Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-001 - Lydig Construction - Public Safety Plan: Fire Stations 51 and 52 (Amendment AW-AY)
TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 028 DATE: 9/28/2021 PROJECT NO.: 90830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305.98 CONTRACT NO.: 18-001.2 (ay ) AMENDMENT NO: 051 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 9/28/21 Contractor Lydig Construction By Craig Greene Title VP of Operations Original Contract FS52 (without tax) $ 16,029,260.00 Previous Change Order FS52 $ 1,158,745.14 This Change Order FS52 (without tax) $ (151,19t23) REV. CONTRACT AMOUNT FS52 $ 17,036,813.91 APPROVED BY THE CITY OF TUKWILA Date 10/11/2021 By C1,ezt-e SeG e/rg Mayor Z Deputy City Administrator "e'" °'°��� ,,'5'.5,°" b,`ee°b Original Contract Time FS52: 521 days (Dec 17, 2020) SOJ Program Director c, "7-(i'l Contract Time added in Previous Change Orders FS 52: 49 days Additional Contract Time for this Change Order FS52: 0 days Updated Contract Time FS52: 570 days (Feb 03, 2021) ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File HP (11/2014) Exhibit "A" CHANGE ORDER - SUMMARY OF CHANGE CITY OF TUKWILA - PUBLIC SAFETY PLAN Project Name Fire Station 52 CO # 28 Project # 908 30402 Contract # i S t)Cll a ? ay Date 9/28 21 TO CONTRACTOR: Lydig Construction 3180 139th Atic, SE, St. 3 10 13a 1l ue, `VA 08005 COP/CCD # Description Reason Code Amount COP 324 CE #393 - Construction Manager Reduction Incentive. The Final GCCM MACC Contingency remaining after all executed contingency change order totals $215,987. Based on previously negotiated extended GCCM specified general conditions as a result of revised project schedule duration and substantial completion, Lydig has agreed to adjust the Construction Manager Reduction Incentive (also known as the savings split) to 30% to the contractor, 70% to the owner. AL (5131191.23) Lydig Change Order No. 28 91 23) LYOt0 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #324 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #324: Construction Manager Reduction Incentive TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 324 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 9/24 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: ($151,191.23) Amount Based No POTENTIAL CHANGE ORDER TITLE: Construction Manager Reduction Incentive CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #393 - Construction Manager Reduction Incentive Final GCCM MACC Contingency remaining after all executed contingency change orders totals $215,987.47. Article 2.2.8 "Construction Manager Reduction Incentive" states that the Construction Manager shall bit for and receive an incentive payment of a sum equal to 50% of all savings under the MACC, up to a maximum incentive payment of $200,000. Based on previously negotiated extended GCCM specified general conditions as a result of revised project schedule duration and substantial completion, Lydig has agreed to adjust the Construction Manager Reduction Incentive (also known as the savings split) to 30% to the contractor, 70% to the owner. ATTACHMENTS: Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/24/ 2021 10 :51 AM Cost Code Description Type Amount 1 50--001-01- - Project Contingency Remaining GCCM Contingency Project Contingency ($215,987.47) 2 50--001-01- - Project Contingency Savings to GCCM - 30% Project Contingency $ 64,796.24 Subtotal: ($151,191.23) Fee - Self Perform Work: 0.00% Applies to Project Contingency, Labor, Materials, Equipment, and Other. $ 0.00 GL Insurance: 0.00% Applies to all line item types. $ 0.00 P&P Bond: 0.00% Applies to all line item types. $ 0.00 B&O Tax: 0.00% Applies to all line item types. $ 0.00 Fee - Sub Tier Work: 0.00% Applies to Other, Overhead and Profit, Unwritten Sub's/PA's, Project Contingency, and Subcontractor. $ 0.00 Grand Total: ($151,191.23) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 9/24/ 2021 10 :51 AM Invoice #21 Continuation Sheet most CONTINUATION SHEET t II /01/2 DOCUMENT DETAIL SHEET Page 3 of 5 A B scan a1 II i': ia"?a, Ona mar . p E F G H 1 I ITEM NO. COST CODE DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED MATERIALS PRESENTLY STORED (NOT IN D OR E) N„r „.u(-Nr,f",¢""`C''Y'Y"'f'.`f.^^c'�.„r.--,C_9�......_.,��"�C"„"`f",�,."`:"'....__,...`,f..,Y TOTAL COMPLETED AND STORED TO DATE (D+E+F) % (G / C) BALANCE TO FINISH (C - G) ",�""t'"Y.,,a,,._t�� „t..."N*N RETAINAGE " FROM PREVIOUS APPLICATION �+ THIS PERIOD 16 ,a, 17 18 19 20 21 22 23 24 25 26 50--004-01- - Project Contingency _ T Contingency 50--004-04- - MCCM Early Work Allowance 50--004-02- - Mini MACC VE Allowance 50--004-07-- Allowance 1 - 100% CD Set - ASI -003 50--004-08-- Allowance 2 - PSE Work at 65th 50--004-09- Allowance 3 Concrete Wall Change 50--004-10- -ALLOWANCE Allowance 4 - Wood Benches 50--004-11- - Allowance 5 - Traffic Signalization 50--002-01-- Overhead/Profit/Fee 44 - NEGOTIATED SUPPORT SERVICES MACC CONTINGENCY . PACKAGES MECHANICAL EARLY WORK ALLOWANCE VE SAVINGS ALLOWANCE ALLOWANCE 01 - CONSTRUCTION SET ALLOWANCE 02 - PSE WORK AT 65TH AVE ALLOWANCE 03 - CONCRETE WALL CHANGE 04 - WOOD BENCHES ALLOWANCE 05 - TRAFFIC SIGNALIZATION OVERHEAD/PROFIT/ FEE NEGOTIATED SUPPORT SERVICES $ 462,195.00 0.00 $ 0.00 ($133,000.00) $ 255,000.00 $ 25,000.00 $ 85,000.00 $ 10,000.00 $ 75,000.00 $ 657,839.00 $ 338,150.00 $ 228,186.42 0.00 $ 0.00 ($13CO Contingency $ 2 70% o1Fca $ 14,448.99 $ 0.00 $ 0.00 2 1 fC,0 321 t Remaining 1:il1t toOwner: Slit t0 322 after S151,191.23100.00% is $64,79624 $ 0.00 $ 0.00 $ 0.00 323): CO 025.1: $ 242,635.41 0.00 $ 0.00 572.12 4 5,987.47 52.50% 100.00% 100.00% 100.00% 100.00% 100.00% 100.00% 100.00% 98.60% 97.79% $ 219,559.59 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 9,209.75 $ 7,474.12 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ L.97Uvv.v0 $ 85,000.00 $ 10,000.00 $ 75,000.00 $ 646,524.17 $ 330,667.16 ,c o.ov $ 0.00 $ 0.00 $ 0.00 $ 2,105.08 $ 8.72 4) u.uu $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 .o L.u,vvv.vv $ 85,000.00 $ 10,000.00 $ 75,000.00 $ 648,629.25 $ 330,675.88 TOTALS: $ 16,029,260.00 $ 15,735,779.00 $ 52,749.79 $ 0.00 $ 15,788,528.79 98.50% $ 240,731.21 $ 0.00 Whole Change Order Packages A B C D E F G H 1 ITEM NO. DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED MATERIALS PRESENTLY STORED (NOT IN D OR E) TOTAL COMPLETED AND STORED TO DATE (D+E+F) % (G / C) BALANCE TO FINISH (C - G) RETAINAGE FROM PREVIOUS APPLICATION (D + E) THIS PERIOD 27 28 29 30 PCCO#001 Change Order #1 Amendment #09 - 11/27/2019 PCCO#002 Change Order#2 Amendment #11 - 12/23/2019 PCCO#003 Change Order #3 PCCO#004 Change Order #4 $ 64,213.97 $ 57,171.75 $ 52,788.46 $ 30,583.64 $ 64,213.97 $ 57,171.75 $ 52,788.46 $ 30,583.64 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 64,213.97 $ 57,171.75 $ 52,788.46 $ 30,583.64 100.00% 100.00% 100.00% 100.00% $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 18-001(m) Council Approval N/A CITY OF TKW:A CONTRACT CHANGE ORDER NO. 027 DATE: 6M7/2021 PROJECT NO.: 80830405 PROJECT NAME: PSP — Fire Station 52 BUDGET NO.: 305,98 CONTRACT NO.: 18'0012/ex\ AMENDMENT NO: 050 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and snscxdothofo|lowingdesnhbedwmrkmot 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 contrac stipulations and covenants; B. The rights ofthe "0wne/'are not prejudiced; C.AUdaimsagoinsttho^Owner"whichanaincidonta|tooras000naequenceof 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, excepas 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 6/21/21 Contractor Lydig Construction By Craig Greene 1\�'~-- TitleVP of Operations Original ContracFS52 (without tax $ 16,029,360.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order FS52 $ 1,128,003.74 Date // ' Th�Change O�erFS52kw�hmd�x $ 30,741.40 BvLHp Mayor — ' `. Mayor 07/08/2021 REV. CONTRACT AMOUNT FG52 $ 17'188'005.1* Original ContracTime FS52521 days (Dec 17, 2020 Contract Time added in Previous Change Orders FS 52: 49 days Additional ContracTime for this Change Order FS52: 0 days Updated Contract Time FS52: 570 days (Feb 03, 2021) Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File (11/2014) Exhibit ''A" CHANGE ORDER CITY OF TUKWILA Project Name Project # TO CONTRACTOR: - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN Fire Station 52 CO # 27 90830402 Contract # 18-001.2 ( ax ) Date 6/17/21 Lydig Construction 3180 139th Ave SE, Ste 110 Bellevue, WA 98005 COP/CCD # Description Reason Code Amount COP 313 CE #376 - RFI #397: Electrical/Mechanical - Exhaust Fan Controls. Exhaust Fan Controls revisions including spring wound timers and added transformers at each damper to accommodate low voltage requirements. DC $2,801.48 COP 314 CE #383 - RFI #413: Electrical/Mechanical - Heat Recovery Ventilation (HRV) and Recovery Ventilation (RV) Control Clarifications. For Clarifications to furnish a low voltage interface wiring and relay for HRV to RV control. DC $1,114.59 COP 315 CE #384 - RFI #450: Mechanical/Electrical - Low Roof Damper Control Clarifications. Provide revised sequence of operations between the Exhaust Air Valve (VEF) and DA -1 per the response to RFI 450. DC $1,250.24 COP 316 CE #385 - App Bay Ground Fault Protectors for Equipment (GFPE) Breakers. Replacing existing Apparatus Bay Ground Fault Protectors (GFP) with Ground Fault Protectors for Equipment (GFPE). OC $7,090.30 COP 317 CE #386 - RFI #660: Architectural - Signage Revisions. Adding of an additional "Visitor Parking" sign. OC $1,760.74 COP 318 CE #387 - RFI #661: Architectural - Generator Privacy Fence Slats. Adding Generator Privacy Fence Slats to comply with permit requirement. AD $3,510.84 COP 320 CE #368 - RFI #652: Mechanical - Ball Valve Relocation at App Bay Hose Reels. Furnish and install custom linkage attached to the bail valves serving the overhead hose reels in the app bay. OC $13,213.21 Lydig Change Order No. 27 $30,741.40 LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCCO #027 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Change Order #027: Change Order #27 TO: DATE CREATED: City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 6/ 09 /2021 CONTRACT STATUS: Pending - In Review DESIGNATED REVIEWER: DUE DATE: INVOICED DATE: SCHEDULE IMPACT: CONTRACT FOR: DESCRIPTION: Change Order #27 ATTACHMENTS: FROM: CREATED BY: REVISION: REVIEWED BY: REVIEW DATE: PAID DATE: EXECUTED: 30129:Tukwila Fire Station #52 - GCCM Prime TOTAL AMOUNT: Contract Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 Alex Carey (Lydig Construction, Inc. - Bellevue Of) 0 No $ 30,741.40 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 313 CE #376 - RFI #397: Elec/Mech - Exhaust Fan Controls 2,801.48 314 CE #383 - RFI #413: Elec/Mech - HRV and RV Control Clarifications Subtotal: 1,114.59 315 CE #384 - RFI #450: Mech/Elec - Low Roof Damper Control Clarifications Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 1,250.24 316 CE #385 - App bay GFPE Breakers Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 7,090.30 317 CE #386 - RFI #660: Arch - Signage Revisions GL Insurance: 0.75% Applies to all line item types. 1,760.74 318 CE #387 - RFI #661: Arch - Generator Privacy Fence Slats P&P Bond: 0.75% Applies to all line item types. 3,510.84 320 CE #368 - RFI #652: Mech - Ball Valve Relocation at App Bay Hose Reels B&O Tax: = 0.47% Applies to all line item types. 13,213.21 TOTAL: $ 30,741.40 CHANGE ORDER LINE ITEMS: PCO # 313: CE #376 - RFI #397: Elec/Mech - Exhaust Fan Controls # Description Amount 1 COR 8034 $ 2,628.70 Subtotal: $2,628,70 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 118.29 GL Insurance: 0.75% Applies to all line item types. 20.60 P&P Bond: 0.75% Applies to all line item types. 20.76 B&O Tax: = 0.47% Applies to all line item types. 13.13 Grand Total: $2,801.48 Lydig Construction, Inc. page 1 of 3 Printed On: 6/9/ 2021 01 :42 PM LYDIG PCO # 314 : CE #383 - RFI #413: Elec/Mech - HRV and RV Control Clarifications PCCO #027 # Description Description Amount 1 JMI 8035 $ 1,045.84. 51,173.14 Subtotal: 51,045.84 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase. Agreements, and Project Contingency. Fee - Self Perform Work: 15:00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 GL Insurance: 0.75% Applies to all line item types. 9.19 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency, 47.06 9.26 GL Insurance: 0.75% Applies to all line item types. 8.20 Grand Total P&P Bond: 0.75% Applies to all line item types. 8,26 B&O Tax: = 0.47% Applies to all line item types. 5.23 Grand Total: $1,114.59 PCO 15 : CE #384 - RFI #450: Mech/Elec - Low Roof Damper Control Clarifications # Description Amount 1 JMI COR 8036 $ 1.,173,14 Subtotal: 51,173.14 Fee - Self Perform Work: 15.00% Applies to. Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase. Agreements, and Project Contingency. 52.79 0.00. GL Insurance: 0.75% Applies to all line item types. 9.19 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. P&P Bond: 0,75% Applies to all line item types. 9.26 B&O Tax: = 0,47% Applies to all line item types, 5.86 Grand Total $1,250,24 PCO # 316 : CE #385 - App bay GFPE Breakers 8 Description Amount 1 PCEC COR 083 $ 6,653.00 Subtotal: $6,653.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4,50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 299,39 0.00. GL Insurance: 0.75% Applies to all line Item types. 52.14 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. P&P Bond: 0.75% Appliesto all line item types. 5253 B&OTax: =0.47%Applies toall line item types. 33.24. Grand Total: $7,090,30 PCO # 317: CE #386 - RFI #660: Arch - Signage Revisions # Description Amount 1 PCO 317 -SP $ 1,652.14. Subtotal: 51,652.14 Fee - Self Perform Work: 15.00%: Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA'S, and Project Contingency. 0.00. Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 74,35 GL Insurance: 0.75% Applies to all line item types. 12.95 P&P Bond: 0.75% Applies to all line item types. 13.05 BM) Tax: = 0.47% Applies to all line item types. 8.25 Grand Total: 51,760.74 Lydig Construction, Inc. page 2 of 3 Printed On: 6/9/ 2021 01 :42 PM LYDIG PCO # 318: CE #387 - RFI #661: Arch - Generator Privacy Fence Slats PCCO #027 PCO # 320: CE 68 - RFI #652: Mech - Ball Valve Relocation at App Bay Hose Reels Description Amount. 1 NWCC COR 01 Credit ($871.00) 2 SAS COR 02 $4,165.31 Subtotal: $3,294.31 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 0.00 Fee - Sub Tier Work: 4.5O% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 148.24 GL Insurance: 0.751 Applies to all line item types. 25.82 P&P .Bond: 0.75% Applies to all line item types. 26.01 B&O Tax: = 0.47% Applies to all line item types. 16,46 Grand Total: 53,510.84 PCO # 320: CE 68 - RFI #652: Mech - Ball Valve Relocation at App Bay Hose Reels The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave#301 Seattle Washington 98121 SIGNATURE Lydig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 1,128,003.74 $ 17,157,263.74 $ 30,741.40 $ 17,188,005.14 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 3 of 3 Printed On: 6/9/ 2021 01 :42 PM Description Amount 1 Supervision - 1 day $ 803.28 2 PC0 320 -SP $ 11,514.29 Subtotal: $12,317.57 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 120,49 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. 518.14 GL Insurance: 0.75% Applies to all line item types. 97.17 P&P Bond:. 0,75% Applies to all line item types. 97.90 B&O Tax: = 0.47% Applies to all line item types. 61.94 Grand Total: $13,213.21 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will by this Change Order by Emma Nowinski (Weinstein A+U) 2200 Western Ave#301 Seattle Washington 98121 SIGNATURE Lydig Construction, Inc. City of Tukwila 6200 Southcenter Boulevard Tukwila Washington 98188 $ 16,029,260.00 $ 1,128,003.74 $ 17,157,263.74 $ 30,741.40 $ 17,188,005.14 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington 98005 DATE SIGNATURE DATE SIGNATURE DATE page 3 of 3 Printed On: 6/9/ 2021 01 :42 PM LYDIG PCO #313 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #313: CE #376 - RFI #397: Elec/Mech - Exhaust Fan Controls TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 313 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129- Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/4 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $2,801.48 POTENTIAL CHANGE ORDER TITLE: CE #376 - RFI #397:-Elec/Meth - Exhaust Fan Controls CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #376 - RFI #397: Elec/Meth - Exhaust Fan Controls Exhaust Fans control revisions including spring wound timers and added transformers at each damper to accommodate low voltage requirements of 24 vac ATTACHMENTS: 30129-43-TFS 52-GCCM_3v97_Elec_Mech-Exhaust Fan Controls-2021-05-04pdf_ _30129;-43-TFS 52 GCCM_397,1-Elec Mech-, Exhaust --Fan Controls Follow Ug-2021-05-04.pdf _30129-433 TFS 52-GCCM-397.2_Elec _Exhaust Fan Timer SwitchLocations2021l_05-04,pdf CE 376 - JMI COR 8034 - RFI 397 Exhaust Fan Control Revisions,pdf 6 Cost Code Description Type Amount 1 23-001-99-- MCCM Subcontractor COR 8034 Subcontractor $ 2;628.70 Subtotal: 62,628.70 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% .Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 118.29 GL Insurance: 0.75% Applies to all line item types. 6 20.60 P&P Bond: 0.75% Appliesto all line item types. $ 20.76 B&O Tax: = 0.47% Applies to all line item types. $ 13.13 Grand Total: $2,801.48 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 08 :59 AM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila DATE: 1 -Apr -21 BILLING CONTRACTOR Lydig Construction JMI COR #: 8034 : JOHANSEN JOB # U30660 DESCRIPTION: Exhaust Fans control revisions including spring wound timers and added damper to acoomodate low voltage requirements of 24vac EXCLUSIONS: REFERENCE: RFI 397 SCHEDULE IMPACT: I. LABOR: A. LABOR (FIELD FOREMAN) i 1.001HRS @ $ 87.48 = $ 97/49 B. LABOR (FIELD JRNYMAN) RS @ .$ 91.35 = $ C. LABOR HOPK8ECH) 1 0.00.!HRS.@ $ 104.95 = $ - D. LABOR (DELIVERY) U HRS.@ $ 79.69 = $ E. LABDR(SERV|CE) i O.00 HRS@ $ 104.92 = $ - F. DETAILING 0.001HRS $ 877O = $ G. SUPERVISION. HRS@ $ 103'73 = $ H. PROJECT STAFF HRS@ $ 103.43 = $ LABOR TOTAL $ 07.49 U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES (10% of LABOR "A") III. SUBCONTRACTORS A. ALL SUBS MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR C. PERMITS OTHER DIRECT COSTS TOTAL � 2,349.18 V. TOTAL ITEMS I, U' III, AND IV $ 2.446.67 VI. OVERHEAD & FEES A. OVERHEAD 7.44% $ 182.03 B. PROFIT $ C. SUBCONTRACTOR MARKUP | 0%| $ TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 30 DAYS This changchange proposal only iricludes costs that can be identified at this time. This change proposadoes not include any amount for changes in the sequence of work, de|nyo, diampUons, nancheduhng, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items RFI 397 C&C Solutions Direct Cost Description Qty Hours/Qty Rate Cost (Engineering Labor) Update DDC Control Drawings Sequence of Operations, flow diagram, wiring detail, and floor plan 1 4 $105.00 $420.00 Project management and estimating 5 1.5 $105.00 $157.50 (Programming) Add (1) additional graphic page and points 3 0 $135.00 $0.00 (Technician) Setup, Configuration, and Checkout 6 2 $55.00 $110.00 Materials 0 $3.70 $682.47 Total Controls Labor and Materials 0 $33.40 $1,369.97 Allowable Markup 15% $205.50 C&C Solutions Sub -Total $1,575.47 C&C Solutions Sub -contractor Cost Description Qty Hours Rate Cost Electrical Labor 1 6 $95.00 $570.00 J -boxes 5 $12.00 $60.00 conduit 3 $22.00 $66.00 fittings, conduit supports, unistrut 6 $3.40 $20.40 0 $3.70 $0.00 0 $33.40 $0.00 Total Electrical Labor and Materials $716.40 Allowable Markup 8% $57.31 C&C Solutions Sub -Total $773.71 C&C Solutions Total RFI#397 $2,349.18 Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #397 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 EIec/Meeh - Exhaust Fan Controls TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 05/18/2020 TBD M003, E702, E302N FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/11/20 05/25/2020 TBD 23 09 23 - Controls - BMS RECEIVED FROM: Ivy LeVangie (JOHANSEN MECHANICAL, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question f om David White (Lydig Construction, IncBellevue Of) at 06:47 PM on 05/18/2020 Clarification on controls of exhaust fans is needed. Per 260923, Exhaust Fans 4, 5, and 6 all state to control from wall mounted time switch. Exhaust Fans 1 and 7 state "wiring by electrical". According to E702, electrical is only responsible for providing motor starters and disconnect switches. E302N and E303S only show line voltage connections to the motorized damper of exhaust fans. 1. Please advise which exhaust fans are to be controlled by low voltage and by the building management system. 2. Please confirm which fans are to have wall mounted time switches and if this to be line voltage or low voltage. 3. Please advise if the connection between the exhaust fan and motorized dampers are to be controlled by line voltage or low voltage. Attachments: RFI 397 - Elec Mech_Exhaust Fan ._Cent rals.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, June 11th, 2020 at 12:14PM PDT EF -1: Location: COMM 209 Control Strategy: Wall -mounted thermostat, line voltage, with a higher temperature setpoint (90F) than IDU 2.13 (80F), assuming all equipment is safe until 100 F in the room. EF -4: Location: DECON 134 & EMS 135 Control Strategy: Timer switch, line voltage EF -5: Location: EMS 136 Control Strategy: Timer switch, line voltage EF -6: Location: SCBA 137 Control Strategy: Timer switch, line voltage EF -7: Location: SHOP 138 Control Strategy: Timer switch, line voltage All connections between exhaust fan and motorized damper to be low voltage. Attachments: RFI 397_Elec Mech - Exhaust Fan Controls - GreenbuschRe.Jponse.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 05/04/2021 08 :57 AM RFI #397 LY DIG EF -1: Location: COMM 209 Control Strategy: Wall -mounted thermostat, line voltage, with a higher temperature setpoint (90F) than IDU 2.13 (80F), assuming all equipment is safe until 100 F in the room. EF -4: Location: DECON 134 & EMS 135 Control Strategy: Timer switch, line voltage EF -5: Location: EMS 136 Control Strategy: Timer switch, line voltage EF -6: Location: SCBA 137 Control Strategy: Timer switch, line voltage EF -7: Location: SHOP 138 Control Strategy: Timer switch, line voltage All connections between exhaust fan and motorized damper to be low voltage. Attachments: RFI 397 - Elec Mech - Exhaust Fan Controls - Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/04/2021 08:57 AM LYD1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #397.1 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec/Mech - Exhaust Fan Controls Follow Up TO: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) DATE INITIATED: 05/22/2020 LOCATION: PROJECT STAGE: COST IMPACT: TBD DRAWING NUMBER: E302N LINKED DRAWINGS: FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/12/20 05/29/2020 TBD 23 09 23 - Controls - BMS RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question David White (' Bellevue Of) at 09:53 AM on 05/22/2020, After discussing the controls of the exhaust fans with PCEC, more information has been identified. According the sheet E302N, the electrical contractor is to provide a line -voltage power connection to each exhaust fan. Flag note 2 also states the electrical contractor is to "Connect associate motorized damper as required to exhaust fan circuit. Coordinate work with mechanical". This information conflicts with specification 230923 Paragraph 1.4 1.1 which states, that the building controls contractor is, "responsible to arrange and pay for all power and for all power wiring to and for control components and all line and low voltage interconnections. This contract shall arrange coordinate installation of power for all control components, as it is not known in advance of the bid the power requirements for all various system elements". The control shop drawings (230923-2-0) show that T -Stats and Timer Switches are to be wired by the div 26 contractor, which conflicts with the information above and conflicts with the electrical contract drawings. Please see attached PCEC RFI for more inforamation. • Please advise which exhaust fans are to be controlled by low voltage and by the building management system. • Please confirm which fans are to have wall mounted time switches and if this to be line voltage or low voltage. • Please advise if the connection between the exhaust fan and motorized dampers are to be controlled by line voltage or low voltage. Attachments: RFI 397.1 - Elec Mech - Exhaust Fan Controls Follow Up,pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, June 11th, 2020 at 12:17PM PDT Please refer to response to RFI -397 which is asking the same questions. L. Rock, Weinstein A+U 6/11/20 Attachments: RFI 397.1- Elec Mech - Exhaust Fan Controls Follow Up Response.pdf All Replies: Lydig Construction, Inc. Page 1 oft Printed On: 05/04/2021 08 :57 AM LY 01 RFI #397.1 Please refer to response to RFI -397 which is asking the same questions. L. Rock, Weinstein A+U 6/11/20 Attachments: RFI 397,1 - Elec Mech - Exhaust Fan Controls Follow 1)p Responspdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/04/2021 08:57 AM LVDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #397.2 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Elec - Exhaust Fan Timer Switch Locations TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 06/15/2020 TBD E302N FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/24/20 06/22/2020 TBD RECEIVED FROM: Mitch Moore (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question from David White (I-Ydig Construction, Inc. - Bellevue Of) at 02:30 PM on 06/15/2020 Additional information is needed on the response to RFI 397. RFI 397 directed the use of wall mounted timer switches. These switches are not shown on the interior elevations of these rooms. Please provide locations for the vvall mounted timer switches in Decon 134, EMS 135, EMS 136, SCBA 137, and Shop 138. Attachments: RFI 397.2 - Elec - Exhaust Fan Timer Switch Locations.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, June 23rd, 2020 at 2:14PM PDT Please choose model FM60MHC for all timer switches. Dali Yu - Greenbusch 06/19/2020 As discussed with WAU and Lydig and PCEC on site on 6/16/20, see switch locations identified on attached plan and noted below: Shop 138: Install timer switch at location of former thermostat on west wall. SCBA 137: Install timer switch on east wall EMS 136: Install timer switch at location of former thermostat on south wall. EMS Dry 135: Install timer switch at location of former thermostat on west wall. Decon 134: Remove thermostat rough -in. Install timer switch on south wall, on the west side of the opening so timer switch is located in between FEC and opening. L. Rock, Weinstein A+U 6/16/20 Attachments: RFI 397.2 - Elec - Exhaust Fan Timer Switch Locations - Greenbusch-VVAU Responsepdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 05/04/2021 08 :57 AM RFI #397.2 LYDIG Iit(114404.4 44 - Please choose model FM60MHC for all timer switches. Dali Yu - Greenbusch 06/19/2020 As discussed with WAU and Lydig and PCEC on site on 6/16/20, see switch locations identified on attached plan and noted below: Shop 138: Install timer switch at location of former thermostat on west wall. SCBA 137: Install timer switch on east wall EMS 136: Install timer switch at location of former thermostat on south wall. EMS Dry 135: Install timer switch at location of former thermostat on west wall. Decon 134: Remove thermostat rough -in. Install timer switch on south wall, on the west side of the opening so timer switch is located in between FEC and opening. L. Rock, Weinstein A+U 6/16/20 Attachments: RFI 397.2 - Elec - Exhaust Fan Timer Switch Locations - Greenbusch-VVAU Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/04/2021 08:57 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #314 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #314: CE #383 - RFI #413: Elec/Mech - HRV and RV Control Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 31410 REQUEST RECEIVED FROM: STATUS: Pending - In Review FROM: Lydig Construction, Inc. -Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/4 /2021 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,114.59 POTENTIAL CHANGE ORDER TITLE: CE #383 - RFI #413: Elec/Mech - HRV and RV Control Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #383 - RFI #413: Elec/Mech - HRV and RV Control Clarifications Furnish a low voltage interface wiring and relay for HRV to RV control per the response to RFI 413. ATTACHMENTS: 30129-43-TFS 52=GCCM-413_-EIecMech-HRV and RV :Control Clarifications-2021-055-04pdf_ CE 383 - JMI GOR 8035_ RFI 413 Provide LV Damper Control For HRV's.pcff # Cost Code Description Type Amount 23-001-99- - MCCM Subcontractor JMI 8035 Subcontractor $1,045.84 Subtotal: $1,045.84 Fee - Self Perform Work: 15.00 % Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 47.06 GL Insurance: 0.75% Applies to all line item types. $ 8.20 P&P Bond: 0.75% Applies to all line item types. $ 8.26 B&O Tax: = 0.47% Applies to all line item types. $ 5.23 Grand Total: $1,114.59 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 09 :19 AM Johansen Mechanical, Inc. PHONE 425-4e1-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 62 Tukwila DATE: 1-Aor-21 BILLINGLydig Construction Concn J0UCOR tt 8035 JOHANSEN JOB # D30660 DESCRIPTION: Provide low voltage damper control for HRV's EXCLUSIONS: REFERENCE: RFI 413 SCHEDULE IMPACT: ��''�����°'��'' I. LABOR: A. LABOR (FIELD FOREMAN B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATRIAL B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES (10% of LABOR "A") III. SUBCONTRACTORS A.ALL SUBS @ HRS <� 0. .@ R8@ HR8@ 0.00 HRS .@ 0.00 HRS LABOR. TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79J90 = $ $ 104`92 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES © C. PERMITS OTHER DIRECT COSTS TOTAL 50/0 97.49 ' - 875.93 OF LABOR L$ ^- | OFLA.BDR 97.49 875.93 V\TOTAL ITEMS [ II, III, AND K/ VI. OVERHEAD & FEES A. OVERHEAD 7.44%I B. PROFIT 0Y6 C. SUBCONTRACTOR MARKUP | 0`NI TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL VALID FOR 30 DAYS � 973.42 72.42 � � � 1,045.84 This change proposaonly includes coscosts that can be identified at this time. This change proposadoes not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract. RFI 413 C&C Solutions Direct Cost Description Qty Hours/Qty Rate Cost (Engineering Labor) Update DDC Control Drawings Sequence of Operations, flow diagram, wiring detail, and floor plan 1 2 $105.00 $210.00 Project management and estimating 0 0.75 $105.00 $78.75 (Programming) Add (1) additional graphic page and points 0 0 $135.00 $0.00 (Technician) Setup, Configuration, and Checkout 0 1.5 $55.00 $82.50 Additional transformer for 24v control (original 120V control) 1 $33.56 $33.56 Total Controls Labor and Materials $33.40 $404.81 Allowable Markup 15% $60.72 C&C Solutions Sub -Total $465.53 C&C Solutions Sub -contractor Cost Description Qty Hours Rate Cost Electrical Labor 1 4 $95.00 $380.00 J -boxes 0 $12.00 $0.00 conduit 0 $22.00 $0.00 fittings, conduit supports, unistrut 0 $3.40 $0.00 $3.70 $0.00 $33.40 $0.00 Total Electrical Labor and Materials $380.00 Allowable Markup 8% $30.40 C&C Solutions Sub -Total $410.40 C&C Solutions Total RFUt413 $875.93 LY 1G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #413 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Elec/Meeh - HRV and RV Control Clarifications Emma Nowinski (Weinstein A+U) Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) 05/27/2020 TBD E702 FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 06/05/20 06/03/2020 TBD RECEIVED FROM: Scott Driscoll (PACIFIC COAST ELECTRICAL) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Kiel Lunsford (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Question` from" David White Bellevue Of) a 0:05 AM on 06/27/2020 Further information is needed on the controls of the HRVs and RVs. Sheets E303N, E303S, E302N, and E702 show that electrical is responsible for providing power to the motorized dampers on the roofs and a disconnect switch. The electrical do not show any information showing a connection between the HRV units and the roof ventilators. According to the control shop drawings (230923-2-0), each HRV is responsible for being controlling two RVs via relays. For example, HRV 2.1 is shown to control roof ventilators 3 and 4. See attached PCEC RFI for more inforamtion. Please advise if this connection is required to be low voltage or line voltage and if the information conveyed on the controls shop drawing is accurate. Attachments: RFI 413 - Elec Mech - HRV and RV Control Clarifications.pdf Official Response: Thayer Wild (Weinstein A+U) responded on Thursday, June 4th, 2020 at 5:16PM PDT Coordinate interface power wiring requirements of motorized dampers with mechanical plans and mechanical control contractor. If line voltage wiring is required for interface operation of motorized dampers, the electrical contractor to provide as noted on plans. However, if low voltage interface wiring is required, the mechanical control contractor to provide. Confirm and coordinate this work with Mechanical Engineer. Rocxy Juan - TFWB 5-29-2020 Please proceed with low voltage and relay for RV control. Dali Yu - Greenbusch 06.04.2020 Attachments: RFI 413 ElecMech - HRV and RV Control Clarifications WAU response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 05/04/2021 09 :12 AM RFI #413 LYDIG Coordinate interface power wiring requirements of motorized dampers with mechanical plans and mechanical control contractor. If line voltage wiring is required for interface operation of motorized dampers, the electrical contractor to provide as noted on plans. However, if low voltage interface wiring is required, the mechanical control contractor to provide. Confirm and coordinate this work with Mechanical Engineer. Rocxy Juan - TFWB 5-29-2020 Please proceed with low voltage and relay for RV control. Dali Yu - Greenbusch 06.04.2020 Attachments: RFI 413 - Elec Mech - HRV and RV Control Clarifications - VVAU response.pdi BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/04/2021 09:12 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #315 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #315: CE #384 - RFI #450: Mech/Elec - Low Roof Damper Control Clarifications TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 315 /0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 - GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) 5/4 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,250.24 POTENTIAL CHANGE ORDER TITLE: CE #384 - RFI #450: Mech/Elec - Low Roof Damper Control Clarifications CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #384 - RFI #450: Mech/Elec - Low Roof Damper Control Clarifications Provide revised sequence of operations between the VEF and DA -1 per the response to RFI 450 ATTACHMENTS: 30129-43-TFS 52-GCCM-450-Mech Elec-Low Roof Damoer_Control Clarifications-2021-05-04.pdf_ CE 384 - JMI COR 8036 - Revise VEF DA -1 Sequence,pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 09 :27 AM Cost Code Description Type Amount 1 23--001-99- - MCCM Subcontractor JMI COR 8036 Subcontractor $ 1,173.14 Subtotal: 81,173.14 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 52.79 GL Insurance: 0.75% Applies to all line item types. $ 9.19 P&P Bond: 0.75% Applies to all line Item types. $ 9.26 B&O Tax: = 0.47% Applies to all line item types. $ 5.86 Grand Total: $1,250.24 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 09 :27 AM Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL JOB NAME Fire Station 52 Tukwila BILLING CONTRACTOR Lydig Construction JOHANSEN JOB # 030660 DESCRIPTION: Revise VEF and DA -1 sequence as directed by the design team EXCLUSIONS: REFERENCE: RFI 450 SCHEDULE IMPACT: I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) O. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT O. RENTALS E. VEHICLES (10% of LABOR "A") III. SUBCONTRACTORS A. ALL SUBS @ @ bblEiRs @ @ @ 0.00 HRS@ 0.00 HRS @ LABOR TOTAL $ 97.49 = $ $ 91.35 = $ $ 104.95 = $ $ 79.69 = $ $ 104.92 = $ $ 97.78 = $ $ 103.73 = $ $ 103.43 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ B. SMALL TOOLS AND CONSUMABLES @ C. PERMITS DATE: JMI COR #: 8036 97.49 G__ 2% OF LABOR !|B - | OTHER DIRECT COSTS TOTAL � � 994.41 � V\TOTAL ITEMS iII, III, AND YV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP 7.44% 0% TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ 1,091.90 � � � � 81.24 1,173.14 This change proposal only includes costs that can be identified at this time. This change proposadoes not include any amount for changes in the sequence of work, delays, disnupUons, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final setement of the contract. RFI 450 C&C Solutions Direct Cost Description Qty Hours/Qty Rate Cost (Engineering Labor) Update DDC Control Drawings Sequence of Operations, flow diagram, wiring detail, and floor plan 1 3 $105.00 5315.00 Project management and estimating 2 1 $105.00 $105.00 (Programming) Add (1) additional graphic page and points 2 0 5135.00 $0.00 (Technician) Setup, Configuration, and Checkout 1 2 $55.00 $110.00 $3.70 $0.00 Total Controls Labor and Materials $33.40 $530.00 Allowable Markup 15% $79.50 C&C Solutions Sub -Total $609.50 C&C Solutions Sub -contractor Cost Description Qty Hours Rate Cost Electrical Labor 1 3 $95.00 $285.00 J -boxes 2 $12.00 $24.00 conduit 2 $22.00 $44:00 fittings, conduit supports, unistrut 1 $3.40 $3.40 $3.70 $0.00 $33.40 $0.00 Total Electrical Labor and Materials $356.40 Allowable Markup 8% $28.51 C&C Solutions Sub -Total $384.91 C&C Solutions Total RFI#450 $994.41 t_YDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #450 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Mech/Elec - Low Roof Damper Control Clarifications TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 06/25/2020 TBD M501S FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: David White (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 07/06/20 07/02/2020 TBD RECEIVED FROM: Ivy LeVangie (JOHANSEN MECHANICAL, INC.) COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Don Lehman (Lydig Construction, Inc. - Bellevue Off), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Clues vid White action Bellevue Of) at 01:39 PM on 06/25/2020 Further information is needed on the motorized dampers shown at the VEF and outside air inlet hood on the low roof. Between the VEF and DA -1 a motorized damper is shown. There is also a motorized damper shown between the 24"x24" outside air inlet hood on grid line C.1. The mechanical schedules do not provide any information on these two motorized dampers. Please provide the following for each damper: 1. Sequence of operation 2. Power requirements 3. Any interlocks associated with it's operations Attachments: RFI 450 _ Mech_Elec - Low Roof Damper Control Clarificationspdf Official Response: Lauren Rock (Weinstein A+U) responded on Monday, Ju/y 6th, 2020 at 11:55AM PDT 1. Sequence of operation: When the fan is commanded on: command associated MOD to 100% open. When the associated end -switch to the associated MOD is triggered: command fan to be fully powered. When the fan is commanded off: cut power to the fan and MOD. 2. Power requirement: We don't have a power requirement for the motorized damper. The submitted product doesn't provide a power requirement. Please provide more product info. 3. Please interlock the 30"x18" MOD with DA -1 and 24"x24" MOD with outside air inlet hood. Dali Yu - Greenbusch 2020.07.06 Attachments: RFI 450 - Mech Elec -Low Roof Dam erControl Clarifications Greenbusch Response.pdf All Replies: Lydig Construction, Inc. Page 1 of 2 Printed On: 05/04/2021 09 :21 AM RFI #450 LVD1G 1. Sequence of operation: When the fan is commanded on: command associated MOD to 100% open. When the associated end -switch to the associated MOD is triggered: command fan to be fully powered. When the fan is commanded off: cut power to the fan and MOD. 2. Power requirement: We don't have a power requirement for the motorized damper. The submitted product doesn't provide a power requirement. Please provide more product info. 3. Please interlock the 30"x18" MOD with DA -1 and 24x24" MOD with outside air inlet hood. Dali Yu - Greenbusch 2020.07.06 Attachments: RFI 450 - Mech Elec - Low Roof Damper Control Clarifications - Greenbusch Response.pdf BY Lydig Construction, Inc. DATE COPIES TO Page 2 of 2 Printed On: 05/04/2021 09:21 AM L DIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #316 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #316: CE #385 - App bay GFPE Breakers TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 316 / REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/4 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: No TOTAL AMOUNT: $7,090.30 Amount Based POTENTIAL CHANGE ORDER TITLE: CE #385 - App bay GFPE Breakers CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #385 - Apo bay GFPE Breakers Install (3) 30 amp 1 pole GFCI breaker QBHGFEP1030 to resolve breaker tripping issues when cord reel drop receptacles are plugged into Fire Apparatus. Pricing has been revised for supply of (8) 30 amp 1 pole GFCI breaker QBHGFEP1030 per Owner direction. Installation is still only for (3) breakers for this change order. ATTACHMENTS: CE 385 - C0R083 rev tpdf 9 Cost Code Description Type Amount 1 26-001-99- - BP -11 - Electrical Subcontractor PCEC COR 083 Subcontractor $ 6,653.00 Subtotal: $6,653.00 Fee -Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.60% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 299.39 GL Insurance: 0.76% Applies to all line item types. $ 52.14 P&P Band: 0.76% Applies to all line item types. $ 52.53 138,0 Tax: = 0.47% Applies to all line item types. $ 33.24 Grand Total: $7,090.30 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/10/ 2021 04 :26 PM pese May 7, 2021 Lydig Construction 3180 139th Ave SE. Suite 110 Bellevue, WA 98005 Attn.: Alex Carey PACIFIC COAST ELECTRICAL CONTRACTORS, INC. 16620 North Road * Bothell, Washington 98012-5908 TEL (425) 741-2700 * FAX (425) 741-2600 RE: Tukwila Fire Station 52 Tukwila Fire Station 52 COP# CCD# RFIg PCEC RF[# PCEC CORP,- 083.1 Dear Alex Pacific Coast Electrical Contractors, Inc. is pleased to quote a lump SLIM additive change order price for the above referenced Nvork as described on our attached worksheets in the amount of S6,653.00 We are proceeding with this change to our work as clirected by Lydig Construction Our proposal is based upon completing all work during normal working hours. All general clarifications and exclusions on our bid clay proposal apply to this proposal. Proposal is valid for 30 clays unless required othe.nvise within the contract doctoneins. We will require an additional 0 days added to our schedule after receipt qf written approval and required material products for this change to our scope of work. The pricing of this change order is based .wkly on direct cost elements such as labor, material, and normal markups, and does not include any amount for changes in the sequence of work, delays, disruption, rescheduling, extended overhead, acceleration, anctor impact cost, which il is not possible to assess at the present time. Right is expressly reserved to make claimlbr cmy and all of these related items qf compensable cost overruns prior tQfinal settlement of this contract I hope our pricing meets your expectations for the required change to our work. Please feel free to call should you have any questions regarding this change proposal. Sincerely, Scott Driscoll Project Manager Enclosures: ( 3 ) worksheets Pacific Coast Electrical Contractors, Inc. Sub Contractor Breakdown Summary Project Name: Tukwila Fire Station 52 COP# PCEC Job No,: 19066 , PCEC COR# 083.1 Work Revised - Purchase and Install 3 30amp 1 pole breakers but Date: 5/712021 Description: procure 5 additional breakers. CCD# RFI# 1. CRAFT LABOR COSTS (includes payroll taxes & burden) PCEC RFI# a. craft labor costs from breakdown $ 100.87 5.09 Hrs. Normal Time b. craft labor costs from breakdown $ 137.95 0.00 Hrs. OT 1-1/2 Time c. craft labor costs from breakdown $ 175.03 0.00 Hrs, OT 2 Time d. craft labor costs from breakdown $ 113.70 0.00 Hrs. 2nd Shift Time e. craft labor costs from breakdown $ 124.16 0.00 Hrs. 3rd Shift Time DIRECT LABOR SUBTOTAL $ 513.43 Supervision d. direct supervision 0% (of direct labor) $ e. safety 0% (of labor) $ f. travel (if applicable, itemize) parking $ 1. CRAFT LABOR COSTS 513,43 2. MATERIAL COSTS a. scheduled material $ - d. permits $ b. quoted material $ 4,952.00 e. dumpster $ c. freight $ 150.00 f. coordination drawings $ 2. MATERIAL COSTS 3. EQUIPMENT COSTS a. owned equipment (spec approved source) b. rental equipment (per invoices attached) 4. SMALL TOOLS a. small tools 0% (of direct labor) 5. OVERHEAD AND PROFIT a. b. 6. SUBCONTRACTORS a. b. c. d. $ 15% overhead & profit of 1 15% overhead & profit of 2, 3 & 4 0 3. EQUIPMENT COSTS 4. SMALL TOOLS 5,102.00 5. OVERHEAD & PROFIT 842.31 0 $ 0 $ 7. 0 & PON SUBCONTRACTORS a, 0% overhead & profit of 6 8. INSURANCE/TAXES a. volume driven liability insurance b. Bonding c. State B&O Tax d. City B&O Tax 9. 0 & P ON INSURANCE / TAXES a. 0% portion of 8 6. SUBCONTRACTORS 7.0 & P ON SUBS 1.00% (of 1 through 7) $ 64.58 2.00% (of 1 through 7) $ 130.45 0 (of 1 through 7) 0 (of 1 through 7) 8. INSURANCE 9. 08 P ON INS / TAX TOTAL COST 1 THRU 8 195.02 6,653.00 Job NameFS#52 Tukwila Job Number: 1429 Extension Name: COR Material Filter: ^None> [Items and ByProducts] Report: COR 2/1 i i ||tem# Item Name i/ U i Ext Price [J | _-~ JL . Label Set Combined, Combined, Combined, Combined, Combined $0.00 11,339]0A,1PGF|[8120/240V 47,072 1 HOUR LABOR (DEMOLITION) 47,078 1 HOUR LABOR (TRAVEL TIME) 47,092 OPEN (E) PANEL COVER Courtesy of McCormick Systems Inc. 3.00 1.00 1.00 0.50 $0.0 Q $0 00 $0.0OX $0.00 X Labor U Labor Ext | 5.09 2.46 $ODU 1.00 $0.00 E 1.00 $0.00 E 0.63 $0.00 5.09 Page 3 4/22/2021 2:06 PM ,pomitaii%RifixaMM 40 neinagaig, p att c.) Date: Bid ID: 4/22/21 6072263 GFI BREAKERS Page: - Pacific Coast Elect Constr Inc 16620 North Road Bothell, WA 98012 Seattle 2757 GTH Ave S Seattle, WA 98134 2190 Telephone: 206-624-4083 Many Platt manufacturing partners have advised tha they reserve the right to amend the delivery date, or qu.ntity of supply and/or other terms and condi or qu tation to the extent affected by the COVID-1 that latt considers any COVID-19 related changes as ouside its reasonable control and subject to t EA 0279264 - C -H QBHGFEP1030 30MA GFI BRKR "EQUIPMENT PROTECTION" uati_ further notice the price, the scope ions set out in their offer pandemic. Be advised mposed by manufacturers Force Majeure provisions. EA 619.00000 4,952.00 Prices quoted, unless otherwise specifically noted on this quotation, are subject 'to availability and must be accepted and released for immediate shipment within 48 hours. Prices are subject to change without notice. Platt Electric Supply's Standard Mans and Conditions apply, available at htto://Wv4w.biatt.corn/serviceiterrns.htfril Full phone support 7 days/week, 4am - 8pm PT, Sam - 9pm MT Subtotal 4,952.00 Tax .00 Bid Total 4,952.00 LY IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #317 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #317: CE #386 - RFI #660: Arch - Signage Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 317 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: 5/4 /2021 Lydig Construction, Inc, - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30129 - Tukwila Fire Station #52 GCCM Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING Amount Based METHOD: SCHEDULE IMPACT: PAID IN FULL: No TOTAL AMOUNT: $1,760.74 POTENTIAL CHANGE ORDER TITLE: CE #386 - RFI #660: Arch - Signage Revisions CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #386 - RFI #660: Arch - Signage Revisions Provide new visitor sign to match existing sign previously provided, remove existing do not enter sign from post, install visitor sign to post, and cut down post height to match height of existing visitor sign per the response to RFI 660. ATTACHMENTS: 30129-43-TFS 52-GCCM-660-Arch-Signage _PCO 317 -SP Combined.pdf # Cost Code Description Type Amount. 1 03-001-99- - BP -03 - Structures Subcontractor PCO 317 -SP Subcontractor 51,652.14 Subtotal: 51,652.14 Fee - Self Perform Work: :15.00 ( Applies to Labor, Materials, Equipment, Other, Overhead and Profit, UnwrittenSub'sIPA's,. and Project Contingency. $ 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project. Contingency. 574.35 GL Insurance: 0.75% Applies to all line item types. 5 12.95 P&P Bond: 0.75% Applies to all line item types. $ 13.05 BSO Tax: = 0.47% Applies to all line item types. 5 8.25 Grand Total: $1,760.74 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 10 :00 AM LYRIC Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881.2903 PCO #317 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order #317 -SP: CE #386 -SP - RFI #660: Arch - Signage Revisions TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 317 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending In Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: CONTRACT: CREATED BY: CREATED DATE: 5/4 /2021 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract Alex Carey (Lydig Construction, Inc. - Bellevue Off) PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $1,652.14 POTENTIAL CHANGE ORDER TITLE: CE #386 -SP - RFI #660: Arch - Signage Revisions CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #386 -SP - RFI #660: Arch Signaqe Revisions Provide new visitor sign to match existing sign previously provided, remove existing do not enter sign from post, install visitor sign to post, and cut down post height to match height of existing visitor sign per the response to RFI 660. ATTACHMENTS: CE 386-5P - D10 CO #10 - RFI -660 New Visitor Sign,pdf Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 09 :57 AM Cost Code Description Type Amount 10--01B-99-- Signage Subcontractor 010 COR 10 Subcontractor $ 1,500.00 Subtotal: 51,500.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwriften Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 120.00 GL Insurance: 0.76% Applies to all line item types. $ 12.15 P&P Band: 0.75% Appliesto all line item types. S 12.24 B&O Tax: = 0.47% Applies to all line item types. 57.75. Grand Total: 51,652.14 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/4/ 2021 09 :57 AM Project: Contractor: Tukwila FS #52 Lydig Subject: RFI -660 New Visitor Sign Change Order Proposal Date: 4/21/2021 D1OChange Order # 10 Please provide a change order for the following work: 1) Frovide new Visitor Sign to match the existing one we provided (1) 2) Remove existing signs from post, install Visitor Sign to post, cut down post to match other sign. Total price per attached breakdown: State and local sales tax: Extension of time: 1,500 included X not included 0 We have proceeded with the work X Work will not proceed without formal authorization This price is good for: 30�days from above dateafter whkh, this proposa is subject to revision. Submitted By Q10Signs &Graphics Dustin Deer Cell: (J06)896'6990 Emai|:dustin@d'1O.com DESCRIPTION: RFI -660 Visitor Sign CHANGE ORDER PROPOSAL SUMMARY DATE: LABOR HOURS RATE PROJECT MANAGER 2 X 120.00 SIGN INSTALLER - NON ELECTRIC 4 X 80.00 SIGN INSTALLER - ELECTRIC 0 X 95 00 SUBTOTAL TOTAL 240.00 5 320.00 5 560.00 SMALL TOOL ALLOWANCE @ 01600-200-001E SUBTOTAL MARK-UP @ TOTAL LABOR MATERIALS/EQUIPMENT Visitor Sign 0.0°/0 12,0% 5 560.00 67.20 627.20 SUBTOTAL PHASE CODE UNITS RATE 1 X 779.00 USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT 0.0 V0 12.0% 5 779.00 $ 5 $ $ $ $ 779.00 5 5 93.48 872.48 PROPOSAL SUBTOTAL $ 1,499.68 CONTINGENCY (before markup) 0.00% PROPOSAL SUBTOTAL $ 1,499,68 LIABILITY WRAP INSURANCE 0.0O% B&O TAX 0.00°4 5 BONDS 0.00% CITY LICENSE FEE 0.00% INFORMATION TECHNOLOGY 0.00% TOTAL INSURANCE, ETC. 0.00% PROPOSAL TOTAL 1,499.68 COMMENTS: LY IG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #660 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Arch - Signage Revisions TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 03/29/2021 Yes (Unknown) FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Alex Carey (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 04/14/21 04/05/2021 Yes (Unknown) RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), Thayer Wild (Weinstein A' -U) Question from Alex Carey (Lydig Construction, Inc. - Bellevue Of) at 11:25 AM on 03/29/2021 TFD has requested that the visitor parking sign location and size be revised, and the do not enter sign be relocated. Please provide new locations for both visitor parking and do not enter sign, and design for visitor parking sign. Official Response: Lauren Rock (Weinstein A+U) responded on Tuesday, March 30th, 2021 at 10:33AM PDT As discussed with TFD and Owner: Please remove the "do not enter" and "authorized vehicles only" signs from pole and retain for Owner's stock. Pole to remain where currently installed. Fabricate a second "Visitor Parking" sign and mount on existing pole. Mount sign at height to match south Visitor Parking sign. Cut down pole as necessary so not visible above installed sign. No relocation of poles to occur. Refer to ASI -025_R1 and 12/A922 for Visitor Parking sign detail. L. Rock, Weinstein A+U 3/30/21 Attachments: RFI -660 - Arch - Signage Revisions WAU Response.pdf All Replies: fopxalqagklg,M:iaVigeagWggf:KOPIMSN- As discussed with TFD and Owner: Please remove the "do not enter" and "authorized vehicles only" signs from pole and retain for Owner's stock. Pole to remain where currently installed. Fabricate a second "Visitor Parking" sign and mount on existing pole. Mount sign at height to match south Visitor Parking sign. Cut down pole as necessary so not visible above installed sign. No relocation of poles to occur. Refer to ASI -025_R1 and 12/A922 for Visitor Parking sign detail. L. Rock, Weinstein A+U 3/30/21 Attachments: RFI -660 - Arch gnaqeRevisions WAU Response,pcif Lydig Construction, Inc. Page 1 of 2 Printed On: 05/04/2021 09 :41 AM LY DIG BY Lydig Construction, Inc. RFI #660 DATE COPIES TO Page 2 of 2 Printed On: 05/04/2021 09:41 AM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #318 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #318: Generator Privacy Fence CE #387 - RFI #661: Arch Slats TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 318 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30129 - Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/4 /2021 PRIME CONTRACT CHANGE ORDER: None ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $3,510:84 POTENTIAL CHANGE ORDER TITLE: CE #387 - RFI #661: Arch - Generator Privacy Fence Slats CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #387 - RFI #661: Arch - Generator Privacy Fence Slats Revision of scope at Generator and Architectural metal screen (fencing). ASI -009 directed generator to be field painted. Based on concerns over field painting durability and warranty, painting of generator will not be completed and in place of painting additional privacy fence slats will be installed at (3) additional sections of the 7' impasse architectural screen along the wall between the south side of the property and the generator. ATTACHMENTS: CE387-COR 02_pdf_ _CE 3.8.7 - COR 1 AS1-009 Credit.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/2/ 2021 01 :27 PM Cost Code Description Type Amount 1 09--030-99- - BP -12 Painting and' Coatings NWCC COR 01 Credit Subcontractor (5871.00) 2 32-640.99-.- BP -09 - Fencing & Gate Subcontractor SAS COR 02 Subcontractor 5 4,165,31 Subtotal: $3,294.31 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. 5 0.00 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency.: 5 148,24 GL Insurance: 0:75% Applies to all line item types. $ 25.82 P&P Bond: 0.75% Applies to all line item types. $ 26.01 B&O Tax: = 0A7% Applies to all line item types. $ 16.46 Grand Total: $3,510.84 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 6/2/ 2021 01 :27 PM Li LILLIE [JILL LLJ E on -Till ootionimm 01 0 1111Th ION I I 0 C0 0 OD DM 0 0 0 I 1 I [JCL LJ1i LTJ I Hui ru. LE DI I I IDITITIE Lil FnhlrTh iTTPTIF II L I 1 Lid] DELL= {E LULL] LE Eli] DIM (3) packs privacy panels for 7' Impasse 971.77ea Removal of Pales, and reinstallation w/slats Total Lead time for the materials is 3-4 weeks from time of order. Best Regards David Krah Vice President Secure A Site Inc. $2,915.31 $1,250.00 $4,165.31 COP Subcontractor Breakdown Summary Project Name: Fire Station 52 Implete Contracting 30129-43 Source Documents: ASI -009 Contractor: Northwest Complete Contracting Description: Prep arid paint generator enclosure Per ASI -009 1. DIRECT CRAFT LABOR COST (from attached cost breakdown form) crew (apprentices, journeymen, & laborers) $ 544.40 b. foreman c. lead foreman DIRECT LABOR SUBTOTAL $ 544 40 Supervision markup should be zero if any foreman time is included in direct labor costs Labor Markups d. direct supervison (NTE 15% of 1a) 2. MATERIAL COST (from attached cost breakdown form) 3. EQUIPMENT COST (from attached cost breakdown form) 4. SMALL TOOLS (NTE 5% of la & b) 5. OVERHEAD & PROFIT a. NTE 15% portion of 1, 2, 3, & 4 up to $50,000 b. NTE 10% portion of 1, 2, 3, & 4 in excess of $50,000 $ 6. SUB -TIER SUBCONTRACTORS a. b. d c. e. f. Date: 10/5/2020 Contractor Ref. No. COR 1111 SUBTOTAL 1 thru 4 $ 544.00 201.00 745.00 111.75 7. OVERHEAD & PROFIT ON SUB -TIER SUBCONTRACTORS a. NTE 8% of Line 6 up to $50,000 for each sub $ - b. NTE 6% of Line 6 in excess of 550,000 for each sub 8. INSURANCE OUTSIDE OF OCIP (offsite liability, workerscomp, etc. only) a. payroll driven liability insurance 2.60 % of 1 $ 13.60 b. volume driven liability insurance % of 1-7 $ - 9. BONDING Form Revised 9/26/18 COR 1 ASI-009.xls 0.00 % of 1-8 Page of TOTAL COST $ 14.00 871.00 Printed 10/5/2020 COP Cost Breakdown Project Name: Fire Station 52 Project No. 30129-43 Contractor: Northwest Complete Contracting Northwest Compie Unit Quantity Type Description Labor Bonding Primer DTM Finish Labo COR 1 Date: t 3/20/2020 Contractor Ref. No. ASI -009 Material Equipment Total Cost Unit $ Cost Cost 544.40 Cost 10.5 Hrs 551.85 $ 544.40 2 gal $ 4 gal $ 70.00 .20 Fre ght/Delivery Costs Subtotal Foreman Foreman Lead Foreman Lead Foreman Total Cost of Work 745.60 COR 1 ASI-009.xls ed 926/18 Page of 745.60 Printed 10/5/2020 COP Wage Rates Project Name: Fire Station 52 Project No: 30129-43 Contractor. N. W.CompleteCon Trade & Position Rate: Schee Date' 1. Hourly Wage Rale 2. Hourly Benefits Subtotal Rate 3. FUI % of 1 0.80% " 4. FICA % oft X6.20% 5.MEDICARE %of1 61.45% 6. SUI V. of 1 (Insert correct % right) 0.72% 7, L&I WC Premium (amount per hour). Total (incl. payroll taxes) 2.65 45.15 Norma Form Revises 9126/18 NOTES: *Rate scheduledate is the date of the Dept. of Labor &Industries Prevailing Wage Rale used or the Union Agreement. Lines 1 & 2 arebasic wages and benefits (see General Conditions. 7.02 B.7.a(1)(. Thepercentage doesnot vary by firm. Line 3 (FUI) is Federal Unemployment Tax Act (see general conditions 7.02 9.7.a(3)). The percentage does not vary by firm. Line 4 (FICA) is Federal Insurance Compensation: Act/Social Security (see general conditions 7.02B.7(3)). The percentage does not vary by firm. Line 5 (Medicare) is FICA medical aid (see general conditions: 7,02 B,7,a(3)), The percentage does not vary by firm. Line 6 (SUI) is State. Unemployment Insurance (see general conditions 7.02 8.7.a(3)). The percentage rate varies by firm. The Contractor shall verify i10 rate and enter the appropriate percentage in the box provided. Line 7 (L&I) is the Workers' Compensation premium, which is based on risk classification for the trade and firm (see general conditions 7.02 B.7.a(2)). The Contractor shall verify its rale for each trade and enter the appropriatedollar amount (less the employee deduction) in each column on Line 7,. COP 1 ASI-009.xIs Printed 1015/2020 LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax; (425) 881-2903 PCO #320 Project: 30129-43 - TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 Phone: 3609072459 Fax: 4258812903 Prime Contract Potential Change Order #320: CE #368 - RFI #652: Mech - Ball Valve Relocation at App Bay Hose Reels TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 320 / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: Pending - to Review FIELD CHANGE: No LOCATION: SCHEDULE IMPACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE Suite 110 Bellevue Washington, 98005 CONTRACT: 30129- Tukwila Fire Station #52 - GCCM Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. Bellevue Off) CREATED DATE: 5/24 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: Amount Based No TOTAL AMOUNT: $13,213.21 POTENTIAL CHANGE ORDER TITLE: CE #368 - RFI #652: Mech - Ball Valve Relocation at App Bay Hose Reels CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #368 - RFI #652: Mech - Ball Valve Relocation at Aop Bay Hose Reels Tukwila Fire Station 52: Furnish and install custom linkage attached to the ball valves serving the 5 overhead hose reels in the app bay. 2 new ball valves will be installed on the hose reels that do not have accessible valves existing conducive to hooking up remote valve linkage. Tukwila Fire Station 51: Furnish and install a custom linkage system for remote valve actuation for the 4 overhead reels in the app bay of Fire Station 51. Plumbing will be rerouted around existing reel locations to accommodate linkage system. ATTACHMENTS: 30129-43-TFS 52-GCCM-652-Mech-Ball Valve Relocation at_App Bay_Hose Reels-2021-05-24.dmf PCO 320 -SP- Combioed_pdf # Cost Code Description Type Amount. 1 01-014-01-- Superintendent .1 Supervision - 1 day Labor S803.28 2 03--001-99-- BP -03 - Structures Subcontractor PCO 320 -SP Subcontractor $ 11.514.29 Subtotal: $1Z317.57 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead. and Profit, Unwritten Sub'sIPA's, and Project Contingency. $ 120.49 Fee - Sub Tier Work: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 518.14 GL Insurance: 0.75% Applies toall line item types. 5 97.17 P&P Band: 0.75% Applies to all line item types. $.97.90 B&O Tax: = 0.47% Applies to all line item types. $ 61.94 Grand Total: $13,213.21 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On; 5/24/ 2021 03 :32 PM LYDIG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #320 -SP Project: 30130-10 - TFS#52 - Self -Perform 15447 65th Ave S Tukwila, Washington 98188 Phone: (360) 907-2459 Fax: (425) 881-2903 Prime Contract Potential Change Order Valve Actuation for #320 -SP: CE #368 -SP - Remote Hose Reels TO: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 PCO NUMBER/REVISION: 320 -SP / 0 REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: Pending - In Review FR OM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #52 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/24 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING Amount Based METHOD: PAID IN FULL: No TOTAL AMOUNT: $11,514.29 POTENTIAL CHANGE ORDER TITLE: CE #368 -SP - Remote Valve Actuation for Hose Reels CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #368 -SP - Remote Valve Actuation for Hose Reels Tukwila Fire Station 52: Furnish and install custom linkage attached to the ball valves serving the 5 overhead hose reels in the app bay. 2 new ball valves will be installed on the hose reels that do not have accessible valves existing conducive to hooking up remote valve linkage. Tukwila Fire Station 51: Furnish and install a custom linkage system for remote valve actuation for the 4 overhead reels in the app bay of Fire Station 51. Plumbing will be rerouted around existing reel locations to accommodate linkage system. ATTACHMENTS: CE 368 - Remote Valve Actuation for Hose Reels.Of_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/24/ 2021 03 :28 PM Cost Code Description Type Amount 1 22-002-99- - Redline Mechanical TFS 51 - Remote valve actuation Subcontractor $ 7,339,00 2 22-002-99- - Redline Mechanical TFS 52 - Remote valve actuation Subcontractor 93,115.00 Subtotal: 910,454.00 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. 5 836,32 GL Insurance: 0.75% Applies to all line item types. 5 84,68 P&P Bond: 0.75% Applies to all line item types. $ 85.31 B&O Tax: . 0.47% Applies to all line item types. $ 53.98 Grand Total: 511,514.29 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/24/ 2021 03 :28 PM RED !NE MECHAN CAL Change Order Proposal 016 R1 May 10, 2021 Attn: Alex Carey Lydig Construction Project: Tukwila Fire Station # 51 & 52 RE: Remote Vaive Actuation for Hose Reels Alex, • TFS-51 - Redline mechanical proposes furnish and Install a custom linkage system for remote vaive actuation at Tukwila fire station #51. Due to the overhead and sliding door mechanisms the hose reels will need to be re piped and reinsulated to relocate the vaives in an accessible location for remote vaive operation. • TFS-52 - Per RFI 652 Redline mechanical proposes to furnish & Install custom linkage attached to the bali vaives serving the 5 overhead hose reels in the apps bay. Additionally, 2new ball vaives will be installed on the hose reeis that do not accessible vaives existing conducive of hooking up remote vaive Iinkage. Insulation will be provided. ° Exclusions: Painting TFS-51 Cos : $ 7,339 TFS-52 Cost: $ 3,115 Sincerely, P� A REDLINE MECHANI 425-586-0553 BID RECAP SHEET REPIINE M ECH AN IC AL Company: Redline Mechanical JobName: CaUsers\JBenedict\SyncedFolderlAdmin\FastEST-Local.site\Jobs\Jon\TUKWILA FIRE STATION.job Bid Date March 22, 2021 Bid: TFS-52 PLUMBING/PIPING SUMMARY FASTPIP,mmary Pipe Equipment Total Pipe Fixtures Total Pipe Specialties Total Pipe Other Total Equipment Fixtures General Conditions Drains Hydronic Equipment Med Gas & Lab Equipment Specialties Other Direct Project Labor Plbg/Piping Labor Materials Hours Rate Labor $ $774 8.8 $97.71 $855 Total $1,629 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 w/Summary $0 $0 $0 0.0 $97.71 $0 $0 $0 0.0 $97.71 $0 $0 $33 $33 $0 0.0 $97.71 $0 $0 $0 0.0 $97.71 $0 $0 $0 0.0 $97.71 $0 $0 $0 0.0 $97.71 $0 $0 0 2.0 $90.00 $180 $180 Overtime $0 0.0 $0.00 $0 $0 Sub Total $807 10.8 $1,035 $1,842 MATERIALS SUMMARY Plumbing/Piping Materials/Equipment Rental Equipment Warranty Material Escalation Freight Sub Total Sales Tax MATERIALS TOTAL 0.0 Cost OH&P $ Total $807 $121 $928 $0 $0 $0 50 $0 $0 $0 $0 $0 $0 $0 $0 $807 $121 $928 $0 $0 $0 $807 $121 $928 OH&P % 15% 15% 15% 15% 15% 10.0 15% LABOR SUMMARY Plumbing/Piping Labor Sub Total Sales Tax LABOR TOTAL Hours Rate Cost OH P Total 10.81 $96.27 51,035 $155 $1,190 $1,035 $155 $1,190 0.0 % $0 $0 $0 $1,035 $155 51,190 OH&P % 15% 15% 0% 15% SUBCONTRACTS SUMMARY Including Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1,0 0.0 Cost OH&P $ Total $840 $0 $126 $0 $966 $0 $840 Cost $126 OH&P $ I $2,6821 $402 QUOTED PRICE $966 Total $3,084 $30.84 $3,115 15% 15% 15% 15% BID RECAP SHEET RED INE x1ECHAN!CAL 4/7/2021 Company: Redline Mechanical JnbName. CAUse,aUgenedic8SynoedFoldehAdmin\FaotEST'Lomd.niteLlohoUon\TFS'RESTFVPjoh Bid Date October 10, 2019 Bid: TFS-51 PLUMBING/PIPING SUMMARY FAsTPIPIEummary Pipe Equipment Total Pipe Fixtures Total Pipe Specialties Total Pipe Other Total Equipment Fixtures General Conditions Drains Hydronic Equipment Med Gas & Lab Equipment Specialties Other Direct Project Labor P|bg0"ip|ngLabor Materials Hours Rate Labor $ Total $587 33.7 $97.71 $3,290 $3,877 $O $O $0 $O w/Gummary $O $O $O $O $O $U $O $U $0 0.0 $9771 $O $O $O 0.0 $97.71 $O $O $108 $O 0.0 $97.71 $O $0 $O 0.0 $97.71 $O $O $O 0.0 $97.71 $O $0 $730 0.0 $O $730 $O 3.4 $90.00 $303 $303 Overtime $Q 0.0 $0.00 $O $0 Sub Total $1,425 37.0 $3,593 $5,018 MATERIALS SUMMARY Plumbing0Piping|Noteria|s/Eguipment Rental Equipment Warranty Material Escalation Freight Sub Tota Sales Tax MATERIALS TOTAL 0.0 Cost OH&P $ Total $1,425 $214 $1.638 $O $O $0 $D $O $O $O $O $U $O $O $O $1,425 $214 $1.838 $V $O $Q $1,425 $214 $1,638 OH&P % 15% 15% 10.0 LABOR SUMMARY Plumbing/Piping Labor Sub Total Sales Tax LABOR TOTAL Hours Rate Cost OH&P $ Total U 37.01 $97.00 $3,593 $539 $4,132 $3,593 $539 $4,132 } O.O�Y6 ^--------^ $0 $0 $0 $3,593 $539 $4,132 OH&P % 15& 15% 0% SUBCONTRACTS SUMMARY lncluding Sales Tax Sales Tax SUBCONTRACTS TOTAL SUB TOTAL less Sales Tax Warranty 1.0 � 0.0 Cost $1,300 $O OH&P $ $O Total $1,495 $O Cost OH&P $ $6,318 1 $948 QUOTED PRICE Total $7,266 $72.66 $7,339 15% Drill 1/4" hole through valve handle close to stem to minimize arch in handle operation. Bolt rod end with heim joint to handle 3/8" threaded rod to valve handle Beam clamp with eyebolt for rod guide - TYP 3 HR1 [1 Item r399 14 44 CAE797 32;92 21969. ,E8 911 6,9E66 222613662,286312,33:13$ 2661 ;88 61,63 5E18 91 29,28226 1 EA Item 46PFR4 Your Price, $6.92 TABOR'," 70707770R33,33-101263.19 5966136; Item 9357469 Your Price, $6,89 PA31957120112798.312.1 RAE SENA 29933.222,3,.0262.1,1.1662.2835; Item 145604 Yaw Price, $33.11 Quantity Total Poco 3 820_76 3 020.87 000.1 'For intrnediate assistance, mil tollifree 14300-GRAINGPR (14100-472,64: c773); GRAINGER APPROVE, F3A,66, 96.1 1 ... 2661 669 232 24 2 $2, 938,1326333 Item aSf21016 Your Prim ss 93 (113J3 29.532330 A1,9320E93 1,636612031, ZAc 9806..3 2136.0 Item 941 M591 Your Price, 53 11 FADoRy 20 312,22133.39 60386 1 Vee 252.3,605 2.3223 18 3 5632;266 6,333 6,010 913666 ANNIE 07 /3 7,77E, ARAI Item ti2210/96 Your Price, $6,26 95010.779499 94074721 31 9635 2.26,63063262353;23.,z,BA5 009338 lit in • 5009 927305 Your Price, 31.87 5545 159741009 223.713333,12121829123299.313,26322 7277.77721708.87,323Eht HAAN 7 1 23881156.3• Item ..#141736 7090 1500 330.50. $5.93 $3.31 0626 2174 200 so Reroute piping to relocate valve actuation that clears OH doors Drill Steel columns and fasten strut with hollo bolts - use rod couplings & eye bolts to align eye bolts with vertical valve actuation (Typ) Reroute piping to avoid door openings and hinges. locate Valve for straight line path to accommodate vertical rod actuation Drill Steel columns and fasten strut with hollo bolts - use rod couplings & eye bolts to align eye bolts with vertical valve actuation (Typ) CORRECT INSTALLATION / RICHTIGE MONTAGE Type / Typ HB - Hollo-Bolt® Head Variations Schraubenkopfvarianten Variantes de tete Hexagonal Head Sechskantschraube Tete hexagonale Button Head Security Sicherheitsschraube Freinage de la tete hernispherique For safe working loads and characteristic resistances please refer to the Lindapter website www.Lindapter.com. When installing the Hollo- Bolt, always ensure that it is tightened to the correct torque by using a calibrated torque wrench. Die Belastungswerte entnehmen Sie bitte der bauaufsichtlichen Zulassung und von der Internetseite www.Lindapterde. Wenn der Hollo-Bolt montiert ist, muss unbedingt das angegebene Anziehmoment mit einem DrehmomentschlUssel OberprOft werden. Pour les charges utiles et les resistances caracteristigues veuillez-vous referez au site de Lindapter www.Lindapterfr Lors de l'installation du boulon Hollo-Bolt, il est imperatif d'utiliser une cls dynamometrique afin de respector le couple de serrage preconise. Approvals Zulassungen Homologations CE Deutsche% Institut far Bautothnik DIEt Icc ESR -3330 LADBS NB: DIBt approval applies to Hex Head carbon steel and stainless steel Hollo-Bolt only. ICC -ES accreditation applies to Hex Head Hollo-Bolt in HDG finish only. Hinweis: Gem DIBT-Zulassung ist nur die Verwendung des HB mit Skt.-Schraube zulassig. Laut ICC -ES Zerifikat darf der Typ Hallo - Bolt mit feuerverzinkter Beschichtung nur mit Sechskantschraube angewendet werden. NB : L'homologation DIBt s'applique seulement a la tete hexagonale avec manchon en acier carbone et inox. L'homologation ICC -ES couvre seulement le Hollo-Bolt a Tete Hexagonale en finition GAC. Drilling and Preparation Bohren und Vorbereitung Pergage et Preparation AIINV AVIV L 111111 *-di-- — Clearance Clearance Hole Edge Hole 0 Distance Distance Durchgangs- Lochab- Randab- loch 0 stande stand 0 Trou de Distances Princes passage entre trous transversales di min A min B B+C MM mm mm mm HB08 14 (+1.0 / -0.2) 5 > 17.5 HB10 18 (+1.0 / -0.2) 40 15 > 22.5 HB12 20 (+1.0 / -0.2) 50 18 > 25.0 HB16 26 (+2.01-0.2) 55 20 > 32.5 HB20 33 (+2.0 / -0.2) 70 25 > 33.0 NB: For Hot Dip Galvanised finish, drill top tolerance on clearance hole. Hinweis: Bei feuerverzinkten Bauteilen sollte der maximale Lochdurchmesser gebohrt werden. NB : Pour la finition GAC, percer le trou de passage A la tolerance superieure. Size Drill Diameter 0* Hole Distance di min A min B 13/8" 1/2" LHBM08 9/16" Edge Distance B+C > 11/16" LHBM10 3/4" 19/16" 9/16" > 7/8" LHBM12 13/16" 2" 11/16" > 1" LHBM16 11/16" 23/16" 13/16" > 15/16" LHBM20 15/16" 23/4" 1" > 15/16" * To comply with ICC -ES ESR 3330 / AC437. * Einhalten with ICC -ES ESR 3330 / AC437. * Pour etre conforme l'ICC-ES 3330 / AC437. lindapter Lindsay House, Brackenbeck Road, Bradford, West Yorkshire, BD7 2NF, England Tel: +44 (0)1274 521444 I Fax: +44 (0)1274 521130 I www.Lindapter.com Across Flats Konterschltisselweite Surplats Product Clamping Code Thickness Artikel- nummer Code produit Klemm- range Epaisseur de serrage Type / Typ HB - Hollo-Bolt Outer Collar Ply Bauteil am Bund Couche exterieure HB08-1 3 - 22 HB08-2 22 - 41 HB08-3 41 - 60 19 19 19 23 23 23 min t T w HoIIo-Bolt: Hollo-Bolt: M8, M10, M12 M16, M20 Product Clamping Outer Collar Torque Code Thickness Ply Artikel- Klemm- Bauteil Bund Anzieh- nummer Inge am Bund moment Code Epaisseur Couche Collier Couple produit de serrage exterieure W mint A/F ft Ib LHBM08 #1 118" - 7/8" 3/4" 17 LHBM08 #2 7/8" - 15/8" - 3/4" 17 LHBM08 #3 15/8" - 23/8" - 3/4" 17 HB10-1 3 - 22 24 45 LHBM10 #1 1/8" - 7/8" 15/16" 33 HB10-2 22 - 41 24 45 LHBM10 #2 7/8" - 15/8" 15/16" 33 HB10-3 41 - 60 24 45 LHBM10 #3 15/8" - 23/s" 15/16" 33 HB12-1 3 - 25 30 80 LHBM12 #1 1/8" - 1" 13/16" 59 HB12-2 25 - 47 - 30 80 LHBM12 #2 1" -113/16" 13/16" 59 HB12-3 47 - 69 30 80 LHBM12 #3 113/16" - 23/4" 13/16" 59 HB16-1 12 - 29 8 36 190 LHBM16 #1 1/2" - 11/8" 5/16" 17/16" 140 HB16-2 29 - 50 8 36 190 LHBM16 #2 11/8" - 2" 5/16" 17/16" 140 HB16-3 50 - 71 8 36 190 LHBM16 #3 2" - 213/16" 5/16" 17/16" 140 HB20-1 HB20-2 HB20-3 12-34 34-60 60 - 86 8 8 8 46 300 LHBM20 #1 1/2" - 15/16" 5/16" 113/16" 221 46 300 LHBM20 #2 15/16" - 23/8" 5/16" 113/16" 221 46 300 LHBM20 #3 23/8" - 33/8" 5/16" 113/16" 221 Installation Montage tindaptcr s Lindsay House, Brackenbeck Road, Bradford, West Yorkshire, BD7 2NF, England Tel: +44 (0)1274 521444 I Fax: +44 (0)1274 521130 1 www.Lindapter.com 9L8ad 8H :4O Cart nem 7 dna,' t in -0. Item 4353169 Your Price 56 an nen- 040111-11 Your Mid 311 11 Quargior Total Price neon Availability 324 t •For immediate assistance, call us ton de 1,110 Gnat NEP01 03724333) d natalrand APPROVED r r- , 15.06 Your dicer 23 42 ingORY Poricancli tai 32 mani, Cron Mod 1' 0 32 gem 4411.1411 Vow Priceria3 Otani nriati 43.3 6 nem 0225056 dm Prism 5605 IPm 422009 dur Orme. S1,57 SS MY SP 2.3 Expaida to dive Wed. Mat 24 usinci standard mound dd. pdaional shipping options available at Checkout Temporarily unavailable, Win ship as n demises available Ships wahin 09 day, Iredsupplice Eypecteo to dm Wed. Mat 24 dog stadara ground dodo 3440733) 99493 options omilable Checkout.) Espected to arrive Wed. Mar 24 using std.. around shipping (add99 shipping dons avyilable Choodul ) 2 32 71 Temporarily unavallahle Win do nc bocomes addle 'For immediate 1i139 )6U,09 1i42453911213 (1.00.17261611) I 0,7171 oplaii104031d d 1 Item 411-1.5 Your Ord, SI10 30 MKT FASTEMPO m it la Item 1140674 Your note 3. 12 lid add Youe Price S. item 026PX55 Your Prd 56 52 Malden APPROVdiehoini. IP:Mi414150 Your Pripet 72,00 San 20 543 12 763 Erdal.. arrive Thu. Mar 23 dog standard mom, dd. latlitnionalshippinn odons available at Checkout ) dips within tg bottoms nays from send Expand to arrive Thu Mal 25 using Mandard 939330 434294 pdmonal shipping 941(3 393)30 31 Chockoul Erpectetl to arrive...Wed. Mar 24 um. standard ground shipping (addilicoal shipping options available al Cheated) E373117119 3133 Wed. Mar 24 using standard ground shipping (10009331 31(49(79 options mmilahlo 01376741 LY01G Status To Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 P. (425) 885-3314 F: (425) 881-2903 Project: 30129-43 TFS#52 - GCCM 15447 65th Ave S Tukwila, Washington 98188 P. 3609072459 F: 4258812903 RFI #652: Mech - Ball Valve Relocation at App Bay Hose Reels Date Initiated Location Cost Impact Spec Section Drawing Number Linked Drawings Received From Copies To Activity Question Official Response All Replies Open Thayer Wild (VVeinstein A+U) Lauren Rock (Weinstein A+U) Emma Nowinski (Weinstein A+U) Feb 26, 2021 TBD M401 N Jon Benedict (REDLINE MECHANICAL) From Due Date Project Stage Schedule Impact TBD Cost Code Reference David VVnite (Lydig Construction, Inc. Bellevue Office) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Mar 5, 2021 Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Office), Thayer Wild (Weinstein A+U) Question from David White Lydig Construction, Inc. - Bellevue Office on Friday, Feb 26, 2021 at 02:11 PM PST Per email correspondence with Fire and SOJ, Fire has requested that the ball valves for the hose reels in the App Bay are lowered to height than can be reached from the floor. This modification to the current installation would require additional pipe to be added to create loops down toward the floor and then adding in new ball valves closer to the finished floor. Lydig has discussed this with the plumbing subcontractor and a possible re-routing of the plumbing is shown on the attached. This change would take place at (3) compressed air locations and (2) domestic water locations as shown on the attached A102N. Please advise if the re-routing on the attached is acceptable and provide a height AFF for the ball valve for the domestic water reels, and for the compressed air reels. Attachments RFI 652 - Mech - Ball" Vaive Relocation at App Bay Hose Reels.pdf Response from Alex Carey Lydig Construction, Inc. - Bellevue Office on Monday, May 24, 2021 at 03:31 PM PDT TFS 51: $7,339 TFS 52: $3,115 Lydig Construction, Inc. Response from Alex Carey Lydig Construction, Inc. - Bellevue Office on Monday, May 24, 2021 at 03:31 PM PDT TFS 51: $7,339 TFS 52: $3,115 Page 1 of 1 Printed On: May 24, 2021 03:31 PM PDT TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. ��� �*�*n�"o�x�^��n �w nv DATE: 6M6/2021 PROJECT NO.: 90830402 PROJECT NAME: PSP — Fire Station 51 BUDGET NO.: 305.98 CONTRACTNO.: 18-0011/mw AMENDMENT NO: 049 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications specifications or do the foIowing described work not included in the pfans and specifications on this contract: NOTE: This change order is not effective untfl 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 nfthe ^Ownor"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 carefl consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 6/21/21 Contractor Lydig Construction By Craig Greene Title VP of Operations Original Contract FS51 (without tax) $ 9.587.314.00 Previous Change Order FS51 $ 1.063.119.99 This Change Order FS51 (without tax) $ (7,350.07) REV. CONTRACT AMOUNT FS51 $ 10,643,083.92 Original ContracTime FS51: 420 days (May 19, 2020 AddhionalCOntr8ctTlm8fOr#hiSChang8Ond8rF851:107dGys Updated Contract Time FS51: 527 days (September 01, 2020) APPROVED BY THE CITY OF TUKWILA 07/08/2021 Date By Mayor e,Ig~~~aml~~~s.co~ Hp 06/28/2021 Deputy City Administrator SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File Exhibit "A" CHANGE ORI CITY OF TUKWILA Project Name Project # TO CONTRACTOR: R - SUMMARY OF CHANGE - PUBLIC SAFETY PLAN I irc, Station 51 LYDIG CO # 17 90830402 Contract # Consul lion Date Il 1121 t l Bil l3<)ti AYE: SF. Ste 110 f3c 9lcr tte,vA 98005 COP/CCD # Description Reason Code Amount COP 152 CE #207 - Gear Storage Room 129 Thermostat Relocation. The location of the thermostat for Gear Storage 129 is behind gear storage lockers as shown on M501. In order to clear the conflict with the gear storage lockers and thermostat, it was relocated after the original rough -in. DC $1,110.55 COP 153 CE #209 - Wood Wall Art Allowance Reconciliation. Credit for $10,000 allowance for Wood Wall art that was supplied and installed by NK Builds and will be paid directly by owner. OC COP 155 CE #211 - RFI #355: Additional Door Sweeps at Exterior Doors. Addition of (8) door sweeps to exterior doors per the response to RFI 355. OC $1,823.28 COP 156 CE #212 - RFI #357: Architectural - Courtyard Canopy Gutter Revision. Per the response to RFI 357: provide & install .050" dark bronze anodized aluminum flashing at existing courtyard canopy in 7 bays. An additional cover will be installed on the inside of the flashing to conceal the the back side of the drip flashing and the top return adhesive as the brake metal is finished on 1 side only. Flashing will be applied to the glass edge with VHB tape and silicone caulking. Return tabs will be fastened to the rafters with stainless steel screws. DC $5,044.63 COP 157 CE #213 - MCCM Audit Reconciliation. Credit for adjustment of change order fcc markup error by JMI (MCCM subcontractor) during the course of construction for Tukwila Fire Station 51 and as determined via the MCCM audit. OC i$4,921.f5) Lydig Change Order No. 17 (57 0.07) LY• 0tG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #152 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #152: CE #207 - Gear Stor 129 Thermostat Relocation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: City of Tukwila FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) 6200 Southcenter Boulevard Tukwila Washington, 98188 152 / 0 STATUS: Pending - In Review REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE PACT: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/2 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,110.55 POTENTIAL CHANGE ORDER TITLE: CE #207 - Gear Stor 129 Thermostat Relocation CHANGE REASON: Design Development POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #207 - Gear Stor 129 Thermostat Relocation The location of the thermostat for Gear Storage 129 is behind gear storage lockers as shown on M501. In order to clear the conflict with the gear storage lockers and thermostat, it was relocated after the original rough -in. ATTACHMENTS: CE 207 - JMI COR 8029 - Relocate RHRV Tstat Of_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/2/ 2021 12 :45 PM Cost Code Description Type Amount 23--001-99- - Mechanical MCCM JMI 8029 Subcontractor $ 1,042.05 Subtotal: $1,042.05 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 46.89 GL Insurance: 0.75% Applies to all line item types. $ 8.17 P&P Bond: 0.75% Applies to all line item types. $ 8.23 B&O Tax: = 0.47% Applies to all line item types. $ 5.21 Grand Total: $1,110.55 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/2/ 2021 12 :45 PM JOB NAME Tukwila FS 51 BILLING CONTRACTOR JOHANSEN JOB # D30800 DESCRIPTION: EXCLUSIONS: REFERENCE: SCHEDULE IMPACT: Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL Lydig Construciton Relocate RHRV thermostat due to conflict at sooabon I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF U. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (1o%mLABOR "r) III. SUBCONTRACTORS A. ALL SUBS 1.U0HRS @ 0.00 HRS @ 0.UUHRS @ O.0OHRS @ 8.0OHRG @ 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ LABOR TOTAL $ 92.51 = $ $ 86.81 = $ $ 90.72 = $ $ 75.99 = $ $ 99.72 = $ $ 92.51 = $ $ 98.45 = $ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR B. SMALL TOOLS AND CONSUMABLES @ 5% OF LABOR C. PERMITS OTHER DIRECT COSTS TOTAL DATE: 10 -Feb -21 JMI COR #: 8029 92.51 877.38 � � 92.51 877.38 V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VA D FOR 30 DAYS 0% 0% 0% TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL � 969.89 � 72.16 � � � 1,042.05 This change proposal only includes costs that can be identified at this tme. This change proposal does not include ariy amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or mpaotnoste. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract. From: To: co Subject: Date: Gigiemer mvLeVanq= William Canter RE: RHRV Thermostat Relocation Thursday, ]anuary 28, 2021 11:39:47 AM CAtliTIC)14: This errlail originated from c)ultside of iMi. Do rlot click lini(s or open attachments unless you recognize the sender and know the content is safe. Hi Ivy, Bill was dealing with this not me so I'm not sure who he sent the information to other than Tom the Site Superintendent. | have an excel spreadsheet which worked out the pricing. Description Hours Hourly Rate Cost CO (Engineering Labor) Update DDC Control Drawing floor plan $105.00 $105.00 Project Management 0.5 $55.00 $27.50 Subtotal Controls Labor Charges $132.50 AUuwab|eMarkup(l596) Total Controls Labor Changes $19.88 $152.38 Description Qty Rate Cost CO Electrical Labor 6.54 $95.00 $62130 Electrical Materials $25 per conduit stub up 0 $25.00 $0.00 $25 wire 1 $25.00 $25.00 Misc materials ($25) l $25.00 $2E00 Subtotal $671.30 AUowab|eMarkup(Q96) $5370 Total Electrical Labor & Materials Changes $725.00 Total Elec ca Controls $877.38 Gigi Canter [&[bU!Ut|OnS, L —| AVeteran Owned Business @c,odoo|ydnnsbiz Office: 800-381-8208 D + a z L.1..1 I- o z w 3 TurT, 4111 SHEET NOTES: RAW NOTLT rTur Tr55"55'aliN %"`111155sr - ;;;;;Tp;c5T55555.555-Tur LE,Vplc,..1IVAC PLAN Tukwila Fire Station 51 1=1=1111"'r PPPLPPP.',v'LPPMPPP '''"' M501 WEINSTEINA+U LY• DR; Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #153 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #153: CE #209 - Wood Wall Art Allowance Reconciliation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE I PACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 153 / 0 Pending - In Review FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Alex Carey (Lydig Construction, Inc. - Bellevue Off) 3/8 /2021 None Amount Based No ($10,400.68) POTENTIAL CHANGE ORDER TITLE: CE #209 - Wood Wall Art Allowance Reconciliation CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #209 - Wood Wall Art Allowance Reconciliation Credit for $10,000 allowance for Wood Wall art that was supplied and installed by NK Builds and will be paid directly by owner. ATTACHMENTS: PCO 153-SP_pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/8/ 2021 03 :16 PM Cost Code Description Type Amount 03--001-99- - Structures, Enclosure & Misc Sub - BP 03 & 07 Wall Art Allowance Credit Subcontractor ($10,198.37) Subtotal: ($10,198.37) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $76.49 P&P Bond: 0.75% Applies to all line item types. 577.06 B&O Tax: = 0.47% Applies to all line item types. )548.76) Grand Total: ($10,400.68) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/8/ 2021 03 :16 PM LYNG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #153 -SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #153 -SP: CE #208 -SP - Wood Wall Art Allowance Reconciliation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 153-SP/0 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE I PACT: FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/8 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: Amount Based PAID IN FULL: No TOTAL AMOUNT: ($10,198.37) POTENTIAL CHANGE ORDER TITLE: CE #208 -SP - Wood Wall Art Allowance Reconciliation CHANGE REASON: Allowance POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #208 -SP - Wood Wall Art Allowance Reconciliation Credit for $10,000 allowance for Wood Wall art that was supplied and installed by NK Builds and will be paid directly by owner. ATTACHMENTS: Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/8/ 2021 03 :13 PM Cost Code Description Type Amount 1 06--001-01- - Rough Carp Wood Wall Art Allowance Credit Materials ($10,000.001 Subtotal: 1510,000.001 Fee - Self Perform Work: 0.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 0.00 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. ($75.00) P&P Bond: 0.75% Applies to all line item types. ($75.561 B&O Tax: a 0.47% Applies to all line item types. ($47.81) Grand Total: (510,198.371 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/8/ 2021 03 :13 PM LY• 0tG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #155 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #155: CE #211 - RFI #355: Additional Door Sweeps at Exterior Doors TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE IMPACT: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 155 / 0 Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/31 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,823.28 POTENTIAL CHANGE ORDER TITLE: CE #211 - RFI #355: Additional Door Sweeps at Exterior Doors CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #211 - RFI #355: Additional Door Sweeps at Exterior Doors Addition of 8 door sweeps to exterior doors per the response to RFI 355 ATTACHMENTS: 30125-43-TFS 51-GCCM-355-Additional Door Sweeps at Exterior Doors-2021-03-31_pdf PC0 155 -SP Combined_pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/31/ 2021 09 :23 AM Cost Code Description Type Amount 03--001-99- - Structures, Enclosure & Misc Sub - BP 03 & 07 PCO 155 -SP Subcontractor $ 1,710.82 Subtotal: $1,710.82 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 76.99 GL Insurance: 0.75% Applies to all line item types. $ 13.41 P&P Bond: 0.75% Applies to all line item types. $ 13.51 B&O Tax: = 0.47% Applies to all line item types. $ 8.55 Grand Total: $1,823.28 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/31/ 2021 09 :23 AM LY 61 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #155 -SP Project: 30126-10 - TFS#51 - Self -Perform 17951 Southcenter Parkway Tukwila, Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #155 -SP: CE #211 -SP - RFI #355: Additional Door Sweeps at Exterior Doors TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 155-SP/0 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE I PACT: FROM: CONTRACT: CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 3/31 /2021 Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 1 - Tukwila Fire Station #51 - Self -Perform Prime Contract PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $1,710.82 POTENTIAL CHANGE ORDER TITLE: CE #211 -SP - RFI #355: Additional Door Sweeps at Exterior Doors CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #211 -SP - RFI #355: Additional Door Sweeps at Exterior Doors Addition of 8 door sweeps to exterior doors per the response to RFI 355 ATTACHMENTS: CE 211 -SP pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/31/ 2021 09 :18 AM Cost Code Description Type Amount 07--100-01- - Exterior Sealants Exterior Door Sweeps Materials $ 765.37 2 08--012-01- - HM Door/Hardware Install Door Sweep Installation - 8 hours Labor $ 693.36 Subtotal: $1,458.73 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, Unwritten Sub's/PA's, and Project Contingency. $ 218.81 Fee - Sub Tier Work: 8.00% Applies to Subcontractor and Purchase Agreements. $ 0.00 GL Insurance: 0.75% Applies to all line item types. $ 12.58 P&P Bond: 0.75% Applies to all line item types. $ 12.68 B&O Tax: a 0.47% Applies to all line item types. $ 8.02 Grand Total: $1,710,82 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 3/31/ 2021 09 :18 AM COP Cost Breakdown Project Name: Tukwila Fire Station 651 Project No. 30126 Contractor: 13.°)::121: PCO: 0 Date: 3/3112021 Itydig COR Template.xlsx Page of Issued 3/31/2021 Description Quantity UOM Labor Material Equipment Total Cost Productivity total hrs Cost Una Amt Unit $ Cost Unit Amt Unit$ Cost 08-012-01 Door Sweep Installation 8 ea $ 1.00 8.00 $ 693.36 $. - $.. - $. 693,36 $ $... $ $ - Total Cost of Work 8 $ 693 $ - $ - $ $ 693 Itydig COR Template.xlsx Page of Issued 3/31/2021 Kinship Group, Inc. 1410 37th Street NW Auburn, WA 98001 Ph: 253-288-8455 Fax: 253-288-8456 Sold To: Salesperson: ZORAM GARCIA Ship To: SALES ���������� ����N����� Sales Order#: Order Date: 0380/2021 Job Name: Tukwila Fire Station 51 Customer PO# Ship Via Date Required Customer Contact OT Qty Manuf Product Hand Finish Price/ea. Price Ext. 5 Pemko Door Bottom - Automatic (Surface) 412SRL36 S $77.00 $385.00 3 Pemko Door Bottom - Automatic (Surface) 412SRL42 S $10179 $305.37 4-5 WEEKS 135 36" 131 36" 130E 36" 12613 42" 127 42" 122B 42" 119 36" 1046 36" Kinship Group, Inc. SALES ORDER: (03/30/2021) SubTotal $890.37 Shipping $75.00 Sales Tax $0.00 Grand Total $765.37 Page 1 of 1 LY 01 G Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 RFI #355 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Additional Door Sweeps at Exterior Doors TO: DATE INITIATED: LOCATION: PROJECT STAGE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: RECEIVED FROM: COPIES TO: Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Off), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Off), Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Thayer Wild (Weinstein A+U) Lauren Rock (Weinstein A+U) 01/12/2021 TBD FROM: STATUS: DUE DATE: COST CODE: SCHEDULE IMPACT: SPEC SECTION: REFERENCE: Weston Blackburn (Lydig Construction, Inc. - Bellevue Off) Weston Blackburn (Lydig Construction, Inc. - Bellevue) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Closed on 03/29/21 01/19/2021 TBD Question from Weston Blackburn (Lydig Construction, Inc. - Bellevue Of) at 03:13 PM on 01/12/2021 Per client request, additional door sweeps are to be added to all exterior doors to reduce potential for undesired access through the nylon brush sweeps currently installed. A drop-down automatic door sweep similar to the bunk rooms has been discussed as a potential solution. This door sweep would be installed on the interior face of the doors in question, requiring the kick plate to be relocated (up). Attached is a markup of the floor plan with previously discussed exterior doors marked in BLUE, and additional exterior doors marked in RED. 1. Please confirm that an additional door sweep is desired. If so, please specify desired hardware (see attached cut sheet for bunk room door sweeps for reference). 2. Please clarify which doors are to receive additional sweeps. Attachments: RFI 355 - Additional Door Sweps at Exterior Doors.pdf Official Response: Lauren Rock (Weinstein A+U) responded on Thursday, January 14th, 2021 at 10:58AM PST Please provide ROM to procure and install Pemko sweep 412_RLS (stainless steel) on the interior face of the 8 exterior doors which were previously discussed (marked in BLUE on the following page), as described in RFI. ROM review and approval by Owner is required before proceeding with this scope of work. L. Rock, Weinstein A+U 1/14/2021 Attachments: RFI 355 - Additional Door Sweeps at Exterior Doors WAU Resnse,pdf All Replies: Xttefrt "PtALMW474, , ki'aP,AN04,41401,460,146dAM1P4M'41116,4 (MAP ,jgg, g Wag §nefgh+0,41, *NOWA g4g;ArngrktMgrnMgr'ngkrnnkrVerAVRIWWINV T),MOMAARniOnMii , ilki00000004000000000,4410,10MOVIlyoNN.i,`, „ ogr,,w1W011,4,, Nolk;a0*; tfIMA,10eXA Please provide ROM to procure and install Pemko sweep 412_RLS (stainless steel) on the interior face of the 8 exterior doors which were previously discussed (marked in BLUE on the following page), as described in RFI. ROM review and approval by Owner is required before proceeding with this scope of work. L. Rock, Weinstein A+U 1/14/2021 Attachments: RFI 355 - Additional Door Sweeps at Exterior Doors WAU Responsepdf Lydig Construction, Inc. Page 1 of 2 Printed On: 03/31/2021 09 :21 AM LY Di G BY Lydig Construction, Inc. RFI #355 DATE COPIES TO Page 2 of 2 Printed On: 03/31/2021 09:21 AM LY• 0tG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #156 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #156: CE #212 - RFI #357: Arch - Courtyard Canopy Gutter Revision TO: City of Tukwila 6200 Southcenter Boulevard PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: FIELD CHANGE: LOCATION: SCHEDULE PACT: Tukwila Washington, 98188 156/0 Pending - In Review FROM: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 CONTRACT: 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) CREATED BY: Alex Carey (Lydig Construction, Inc. - Bellevue Off) CREATED DATE: 5/18 /2021 PRIME CONTRACT None CHANGE ORDER: ACCOUNTING METHOD: PAID IN FULL: TOTAL AMOUNT: Amount Based No $5,044.63 POTENTIAL CHANGE ORDER TITLE: CE #212 - RFI #357: Arch - Courtyard Canopy Gutter Revision CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #212 - RFI #357: Arch - Courtyard Canopy Gutter Revision Per the response to RFI 357: provide & install .050" dark bronze anodized aluminum flashing at existing courtyard canopy in 7 bays. An additional cover will be installed on the inside of the flashing to conceal the back side of the drip flashing and the top return adhesive as the brake metal is finished on 1 side only. Flashing will be applied to the glass edge with VHB tape and silicone caulking. Return tabs will be fastened to the rafters with stainless steel screws. ATTACHMENTS: 30125-43-TFS 51-GCCM-357-Arch-Courtyard Canopy Gutter Revision-2021-05-18.pdf_ Facade Tech COR 008.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/18/ 2021 10 :25 AM Cost Code Description Type Amount 08 118 99 Glazing Subcontractor - BP 05 COR 008 Subcontractor $ 3.735.00 2 01-014-01- - Superintendent Lydig Supervision - 8 Hrs Labor $ 907.32 Subtotal: $4,642.32 Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 136.10 Fee - GCCM: 4.50% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 168.08 GL Insurance: 0.75% Applies to all line Rem types. $ 37.10 P&P Bond: 0.75% Applies to all line item types. $ 37.38 B&O Tax: = 0.47% Applies to all line item types. $ 23.65 Grand Total: $5,044.63 Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/18/ 2021 10 :25 AM Facade Tech Date: To: Project: Plans: 18908 13th Place So th Seatac, WA. 98148 * P. 206. 453.4075 5/10/2021 Lydig Construction Alex Carey acarey@lydig.com Fire Station #51 Added Canopy Flashing Location: 17951 Southcenter Parkway, Tukwila, WA RFI #357 Courtyard Canopy Gutter Revision Bid Submitted by: Brian Horne A) BASE BID — $3,735.00 Total tax not included Furnish and Install the following Only: Inclusions: A) 1) Added Canopy Gutter Flashing Provide & Install .050" dark bronze anodized aluminum flashing at existing courtyard canopy in 7 bays. Please see the attached sketch for reference, An additional cover will be installed on the inside of the flashing to conceal the back side of the drip flashing and the top return adhesive—the brake metal is finished on 1 side only. The flashing will be applied to the glass edge with VHB tape and silicone caulking. The return tabs will be fastened to the rafters with stainless steel screws. Attachments Canopy Eave Drip Flashing Detail Lead Times Shop Drawings: 1 week. Flashing: 2 weeks from approvals. —Schedule is not defined at bid time. Warranties Manufacturer's standard warranties on materials and finishes, 1 year FT warranty on installation. Specific exclusions: 1) Off -Hours work Exclusions: 1) Temporary heat and weather protection. 2) Trash removal and dumpster fees. 3) Final Cleaning of glass and metal. 4) Bonds, Permits and any related fees. 5) Glass breakage by others. 6) All flashings not directly related to storefront. 7) The building substrates must withstand the loads imposed at the point of our connections. This includes but not limited to, bending, rotation and tear out. 8) Agreed upon hold to dimensions will be required so that long production items can be preordered, Page 1 of 2 NOTES: 1) We are "SmaII Business" 2) We are Union 3) We are not M.B.E. or W.B.E. 4) Quotation valid for 30 days. Please note: the above proposal is based on our interpretation of the bid docs that have been provided and the information contained therein. Please review the above descriptions carefully to be sure that this proposal contains all scope that is required. BID BY: Brian Horne brian@facadetechusa.com o 206'453'4075 c 206-247-6847 If this bid did not transmit clearly or you have questions, please call so that it may be clarified. Page 2 of 2 9) Protection of material after installation. 10) Replacement of damage by others or unknown sources. 11) Unloading of delivered materials. 12) Off hours work. NOTES: 1) We are "SmaII Business" 2) We are Union 3) We are not M.B.E. or W.B.E. 4) Quotation valid for 30 days. Please note: the above proposal is based on our interpretation of the bid docs that have been provided and the information contained therein. Please review the above descriptions carefully to be sure that this proposal contains all scope that is required. BID BY: Brian Horne brian@facadetechusa.com o 206'453'4075 c 206-247-6847 If this bid did not transmit clearly or you have questions, please call so that it may be clarified. Page 2 of 2 WT 8X13 SUPPORT BEAM BEYOND, COPED TO ACCOMMODATE SLOPED GUTTER +9'-10 5/8" T.O. STL MC10X28.5 CANOPY EDGE BRAKE METAL FLASHING HELD BETWEEN GLAZING AND ALUMINUM TOP CAP FINISH TO MATCH ADJACENT COMPONENTS BRAKE METAL GUTTER 3'-4" 11 Addttlonk! Brake Flashing at interior to conceal back side of drip fleshing SLOPED 118" FROM CENTER OF CANOPY PROVIDE FLAT STOCK GALV STL GUTTER BRACKET PER SMACNA (7TH ED.) TABLE 1-8, 3'-0" O.C.. TACK WELD TOP AND BOTTOM AND PAINT TO MATCH STL BOTTOM OF GUTTER BEYOND LYDIG Status Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 P: (425) 885-3314 F: (425) 881-2903 Project: 30125-43 TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 P: 425-885-3314 RFI #357: Arch - Courtyard Canopy Gutter Revision Closed on 03/30/21 To Lauren Rock (Weinstein A+U) Thayer Wild (Weinstein A+U) Emma Nowinski (Weinstein A+U) Date Initiated Location Cost Impact Spec Section Drawing Number A453 Linked Drawings Received From Mar 12, 2021 TBD Copies To Activity Question Official Response Alex Carey (Lydig Construction, Inc. - Bellevue Office) From Due Date Project Stage Schedule Impact TBD Cost Code Reference David White (Lydig Construction, Inc. - Bellevue Office) 3180 139th Ave SE - Suite 110 Bellevue, Washington 98005 Mar 19, 2021 Julie DeDonato (Ancora Projects LLC), Justine Kim (Shiels Obletz Johnsen), Emma Nowinski (Weinstein A+U), Tom Pitman (Lydig Construction, Inc. - Bellevue Office), Lauren Rock (Weinstein A+U), David White (Lydig Construction, Inc. - Bellevue Office), Thayer Wild (Weinstein A+U) Question from David White Lydig Construction, Inc. - Bellevue Office on Friday, Mar 12, 2021 at 01:40 PM PST Clarification is needed on what changes will be required to be made to the courtyard canopy gutter as it's current configuration allows water fall on to the ground rather than into the gutter, and in certain conditions water runs along the underside of the canopy as far north as the south wall of the PT Room. The canopy was originally detailed with a polycarbonate material within the webs of the canopy, which would have placed the front drip edge of the canopy within a few inches of the gutter below. The canopy was revised in RFI 247 to have structural laminated glass mounted to the top of the steel canopy structure. This has resulted in the gutter being approximately 11-12" below the front drop edge of the glass canopy. This opening allows a south wind to push the water north, along the bottom of the canopy where it then falls to the ground and misses the 3" wide gutter. Please advise of a revised detail to direct water into the gutter. Attachments RFI 357 - Arch - Courtyard Canopy Gutter Revision.pdf Lydig Construction, Inc. Response from Emma Nowinski Weinstein A+U on Monday, Mar 29, 2021 at 03:36 PM PDT Please provide a brake -metal drip edge similar to the design for the FS 52 canopy, to be held in place at each end by the top cap of the glazing support. If feasible, include a fold at each end to further attach the down leg of the flashing to the side of the aluminum glazing support. Flashing to be finished to match adjacent steel. Provide as heavy a gauge as can achieve required shape. E. Nowinski / WAU Attachments RFI 357 - Arch - Courtyard Canopy Gutter Revision WAU RESPONSE,pdf Page 1 of 2 Printed On: May 18, 2021 10:24 AM PDT RFI #357 - Arch - Courtyard Canopy Gutter Revision All Replies Lydig Construction, Inc. Project: 30125-43 TFS#51 - GCCM Response from Emma Nowinski Weinstein A+U on Monday, Mar 29, 2021 at 03:36 PM PDT Please provide a brake -metal drip edge similar to the design for the FS 52 canopy, to be held in place at each end by the top cap of the glazing support. If feasible, include a fold at each end to further attach the down leg of the flashing to the side of the aluminum glazing support. Flashing to be finished to match adjacent steel. Provide as heavy a gauge as can achieve required shape. E. Nowinski / WAU Attachments RFI 357 - Arch - Courtyard Canopy Gutter Revision WAU RESPONSE.pdf Page 2 of 2 Printed On: May 18, 2021 10:24 AM PDT LY• 0tG Lydig Construction, Inc. 3180 139th Ave SE, Ste 110 Bellevue, Washington 98005 Phone: (425) 885-3314 Fax: (425) 881-2903 PCO #157 Project: 30125-43 - TFS#51 - GCCM 17951 Southcenter Parkway Tukwila , Washington 98188 Phone: 425-885-3314 Prime Contract Potential Change Order #157: CE #213 - MCCM Audit Reconciliation TO: PCO NUMBER/REVISION: REQUEST RECEIVED FROM: STATUS: REFERENCE: City of Tukwila 6200 Southcenter Boulevard Tukwila Washington, 98188 157 / 0 Pending - In Review FIELD CHANGE: No LOCATION: SCHEDULE I PACT: FROM: CONTRACT: CREATED BY: CREATED DATE: PRIME CONTRACT CHANGE ORDER: ACCOUNTING METHOD: Lydig Construction, Inc. - Bellevue Office 3180 139th Ave SE - Suite 110 Bellevue Washington, 98005 30125 - Tukwila Fire Station #51 - GCCM Prime Contract (18-001.1) Alex Carey (Lydig Construction, Inc. - Bellevue Off) 5/25 /2021 None Amount Based PAID IN FULL: No TOTAL AMOUNT: ($4,927.85) POTENTIAL CHANGE ORDER TITLE: CE #213 - MCCM Audit Reconciliation CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE #213 - MCCM Audit Reconciliation Credit for adjustment of change order fee markup error by JMI (MCCM subcontractor) during the course of construction for Tukwila Fire Station 51 and as determined via the MCCM audit. ATTACHMENTS: CE 213 - JMI COR 8030 - Credit to Reconcile Contract.pdf_ Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/25/ 2021 03 :34 PM Cost Code Description Type Amount 23--001-99--Mechanical MCCM JMI 8030 Subcontractor ($4,832.00) Subtotal: ($4,832.00) Fee - Self Perform Work: 15.00% Applies to Labor, Materials, Equipment, Other, Overhead and Profit, and Unwritten Sub's/PA's. $ 0.00 Fee - GCCM: 0.00% Applies to Subcontractor, Purchase Agreements, and Project Contingency. $ 0.00 GL Insurance: 0.75% Applies to all line item types. ($36.24) P&P Bond: 0.75% Applies to all line item types. ($36.511 B&O Tax: = 0.47% Applies to all line item types. $23.10( Grand Total: ($4,927.85) Owner Signature Lydig Construction, Inc. Date page 1 of 1 Printed On: 5/25/ 2021 03 :34 PM JOB NAME Tukwila FS 51 BILLING CONTRACTOR JOHANSEN JOB # D30800 DESCRIPTION: EXCLUSIONS: REFERENCE: SCHEDULE IMPACT Johansen Mechanical, Inc. PHONE 425-481-2266 FAX 425-486-6933 CHANGE ORDER DETAIL Lydig Construciton Credit adjustment to reconcile contract I. LABOR: A. LABOR (FIELD FOREMAN) B. LABOR (FIELD JRNYMAN) C. LABOR (SHOP MECH) D. LABOR (DELIVERY) E. LABOR (SERVICE) F. DETAILING G. SUPERVISION H. PROJECT STAFF 11. MATERIAL AND EQUIPMENT A. MATERIALS B. EQUIPMENT C. FREIGHT D. RENTALS E. VEHICLES (mY6mLABOR "r) III. SUBCONTRACTORS A. ALL SUBS 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ 0.00 HRS @ LABOR TOTAL $ 92.51 = $ $ 86.81 = $ $ 99.72 = $ $ 75.99 = $ $ 99.72 = $ $ 92.51 = $ $ 98.45 = $ $ 97.85 = $ MATERIAL EQUIPMENT TOTAL SUB SUBTOTAL DATE: 25 -May -21 JMI COR #: 8030 IV. OTHER DIRECT COSTS A. SAFETY @ 2% OF LABOR $ B. SMALL TOOLS AND CONSUMABLES © 5% OF LABOR $ C. PERMITS � OTHER DIRECT COSTS TOTAL � V. TOTAL ITEMS I, II, III, AND IV VI. OVERHEAD & FEES A. OVERHEAD B. PROFIT C. SUBCONTRACTOR MARKUP VAL|DFOR 3ODAYS U TOTAL AMOUNT FOR THIS CHANGE ORDER PROPOSAL $ (4.832.00) � � � (4,832.00) This change proposal only includes costs that can be identi ied at this time. This change proposal does not include any amount for changes in the sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration or impact costs. Johansen Mechanical expressly reserves the right to address any and all of these and related items of cost prior to final settlement of the contract.