T S Change Order Proposal Request Project Tukwila Public Works To Tom Romberg COPR No 05 Lincoln Construction Inc 11803 101' Ave E, #201 Date of Issuance 03/11/22 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. Modify A2.1.5 First Floor Furn / Equip Plan — West with the attached sketch. A. ADD Stamped Structural Engineering Package for Lift Jib Crane Anchorage rAttachments ASK -054 Lift and Crane Locations 22069 -TPW - Lift Jib Crane Anchorage —STAMPED Issued By M Frantz 1050 N. 38th St. Seattle, WA 98103 PH: 206.675.9151 www.shksarchitects.com EQUIPMENT SCHEDULE SANDER &DISC GRINDER BULK FLUID STORAGE OIL FILTER CRUSHER WO POST VEHICLE L1Fi WO POST VEHICLE L1Fi WO POST VEHICLE L1Fi 1 1 1 1 1 1 111 m n.70 L mz 0 CO O g. cITD r.72E, `2222 s"s —Egg CV 00002 agloeevo L • 2 1 1 7 Ii cc E 0 1M CONSULTING ENGINEERS 1\— TM RIPPEY 7650 SW Beveland St Suite 100 Tigard, Oregon 97223 Phone: (503) 443-3900 Fax: (503) 443-3700 STRUCTURAL DETAILS & CALCULATIONS FOR TUKWILA PUBIC WORKS - AUTO LIFTS & JIB CRANE ANCHORAGE TMR # 22069 March 8, 2022 PAGE GENERAL NOTES PARTIAL BUILDING PLAN ANCHORAGE DETAILS CALCULATIONS JIB CRANE REF. N1 P1 SK1 — SK4 C1 — C12 R1 —R2 GENERAL STRUCTURAL NOTES CODE REQUIREMENTS: CONFORM TO THE 2019 INTERNATIONAL BUILDING CODE AS AMENDED BY THE STATE OF WASHINGTON, REFERENCED HEREAFTER AS IBC. DESIGN CRITERIA: DESIGN WAS BASED ON THE STRENGTH AND DEFLECTION CRITERIA OF THE IBC. IN ADDITION TO THE DEAD LOADS, THE FOLLOWING LOADS WERE USED FOR DESIGN, WITH LIVE LOADS REDUCED PER IBC: LIFT CAPACITY: 16,000 LBS (CHALLENGER CL16 2 -POST LIFT) 12,000 LBS (CHALLENGER CL20 2 -POST LIFT) 10,000 LBS (ROTARY SPOA10 2 -POST LIFT) JIB CRANE: 2 TON (FS300 W/ 16' BOOM SPAN) SEISMIC IMPORTANCE FACTOR le: 1.0 SITE CLASS: D (ASSUMED) SDS = 1.22 ap = 1.0 Rp = 1.5 EXISTING CONDITIONS: THE CONTRACTOR SHALL FIELD VERIFY ALL EXISTING CONDITIONS, DIMENSIONS AND ELEVATIONS. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANY DISCREPANCIES FROM CONDITIONS SHOWN ON THE DRAWINGS PRIOR TO THE START OF THE WORK. TEMPORARY CONDITIONS: THE CONTRACTOR SHALL BE RESPONSIBLE FOR STRUCTURAL STABILITY OF THE NEW AND EXISTING STRUCTURES AND WALLS DURING CONSTRUCTION. THE STRUCTURE SHOWN ON THE DRAWINGS HAS BEEN DESIGNED FOR STABILITY UNDER THE FINAL CONFIGURATION ONLY. CONCRETE ACCESSORIES: CONCRETE EPDXY ANCHORS SHALL BE INSTALLED WITH "HILTI HIT-HY 200" (OR ENGINEER APPROVED EQUIVALENT) INSTALLED PER MANUFACTURER'S GUIDELINES AND CURRENT ESR REPORT, AND SHALL MEET THE FOLLOWING CRITERIA: A. ADHESIVE ANCHORS SHALL BE INSTALLED BY QUALIFIED PERSONNEL TRAINED TO INSTALL ADHESIVE ANCHORS IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND WITH STRICT ADHERENCE TO THE PROVISIONS WITHIN THE MANUFACTURER'S PRINTED INSTALLATION INSTRUCTIONS. B. AT THE TIME OF ANCHOR INSTALLATION, IN ACCORDANCE WITH ACI 318-14 SECTION D.2.2, ADHESIVE ANCHORS SHALL BE INSTALLED IN CONCRETE HAVING A MINIMUM AGE OF 21 DAYS. CONCRETE EPDXY DOWELS SHALL BE INSTALLED WITH "HILTI HIT -RE 100" INSTALLED PER MANUFACTURER'S GUIDELINES AND CURRENT ESR REPORT LIFT ANCHORAGE THREADED RODS: ASTM A36 UNLESS NOTED OTHERWISE. JIB CRANE ANCHORAGE: ANCHOR RODS: ASTM F1554 GRADE 55 UNLESS NOTED OTHERWISE. GRADE 55 BARS THAT ARE TO BE WELDED SHALL MEET THE `SUPPLEMENTARY REQUIREMENT SI' OF THE F1554 SPECIFICATION. TM RIPPEY Consulting Engineers 7650 SW Beveland Street Suite 100 Tigard, Oregon 97223 Phone: (503) 443-3900 SHOP EQUIPMENT By: KEK Date: Chk By: Date: Job #: 2%ib4,;1 Sheet: NI Of: INSPECTION: SPECIAL INSPECTIONS: IN ACCORDANCE WITH SECTION 1704 OF THE IBC AND APPLICABLE SECTIONS OF THE PROJECT SPECIFICATIONS. SPECIAL INSPECTIONS ARE TO BE PERFORMED BY AN INDEPENDENT TESTING LABORATORY EMPLOYED BY THE OWNER FOR THE AREAS INDICATED BELOW: 1. INSTALLATION OF EPDXY ANCHORS. (PERIODIC) THE CONTRACTOR AND SPECIAL INSPECTOR SHALL NOTIFY THE ENGINEER OF RECORD OF ANY ITEM NOT COMPLYING WITH THE PROJECT SPECIFICATIONS AND/OR APPLICABLE CODES BEFORE PROCEEDING WITH ANY WORK INVOLVING THAT ITEM. THE ENGINEER OF RECORD WILL REVIEW THE ITEM AND DETERMINE ACCEPTABILITY. IF WORK INVOLVING THAT ITEM PROCEEDS WITHOUT THE APPROVAL OF THE ENGINEER OF RECORD, THEN THE WORK WILL BE CONSIDERED NON-COMPLIANT. /MKTM RIPPEY SHOP EQUIPMENT Consulting Engineers By: KEK Date: 7650 SW Beveland Street Chk By: Date: Suite 100 n Tigard, Oregon 97223 Job #: vL451 6.9 Phone: (503) 443-3900 Sheet: Ni Of: il 6'-0" x 18'-0"± x 0'-10" DEEP FOOTING, CENTER BELOW LIFT BASE, SEE 1/SK3 CONTRACTOR TO VERIFY LENGTH OF FOOTING OFFICE - FLEET 115 OFFICE - FLEET MGR 116 41 2'-0" MIN. 0 6'-0" x 18'-0"± x 0'-10" DEEP FOOTING, CENTER BELOW LIFT BASE, SEE 1/SK3, CONTRACTOR MACHIINTO VERIFY LENGTH OF FOOTING SHOP CHALLENGER CL20 TWO POST LIFT, 20,000LBS CAPACITY 2 TON FS300 JIB CRANE, WITH 16'-0" MAX. BOOM SPAN. WELDING SHOP 119 I I 1 IJ 2'-0" MIN. P 2'-0" MIN 1 I 2'-0" MIN eLl CHALLENGER CL16 TWO POST LIFT, 16,000LBS CAPACITY VEH CLE MAINT NANCE 42 SK2 43 E SHOP & STORAGE 117 EXISTING FOOTING, ADJUST NEW LIFT FOOTING AS NECESSARY SUCH THAT IT WILL NOT CONFLICT WITH EXISTING BUILDING FOOTING 10'-0" x 10'-0" x 4'-0" DEEP FOOTING, CENTER BELOW JIB CRANE BASE, SEE 1/SK4 Z 2 2'-0" MIN. / `2'-0" MIt� 5'-0" x 15-0"± x 1'-3" DEEP FOOTING, CENTER BELOW LIFT BASE, SEE 1/SK3, CONTRACTOR TO VERIFY LENGTH OF FOOTING zZ ROTARY SPOA10 TWO POST LIFT, 10,000LBS CAPACITY JL COMPRESSOR ROOM 120 EXISTING FOOTING, ADJUST NEW LIFT FOOTING AS NECESSARY SUCH THAT IT WILL NOT CONFLICT WITH EXISTING BUILDING FOOTING PARTIAL BUILDING PLAN 1 NOTE: PLAN USED FOR REFERENCE ONLY P1 N.T.S IMK CONSULTING o TMTRIPPEYRs 7650 SW Beveland, Suite 100 Tigard, Oregon 97223 Phone: (503) 443-3900 Fax: (503) 443-3700 BY KEK DATE CHK BY DATE JOB NO 22069 SHEET P1 0 0 0 0 0 e 0 0 0 e h-ef = h -nom = h -hole 1 ) ADHESIVE / EPDXY ANCHORS NOTE: POST INSTALLED ANCHOR EMBEDMENT LENGTHS SPECIFIED IN THE DRAWINGS ARE MINIMUM NOMINAL VALUES OF EMBEDMENT (h -nom), THE CONTRACTOR IS RESPONSIBLE FOR DETERMINING THE TOTAL LENGTH OF ANCHOR (h -anchor) NECESSARY TO ACCOMMODATE ANY BASE PLATES, WASHERS, NUTS, ETC. AS WELL AS THE NECESSARY HOLE DEPTHS (h -hole) BASED ON CURRENT ICC -ES REPORTS. POST -INSTALLED CONCRETE ANCHOR DETAIL SCALE: 1 1/2" = 1'-0" KCONSULTING ENGINEERS TM RIPPEY 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY T\01,-- DATE CHK BY DATE JOB NO 11, 0 SHEET i.c% 1 OF 1 ' 9- (c1) 4 TH-?-19Ps 1i k V� w / 1v\tom\ a- oX, t --v Pirc..s11.. '6 t Me' Lt & leo Fuca".\ 2 Pc? L\ Awad lit r" i PoXy puwts-S V-tA2'VOif WTI:, Le-I-I—C -- *W- c (�) S, o , f.7 i\'C `k -o 'YC_ L Th F -E -6h( oa oPPosrv% S' " %.-IJ\ SCz y 1t -'C 1 ' i} IT 1'-- Icy a-Pc.=c Y w ( 7-5-D P — \ .6 - - l . L - \JbT V- s7 ra ‘to F= 'T1I.36 Pa ('- PLa C�z+.rT z.1 .p 1 0 `c V-, Cor..1 G, wt..) Gly Pt�,�i eta � \ C_L I/t a/= o IiCil.\2. ti S 1R-�asd• p' (9-) A t'A x hz-c rJ o71i'. �Nra-�.Tr,. Ta>�-F- �ocl- 2-% F- \2 'co \a &IN -A --k1 c . '�►>--(- Pca c.tkuk")- %.6F__ �ach�t�\L TM RIPPEY BY 1 \�� DATE CONSULTING ENGINEERS CHK BY DATE 7650 S.W. Beveland St, Suite 100 JOB NO '2, 7.--`egb� Tigard, Oregon 97223 Phone (503) 443-3900 SHEET________- OF 4-L\ 0x �� i®�b�2 L1r C Rao 1a"St-- VS% M r 11\N- 11 V— S) -Ylk T\ -k\ -) N"\c—k cz— R-�\) r W HAL -71 ' VA -Y - 2fao � 5-901c7 Pk, gksv—, 1/,A.\ Ate. 13'I 1,4 -to ff --��IAWL N ,-se—V-4—"I c os -Y -C- o Z1 Q yS Py -Acs To 11,1S"W tsz1c. J ay-- 1,1E-7 hr \C f( `I psT 2.`-b"")/(..- 74-ti .`-b""l(..,t x _op_ , L c)t 1(, VT IAD I t.1 V -Ci �%tv 1 -(Pc XY-rcTokt\ -IM TM RIPPL' i CONSULTING ENGINEERS 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY ��k" DATE CHK BY DATE SOB NO " L] SHEET Sr 3 OF *-1.1 x Z �,,r �w1i�- p��?j�OriC re, i\P -'0 IC S 1 SIL ICh1-1 `-I4\ w'<TH ataxy 'r- — t z SL rR -*Sx ® �JPv Gcx-VaJ' . I kJutvi- Ra1.cs ((Z, �s) Pig - M a.%► v.,< rt ft -FL -IL. 1/4"k r x " PL- JAN:L tjorl lac \/\47 l bF4Wavc CI"zi c -I -N -c., c,o & U� LJN-.1/4/ TM RIPPEY CONSULTING ENGINEERS 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY % 1z DATE CHK BY DATE JOB NO 2%/cD9- SHEET __. OF Automotive Lift Analysis KEK 2012 Dimensional Specifications: h := 198•in Lift Height (in) w := 132•in Lift Width (in) (inside of col.) rh := 72.75•in Rise Height (in) a1.:= 41 • in In -Plane Arm Reach (in) Seismic Parameters: Load Specifications: Lift Model: Rotory SPOA10 LDL := 2000•lbf Lift Dead Load (lbs) Lc := 10000•lbf Lift Capacity (lbs) eCe := 21•in SDS := 1.22 Rp := 1.5 ap := 1.0 I:= 1 Sto := 2.0 Overstrength Factor Out -of -Plane Eccentricity (in) Code Summary Seismic loading: Per ASCE 7-16 Section 13.3.1. Overstrength factor (no) does apply, therefore 52.0 = 2.0. SeismicAnchorage: Per ASCE 7-16 Section 13.4.2. 13.4.2.1 Anchors in concrete shall be designed in accordance with Appendix D of AC1 318-14. Per ACI 318-14 Appendix D Section D.3.3.4.3. & D.3.3.5.3. The anchor or group of anchors shall be designed for the maximum shear obtained from design load combinations that include E, with E increased by 520. Loading Parameters: eeC = 21•in Cs = 0.325 Csmin = 0.366 Ce = 0.366 Load Eccentricity Seismic Factors per ASCE 7-16 Eqn. 13.3-1 &13.3-3 Contoling Seismic Factor Fp = Cc• W Seismic Force Reactions at Column Base: (0.9 - 0.2*Sos)DL + 1.0E M1 = 388398.in•1bf P1 = 3936•1bf VE = 4392.1bf Vp1 = 611.1bf Mp1=-13479•in•lbf Load Cominations Per ASCE 7-10: (1.2 + 0.2Sos)DL + 1.0E M2 = 471138•in•Ibf P2 = 8664•lbf VE = 4392.1bf Vp2 = 1345•lbf Mpg = —29670 • in. lbf Moment Axial Sesimic Shear Dead Load In -Plane Shear Dead Load In -Plane Moment L\ Hilti PROFIS Engineering 3.0.75 www.hilti.com Company: Address: Phone I Fax: Design: Fastening point: 22069 - ROTARY SPO10 LIFT ANCHORAGE Page: Specifier: E -Mail: Date: 1 kkruger 3/8/2022 Specifier's comments: 1 Input data Anchor type and diameter: HIT-HY 200 + HAS -E-55 (ASTM F1554 Gr.55) 3/4 Item number: 2198003 HAS -E-55 3/4"x17" (element) / 2022791 HIT-HY 200-A (adhesive) Effective embedment depth: hef,aot = 13.000 in. (hef,limlt = - in.) Material: ASTM F1554 Grade 55 Evaluation Service Report: ESR -3187 Issued I Valid: 5/1/2021 13/1/2022 Proof: Design Method ACI 318-11 / Chem Stand-off installation: eh = 0.000 in. (no stand-off); t = 0.500 in. Anchor plateR : lx x ly x t = 20.503 in. x 22.185 in. x 0.500 in.; (Recommended plate thickness: not calculated) Profile: no profile Base material: cracked concrete, 3000, fc' = 3,000 psi; h = 15,000 in., Temp. short/long: 32/32 °F Installation: hammer drilled hole, Installation condition: Dry Reinforcement: tension: condition B, shear: condition B; no supplemental splitting reinforcement present 101,101410200 edge reinforcement: > No. 4 bar Seismic loads (cat. C, D, E, or F) Tension load: yes (D.3.3.4.3 (d)) Shear load: yes (D.3.3.5.3 (c)) R - The anchor calculation is based on a rigid anchor plate assumption. Geometry [in.] & Loading [Ib, in.lb] 4 Design loads Sustained loads x Input data and results must be checked for conformity with the existing conditions and for plausibility! PROFIS Engineering (c ) 2003-2022 Hilti AG, FL -9494 Schaan Hilti is a registered Trademark of Hilti AG, Schaan LZ 1 104111671r1 Hilti PROFIS Engineering 3.035 www.hilti.com Company: Address: Phone I Fax: Design: Fastening point: 22069 - ROTARY SPO10 LIFT ANCHORAGE Page: Specifier: E -Mail: Date: 2 kkruger 3/8/2022 1.1 Design results Case 1 Description Load case: Design loads 2 Load case/Resulting anchor forces Anchor reactions [Ib] Tension force: (+Tension, -Compression) Anchor Tension force Shear force 1 0 985 2 3,704 1,060 3 9,409 793 4 15,752 908 5 1,307 870 max. concrete compressive strain: max. concrete compressive stress: resulting tension force in (x/y)=(-2.04614.922): resulting compression force in (x/y)=(-0.826/-8.308): Forces [lb] / Moments [in.lb] N = -8,664; Vx = 1,345; Vy = 4,392; Mx = 471,138; My = 29,670; Mx = 0; Shear force x 404 321 184 129 306 0.65 [%o] 2,830 [psi] 30,172 [Ib] 38,836 [Ib] Nsus = 0; Mx,sus = 0; My,sus = 0; Shear force y 898 1,010 771 899 814 Anchor forces are calculated based on the assumption of a rigid anchor plate. 3 Tension load Load Nua [lb] Seismic Max. Util. Anchor [%] yes 100 Capacity $ No [Ib] Utilization 13N = Nua/4) N Status Steel Strength* Bond Strength** Sustained Tension Load Bond Strength* Concrete Breakout Failure** 15,752 30,172 N/A 30,172 * highest loaded anchor **anchor group (anchors in tension) 18,817 32,647 N/A 30,383 84 93 N/A 100 OK OK N/A OK Input data and results must be checked for conformity with the existing conditions and for plausibility) PROFIS Engineering ( c) 2003-2022 Hilti AG, FL -9494 Schaan Hilti is a registered Trademark of Hilti AG, Schaan �3 2 Automotive Lift Analysis KEK 2012 Dimensional Specifications: h := 174•in Lift Height (in) w := 132•in Lift Width (in) (inside of col.) rh := 75.5.in Rise Height (in) ar := 47,5.in In-PLaneArm Reach (in) Seismic Parameters: SDS := 1.22 Rp := 1.5 Load Specifications: Lift Model: Challenger CL16 LDL := 2500• lbf Lift Dead Load (lbs) Lc := 16000•lbf Lift Capacity (lbs) ecc := 24•in ap := 1.0 I := 1 SZo := 2.0 Overstrength Factor Out -of -Plane Eccentricity (in) Code Summary. Seismic loading: PerASCE 7-16 Section 13.3.1. Overstrength factor (no) does apply, therefore no = 2.0. SeismicAnchorage: PerASCE 7-16 Section 13.4.2. 13.4.2.1 Anchors in concrete shall be designed in accordance with Appendix D of ACI 318-14. Per ACI 318-14 Appendix D Section D.3.3.4.3. & D.3.3.5.3. The anchor or group of anchors shall be designed for the maximum shear obtained from design load combinations that include E, with E increased by no. Loading Parameters: ecc = 24•in Load Eccentricity Cs = 0.325 Seismic Factors perASCE 7-16 Eqn. 13.3-1 &13.3-3 Csmin = 0.366 Ce = 0.366 Contoling Seismic Factor Fp = Cc .W Seismic Force Reactions at Column Base: Load Cominations PerASCE 7-10: (0.9 - 0.2*Sos)DL + 1.0E (1.2 + 0.2Sps)DL + 1.0E Ml = 637163 in lbf M2 = 788459•in•lbf Moment P1 = 6068 lbf P2 = 13357.1bf Axial VE = 6771.1bf VE = 6771•lbf Sesimic Shear Vp1 = 1460•Ibf VP = 3214.1bf Dead Load In -Plane Shear Mp1 = 4814•in•lbf Mp2 = 10596•in•lbf Dead Load In -Plane Moment 4MK Automotive Lift Analysis KEK2012 Dimensional Specifications: h := 174•in Lift Height (in) w := 132•in Lift Width (in) (inside of col.) rh := 76,6•in Rise Height (in) ar := 47.5.in In -Plane Arm Reach (in) Seismic Parameters: SDS := 1.22 Rp := 1.5 ap := 1.0 Sto := 2.0 Overstrength Factor Load Specifications: Lift Model: Challenger CL20 LDL := 2500•lbf Lift Dead Load (lbs) Le := 20000•lbf Lift Capacity (lbs) eee := 6•in I := 1 Out -of -Plane Eccentricity (in) Code Summary. Seismic loading: PerASCE 7-16 Section 13.3.1. Overstrength factor (0) does apply, therefore no = 2.0. Seismic Anchorage: PerASCE 7-16 Section 13.4.2. 13.4.2.1 Anchors in concrete shall be designed in accordance with Appendix D of ACI 318-14. Per ACI 318-14 Appendix D Section D.3.3.4.3. & D.3.3.5.3. The anchor or group of anchors shall be designed for the maximum shear obtained from design load combinations that include E, with E increased by Q0. Loading Parameters: eeC = 6•in Cs = 0.325 Csmin = 0.366 Ce = 0.366 Fp = Ce•W Load Eccentricity Seismic Factors perASCE 7-16 Eqn. 13.3-1 &13.3-3 Contoling Seismic Factor Seismic Force Reactions at Column Base: (0.9 - 0.2*Sos)DL + 1.0E M1 = 670161•in•lbf P1 = 7380•lbf VE = 8235.1bf Vpl = 1845•lbf Mp1 = 9344•in•lbf Load Cominations PerASCE 7-10: (1.2 + 0.2SDs)DL + 1.0E M2 = 717441 • in• lbf P2 = 16245.1bf VE = 8235•lbf Vp2 = 4060•lbf Mp2 = 20567 • in• lbf Moment Axial Sesimic Shear Dead Load In -Plane Shear Dead Load In -Plane Moment Hilti PROFIS Engineering 3.0.75 www.hilti.com Company: Address: Phone I Fax: Design: Fastening point: 22069- Challnger 16K & 20K Lifts Page: Specifier: E -Mail: Date: 3/8/2022 Specifier's comments: 1 Input data Anchor type and diameter: HIT-HY 200 + HAS -V-36 (ASTM F1554 Gr.36) 3/4 Item number: Effective embedment depth: Material: Evaluation Service Report: Issued I Valid: Proof: Stand-off installation: Anchor platen : Profile: Base material: Installation: Reinforcement: Seismic loads (cat. C, D, E, or F) 2198030 HAS -V-36 3/4"x10" (element) / 2022791 HIT-HY 200-A (adhesive) hef,act = 8.000 in. (hef,nmit = - in.) ASTM F1554 Grade 36 ESR -3187 5/1/2021 1 3/1/2022 Design Method ACI 318-14 / Chem eb = 0.000 in. (no stand-off); t = 0.500 in. Ix x ly x t = 24.500 in. x 38.500 in. x 0.500 in.; (Recommended plate thickness: not calculated) no profile cracked concrete, 3000, fb' = 3,000 psi; h = 10.000 in., Temp. short/long: 32/32 °F hammer drilled hole, Installation condition: Dry tension: condition B, shear: condition B; no supplemental splitting reinforcement present edge reinforcement: > No. 4 bar Tension load: yes (17.2.3.4.3 (d)) Shear load: yes (17.2.3.5.3 (c)) I4 t, HST THY 100 R - The anchor calculation is based on a rigid anchor plate assumption. Geometry [in.] & Loading [Ib, in.lb] I 'Design loads Sustained loads X Input data and results must he checked for conformity with the existing conditions and for plausibility! PROFIS Engineering ( c ) 2003-2022 Hilti AG, FL -9494 Schaan Hilti is a registered Trademark of Hilli AG, Schaan Hilti PROFIS Engineering 3.0.75 www.hilti.com Company: Address: Phone I Fax: Design: Fastening point: 22069- Challnger 16K & 20K Lifts Page: Specifier: E -Mail: Date: 3 3/8/2022 2 Proof I Utilization (Governing Cases) Loading Tension Shear Loading Proof Concrete Breakout Failure Concrete edge failure in direction y+ PN Design values [Ib] Utilization Load Capacity I3N / PV [%] Status 20,189 23,236 87 / - OK 7,495 21,621 - / 35 OK Pv Utilization ItN,v [%] Status Combined tension and shear loads 0.869 3 Warnings • Please consider all details and hints/warnings given in the detailed report! 0.347 5/3 97 OK Fastening meets the design criteria! Input data and results must be checked for conformity with the existing conditions and for plausibility! PROFIS Engineering (c) 2003-2022 Hilti AG, FL -9494 Schaan Hilti is a registered Trademark of Hilti AG, Schaan el- 3 t2 -1(....4,--c V.. �.1 t/ ins L- Z l& ft TM RIPPEY CONSULTING ENGINEERS 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY 1-s.1, DATE CHK BY DATE 1OB NO 1:1"45G'®I SHEET OF OF I( {N` • PO (I,0 s.)1>k_ toy G-1 I` n- , Izvt7® I bl9- Iv\9L (1v o 1 o L x - 0,t, 413 FSr '- Z-wo 'Ps TM RIPPEY CONSULTING ENGINEERS 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY t DATE CHK BY DATE SOB NO SHEET L cl OF - 0 �1 F1- o� till' v.. 1 i;sZ=0 - 0,,9'1 f 1 .)Th (x3 2-1 2,� lb . 21-5 /510 i'sr— ,s v ,< -10 r" FTC M11J TM RIPPEY CONSULTING ENGINEERS 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY ► 't- � DATE CHK BY DATE//c� JOB NO 2(� 20 1 SHEET G11 OF - J1' 2 � 619 Z o 16e) l." 1 C13 5-0-62 io Ids u.Mv‘-i5 1443-( WI" , oM 161 x (ttxa' 4 (,®off * 5GD 1110ZA= �Z r -"= h, el = 4C,(Din.SY- Phu D\ VC tc,‘ OC. --SAN 'fix 1lvt _ to, 3f I�Z 16, 6,two/ P. CONSULTING ENGINEERS TM RIPPEY 7650 S.W. Beveland St, Suite 100 Tigard, Oregon 97223 Phone (503) 443-3900 BY I ` �LVc DATE CHK BY DATE JOB NO/ Z'2Ov SHEET 611 OF ATC Hazards by Location https://hazards.atcouncil.orgl#/seismic?lat=47.5024451&ing=-122.29... ATC Hazards by Location Search Information Address: 11210 Tukwila International Blvd, Tukwila, WA 98168, USA Coordinates: 47.5024451, -122.2921708 Elevation: 17 ft Timestamp: 2022-03-03T20:02:22.491 Z Hazard Type: Seismic Reference ASCE7-16 Document: Risk Category: 11 Site Class: D -default Basic Parameters Name Value Description SS 1.525 MCER ground motion (period -.0.2s) S1 0.521 MCER ground motion (period=1.0s) 1.83 Site -modified spectral acceleration value * null Site -modified spectral acceleration value 1.22 1 Numeric seismic design value at 0.2s SA SMS SM1 SD1 Shelton Go gl IvoS * null Numeric seismic design value at 1.0s SA * See Section 11.4.8 ®Additional Information Name Value Description SDC * null Seismic design category Fa 1.2 Site amplification factor at 0.2s * null Site amplification factor at 1.0s CRs 0.902 Coefficient of risk (0.2s) CR1 0.895 Coefficient of risk (1.0s) PGA 0.651 MCEG peak ground acceleration FPGA 1.2 Site amplification factor at PGA 1 of 2 17 ft oRedmond n Tacoma 0 Puyallup Snoqualn Pass; Map data ©2022 Google Gil 3/3/2022, 12:02 PM 2/14/22, 9:44 AM Cranes, Free Standing Jib Cranes, Gorbel Jib Cranes, Jib Cranes HOME ORDER SEARCH QUOTE CONTACT US ABOUT US MY ACCOUNT SHOPPING CART %(',;r:rfr:r.-s Select a Product Category Back to Product Page FS300 Base Plate Mounted 2 Ton Capacity FS300 (FREE STANDING) 3 /4- L -� 2"_3" G1 I. G2 i< Hi E Listed In pricing chart L Diagram 2A. F3300 2 2u 1/s+ 12. Listed in pricing chart 8 (Hub - Height Under Beam) —6" MIN. r 1 " GROUT f t Reference chart IB below and charts 2A and 2B for dimension REINFORCING RODS 05/8" TOP, 03/41" L30TTOM ON 12" CENTERS Click a Price to add to cart Order Online, by Phone, or by E -Mail Add items to your online shopping cart Click a Price of the item you wish to purchase. https://www,ikgoodwin.comlmore_info/baseplate_mountedjib_crane/fs300_baseplate_mounted jib_crane_2_ton,shtml 1/5 Jib crane foundation requirements are based on soil pressure of 2500#/sq, ft, and 3000 psi reinforced concrete. AISC specifications adhered to. If additional specifications are to be met, call us, M M D (DIA OF B OLT) Diagram 2B. Base Bolt Pattern FS300 BASE PLATE MOUNTED 2,1 - Por the footing, according to the footing dimensions in diagrams 2A and 213 and charts 2A and 2B, with the anchor bolts (J -bolts) in platce. There should be between 4" and 6" of anchor bolt exposed above the floor level. NOTE: Jib crane foundation requirements are based on a soil pressure of 2500 lbs. per square foot. Concrete recommended for jib crane foundation is 3000 lbs. per square inch of compressive force. ttrre Dimensions CHART 1B - Boom Data STANDARD BOOMDATA Boom Height (W) Beam Size Flange Width (in) 6" W6@12#/ft, 1 4" 8.125" W8@18#/ft, 1 5-1/4" 10.33" W10@26#/ft, 5-3/4" 12.5" W12@35#/ft. 6-1 /2" 16.125" W 16@45#/ft. 7" 18" W18 ®50#/ft. 7-1/2" 21" W21@62#/ft. 8-1/4" 24.125" W24@84#/ft. 9" PIPE SIZE DIMENSIONS (IN.) ANCHOR BOLT PATTERN E G1 G2 J K I H1 H2 QTY. D Q 10 46-3/4 4 6 1.00 24 20 10-3/8 8 10 12 8-1/2 20 12-7/8 12-1/2 71-3/4 6 6 1.25 24 22 15-3/8 15 72 8 I 6 1.25 30 14 11 16 13 26 17-3/8 17 II 72 8 12 1.25 36 . 18 15 30 17-3/8 17 I 72 9 12 1.25 42 20 f--1 17 r'--, 34 17-7/8 17-1/2 I r -ti r---91-� 72 I 10 I 12 r-1 :1.25 48 4 2 I 22-1/2 77 12 12 1.25 54 24 1.8 36 22-7/8 25 I 84 112 I 12 1.25 60 30 18 36 25-3/8 4 NOTE: Foundation/concrete must cure seven (7) days prior to mast installation. Foundation/concrete must cure 28 days prior to using crane to full capacity. 2.2 Once the concrete has cured, cover the base plate area with one (1") inch of grout, 2.3 Set the mast into place and make sure the base plate is completely seated in the grout. 2.4 Plumb mast following the plumbing procedure in Step 3. 2.5 Once mast is plumb and grout has cured, tighten anchor bolts per manufacturer's specifications. . Foundation Depth STANDARD FOOTING REQUIREMENTS I Capacity Tons Span (ft.) II Width (ft.) M Depth (ft,) L 1/4 8-13 I 4 3 1/4 14-20 I 4 I 4 1/2 8-12 I 4 L 4 J 1/2 13-20 I 5 4 1 8-10 I 5 4 1 11-15 L 6 L 4 _ 1 16-20 11 7 L 4 1-1/2 8-12 6 4 1-1/2 13-15 7 4 1-1/2 16-20 8 4 2 I 8-11 6 4 2 1 12-15 7 4 2 L 16-20 8 4 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST $ COP NO: 107 CCD/PR No.: RFI 200 Date: 3/29/2022 Project: LCI Project No.: 1239 B. TOTAL LABOR COST $ SUBTOTAL C. OVERHEAD AND PROFIT (13%) $ SUBTOTAL D. SUBCONTRACT COST $ 5,387.00 E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) $ 323.22 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 171.31 5,710.22 171.31 TOTAL CHANGE PROPOSAL COST 5,882 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 3/29/2022 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: 3/29/2022 COP #: 107 Owner COP/CCD/PR #: RFI 200 Please provide a change order for the following work: RFI 200 Welding Panel 4 power Loss Total price per attached breakdown: State and local sales tax: Extension of time: 5,882 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, 740,4144 ma4 ,Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 107 Owner COP/CCD/PR #: RFI 200 REV: 000 DATE: 3/29/2022 HOURS PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL TOTAL LABOR MATERIALS/EQUIPMENT MARK-UP @ RATE X 95.00 = $ X 88.95 = $ X 77.15 = $ X 75.85 = $ X 67.72 = $ X _ $ X $ TOTAL 0.0% 13.0% SUBTOTAL PHASE CODE UNITS RATE X = $ X = $ X = $ X = $ 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 5,387.00 = $ 5,387.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 5,387.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 323.22 TOTAL SUBCONTRACTS $ 5,710.22 PROPOSAL SUBTOTAL $ 5,710.22 BONDS/Liability/Builders Risk/B&O Tax 3.000% $ 171.31 PROPOSAL TOTAL $ 5,881.53 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# 42 Date: 3/28/2022 Project Name: Tukwila Public Works Project Number: 117110 Page Number: 1 Work Description Scope: Per RFI 200 refeed door branch circuits. 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# 42. Itemized Breakdown Description Qty Net Price U Total Mat. Labor U Total Hrs. 3/4" EMT CONDUIT 110 64.19 C 70.61 4.40C 4.84 3/4" EMT STL COMP CPLG 12 1,038.80 C 124.66 15.63 C 1.88 3/4" EMT INSUL STL COMP CONN 5 128.36 C 6.42 15.63 C 0.78 3/4" EMT STRUT CLAMP 14 81.09 C 11.35 6.38C 0.89 3/4" EMT 2-H STRAP 8 30.59 C 2.45 7.50C 0.60 2" GRC COUPLING 2 651.00 C 13.02 12.00C 0.24 #10 THHN BROWN 500 417.79 M 208.90 7.06 M 3.53 #10 THHN ORANGE 500 417.79 M 208.90 7.06 M 3.53 #10 THHN YELLOW 500 417.79 M 208.90 7.06 M 3.53 #10 THHN GREEN 500 290.69 M 145.35 7.06 M 3.53 DUCT SEAL (1 -LB) 1 5.41E 5.41 0.38E 0.38 4x21/8" SQ BOX COMB KO 3 331.62 C 9.95 28.75 C 0.86 4" SQ BLANK COVER 3 102.46 C 3.07 3.13C 0.09 Totals 2,158 1,018.97 24.69 Summary General Materials 1,018.97 Total Material 1,018.97 Foreman (24.69 Hrs @ $103.26) 2,549.49 Total Labor 2,549.49 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: 42 3/28/2022 Tukwila Public Works 117110 2 Summary (Cont'd) Foreman Truck Genie 4236 Subtotal Overhead & Markup Subtotal Warranty Insurance Final Amount (24.69 @ 1.00 @ $23.00 + 0.000 % + 0.000 % + 0.000 %) (1.00 @ 2.00 @ $250.00 + 0.000 % + 0.000 % + 0.000 %) (@ 13.000 %) (@ 1.000 %) (@ 1.800 %) 567.87 500.00 4,636.33 602.72 5,239.05 52.39 95.25 $5,386.69 CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that this quotation is complete and accurate based on the information provided. CLIENTACCEPTANCE CCN #: 42 Final Amount:$5,386.69 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor to complete the above described work. Work Description ORIGINAL LCA 4c eota eo Qxzud& t Ea. 1953 RFI No. 200 Date 3/21/2022 # of pages Project No. 3 1239 PW Contract No. 91630601 Contract No. 21-046 REQUEST FOR INFORMATION (RFI) ATTENTION (TO): Adam Hutschreider/Matt Frantz Created by: Cindy Butterworth Project Name Tukwila Public Works Fleet & Facilities Building Reply Due By (Date) 3/27/2022 RFI Originator (Name & Company) Justin Kerr - Seahurst Electric RFI Subject Welding Panel #4 Power Loss Related Spec Section(s) Related Drawing/Detail(s) Specific Question(s) or Description of Concern(s) Welding Panel #4 has lost full power on "C" phase. Power loss at this panel is causing two (2) roll up doors to lose funtionality. Please see attached narrative, and Seahurst recommendation, and direct a resolution or repair. Thank you. Cost Impact? ❑ Yes ❑ No ✓ Potential Schedule Impact? ❑ Yes ❑ No ✓ Potential REVIEW Date of Review Reviewed by Company RemarkslRecommendations 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 LCittRFI 20nt0 Seahurst Electric, Inc. Aachme Project: Tukwila Public Works Fleet R.F.I.#: 52 2915 Chestnut Street Everett, WA 98201 (425)258-1882 (425)259 -2794 -fax Contract No.: WA Date: 3/21/2022 Seahurst Project#: 117110 Subject: Welding Panel #4 power loss Spec Section: Plan No.: Originated From: Justin Kerr Page / Paragraph: Detail No.: Request: WP#4 has lost full power on "C" phase. Power loss at this panel is causing 2 roll up doors to lose functionality. Please see narrative and direct a resolution or repair. Recommendation: Re -feed WP#4, or move/relocate the two roll up door branch circuits to another serving panel and demo panel. Possible Cost Impact X Yes No In order to maintain current contract schedule, please reply on or before 3/27/2022 Please note that project (time) delay & associated costs may be incurred if a response is not received by the indicated date. Response: Demolish Welder Panel 4 including the connected unused conduits and conductors. Demolish Welder Panel 4 feeder conductors back to MSB 1 -SEC 2 and cut/cap feeder conduit above floor at demolished panel location. If feeder cables are locked up and cannot be removed back to source (as was indicated as a possibility in Contractor's field investigation) Contractor shall disconnect them from MSB 1 -SEC 2 and cut back as far as possible and abandon in place. Abandoned cables shall be safed-off (taped/sealed) and labeled as "abandoned". The two roll -up door branch circuits shall be re -circuited to Welder Panel 3. Contractor shall note the branch circuit changes in as-builts. L. Bragg (Hargis) 3/28/2021 By Firm Date LCi RFI 200 Attachment Adam Boen on 3-17-22 Subject: Welding Panel #4 power loss at existing panel. RFI response needed for direction on repairs or replacement. Narrative of events: On Wednesday March 9th I was made aware that roll -up doors 126C and 126D were experiencing power supply problems. These doors are connected to Welding panel #4 (WP#4 between the two doors). WP#4 is served by MCB at MSB Sec.2. Previously during the door installation, testing, and commissioning, Seahurst and Overhead Innovations (01) had proper power at the terminals and the 2 doors functioned as expected. The installing contractor 01 was requested to site by Lincoln to investigate why the doors no longer open. On March 9th, OI found power loss at the terminals. OI was contacted to investigate first, since the power supply worked previously, and one of the doors had a control component problem in the recent past. 01 diagnosed a new power supply problem at the door controllers and I was notified right away. While investigating roll up door power loss, I measured and verified proper power at the MSB main circuit breaker feeding Welding panel #4. Accordingly, I measured power at the main lug terminals on WP#4 phase to phase, then phase to ground. I found "C" phase having a significant power loss. Only 38v at the terminal to ground, where A & B measure 287v to ground. I isolated the buss by turning off the individual breakers in the panel and no change was observed. At this point, the existing feeder (now back in service for some time) appears to be compromised. Could be corrosion while out of service, or construction activities but just a guess. I do not recommend replacing the wire and re -using the conduit underground as the only solution. Investigation is needed to determine the viability of re -use. The WP#5 panel feeders were very difficult to remove even with a forklift. If that panel feeder should be repaired, please direct a resolution. If the WP#4 should be abandoned, please give direction for us to demo the panel. Please direct us how to re -feed and supply power to the overhead doors. 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: 3/29/2022 Project: LCI Project No.: 108 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) 27 Lincoln Construction, Inc. CONTRACTOR 3/29/2022 DATE /lsoma2 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: 3/29/2022 COP #: 108 Please provide a change order for the following work: Contract time extension with no liquidated damages due either party for 27 calendar days to a new Substantial Completion date of April 11, 2022 due to unforseen material delays and permitting agency delays. Total price per attached breakdown: State and local sales tax: Extension of time: includE X not included 27 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, 740,4144 ma4 ,Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 108 Owner COP/CCD/PR #: REV: 000 DATE: 3/29/2022 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 PHASE CODE UNITS 1 X 1 X 1 X 1 X 1 X X X X RATE SUBTOTAL $ MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ TOTAL SUBCONTRACTS $ PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL 3.000% Updated: 9/30/2011 Page 5 of 7 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: CCD/PR No.: Date: 3/29/2022 Project: LCI Project No.: $ 600.00 109R1 1239 $ 177.90 C. OVERHEAD AND PROFIT (13%) SUBTOTAL $ 777.90 D. SUBCONTRACT COST $ 469.00 E. OVERHEAD AND PROFIT ON 101.13 SUBCONTRACT COST (6%) $ 28.14 SUBTOTAL H. BOND (GC ONLY) SUBTOTAL 41.29 497.14 41.29 TOTAL CHANGE PROPOSAL COST 1,417 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 3/29/2022 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: 3/29/2022 COP #: 109 Please provide a change order for the following work: Provide outside discharge of backflow devices to 2 existing backflows Total price per attached breakdown: State and local sales tax: Extension of time: 1,417 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, 740,4144 ma4 ,Roodez9-Pw a`ta9ei Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 109 Owner COP/CCD/PR #: Backflow Discharge REV: 000 DATE: 3/29/2022 HOURS PROJECT MANAGER SUPERINTENDENT 2 ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ TOTAL LABOR RATE TOTAL X 95.00 = $ X 88.95 = $ 177.90 X 77.15 = $ X 75.85 = $ X 67.72 = $ X _ $ X $ $ 177.90 0.0% 13.0% $ 177.90 $ 23.13 $ 201.03 MATERIALS/EQUIPMENT PHASE CODE UNITS RATE X Core drill for discharge 1 X X X SUBTOTAL USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT SUBCONTRACTS 0.0% 13.0% 600.00 _ $ _ $ 600.00 _ $ _ $ $ 600.00 $ 78.00 $ 678.00 Pipe Construction PHASE CODE UNITS RATE 1 X = $ 1 X = $ 1 X 469.00 = $ 469.00 1 X = $ 1 X = $ X = $ X = $ X = $ SUBTOTAL $ 469.00 MARK-UP @ Sub Direct Cost 0 6.0% Less Sub Fee $ 28.14 TOTAL SUBCONTRACTS $ 497.14 PROPOSAL SUBTOTAL $ 1,376.17 BONDS/Liability/Builders Risk/B&O Tax $ 41.29 PROPOSAL TOTAL $ 1,417.45 3.000% Updated: 9/30/2011 Page 5 of 7 $ 53.95 $ 102.00 $ 312.87 Change Order Summary Sheet Project Name: Tukwila Public Works Fleet Facility Project No. 21-299 Source Documents: Contractor: Lincoln Construction Description: Pipe COP No. Date: Contractor Ref. No. 21-299.012 3/29/2022 Costs to run discharge drains outside of the bldg for 1 domestic water RPBP and 1 Fire RPBP 1. CRAFT LABOR COSTS Direct Labor Costs: a. crew (apprentices, journeymen, & laborers) b. foreman c. lead foreman DIRECT LABOR SUBTOTAL Supervision: d. direct supervison (NTE 15% of la) e. safety (NTE 2% of lines la, b, & c) 2. MATERIAL COSTS a. material costs b. freight costs (itemize) 3. EQUIPMENT COSTS a. owned equipment (per spec approved source) b. rental equipment (per invoices attached) Itemize all costs on attached COP Cost Breakdown form. $ 312.87 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 %oft -7 1. CRAFT LABOR COSTS $ 2. MATERIAL COSTS $ 3. EQUIPMENT COSTS $ 313.00 102.00 4. SMALL TOOLS $ SUBTOTAL 1 thru 4 $ 415.00 5. OVERHEAD & PROFIT $ 54.00 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 $ 469.00 Issued 3/29/2022 } N N O 0 1- 0 O O N O EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea EF) Ea $ 312.87 $ 414.87 Equipment Cost EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea EF) EF) Ea EA Unit $ RS I= is Cost $ 102.00 EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea EF) EF) Ea $ 102.00 Unit $ C. C. N O Ea Labor Cost EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) EF) Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea EA E9 E9 $ 312.87 $ 312.87 Unit $ lot 104.29 Form Revised 2/27/2020 1 : ' (U E • H L L L .c (0 7 0 N— M nstruction Descri.tion PVC Pipe & Ftgs Labor Subtotal Superintendent Lead Foreman Journeyman Plumber Total Cost of Work Issued 3/29/2022 From: Matt Frantz To: Tom Romberg; Jonathan Hartung Cc: "Matt Strutvnski"; Casey Neuman; "Justine Kim"; "Paul Schlachter"; "Cody Lee Gray"; Cindy Butterworth Subject: RE: TPW - Back flow preventers Date: Monday, March 21, 2022 10:12:01 AM Attachments: Tukwila PW MechPlbgFP Punchlist 2 - PlanGrid Task Report - Mar 18, 2022.pdf Lincoln Team, Please find the attached Punchlist from Mech Engineer noting the drain piping for the back flow preventers. Item #1 is per the bid documents so it should not be any additional cost. Items 2 and 3 would be legitimate additional cost items since these scope was not captured in the bid documents. Thanks Matt Frantz PH: 206.224.3327 SHKS ARCHITECTS From: Matt Frantz Sent: Friday, March 18, 2022 4:38 PM To: Tom Romberg <tom.romberg@lincolnnw.com>; Jonathan Hartung <jh@shksarchitects.com> Cc: Matt Strutynski <matts@sojsea.com>; Casey Neuman <casey.neuman@lincolnnw.com>; Justine Kim <justinek@sojsea.com>; Paul Schlachter <pauls@sojsea.com>; Cody Lee Gray <Cody.G ray@Tu kwi la WA.gov> Subject: RE: TPW - Back flow preventers [Filed 18 Mar 2022 16:38] All, A little good news on a Friday afternoon. The mechanical engineer spoke with the Tukwila inspector, Scott Moore, and noted a couple of sections in the Plumbing Code that should allow the back flow preventer to be piped to the outside. After some back and forth, Scott Moore indicated he would accept the backflow preventers being piped to the outside and not directly to the sewer system as he had previously indicated. Hargis will mark up these items in a punch list addendum, which I will send along when received. Have a good weekend Thanks Matt Frantz PH: 206.224.3327 SH KS ARCHITECTS From: Tom Romberg <tom.romberOlincolnnw.com> Sent: Wednesday, March 16, 2022 2:24 PM To: Jonathan Hartung <jhPshksarchitects.com>; Matt Frantz <mattfPshksarchitects.com> Cc: Matt Strutynski <matts( sojsea.com>; Casey Neuman <casey.neuman( Iincolnnw.com>; Justine Kim <iustinekPsojsea.com>; Paul Schlachter <paulsPsojsea.com> Subject: FW: TPW - Back flow preventers As you can see by the attached. One backflow is specific to the vehicle maintenance equipment and the other is existing. No drains are called out for either. Thank you Tom Romberg ILCi zegegepteafilac Ea, 9953 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 CeII 253-606-8350 Ofc 253.847.6414 1 Fax 253.847.6806 From: Casey Neuman <casey.neumanPlincolnnw.com> Sent: Wednesday, March 16, 2022 2:13 PM To: Tom Romberg <tom.rombergPlincolnnw.com> Subject: TPW - Back flow preventers Sincerely Casey Neuman Tukwila Public Works 11210 Tukwila International Boulevard, Tukwila, Washington HARGIS Tukwila PW MechPlbgFP Punchlist 2 - PlanGrid Task Report - Mar 18, 2022 Prepared by Hargis -Regan Corwin, PE Mar 20, 2022 Description Additional 3 items issued 3/18/2022 - Regan Corwin, PE/ Hargis Engineers. Contents #41 Backflow preventer relief - main water service 2 #42 Backflow Preventer Relief - East Building 4 #43 Backflow Preventer Relief - SE corner - Grid 13/J 6 Prepared by Hargis- Regan Corwin, PE 1 Created with PlanGrid Tukwila Public Works 11210 Tukwila International Boulevard, Tukwila, Washington #4 Backflow preventer relief - main water service Status Open Type Issue Location 122 Custodial/ Facilities Storage List Punch List Description Pipe backflow preventer relief pipe to outside with turned down elbow. Confirmed acceptable with Plumbing Inspector Steve Moore on 3/18/2022. Photos HARGIS Prepared by Hargis- Regan Corwin, PE 2 Created with PlanGrid Tukwila Public Works 11210 Tukwila International Boulevard, Tukwila, Washington RPB - run drain to outside Hargis Rack Group Mar 10, 2022 11:35 AM HARGIS Prepared by Hargis- Regan Corwin, PE 3 Created with PlanGrid Tukwila Public Works 11210 Tukwila International Boulevard, Tukwila, Washington #42 Backflow Preventer Relief - East Building Status Open Type Issue Location SE Corner East (Paint) Building List Punch List Description Provide 2" indirect waste from relief drain to outside with turned down elbow on existing RPBFP per plumbing inspector's comment. Confirmed acceptable with Plumbing Inspector Steve Moore on 3/18/2022. Photos HARGIS Sheet M9.3 IP D AIR OUTLE ATER SUPPLY AT EAST BUILDING Prepared by Hargis- Regan Corwin, PE 4 Created with PlanGrid Tukwila Public Works 11210 Tukwila International Boulevard, Tukwila, Washington tuk pw east bldg -SE corner bfp Hargis Rack Group Mar 20, 2022 8:59 PM HARGIS Prepared by Hargis- Regan Corwin, PE 5 Created with PlanGrid Tukwila Public Works 11210 Tukwila International Boulevard, Tukwila, Washington #43 Backflow Preventer Relief - SE corner - Grid 13/J Status Sheet Open M2.1 Type Issue Location 127 Vehicle Maintenance B List Punch List Description Provide IW pipe to outside with turned down elbow from Backflow Preventer (that serves NPCW for fluid handling systems). Confirmed acceptable with Plumbing Inspector Steve Moore on 3/18/2022. Photos tuk pw bldg -SE corner bfp-grid 13-J Hargis Rack Group Mar 20, 2022 9:06 PM HARGIS 47.. Prepared Prepared by Hargis- Regan Corwin, PE 6 Created with PlanGrid