Loading...
HomeMy WebLinkAboutTrans 2014-05-27 Item 2D - Contract Supplement #1 - 2014 Overlay and Repair Program Construction Management with KPG IncCity of Tukwila Jim Haggetton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director David Sorensen, Project Manager DATE: May 23,2014 SUBJECT: 2014 Overlay and Repair Program Project No. 91410401, Contract No. 13-193 Supplement No. 1 for Construction Management Services ISSUE Execute Supplement No. 1 with KPG, Inc. to provide Construction management services for the 2014 Overlay and Repair Program. BACKGROUND Five (5) engineering firms were evaluated to provide construction management services for the City's 2014 Overlay and Repair Program (see attached scoring and selection matrix). Each consulting firm provides services with expertise in multiple engineering disciplines. All of the firms are qualified; however KPG, Inc. possesses a knowledge and understanding of the City's program that provides efficiency and benefits which cannot be matched at this time by any other firm. KPG, Inc. has prepared preliminary plans for several of the project segments as part of the 2013 Overlay and Repair Program and has also performed very well on previous City projects, including preliminary design of the 2014 Overlay and Repair Program. The selection of a consultant to provide these services will continue to be evaluated annually as consultant's staffing and expertise change over time. DISCUSSION KPG, Inc. has provided a supplement, scope of work. and fee estimate for construction management services for the 2014 Overlay and Repair Program for $168.729.49. Construction bid opening is scheduled for May 28, 2014. FISCAL IMPACT Sup No. 1 CM Budget Construction Management Sup No. 1 $6_812149 17§;.000 Q,Q RECOMMENDATION Council is being asked to approve Supplement No. 1 to Contract No. 13-193 for construction management services with KPG, Inc. for the 2014 Overlay and Repair Program in the amount of $168,729.49 and consider this item on the Consent Agenda at the June 2, 2014 Regular Meeting. A: &n,ents Con. vc stlar•+ Sang Mann vwy Abp Pop 15, 2010 COP ConUK1. Saps urwvt w Eta Corm* WPW1nI O.tOSA QA...*NlcYhwjCW 5 Refit PV/rn:CI4QSa ILMaryw!ItayPP:aWylargpelrvu W-4 Phil el 'P3M2't0.a 33 2014 Overlay Program — Contract for Construction Management Services DEA Associate: a m Y Jason Engineering ci a Y CH2M Hill, Inc. Paving project design/ constuction experience. 1 3 1 3 2 2 2 3 4 2 3 3 3 2 3 Current Knowledge of FHWA, State, and Tukwila Standards and Procedures 2 Environmental Experience 2 2 Experience with similar federal aid projects? 2 2 Expertise Using Federal Funds 2 2 3 3 3 Project Manager 1 1 2 5 4 Small Scale Projects 2 2 1 4 2 Utilities 2 2 3 3 3 Stormwater, Drainage, and Detention Design. 1 2 3 4 4 Plan Review 1 2 3 4 4 Contruction Inspection 1 3 3 4 4 Survey Crew In -House 2 1 4 4 2 TOTALS 19 23 31 43 37 For each category, highest score is 5 (with the lowest or worst score 1) Consultant with the highest score is ranked the best. Staff: Dave Sorensen Selection Date: 5/13/14 Selected Consultant: KPG, Inc. Selection Justification: This firm has demonstrated relevant pavement project design experience including exceptional familiarity with WSDOT/ FHWA standards, and a solid DBE approach and commitment. And has performed well on previous city overlay projects in providing design and CM services. Based on overall score KPG prevailed. N S 9oolnp - ko • S 112 St 115 t '1 St'1 e Z Project Locations 5124 St 4s N M S 149 St S 152 St N t5 156 St tn 191 t N S 164 St N N N i J s Strsnder 91vd Imp Iry • City of Tukwila Department of Public Works 2013 Overlay Program 10/9/2013 Vicinity Map 35 PROJECT: DESCRIPTION: JUSTIFICATION: STATUS: MAINT. IMPACT: COMMENT: CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 Annual Overlay and Repair Program Project No. 91310401 Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. Reduces annual maintenance. Ongoing project. Only one year actuals shown in first column, FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 194 100 100 125 125 150 150 175 175 1,294 Land (R/W) 0 Const. Mgmt. 165 175 175 175 200 200 225 225 1,540 Construction 969 1,225 1,250 1,260 1,300 1,320 1,325 1,325 9,974 TOTAL EXPENSES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 TOTAL SOURCES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 2014 - 2019 Capital Improvement Program 15 36 SUPPLEMENTAL AGREEMENT NO. 1 AGREEMENT No. 13 -193 PROJECT No. 91410401 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: 2014 Overlay Program — Construction Services This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 2nd day of December, 2013. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction services in accordance with the scope of work included as Exhibit A. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $168,729.49 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $288, 606.30 without express written modification of the Agreement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of , 2014. APPROVED: APPROVED: CITY OF TUKWILA KPG, INC. Jim Haggerton Mayor Attested: Christy O'Flaherty, City Clerk Nelson Davis, P.E. Principal 37 EXHIBIT A City of Tukwila 2014 Overlay Program Supplement No. 1 Construction Services Scope of Work May 19, 2014 0 This work will provide construction services for the construction contract to complete the City of Tukwila — 2014 Overlay Program. These services will include design support, project management, documentation control, inspection, materials testing, public involvement, and contract administration during the construction of the project, as detailed below. KPG ( "Consultant ") will provide to the City of Tukwila ( "City ") construction management services for the project. A detailed scope for the Contract follows: I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: • The proposed project team will include a part -time project manager, one part -time documentation control specialist, a part -time project engineer during construction activities, one full -time inspector during construction activities when unit price work is being performed, and sub - consultant to provide services for materials testing.. It is anticipated that full -time site observation will be required for the entire project. • The level of service is based on a construction project duration of approximately 60 calendar days. • KPG estimates a total project duration of 126 calendar days (18 weeks) including preconstruction service, construction services, and project closeout. • It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of services provides the management of the ROM and scheduling of required materials testing respectively. • It is anticipated that the City will review and execute the insurance, bonds, and the Construction Contract. • It is anticipated that all Community Outreach will be completed by the City. • The design engineers from KPG will be available during construction to answer questions during construction and review RAM's, shop drawings, and answer RFI's that require a level of engineering expertise outside of the capabilities of the Consultant. • Services will be performed in accordance with the Contract plans & special provisions, and City of Tukwila engineering standards. CityG3bfllukwilaC -- 2014iDverlayTrogram Pagel!!abf 7E KPG1 Constructions ervicesEfi ProjectrAlumberf131560 ScopeRbfiMforkI Ei 5/19/2014E 38 EXHIBIT A II. SCOPE OF WORK The objective and purpose of this Construction Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for. TASK 1— MANAGEMENT /COORDINATION /ADMINISTRATION Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. • Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. • Review monthly expenditures and CM team scope activities. Prepare and submit project progress letters to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables0 • MonthlOnvoicesG3bndlprogressC eportsE TASK 2 — PRECONSTRUCTION SERVICES 2.1 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices. The Consultant's project manager, resident engineer, inspector, and document control specialist will attend the preconstruction conference. The Consultant will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre - construction conference, the Consultant shall facilitate discussions with the Contractor concerning the plans, specifications, schedules, issues with utilities, unusual conditions, Federal, State, and local requirements and any other items that will result in better project understanding among the parties involved. DeliverablesE • PreconstructionlonferenceC3bgendal vithl ineetinganinutes0 TASK 3 — CONSTRUCTION SERVICES - FIELD 3.1 On -site Observation: The Consultant shall provide the services of one full time inspector during construction activities and other tasks necessary to monitor the progress of the work. An additional part time inspector may be incorporated as dictated by the Contractor's approach to the Work. Construction staff shall oversee the following items of work, on the project site, and will observe the technical progress of the construction, including providing day -to -day contact with the Contractor and the City: CityllbfllukwilaC -- 201411DverlayTrogram PageMbf 70 ConstructionE ervices Eii ScopeRbRiNorkli Ei KPGIJ ProjectNum ber1131560 5/19/2014E 39 EXHIBIT A o Preparation to include mobilization, clearing and grubbing, removal of structures o Grading, installation of drainage and storm sewer o Erosion Control and Planting o HMA grinding and paving o Driveways, curb, gutter and sidewalk o And all incidental items necessary to complete the Work as described in the Plans and /or Specifications. Field inspection staff will perform the following duties as a matter of their daily activities: Observe technical conduct of the construction, including providing day -to -day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1 -05.1 and 1 -05.2 of the Standard Specifications. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non - conforming work observed during site visits. Document all material delivered to the job site in accordance with the contract documents. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. v. Interpret Contract Documents in coordination with the City and KPG. vi. Resolve questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. vii. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viii. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. ix. Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. x. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10 -2). xi. Attend and actively participate in regular on -site weekly construction meetings. xii. Take periodic digital photographs during the course of construction, and record locations. xiii. Coordinate with the City's maintenance personnel. CitylbfllukwilaC f2014EDverlay [grogram PageL3C3bf 7E ConstructionE ervices ScopeRbRi/VorkO Eii KPGF1 Projectr lumberf131560 5/19/2014E 40 EXHIBIT A xiv. Punch list. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. • 3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or ' punchlist' of items to be completed. A punchlist and Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. 3.3 Materials Testing: Coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and address deficiencies. Frequency of testing shall be determined by the resident engineer. Assumptions: • Consultant will provide observation services for the days /hours that the contractor's personnel are on -site. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non - conforming work, and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractors' performance, and it is understood that Consultant shall assume no responsibility for: proper construction means, methods, techniques; project site safety, safety precautions or programs; or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. Deliverablesi • Daily Construction Reports with project photos — submitted on a weekly basis • Punch List, Certificate of Substantial Completion • Review test reports for compliance CityllbfllukwilaC f201411DverlayTrogram Pagellliabf 70 ConstructionE ervices ScopeRbRiNorkli Eii KPGF1 ProjectE Wumberf131560 5/19/2014E 41 EXHIBIT A TASK 4.1— CONSTRUCTION SERVICES — OFFICE A. Document Control. Original documentation will be housed at the Consultant's office, and filed in accordance with standard filing protocol. A copy of working files will be maintained in the field office. Document Control consists of: • Final Estimate (Approving Authority File) • Comparison of Preliminary and Final Quantities (Approving Authority File) • Final Records (Approving Authority File) • Record of Material Samples and Tests • Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. C. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and /or budget changes. D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis. E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for conformance with the contract documents. F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for payment each month will be calculated with detailed data. G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City, contractor and approve as permitted. Utilize City provided format for pay estimates, or Consultant format. H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and compare with field- observed progress, as described in Section 1 -08 of the Special Provisions. In addition, perform schedule analysis on contractor provided CPM updates and review schedule for delays and impacts. Coordinate with Contractor in the development of recovery schedules, as needed, to address delays caused by either events or issues within the Contractor's control or other events or issues beyond the Contractor's control. Certified Payroll: Process and track all certified payroll per State Prevailing Wage Requirements. This includes verifying the initial payroll for compliance and 10% of all payrolls submitted thereafter. Tracking payroll each week. J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day report each week. K. Subcontractor Documentation: Process / Approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award CitylbfliTukwilaC -- E2014E3DverlayTrogram Page Ebbf 7E Cons truction3ervices Eii ScopeE3bRi/Vork I KPGI1 ProjectrAlumberEt31560 5/19/2014E 42 EXHIBIT A Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs. L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed set of project record drawings based on Contractor provided information and from inspection notes. Record drawings to be verified on a monthly basis, as part of the progress payment to the Contractor. Upon project completion, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will provide the marked up plan sheets with both the contractors and inspectors as -built information. Revise CAD drawings to reflect as -built conditions based on Contractor /Inspector provided redlines. M. Physical Completion Letter: Following completion of all punchlist work, prepare physical completion letter to the contractor, and recommend that City and /or Utilities accept the project. N. Project Closeout: Transfer all project documents to the City for permanent storage. • Schedule review comments • As -built schedule • Meeting agendas and notes • Monthly Pay Estimates • Subcontractor Packets • Cost Projection • Physical Completion Letter • Final Project Documents TASK 4.2 — SUBMITTAL /RFI PROCESSING A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Key submittals to be transmitted to the City for their review and approval. Submittals shall be logged and tracked. B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked. C. Record of Materials (ROM): Utilize ROM prepared by KPG and update based on Special Provisions and Plans for use on the project, based on the contract specifications. The ROM will be maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site including manufacturer /supplier, approved RAM's, QPL items, material compliance documentation, and all other required documentation. Deliverables0 • Submittal log • RFI Log • Completed Record of Material for Material Certification CityllbfllukwilaC f201411Dverlay [grogram Pagef abf 70 ConstructionE ervices ScopeRbRiNorkli 0 KPGO ProjectrAl um berf131560 5/19/20140 43 EXHIBIT A TASK 4.3 — CHANGE MANAGEMENT A. Case Log: Develop and maintain a case log which includes change orders, RFP's, Field Work Directives B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. Each change order will be executed in accordance with WSDOT Standard Specifications and contain the following: • Change order • Independent Cost Estimate • Time Impact Analysis • Contractor's Pricing • Verbal Approval Memo • Back up documentation C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule. D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications. Each minor change order will be executed and contain the following: • Independent Cost Estimate • Verbal Approval Memo • Back up documentation E. Force Account: Track contractor force account labor, equipment and materials. All force account calculations will be verified by the engineer and double checked by the documentation specialist. Deliverables0 • Change Order(s) • Case Management Log • RFI Log • Minor Change Order(s) • Force Account Records CityllbfilukwilaC 101411DverlayTrogram PageFFf 7E Cons truction3ervices Eii ScopeRbRiNorkli Ei KPGI1 Projects lumberf131560 5/19/2014E 44 54 20 320 0 20 440 80 136 20 0 264 148 $ 145,979.49 1 HOUR AND FEE ESTIMATE Project: City of Tukwila 2014 Overlay Program Construction Services EXHIBIT B KPG • Architecture • Landscape Architecture • Civil Engineering • Task Description Labor Hour Estimate Project Senior Project Design CAD Const Const Senior Senior Survey Document Office Manager Engineer Engineer Engineer Technician Inspector Inspector Const Insp Const Insp Crew Specialist Admin (night) (night) $ 179.26 6 143.58 $ 123.96 S 99.45 S 86.18 6 62.05 S 74.46 $ 112.71 S 135.25 $ 139.96 $ 112.71 $ 74.24 Total Budget Budget 1 - Management, Coordination, Administration (Estimated duration 18 weeks) Weekly level of effort by Classification 1 0 Preconstruction Budget Estimate 18 0 0 0 I 0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 2 Preconstruction Services (Estimated duration 4 weeks) Weekly level of effort by Classification Preconstruction Budget Estimate 36 $ 5,899.27 2 0 20 0 10 0 5 0 0 10 4 8 0 80 O 0 40 0 20 0 0 40 3 Construction Services (Estimated duration 10 weeks) Weekly level of effort by Classification 16 $ 21,783.64I 2 I 2 20 O 0 40 2 10 2 16 8 Construction Period Budget Estimate 20 20 200 O 0 400 20 100 20 4 - Closeout/Record Dwg Services (Estimated duration 4 weeks) 0 160 80 $ 95,508.001 Weekly level of effort by Classification 2 0 1 10 0 5 10 0 16 4 Closeout / Record Dwg Budget Estimate 8 0 40 0 20 40 0 16 0 0 64 16 $ 20,802.971 Subtotal - Labor Reimbursables & Subconsultants Material Testing Allowance $ Construction Vehicle (3 months @ $750) $ Miscellaneous - Mileage. Repro, Field Supplies $ 17500.00 2,250.00 3.000.00 Subtotal - Reimbursables $ 22,750.00 Total Project Budget $ 168,729.49 5/20/2014 Project Cost Estimate Special Inspection and QA Testing Tukwila 2014 Overlay Program Tukwila, Washington Prepared For: Nathan Monroe with KPG HWA GEOSCIENCES INC. HWA Ref: Date: Revised: Prepared By: 2014- P088 -23 16- May -14 SB PROPOSED WORK SCOPE: This cost estimate was prepared from a set of drawings and specifications obtained from Client HWA proposed services will consist of field inspection and testing, including: 1. Sampling and Laboratory testing of compacted aggregates (Gravel Borrow, CSTC). 2. Inspection and compaction testing of Gravel Borrow and CSTC. 3. Sampling bitumen oil and aggregates at HMA plant to establish Oven Correction Factor. 4. Inspection and testing of HMA placement and compaction. 5. Sampling of HMA mix at the Plant, laboratory testing for theoretical Rice Density, bitumen content and gradation. 6. Written field reports will be prepared for all inspections and reviewed for QC. Not included in HWA work scope: Assessment of safety or environmental issues. ESTIMATED HWA LABOR: WORK TASK DESCRIPTION 2014 PERSONNEL & HOURLY RATES TOTAL AMOUNT Principal $190.00 Proj Mgr $160.00 Inspector $80.00 Clerical $71.00 TOTAL HOURS Soils Inspection and Testing, including: Sampling CSTC and Gravel Borrow for laboratory testing 6 6 $480 Compaction testing of Gravel Borrow and CSTC 24 24 $1,920 Asphalt Inspection and Testing, including: Sampling of Cold Feed and Oil at the HMA batch plant 4 4 $320 Sampling of HMA from Batch Plant 28 28 $2,240 Monitoring and Testing during Placement of HMA 60 60 $4,800 Project Management, QA Review and Reporting 4 16 2 22 $3,462 TOTAL LABOR: 4 16 122 2 144 $13,222 2014- P088 -23 Tukwila 2014 overlay Program 1 of 2 HWA GeoSciences Inc. LABORATORY TESTING ESTIMATE: LABORATORY TEST Est. No. Tests Unit Test Cost Total Cost Laboratory acceptance testing of CSTC 1 $215 $215 Laboratory acceptance testing of Gravel Borrow 1 $175 $175 Proctors on compacted Materials 2 $200 $400 HMA ignition oven correction factor 3 $90 $270 HMA testing for Rice, extraction and grading 7 $235 $1,645 LABORATORY TOTAL: $2,705 ESTIMATED DIRECT EXPENSES: Mileage IRS Rate $300 Mileage for sampling aggregates and I-IMA at sources $300 Nuclear Gauge Rental @ $30 /day $240 TOTAL DIRECT EXPENSES: $840 ESTIMATED PROJECT TOTALS AND SUMMARY: Total labor cost $13,222 Laboratory testing $2,705 Direct expenses _ $840 ESTIMATED TOTAL: $16,767 Assumptions: 1. These estimates may require adjustment due to the Contractor's rate of construction, weather delays, night work and /or other factors beyond our control. 2. The HWA PM reserves the right to shift hours between the various subtasks as required. 3. All night work is charged at 8 hour minimum segment and at additional 15% over normal charge out rate. 2014- P088 -23 Tukwila 2014 overlay Program 2 of 2 HWA GeoSciences Inc.