Loading...
HomeMy WebLinkAbout10/18/2022 06.L. Resolution authorizing Task Order 2022-02 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SW2651 - 2023 Drainage Improvement District CIPP Rehabilitation 5l BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.L. For Meeting of: October 18, 2022 ITEM TITLE: Resolution authorizing Task Order 2022-02 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SW2651 —2023 Drainage Improvement District CI PP Rehabilitation SUBMITTED BY: Scott Schafer, Director of Public Works David Brown,Assistant Director of Public Works Mike Price, Wastewater/Stormwater Division Manager 249-6815 SUMMARY EXPLANATION: City of Yakima (City) Project SW2651 Drainage Improvement District (DID) Cured in Place Pipe (CI PP) Rehabilitation rehabilitates 4,900 linear feet of stormwater pipe that is experiencing severe root intrusion. The failed clay and concrete pipe, comprising sections of former Yakima County DID infrastructure, requires frequent and extensive root removal efforts by City Stormwater crews to maintain water flow and avoid back-ups. The Project will utilize cured-in- place technology to line the existing pipe with a continuous liner to prevent the intrusion of roots. Task Order 2022-01 under existing City contract 2020-124 with HLA, is for engineering design, bidding, and construction services required for the project in an amount not to exceed $207,640.48. The Task Order with EXHIBIT 1 - PROFESSIONAL SERVICES and EXHIBIT 2 - SCHEDULE OF RATES is attached for Council review. The project is funded through Stormwater Capital Fund 442. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date Type 2 d Resolution 9/26/2022 Resolution a Task Order 9'20/2022 tract 3 RESOLUTION NO. R-2022- A RESOLUTION authorizing Task Order 2022-02 with HLA Engineering and Land Surveying, Inc. to provide engineering services for City of Yakima Project No. SW2651 —2023 Drainage Improvement District CIPP Rehabilitation WHEREAS, the City of Yakima owns and maintains the Stormwater Conveyance System in accordance with applicable Federal, State and Local regulations; and WHEREAS, the Stormwater Division has identified the need to rehabilitate approximately 4,900 linear feet of public stormwater conveyance pipe that formerly comprised portions of Drainage Improvement District infrastructure at various locations throughout the City in order to remove existing roots and to prevent further root intrusion; and WHEREAS, the City of Yakima Stormwater Division requires engineering design, bidding, and construction services for the stormwater conveyance system improvements; and WHEREAS, the City previously entered into City of Yakima Contract No. 2020-124 with HLA Engineering and Land Surveying, Inc. to develop Task Orders at the direction of the City to provide engineering services for stormwater system improvements; and WHEREAS, at the direction of the City, HLA developed Task Order 2022-02 for the engineering services required for the improvements identified in Project No. SW2651; now, therefore WHEREAS, the City Council has determined that it is in the best interest of the City of Yakima and its residents to approve Task Order 2022-02 with HLA Engineering and Land Surveying, Inc., to perform the required engineering services; now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute Task Order 2022-02 under Contract No. 2020-124 between the City of Yakima and HLA Engineering and Land Surveying, Inc., in an amount not to exceed Two Hundred Seven Thousand Six Hundred Forty Dollars and Forty-Eight Cents ($207,640.48) to provide engineering services for Project No. SW2651 2023 Drainage Irrigation District CIPP Rehabilitation; a copy of Task Order 2022-02 with EXHIBIT 1 — PROFESSIONAL SERVICES and EXHIBIT 2 — SCHEDULE OF RATES is attached hereto and by this reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 18th day of October, 2022. ATTEST: Janice Deccio, Mayor Sonya Claar Tee, City Clerk 4 TASK REGARDING AGREEMENT BETWEEN CITY OFYAKIMA (CITY CONTRACT NO. 2020'124. RESOLUTION NO. R-2020'083) AND HLA ENGINEERING AND LAND SURVEYING, INC., (HLA) WHEREAS, CITY and ENGINEER entered into City Contract No. 2020-124 ("the contract") as authorized by City Resolution No. R-2020'083; and ^ WHEREAS, the parties agreed in the contract, Section 2.1 that ENGINEER shall be expected to perform the work required by each task or group of tasks as assigned by the CITY for completion as required by the CITY and approved by Yakima City Council; THEREFORE,the parties agree ENGINEER shall complete the following tasks as part of the Basic Services as defined in Section 2.1 of the contract subject to all the terms and conditions contained in the ountnoct, which is incorporated by reference. PROJECT DESCRIPTION: Stmrrnxxater Division Capital Improvements 2022 C1PP DID Rehabilitation (PROJECT) HLA Project No. 221G5E City Project No. SgV2661 The City of Yakima (CITY) desires to rehabilitate approximately 4,900 linear feet(LF) of Drainage Irrigation District (DID) pipelines at various locations throughout the C|TY, necessary to properly maintain and operate existing pipelines. Rehabilitation of DID system includes the following: S. 40m Avenue/Storm Avenue N1H1104@—yNH11083 S. 67mAvenue' Chestnut Avenue to Timtwn Drive N1H 10941 —yNH10946 PnmschAnenue and 18mAnenue K8H 11216—yNH 11217 North mf Lincoln Avenue, 29m Avenue to 35mAvemue N1H 10841 —yNH 10833 P|mth Avenue and S. 18mAvenue N1H11246—yNH11247 W. Ahtmmmrn Road and Burlington Northern Railroad 8NH 10312—yNH 10315 Manhole Rehabilitation at various locations 10 Each SCOPE OFSERVICES: At the direction of the CITY, HLA Engineering and Land Surveying, Inc. (HLA). shall provide professional engineering and land surveying services for the PROJECT. HLA services will include: �1.0 - &na 1.1 Provide complete PROJECT management tn deliver the PROJECT within mutually determined expectations. 1.2 Attend two (2) PROJECT meetings with CITY staff at 80Y6 and 9096 plan completion to fully review all elements of the PROJECT. 1.3 Conduct o topographic survey of the PROJECT areas as required to complete daaign, p|onu, and specifications, including call for utility locates. aAz^wmmxx rook umo'mxemm°Qnoz\mv,m Water mvm/ononzr cm,mw"w,o/pp n°»um2022 aw,mw*te, o/o o/pp Task ome.uo2u'nu' F/wALovox Page 1 nf10 n 1/$ Perform field investigations necessary to design the identified improvements, including measuring inverts within manho|ao, measuring water main depths, field checking topographic survey, and all associated traffic control for field investigations. 1.5 Review video inspection of the DID pipelines as provided by the CITY and identify existing connections and obstruction removal needs. 1.6 Determine location and install uptothreu(3)groundwater monitoring wells through the Bunning Tree housing area. It is intended to monitor groundwater depth through the winter of 2022 through the summer of2U23. 17 Obtain Tide Ropndn for all privately owned property whore construction activity may occur. It in anticipated up to JUtit|m reports may be needed. 1.8 DID Section MH 10312to MH 10315oroouing Ahtanum Road: Prepare Central Washington Railroad permitting documents as required for work within regulated proximity of the railroad and coordinate Iron Home Property Development for approved permits. All fees associated with permitting including application cost, will bo paid by the CITY. 1.9 Perform the preliminary design and submit 60Y6 preliminary plans and preliminary estimate to the CITY. 1.10 K8an1 with CITY to review 8096 submittal. CITY to confirm removal of any pipeline segments within five working days following 0096 review meeting. 1.11 Following receipt of8O96 plan review comments by the CITY, prepare 0096 design plans and submit to the CITY for review. 1.12 Review and discuss 90Y6 design plans with CITY staff. 1.13 Following receipt of 0096 plan review comments by the C|TY, perform the final d*sign, and prepare complete plans and specifications for publicly bid improvements, as authorized by the C|l-y. 1.14 Prepare the Engineer's Estimate of construction cost. 1.15 Following receipt of authorization from CITY, prepare advertisement for bids and provide to the CITY for use and implementation. All fees associated with bidding will be paid by the CITY. 1.18 Furnish the CITY o|eotnunio copies of the final plans and specifications for bidding and construction. It is anticipated HLAvviU pnapona one (1) complete set ofplans and specifications for one (1) hid omU; additional bid ponhmAos beyond two,will be considered additional services. Six(6) printed copies of the contract documents will be made for later distribution to the CITY and Contractor after contracts are awarded. 1.17 Submit bid advertisement tothe Yakima Herald Republic. 1.18 Post contract plans and specifications to the HLA website for bidding purposes. 1�19 Notify private utility companies and plan centers of upcoming PROJECT and maintain p|onho|dom list, including oontra(tom, subcontractors, and CITY staff. 1.20 Answer and supply such information as requested by prospective bidders. 1.21 Prepare and issue addenda, ifnecessary, 1.22 Attend bid opening and participate in the bid evaluation process, aAoonoamvu Task omomnaumaoouommnn Water owv/oo\2oux nw,mwat°,c/pp nexamenou uw,mwate,o/o o/pp Task Order zoue'o2' F/wAL.uvvx Page 2of10 � o 1.23 Prepare tabulation of all bids received by the CITY and review bidder's qualifications and responsiveness. 1.24 Make recommendation of construction contract award to the |mwont responsible bidder. 1.25 Prepare Notice of Intent tn Award toContractor. 1.28 Assemble construction Contracts and coordinate execution of the Contract with the CITY and Contractor, including review of bond and insurance requirements. 2^0 Construction Enaineerinq. 2.1 Coordinate and bsni|itoha prmoonutru(tion meeting with the C|TY. Contractor, private uh|iUeo, and affected agencies. 2.2 Prepare and issue notice to proceed to the Contractor. 2.3 Assist CITY with preparing construction impacts informational pamphlets for CITY distribution to nearby property mwnmm, an requested. 2.4 Furnish a qualified resident engineer(inspector) to observe construction at the PROJECT site during all significant work. The resident engineer shall provide surveillance nf construction for substantial compliance with plans and specifications. 2.5 Perform measurement and computation of pay items, prepare and file progress reports for the PROJECT with the CITY, and provide monthly progress pay estimates to the CITY. 2.8 Adnniniutarbi-weoWy construction meetings as requested by CITY. 2.7 Prepare weekly statements of working days. 2.8 Consult and advise the CITY during construction and make o final report of the completed work. 2.0 Monitor the Contractor's compliance with the contract documents labor standards and review Statements of Intent to Pay Prevailing VVmgos and Affidavits of Wages Paid. 2.10 Review Contractor's submission of samples and shop druvvin0a, where applicable. 2.11 Review materials testing results for compliance with plans and specifications. 2.13 Recommend progress payments for the Contractor 10 the CITY. 2.13 Prepare and submit proposed contract change orders when applicable. 2.14 Review puut'inata||aUonvideo inspection of the storm sewer main oo provided by the Contractor and identify any deficiencies. 3.15 Perform final walk-through with the CITY and Contreotor, issue final punoh|iut, and inspect punoh|iot items once completed. 2.16 Prepare and furnish reproducible record drawings of all completed work from as-built drawings furnished by the resident engineer and Contractor. 3.0 Additional Services Provide pnohooaiono| engineering and land surveying services for additional work requested by the CITY that is not included in this Tusk Order. mAoon/mmo m nu"k omors,umm000xxmmnn wmlm o/v/»mn\2022 ow,*wxte,o/pp mooauuoxx sw,mwat°,o/o o/pp roak Order zouu'ou' p/m*Lavox Page 3of10 7 4.0 Items to be Furnished and Responsibilitv of CITY The CITY will provide or perform the following: 4.1 Provide h/U information as to CITY requirements of the PROJECT~ 4.2 Assist HLA by providing all available information pertinent to the PRCUECT, including video inspections of all pipe segments, previous reports, drawings, plats,surveys, utility records, and any other data relative to design and construction of the PROJECT. 4.3 Contact property owners affected by the PROJECT and gain necessary access to property for field inmen1iUution, design, and construction of improvements. 4.4 Provide CITY legal direction on access to and rehabilitation of existing DID lines necessary for design and construction. 4.5 Examine all studieo, reports, okotohes, ootinoatau, opeuihuaUnns, drawin0u, proposals, and other documents presented by HLA and provide written decisions within o reasonable time an not to delay the work ofHLA. 4.8 Obtain approval of all governmental authorities with jurisdiction over the PROJECT and approvals and consents from other individuals or bodies as necessary for completion of the PROJECT. 4.7 Pay for project bid advertisement costs. 4.8 Pay for all necessary testing costs and permit fees, ' TIME OF PERFORMANCE: ^` The services called for within this Task Order shall bo completed aofollows: 1,0 'Desion Engineerina It is intended for this PROJECT to be ready for bid advertisement no later than Gaptember2023. Submittal of 8096 plans will be provided no more than one hundred twenty (120) oo|*ndor days following receipt of DID video inspection files from the CITY. Submittal o/0O96 plans will bo provided within sixty (00) calendar days following CITY comments received from previously submitted set. Final plans will be provided within sixty (60) calendar days following receipt of CITY comments from previously submitted set. 2.0 Construction Ennineerinq Engineering services during construction for the PROJECT shall begin upon construction contract avvend by the CITY 1othe lowest responsible bidder and will extend through both the completion of construction and completion ofao'nnnstrunted drawings and labor documentation closeout, as requested and directed by the CITY. A maximum of thirty-five (35) working days has been assumed for the construction of improvements. Should the Contractor be Unardod time extensions for construction completion due to recognized delays, requested additional wnrk, and/or change ovdero, engineering services beyond the thirty-five (3S)working days shall be considered additional services. 3.0 Additional Services Time of completion for work directed by the CITY as additional services shall be negotiated and mutually agreed upon ot the time service io requested by the CITY. oAovotraot,u Task omommvmmaoouu\umnn wam,o/v/o/onNuoue mo,mwaw,o/pp nooau\2022 om,mwot°,o/o c/Pp Task Order eozu'ou' F/wAL,doo Page 4of1O a FEE FOR SERVICE: For the uonviooa furnished by HLA on described in this Tank Order, the CITY u0n*es to pay HLA the fees as set forth herein. The amounts listed below may be revised only by written agreement nfboth parties. sign Enaineerinq - -All work shall be performed on a time-spent basis at the normal hourly billing rates in effect at time of the Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time-spent basis at the hourly billing rates provided in EXHIBIT 2, plus reimbursement for direct non-salary expenses. An estimate uf time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee for this work is $117.820. 2*0 Construction E#gi#eering. All work shall be performed on o time-spent basis at the nomoo| hourly billing rates in effect at time of the Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time-spent basis at the hourly billing rates provided in EXHIBIT 3. plus reimbursement for direct non-salary expenses. An estimate of time and expenses for services in provided in EXHIBIT 1below. The estimated maximum fee for this work io $80'82O.00. AdditionalSwrv|��� ` Additional work requested by the CITY not included above shall be authorized by the CITY and agreed upon by HLA in writing prior to proceeding with services. HLA will perform additional oamioaa as directed/authorized by the CITY on a time-spent basis at the hourly billing rates included in our General Agreement, plus reimbursement for direct non-salary expenses such as laboratory teoting, printing mupenoou, vehicle nni|auge' out-of-town travel costs, and outside consultants. Proposed: HLA Engineering ang; `. |no� ��tb K8iohoe|T. Batt|e, PE, President Approved: City of Yakima Date Robert Harrison, City Manager oAonmm"*& Task omomnamma\emzmmnm Water o*ismmxozzmn,mw°te.o/pp *o»u»Qozzuwnnwom,DID c/pp Task Order uozz-0u' F/wxL.00vx Page 5uf1O 9 EXHIBIT 1 — PROFESSIONAL SERVICES During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division—2022 CIPP DID Rehabilitation (PROJECT) Task Order No. 2022-02 HLA Project No. 22165E For the services described in Task Order No. 2022-02, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020- , Resolution No. R-2022- ). The following spreadsheet shows the estimated time and expenses to perform said services. ... 'Pro)ect Title: 2022 CIPP DID Rehabilitation Client: City of Yakima 'City Contract Number: 2022- HLA Project No,22165E Date: _ September 2,2022 ENGINEER'S HOURLY ESTIMATE Senior Licensed ' Project Licensed Surveyor ' CAD Administrative Task Pro Task Principal Principal Engineer Land on Two Technician Clerical Total Task Direct ject No, Engineer ' Engineer II Surveyor Man Crew Hours Costs . $229 ' $206 $173 $167 1 $117 $133 $90 .... 1.0 DESIGN ENGINEERING ' ... , 1 Project Management 8 12 0 0 , 0 0 4 22 , ...... 2 Project Meetings(2 Each) 1 4 4 0 0 4 2 15 , 32,465: .. . - 3 Topographic Surveying 0 2 2 6 ' 48 16 0 74 $9,508 4 Field Investigations 0 2 6 0 ' 0 12 0 22 53,396, 5 Pipeline evaluation,review video Inspection 0 2 6 0 0 4 0 12 $1,986_ .......... - , - 8 Ground Water Monitoring , 1 6 16 0 0 4 2 29 $4,957' . , .. 7 Obtain Title Reports(est.30 Each) 0 0 2 6 0 2 0 10 $1,614, B CVVRR Permitting and Coordination 1 4 12 0 , 0 0 0 25 ' $4,201" 9 Preliminary design-60% ,, 2 16 36 4 0 64 2 124 $19,374, i 10 Review wi and include Agency review 1 4 6 0 0 8 1 22 $3,599 ...... 11 Preliminary design 90% 2 12 24 4 0 40 2 84 $13,274" ...... . , 12 Review wir and include Agency review 1 4 6 0 0 e 1 20 $3,253, . , 13 Final design,plans,and specifications 2 12 18 4 II 32 6 74 $11,532. 14 Prepare estimate of construction cost 1 4 12 0 0 8 0 25 $4,201 15 Copies of plans and specifications 0 0 2 0 0 0 4 5 : $74 1S Prepare and submit bid advertisement 0 0 1 0 0 0 2 3 - $353' x. 17 Answer bidder questions and maintain planh older list 0 2 4 0 0 0 4 10 $1,488,, 18 Prepare and issue addenda 0 2 2 0 , 0 0 4 8 ' $1.122. 19 Altend bid opening 0 2 2 0 0 0 , 0 4 $762 . - 20 Prepare tabulation of bids 0 0 1 0 0 0 4 i 5 5533., 21 'Make recommendation of contract award 0 1 I 0 0 0 2 4 $561• 22 Prepare notice of award 0 0 1 0 0 , 0 ' 2 3 ' $353, 23 Assemble construction contracts,review bond/en 0 1 2 0 0 0 6 11 $1,274 Labor Subtolal I , 16 92 170 24 48 ' 210 : 50 612 594,722 EXPENSES: _ • . ' Travel: Cost/Unit, Ground I Days Days '; Miles , Unit Mileage $0 63 157 . ' $98.10 Misc,Expenses: Title Reports $400 , 30 , $12,000.00. . r , . , Sub-Ceosultants: • Holocene-Monitoring Wells I$10,000.0D1 1 I I IMuliplier [ 1.11 i si',ma so, ........ Subtotal-Labor $94,722.00 ........ Subtotal-Expenses 523,09610. ...... Total-DESIGN ENGINEERING $117,820.10 0 - ....... G:\Contracts & Task Orders\Yakima\2022\Storm Water Division12022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP -Task Order 2022-02- FINAL.docx Page 6 of 10 10 EXHIBIT 1 — PROFESSIONAL SERVICES (Continued) During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: Stormwater Division— 2022 CIPP DID Rehabilitation (PROJECT) Task Order No. 2022-02 HLA Project No. 22165E For the services described in Task Order No. 2022-02, compensation shall be paid per Section 5 of the Agreement (City Contract No. 2020- , Resolution No. R-2022- ). The following spreadsheet shows the estimated time and expenses to perform said services. Project Title: 2022 CIPP DID Rehabilitation Client: City of Yakima City Contract Number: 2022- HLA Project No.22165E .... Dale: September 2,2022 ENGINEER'S HOURLY ESTI MATE Senior Licensed ' Project Resident Contract Engineering Task Project Task Total Hours Principal Principal Engineer Engineer/ Administrator Technician Task Direct Na En9ineer Eniineer II Inspector . III I Costs $245 $218 $180 $133 $147 $95 20 CONSTRUCTION ENGINEERING .,. 1 Assist City with Review/Contract Prep. 0 2 2 0 4 4 12 $1,764 ........— - 2 Conduct Pre-Construction Meeting 0 4 4 4 4 0 16 $2,712 3 Construction Observation(35day) 2 8 16 367 0 0 393 $53,92E , - 4 Field Inspection Reports 0 2 2 18 6 2 ' 28 ' $3,998 , .... 5 Construction Administration 0 2 4 0 16 8 30 $4,288 B Construction Meetings 2 4 a 8 4 2 28 ' $4,844 .......... 7 Submittal Review 0 2 4 8 4 2 20 $2,992 8 State Labor Standards Compliance 0 0 2 4 8 0 14 : 82,066 9 Progress Payments 0 2 4 4 8 4 22 $3,244 10 Change Orders 1 2 6 6 4 2 21 $3,337i 11 Final Walk-Through/Punchlist 0 2 4 2 2 2 12 $1,906 -- 12 Project Closeout 1 1 4 2 6 4 18 $2,711' 13 Record Drawings 0 0 2 8 2 2 14 $1,908 Labor Subtotal 6 31 62 429 _ 68 32 628 , $89,401. EXPENSES: Travel: CostfUnit , Ground Days Miles Mileage $0,625 , . . Meals/Lodging $0 00 • Misc.Expenses: • Advertisement • . i Telephone • •Postage • Misc, • $0.0C Sub-Consultants: None Anticipated 1_ $0,001 I _ I ' [multiplier 1 1.11 I _ $0,00 Subtotal-Labor $89,481,0d .- - .... . Subtotal-Expenses $338,36 :Total-CONSTRUCTION ENGINEERING $89,820.36 End of Exhibit 1 G:\Contracts& Task Orders\Yakimak2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP -Task Order 2022-02- FINAL.docx Page 7 of 10 11 EXHIBIT SCHEDULE OF RATES FOR HLA� � ` K�mo� Inc.' � � � _-_ _- Effective January 1, 2022, through December 31, 2022 Senior Principal Engineer $22A.0U per hour Licensed Principal Land Surveyor $213.O0 per hour Licensed Principal Engineer $2O8.00 per hour Licensed Professional Engineer $188.UO per hour Other Licensed Professional $185.OU per hour Project Engineer|| $173.00 per hour Licensed Professional Land Surveyor $18T.00 per hour Project Engineer| $155.0O per hour Contract Administrator|U $142.00 per hour Senior Planner $138.00 per hour CAD Technician $133.00 per hour Engineering Technician ||| $12GD0 per hour Resident Engineer $120.O0 per hour Surveyor $124.00pnrhour Surveyor nn Two Man Crew $117.DU per hour Contract Administrator|| $118.00perhour Engineering Technician || $11O.00 per hour Surveyor nn Three Man Crew $1O4.00 per hour Contract Administrator| $00.00 per hour Engineering Technician | $Q0.00 per hour Administrative/Clerical $90.00 per hour Vehicle K8i|ooQe Federal Rote oAoontramau Task omors\Yukom0000 mwnmWam,o*iswmxouz ommwum,c/pp no^au000 ommxwuo,o/o c/pp ' Task Order 20oe-0x' F/wALuvox Page 8of1U 12 EXHIBIT SCHEDULE OF RATES FOR _uLA Enaineering and Land Survevinm Inc. Effective January 1, 2023,through December 31' 2023 Senior Principal Engineer $245.00 per hour Licensed Principal Land Surveyor $22D.00 per hour Licensed Principal Engineer $218.00 per hour Licensed Professional Engineer $108.00 per hour Other Licensed Professional $106.00 per hour Project Engineer|| $18O.0O per hour Licensed Professional Land Surveyor $175.UO per hour Project Engineer| $161.00 per hour Contract Administrator ||| $147.00 porhnur Senior Planner $145.00 per hour CAD Technician $141.00 per hour Engineering Technician ||| $133.00 per hour Resident Engineer $133.0O per hour Surveyor $128.DO per hour Contract Administrator || $122.00 per hour Surveyor un Two Man Crew $122.UO per hour Engineering Technician || $114.UO per hour Surveyor on Three Man Crew $1O8.00 per hour Contract Administrator| $95.00 per hour Engineering Technician | $05.O0 per hour Ad min istnsUve/C|ehoo| 805.UU per hour Vehicle Mileage Federal Rate oAzootmmo& r^ux nmo,s\vuwmunozxmmnn Water o/,m/vno022 nwrmwute,o/pp nehuuoouo om,mwato,o/o o/pp Task Order oozu'oz' p/wAL.uovx Page Aof1U 13 EXHIBIT SCHEDULE OF RATES FOR Effective January 1, 2024,through December 31, 2024 Senior Principal Engineer 0255.00 per hour Licensed Principal Engineer $228.O0 per hour Licensed Principal Land Surveyor $225.UU per hour Licensed Professional Engineer $2O6.00 per hour Other Licensed Professional $2U4.00 per hour Project Engineer || $187.00 per hour Licensed Professional Land Surveyor $18O.OU per hour Project Engineer | $108.UU per hour Contract Administrator ||| $152.00 per hour Senior Planner $148.00 per hour CAD Technician $14O.00 per hour Engineering Technician ||| $138.OU per hour Resident Engineer $13T.UO per hour Surveyor $132.00 per hour Contract Administrator || $128.00 per hour Surveyor on Two Man Crew $125.OU per hour Engineering Technician || $118.00 per hour Surveyor on Three Man Crew $110.00 per hour Contract Administrator | $08.00 per hour Engineering Technician | $QG.DO per hour Administrative/Clerical $A8.OU per hour Vehicle Mileage Federal Rate End of Exhibit 2 oAcommotsu Task omnrs\xak/m"\20 ommnn Wam,o*uwn=oo om,mmute,c/pp monum2022 omnnwom, o/ou/pp ' Task omo,unux-0o- r/wALo^o Page 10of1O