HomeMy WebLinkAboutR-2022-140 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 RehabilitationRESOLUTION NO. R-2022-140
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 181h day of October, 2022.
ATTEST: Janice Deccio, Mayor
Sonya Cla-r -e, City Clerk
TASK ORDER NO. 2022-02
REGARDING AGREEMENT BETWEEN CITY OF YAKIMA
(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
contract, which is incorporated by reference.
PROJECT DESCRIPTION:
Stormwater Division Capital Improvements
2022 CIPP DID Rehabilitation (PROJECT)
HLA Project No. 22165E
City Project No. SW2651
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 CITY, necessary to properly maintain and
operate existing pipelines. Rehabilitation of DID system includes the following:
S. 40th Avenue/Storm Avenue
S. 67th Avenue, Chestnut Avenue to Tieton Drive
Prasch Avenue and 18th Avenue
North of Lincoln Avenue, 29th Avenue to 35th Avenue
Plath Avenue and S. 18th Avenue
W. Ahtanum Road and Burlington Northern Railroad
Manhole Rehabilitation at various locations
SCOPE OF SERVICES:
MH 11045 — MH 11083
MH 10941 — MH10946
MH11215—MH 11217
MH 10841 — MH 10833
MH 11246 — MH11247
MH 10312 — MH 10315
10 Each
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 Design Engineering
1.1 Provide complete PROJECT management to deliver the PROJECT within mutually determined
expectations.
1.2 Attend two (2) PROJECT meetings with CITY staff at 60% and 90% plan completion to fully
review all elements of the PROJECT.
1.3 Conduct a topographic survey of the PROJECT areas as required to complete design, plans,
and specifications, including call for utility locates.
G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab12022 Stormwater DID CIPP - Task Order 2022-02-
FINAL.docx Page 1 of 10
1.4 Perform field investigations necessary to design the identified improvements, including
measuring inverts within manholes, 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 up to three (3) ground water monitoring wells through the Burning
Tree housing area. It is intended to monitor groundwater depth through the winter of 2022
through the summer of 2023.
1.7 Obtain Title Reports for all privately owned property where construction activity may occur. It
is anticipated up to 30 title reports may be needed.
1.8 DID Section MH 10312 to MH 10315 crossing Ahtanum Road: Prepare Central Washington
Railroad permitting documents as required for work within regulated proximity of the railroad
and coordinate Iron Horse Property Development for approved permits. All fees associated
with permitting including application cost, will be paid by the CITY.
1.9 Perform the preliminary design and submit 60% preliminary plans and preliminary estimate to
the CITY.
1.10 Meet with CITY to review 60% submittal. CITY to confirm removal of any pipeline segments
within five working days following 60% review meeting.
1.11 Following receipt of 60% plan review comments by the CITY, prepare 90% design plans and
submit to the CITY for review.
1.12 Review and discuss 90% design plans with CITY staff.
1.13 Following receipt of 90% plan review comments by the CITY, perform the final design, and
prepare complete plans and specifications for publicly bid improvements, as authorized by the
CITY.
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.
1.16 Furnish the CITY electronic copies of the final plans and specifications for bidding and
construction. It is anticipated HLA will prepare one (1) complete set of plans and specifications
for one (1) bid call; additional bid packages 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 to the 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
planholders list, including contractors, subcontractors, and CITY staff.
1.20 Answer and supply such information as requested by prospective bidders.
1.21 Prepare and issue addenda, if necessary.
1.22 Attend bid opening and participate in the bid evaluation process.
G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL.docx Page 2 of 10
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 lowest responsible bidder.
1.25 Prepare Notice of Intent to Award to Contractor.
1.26 Assemble construction Contracts and coordinate execution of the Contract with the CITY and
Contractor, including review of bond and insurance requirements.
2.0 Construction Engineering
2.1 Coordinate and facilitate preconstruction meeting with the CITY, Contractor, private utilities,
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 owners, as 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 of 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.
2.6 Administer bi-weekly 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 a final report of the completed work.
2.9 Monitor the Contractor's compliance with the contract documents labor standards and review
Statements of Intent to Pay Prevailing Wages and Affidavits of Wages Paid.
2.10 Review Contractor's submission of samples and shop drawings, where applicable.
2.11 Review materials testing results for compliance with plans and specifications
2.12 Recommend progress payments for the Contractor to the CITY.
2.13 Prepare and submit proposed contract change orders when applicable.
2.14 Review post -installation video inspection of the storm sewer main as provided by the Contractor
and identify any deficiencies.
2.15 Perform final walk-through with the CITY and Contractor, issue final punchlist, and inspect
punchlist 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 professional engineering and land surveying services for additional work requested by the CITY
that is not included in this Task Order.
G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL.docx Page 3 of 10
4.0 Items to be Furnished and Responsibility of CITY
The CITY will provide or perform the following:
4.1 Provide full information as to CITY requirements of the PROJECT.
4.2 Assist HLA by providing all available information pertinent to the PROJECT, 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 investigation, 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 studies, reports, sketches, estimates, specifications, drawings, proposals, and
other documents presented by HLA and provide written decisions within a reasonable time as
not to delay the work of HLA.
4.6 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 be completed as follows:
1.0 Design Engineering
It is intended for this PROJECT to be ready for bid advertisement no later than September 2023. Submittal
of 60% plans will be provided no more than one hundred twenty (120) calendar days following receipt of
DID video inspection files from the CITY. Submittal of 90% plans will be provided within sixty (60) 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 Engineering
Engineering services during construction for the PROJECT shall begin upon construction contract award
by the CITY to the lowest responsible bidder and will extend through both the completion of construction
and completion of as -constructed 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 granted time extensions for construction completion due to
recognized delays, requested additional work, and/or change orders, engineering services beyond the
thirty-five (35) 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 at the time service is requested by the CITY.
G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL.docx Page 4 of 10
FEE FOR SERVICE:
For the services furnished by HLA as described in this Task Order, the CITY agrees to pay HLA the fees
as set forth herein. The amounts listed below may be revised only by written agreement of both parties.
1.0 Design Engineering
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 of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee
for this work is $117,820.
2.0 Construction Engineering
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 of time and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee
for this work is $89,820.00.
3.0 Additional Services
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 services 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 testing, printing
expenses, vehicle mileage, out-of-town travel costs, and outside consultants.
Proposed:
Approved:
HLA Engineering and
MichI T. Battle, PE, Pr
eying, Inc.
6// /Zo 22
Dat
City of Yakima Date
Robert Harrison, City Manager
CITY CONTRACT NO -1 ?141 o ? `o `--
RESOLUTION NO R 'b �t 4o
G \Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL.docx Page 5 of 10
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.
Project 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
Task
No.
project Task
Senior
Pnncipal
Engineer
Licensed
Pnncipal
Engineer
Project
Engineer
II
Licensed
Land
Surveyor
Surveyor
on Two
Man Crew
CAD
Technician
Administrative
Clerical
Total
Hours
Task Direct
Costs
$229
$208
$173
$167
$117
$133
$90
1.0
DESIGN ENGINEERING
1
Project Management
6
12
0
0
0
0
4
22
S4,230
2
Project Meetings (2 Each)
1
4
4
0
0
4
2
15
$2,465
3
Topographic Surveying
0
2
2
6
48
16
0
74
$9,508
4
Field Investigations
0
2
8
0
0
12
0
22
$3,396
5
Pipeline evaluation, review video inspection
0
2
6
0
0
4
0
12
$1,986
6
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
8
CWRR Permitting and Coordination
1
4
12
0
0
8
0
25
$4,201
9
Preliminary design - 60%
2
16
36
4
0
64
2
124
519,374
10
Review w/ and include Agency review
1
4
8
0
0
8
1
22
$3,599
11
Preliminary design - 90%
2
12
24
4
0
40
2
84
$13,274
12
Review w/ and include Agency review
1
4
6
0
0
8
1
20
$3.253
13
Final design, plans. and specifications
2
12
18
4
0
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
6
$706
16
Prepare and submit bid advertisement
0
0
1
0
0
0
2
3
$353
17
Answer bidder questions and maintain planholder list
0
2
4
0
0
0
4
10
$1,468'
18
Prepare and issue addenda
0
2
2
0
0
0
4
8
$1.122
19
Attend bid opening
0
2
2
0
0
0
0
4
$762
20
Prepare tabulation of bids
0
0
1
0
0
0
4
5
$533
21
Make recommendation of contract award
0
1
1
0
0
0
2
4
5561
22
Prepare notice of award
0
0
1
0
0
0
2
3
$353
23 Assemble construction contracts. reviewbondjns
0
1
2
0
0
0
8
11
$1,274
Labor Subtotal)
18
92
170
24
48
210
50
612
$94,722
EXPENSES:
Travel:
Cost/Unit
Ground
Days
Days
Miles
Unit
Mileage
$0 63
157
$98.10
Misc.Expenses:
Title Reports
$400
30
$12,00000
Sub -Consultants:
Holocene - Momtonng Wells $10,000.001 I I 1 (Multiplier I 111 $11,00000
Subtotal - Labor
$94,722.00
Subtotal - Expenses
$23,098 10
Total - DESIGN ENGINEERING
$117,820 10
G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL docx Page 6 of 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
Date. September 2, 2022
ENGINEER'S HOURLY ESTIMATE
Task
No.
Project Task
Senior
Principal
Engineer
Licensed
Principal
Engineer
Project
Engineer
II
Resident
Engineer/
Inspector
Contract
Administrator
III
Engineering
Technician
I
Total Hours
Task Direct
Costs
$245
$218
$180
$133
$147
$95
2.0
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
$53,925
4
Field Inspection Reports
0
2
2
16
6
2
28
$3,996
5
Construction Administration
0
2
4
0
16
8
30
$4,268
8
Construction Meetings
2
4
8
8
4
2
28
$4,644
7
Submittal Review
0
2
4
8
4
2
20
$2,998
8
State Labor Standards Compliance
0
0
2
4
8
0
14
$2,066
9
Progress Payments
0
2
4
4
8
4
22
$3,244
10
Change Orders
1
2
6
6
4
2
21
$3,337
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
389,481
EXPENSES:
Travel
Cost/Unit
Ground
Days
Miles
Mileage
$0.625
543
$339.38
Meals/Lodging
$0 00
Misc Expenses:
Advertisement
Telephone
Postage
Misc.
$0.00
Sub -Consultants
None Anticipated $000 Multiplier 11 $0.00
Subtotal - Labor
$89,481 00
Subtotal - Expenses
$339 38
Total - CONSTRUCTION ENGINEERING
$89,820.38
End of Exhibit 1
G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL docx Page 7 of 10
EXHIBIT 2
SCHEDULE OF RATES
FOR
HLA Engineering and Land Surveying, Inc.
Effective January 1, 2022, through December 31, 2022
Senior Principal Engineer $229.00 per hour
Licensed Principal Land Surveyor $213.00 per hour
Licensed Principal Engineer $208.00 per hour
Licensed Professional Engineer $188.00 per hour
Other Licensed Professional $185.00 per hour
Project Engineer II $173.00 per hour
Licensed Professional Land Surveyor $167.00 per hour
Project Engineer I $155.00 per hour
Contract Administrator III $142.00 per hour
Senior Planner $138.00 per hour
CAD Technician $133.00 per hour
Engineering Technician III $126.00 per hour
Resident Engineer $126.00 per hour
Surveyor $124.00 per hour
Surveyor on Two Man Crew $117.00 per hour
Contract Administrator II $118.00 per hour
Engineering Technician II $110.00 per hour
Surveyor on Three Man Crew $104.00 per hour
Contract Administrator I $90.00 per hour
Engineering Technician I $90.00 per hour
Administrative/Clerical $90.00 per hour
Vehicle Mileage Federal Rate
G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL docx Page 8 of 10
EXHIBIT 2
SCHEDULE OF RATES
FOR
HLA Engineering and Land Surveying, Inc.
Effective January 1, 2023, through December 31, 2023
Senior Principal Engineer $245.00 per hour
Licensed Principal Land Surveyor $220.00 per hour
Licensed Principal Engineer $218.00 per hour
Licensed Professional Engineer $198.00 per hour
Other Licensed Professional $196.00 per hour
Project Engineer II $180.00 per hour
Licensed Professional Land Surveyor $175.00 per hour
Project Engineer I $161.00 per hour
Contract Administrator III $147.00 per hour
Senior Planner $145.00 per hour
CAD Technician $141.00 per hour
Engineering Technician III $133.00 per hour
Resident Engineer $133.00 per hour
Surveyor $128.00 per hour
Contract Administrator II $122.00 per hour
Surveyor on Two Man Crew $122.00 per hour
Engineering Technician II $114.00 per hour
Surveyor on Three Man Crew $108.00 per hour
Contract Administrator I $95.00 per hour
Engineering Technician I $95.00 per hour
Administrative/Clerical $95.00 per hour
Vehicle Mileage Federal Rate
G.\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL docx Page 9 of 10
EXHIBIT 2
SCHEDULE OF RATES
FOR
HLA Engineering and Land Surveying, Inc.
Effective January 1, 2024, through December 31, 2024
Senior Principal Engineer $255.00 per hour
Licensed Principal Engineer $228.00 per hour
Licensed Principal Land Surveyor $225.00 per hour
Licensed Professional Engineer $205.00 per hour
Other Licensed Professional $204.00 per hour
Project Engineer II $187.00 per hour
Licensed Professional Land Surveyor $180.00 per hour
Project Engineer I $166.00 per hour
Contract Administrator III $152.00 per hour
Senior Planner $148.00 per hour
CAD Technician $146.00 per hour
Engineering Technician III $138.00 per hour
Resident Engineer $137.00 per hour
Surveyor $132.00 per hour
Contract Administrator II $126.00 per hour
Surveyor on Two Man Crew $125.00 per hour
Engineering Technician II $118.00 per hour
Surveyor on Three Man Crew $110.00 per hour
Contract Administrator I $98.00 per hour
Engineering Technician I $98.00 per hour
Administrative/Clerical $98.00 per hour
Vehicle Mileage Federal Rate
End of Exhibit 2
G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\2022 Stormwater CIPP Rehab\2022 Stormwater DID CIPP - Task Order 2022-02-
FINAL.docx Page 10 of 10
1
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 6.L.
For Meeting of: October 18, 2022
ITEM TITLE: Resolution authorizing Task Order2022-02 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 DI D 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:
STRATEGIC PRIORITY:
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Adopt Resolution
Yes
Public Safety
ATTACHMENTS:
Description Upload Date Type
2
d Resolution
a Task Order
9/26/2022
9'20/2022
Resolution
tract
TASK ORDER NO. 2022-03
REGARDING AGREEMENT BETWEEN CITY DFYAKIMA
(CITY CONTRACT NO. 2020-124, RESOLUTION NO. R-2020-083)
AND
HLA ENGINEERING AND LAND SURVEYING, INC., (HLA)
VVHEREAS, 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 ooninact. Section 21 that ENGINEER shall beexpected 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 ofthe Basic
Services as defined in Section 2.1 of the contract subject to all the horns and conditions contained in the
contract, which is incorporated by reference.
PROJECT DESCRIPTION:
StwrmmmxterDivision Capital Improvements
DID #29 REALIGNMENT (PROJECT)
HLA Project Nq.2217S2
City Project Nm.SW2661
The City ofYakima (CITY) desires to realign 240 linearfeet (LF) of existing Drainage Irrigation District (DID)
#28 pipelines north of Lincoln Axoouo crossing 35m Avenue, necessary to properly maintain and operate
existing pipo|inoa, including on alignment that iavidon'ommnemo friendly for monitoring, as well on provide
appropriate drainage for an area prone to flooding. Realignment of this DID pipeline includes the following:
Installing 3800Fmf6-inchstorm sewer pipe
Installing Five (5)storm manholes
Installing T\mm(2) catch basins
Establishing now easements for the storm drain pipeline
Spot Repairs, As directed
SCOPE OF SERVICES:
Adthe direction ofthe CITY, HLAEngineering and Land Surveying, |no.(1LA)` ahoU provide professional
engineering and land surveying services for the PROJECT. HLA services will include:
11 Provide complete PROJECT management to deliver the PROJECT within mutually determined
1-2 Attend two CQ PROJECT meetings with CITY aba# at 60Y6 and 90Y6 plan completion to fully
review all elements of the PROJECT.
1.3 Conduct a topographic survey of the PROJECT areas as required to complete design, plans,
and specifications, including call for utility locates.
oAContracts & Task Orders\Yakima\2022\StormWater Division0louoRealign ment\2 022-10-03DID xmRealignment 'Task Orde,�2-03.dorx
Page 1nf11
1.4 Perform field investigations necessary to design the identified irnprovemonto, including
measuring inverts within monho|en, 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 Obtain Title Reports for all privately owned property where construction activity may occur. It
is anticipated up to two (2) title reports may be needed.
17 Perform the preliminary design and submit 60% preliminary plans and preliminary estimate to
the CITY.
1.8 Meet with CITY toreview GO%submittal. CITY toconfirm removal ofany pipeline segments
within five (5) working days following 60% review meeting.
1.0 Following receipt of 60%plan review comments by the CITY, prepare 8U%design plans and
submit tothe CITY for review.
1.10 Prepare legal descriptions for utility easements.
1.11 Review and discuss 90Y6 design plans with CITY etot[
1]2 Following receipt nf8096 plan review comments by the C[7Y, parh/nn the final deaign, and
prepare complete plans and specifications for publicly bid improvements, as authorized by the
113 Prepare the Engineer's Estimate ofconstruction cost.
114 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.
115 Furnish the CITY electronic copies of the hno| plans and specifications for bidding and
construction. It is anticipated HLA will prepare one (1) complete set of plans and specifications
for one (1) bid call; additional bid packages 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.
116 Submit bid advertisement to the Yakima Herald Republic.
1.17 Post contract plans and specifications to the HLA website for bidding purposes.
1.18 Notify private utility companies and plan centers of upcoming PROJECT and maintain
p|enho|dom |int, including nontnaob/m, subcontractors, and CITY staff.
1.18 Answer and supply such information aarequested byprospective bidders.
1.20 Prepare and issue addenda, ifnecessary.
1.21 Attend bid opening and participate inthe bid evaluation process,
1.22 Prepare tabulation of all bids received by the CITY and review bidder's qualifications and
roapnne/vonoou.
1.23 Make recommendation of construction contract award to the lowest responsible bidder.
1.24 Prepare Notice ofIntent toAward toContractor.
uAContractsuTask Ord ersNYaki ma\2022\Sto rmWater Division\DIozoReal ignment\2 022-10-03DID zeRealignment 'Task Orde,2022-03.docx
1.25 Assemble construction Contracts and coordinate execution of the Contract with the CITY and
Contractor, including review ofbond and insurance requirements.
.~~ Conzr_..s^Engineering_~~~-' DID ~_~2-�Realignment
�
2.1 Coordinate and facilitate praconstn|otion meeting with the C|TY. Contractor, private utilities,
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 owners, as 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 ofconstruction 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.
2.6 Administer weekly construction meetings as requested by CITY.
2.7 Prepare weekly statements nfworking days.
2.8 Consult and advise the CITY during construction and make a final report of the completed work.
2.9 Monitor the Contractor's compliance with the contract documents labor standards and review
Statements of Intent to Pay Prevailing VVagou and Affidavits of Wages Paid.
2.10 Review Contractor's submission of samples and shop dnawingu, where applicable..
2.11 Review materials hooting nnau|tn for compliance with plans and specifications.
2.12 Recommend progress payments for the Contractor tuthe CITY.
2.13 Prepare and submit proposed contract change orders when applicable.
2.14 Review post -installation video inspection of the storm sewer main as provided bythe Contractor
and identify any deficiencies.
2.15 Perform final walk-through with the CITY and Contractor, issue final punoh|iut, and inspect
punnh|intitems once completed.
2.16 Pn*pono and furnish reproducible record drawings ofall completed work from as -built drawings
furnished bythe resident engineer and Contractor.
3.0 De��Vm`��n�0nee���=~DIN�;S����R���Nrs
-`^ � ��~ ' .
3.1 Will bodesigned under HLAProject 221U5E.
4.0 Construction|EngRepairs
4.1 Coordinate and koci|Uoto pnononntnuohun meeting with the CITY, Contractor, private udi|itiem,
and affected agencies.
4.2 Prepare and issue notice to proceed to the Contractor.
uAContrumsuTask Ord Water ow"wo\Dm2yRealign momuoc2-10-0x DID oeRealignment ' Task Order aoz-0no"cx
Page 3of11
4.3 Aunkd CITY with preparing construction impacts informational pamphlets for CITY distribution
to nearby property owners, as requested.
4,4 Furnish a qualified resident engineer (inspector) to observe construction at the PROJECT site
during all significant work. The resident engineer shall provide surveillance ofconstruction for
substantial compliance with plans and specifications.
4.5 Perform measurement and computation of pay items, prepare and file progress reports for the
PROJECT with the CITY, and provide monthly progress pay estimates tothe CITY.
4.6 Administer weekly construction meetings aarequested hyCITY.
47 Prepare weekly statements ofworking days.
4.8 Consult and advise the CITY during construction and make a final report of the completed work.
4.0 Monitor the Contractor's compliance with the oontnmo( documents labor standards and naviovv
Statements of Intent to Pay Prevailing Wages and Affidavits of Wages Paid.
4.10 Review Contractor's submission ofsamples and shop drawings, vvheno applicable.
4.11 Review materials testing nnmu|ta for compliance with plans and specifications.
4.12 Recommend progress payments for the Contractor tuthe CITY.
4.13 Prepare and submit proposed contract change orders when applicable.
4.14 Review post -installation video inspection of the storm sewer main as provided by the Contractor
and identify any deficiencies.
4.15 Per -form final walk-through with the CITY and Cuntnautnr, issue final punoh|iat, and inspect
punoh|intitems once completed.
410 Prepare and furnish reproducible record drawings of all completed work from as -built drawings
furnished by the resident engineer and Contractor.
5.0 Additional Services
Provide professional engineering and land surveying aanviooa for additional work requested by the CITY
that is not included in this Task Order.
6.0 Items to be Fumished and Responsibilitv of CITY
The CITY will provide orperform the following:
6.1 Provide full information as to CITY requirements of the PROJECT.
6.2 Assist HLAby providing all available information pertinent to the PROJECT, 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.
0.3 Contact property owners affected by the PROJECT and gain necessary access to property for
field investigation, design, and construction of improvements.
8'4 Provide legal direction on access to and rehabilitation of existing DID lines necessary fordesign
and construction.
mAConlracis &msk Ord rmvater Division\DIo29 0-03 DID coRealignment 'Task Orde,�2-03,docx
Page 4uf11
8.5 Examine all studies, nopodo' uko1nhaa' estimates, specifications, drawings, proposals, and
other documents presented by HILA and provide written decisions within a reasonable time as
not tudelay the work ofHLA.
0.6 Obtain approval of all governmental authorities with jurisdiction over the PROJECT and
approvals and consents from other individuals or bodies as naooanury for completion of the
PROJECT.
87 Pay for project bid advertisement costs.
08 Pay for all necessary testing costs and permit fees.
TIME OF PERFORMANCE:
The services called for within this Task Order shall be completed as follows:
It is intended for this PROJECT to be ready for bid advertisement nolater than February 2023. Submittal
uf0O96 plans will be provided no more than thirty (30) calendar days following receipt of DID video
inspection h|ea from the CITY. Submittal of0U96 plans will be provided within thirty (30) calendar days
following CITY comments received from previously submitted set. Final plans will be provided within thirty
(30) calendar days following receipt of CITY comments from previously submitted set.
2.0� Construction Engineering — DID #29 Realignment
Engineering m*nioao during construction for the PROJECT oheU begin upon construction contract uvvond
by the CITY tothe |mwoat responsible bidder and will axt*mJ through both the completion of construction
and completion of as -constructed drawings and labor documentation c|usoout, as requested and directed
by the CITY. A maximum of fifteen (15) working days has been assumed for the construction of
improvements. Should the Contractor be granted time extensions for construction completion due to
recognized delays, requested additional work, and/or change ondom, engineering services beyond the
fifteen (15)working days shall boconsidered additional services.
3.0 ID
�Desiqn Engineering Spot Repairs-
Please refer to22105E(Task Order .
4.0 � Engineering_010 Spot Repairs
Engineering services during construction for the PROJECT nhoU begin upon construction nordnoot award
by the CITY to the |mwoat responsible bidder and will extend through both the completion of construction
and completion of as -constructed drawings and labor documentation closeout, as requested and directed
bythe CITY. Amaximum offive (5) working days has been assumed for the construction ofimprovements.
Should the Contractor be granted time extensions for construction completion due to recognized do|oyo,
requested additional work, and/or change nndem, engineering nen/icaa beyond the five (5)vvorking days
shall beconsidered additional services.
6.0 Additional Services
Time of completion for work directed by the CITY as additional services shall he negotiated and nndua|k/
agreed upon at the time service is requested by the CITY.
o:�Contracts & Task Ord ers\Yakima\2022 �Sto rmvater Division\DIouuRea /ignment\2 022-10-03DID uoRealignment 'Task Orde,�2-03.docx
Page 5of11
FEE FOR SERVICE:
For the services furnished by HLA as described in this Task Order, the CITY agrees topay HLA the fees
as set forth herein. The amounts listed below may be revised only by written agreement of both parties.
All work shall be performed onatime-spent basis at the normal hourly billing rates in effect attime ofthe
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 oftime and expenses for services isprovided inEXHIBIT 1below. The estimated maximum fee
for this work is $43,000 including $35,500 for design engineering and $7,500 for right of way services.
All work shall be per -formed on a time -spent basis at the normal hourly billing rates in effect at time of the
Tmnk[)ndec All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis
at the hourly billing odoa provided in EXHIBIT 2, plus reimbursement for direct non -salary expenses. An
estimate oftime and expenses for services is provided in EXHIBIT 1 below. The estimated maximum fee
for this work io $35.500.
3.0 Design Engineering — DID Spot Repairs
�
Design for the DID Spot Repairs will bopaid for under 23105E(Task Order `
4,0 Construction Engineering — DID Spot Repairs
All work shall boper-formed onatime-spent basis at the normal hourly billing rates ineffect edtime ofthe
Task Order. All work directed by the CITY for this PROJECT phase will be performed on a time -spent basis
at the hourly billing odoe provided in Agreement for Professional 8anvineo —Contnaot No. 2020-124 and
Resolution No. R-2020-083, plus reimbursement for direct non -salary expenses. Anestimate oftime and
expenses forservices is provided in EXHIBIT 1 below. The estimated maximum fee forthis work is $12,000.
6.0 Additional Services
Additional work requested by the CITY not included above shall be authorized bythe CITY and agreed
upon by HLA in writing prior to proceeding with services. HLA will pednnn additional services as
directed/authorized by the CITY on o time -spent basis at the hourly billing odaa included in our General
Agnoemont, plus reimbursement for direct non -salary oupanoea such as laboratory tacting, printing
expenses, vehicle mileage, out-of-town travel costs, and outside consultants.
HLA Engineering a
Michael l[Baffle, PE, 0, ��'ent
City of YakirTfa
Robert Harrison, City Manager
CITY CONTRACT M,
nsxC)aoowmz-�
eying, Inc.
oAConlractsuTask rmwater Division\DIo�Realignment\2022-10-03DID zeRealignment 'Task Order 2022-03.docx
Page 0of11
EXHIBIT 1 — PROFESSIONAL SERVICES
During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection
with the following project:
Stormwater Division — DID #29 REALIGNMENT (PROJECT)
Task Order No. 2022-03
HLA Project No. 22175E
For the services described in Task Order No. 2022-03, compensation shall be paid per Section 5 of the
Agreement (City Contract No. 2020-124, Resolution No. R-2020-083). The following spreadsheet shows
the estimated time and expenses to perform said services.
Pr ect Tit : DID #29 Realign ent
ent: Ctvc(Yatrna
:ity Contract Number 2022-
Prcect No, 2217
7ate:Sentembes 15 2022
Pipeline evaluation, review video inspection
Sround Water Monitoring
iabtain Title Reports (rm. 2)
Preliminary design - 80%
Review* and include Agency review
Preliminary design - 0096
Review vat and Include Agency review
Fnal design, plans. and specifications
Prepare estimate &construction cost
Copies of plans and specifications
Prepare and submit bid advertisement
Answer bidder questions and maintain planholderlisl
Prepare and issue addenda
Attend bid opening
Prepare tabulation ct bids
Make reoommendation of contract award
Prepare notice cf awed
22 Assemble con -strut -bon contracts, review bondfins
Labor Subtotal
EXPENSES:
.E
TideR
Right
5ukt-C s:
e - Mo 0nn9 We
C Unit
5400
57.500
Ground
SubLotal - Ecwns
Talal SIGN EN INE RING
ENGINEERS HOURLY ESTIMATE
MilesU
%ph
$70
51.80:
Seat
53.52
S2,1 •
$2,1
53,111
$1,54.
552.
535
MOM
II 7 RE
7,
,4
50
87
G:\Contracts & Task Orders\Yakima\2022\Storm Water Division\DID 29 Realignment\2022-10-03 DID 29 Realignment - Task Order 2022-03.docx
Page 7 of 11
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 — DID #29 REALIGNMENT (PROJECT)
Task Order No. 2022-03
HLA Project No. 22175E
For the services described in Task Order No. 2022-03, compensation shall be paid per Section 5 of the
Agreement (City Contract No. 2020-124, Resolution No. R-2020-083). The following spreadsheet shows
the estimated time and expenses to perform said services.
roject Tide: DID #29 REALIGNMENT
Citv of Yakima
7.:ity Contract Number:
liLA Project No. 22175E
Date: Se.tember 15. 2022
Task
No.
Project Task
2 Conduct Pre -Construction Meeting
3 Construction Observation (15day)
Field Inspection Reports
Construction Administration
Construction Meetings
Submittal Review
!1 8 tate Labor Standards Com lance
9 Progress Payments
Project Closeout
Record Drawings
tEXPENSES:
Tr
Meals/Lodging
Nisc. Expenses:
Advertisement
Telephone
Postage
Misc.
'3ub-Consultants:
Senior
Principal
Engineer
$245
0
Licensed
Principal
Engineer
$218
0
ENGINEERS HOURLY ESTIMATE
Project Contract Engineering
Engineer ministrator Technician
4
47
Total
Hours
Task Direct
Costs
77
9 24 157 24 16 244 .371
None Anticipated
50.
itiplier 1,1,
$97.75
Subtotal - La )o
Subtotal - E
$35, 71.00
129.00
Total - CONSTRUCTION ENGINEERING
$35,500 00
G:\Contracts & Task OrdersWakima)20221Storm Water Division \DID 29 Realignment\2022-10-03 DID 29 Realignment - Task Order 2022-03.docx
Page 8 of 11
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 — DID #29 REALIGNMENT — SPOT REPAIRS (PROJECT)
Task Order No. 2022-03
HLA Project No. 22175E
For the services described in Task Order No. 2022-03, compensation shall be paid per Section 5 of the
Agreement (City Contract No. 2020-124, Resolution No. R-2020-083). The following spreadsheet shows
the estimated time and expenses to perform said services.
iPrect Title: DID #29 REALIGNMENT - Spot Repairs
Client: City of Yakima
City Contract Number:
II -ILA Project No. 22175E
Date: Se.tember 15, 2022 ENGINEER'S HOURLY ESTIMATE
Senior Licensed Project Resident , Contract Engineering
Task Project Task Principal Principal Engineer Engineer/ Administrator Technician Total Hours. Task Direct
No. Engineer En . ineer II Inspector III Costs
245 218 1 $t3 147 95
2.0 CONSTRUCTION ENGINEERING
1 Assist City with Review/Contract Prep
2 Conduct Pre -Construction Meeting
1 4 $640.
0
1
0
1
1 0
3 5498
Construction Observation (5day
0
40
0
0 42 3.5.7
4 Field Inspection Reports
0
0
2 1 1 4
5 Construction Administration
0
1 0 0 1 1 3 3.46
6 Submittal Review
0
0
1
1
1 1 4 $555
7 State Labor Standards Compliance
8 Progress Payments
9 Change Orders
0
0
0
0
1
1 1 0 2 5280
1 1 1 4 $593
1 1 1 5 5773
10 ' Final Waik-ThrougtvPunchiisi
0
1
0
1 1 1 4
93
11 Project Closeout
1
1
1
1
1
6 51,018
12 Record Drawings
0
0
0
1
1
0
2 52
abor Subtotal
11 $ 1.916
XPENSES:
Travel:
Mileage
Cosi/Unit
SO 2
Ground
Da
Miles
20
2 50
MeaiLodging Expenses:
Advertisement
Telephone
0.00
Poslag
71 5
:Sub -Consultants:
None Anticipated
0 00
ultpher
50.00
Subtotal - Labor
6 0
Subtotal - Expenses
Total- CONSTRUCTION ENGINEERING
End of Exhibit 1
$84 09
$12.000 08
G:\Contracts & Task Orders \Yakima \ 2022 \Storm Water Division \DID 29 Realignment \2022-10-03 DID 29 Realignment - Task Order 2022-03.docx
Page 9 of 11
EXHIBIT
SCHEDULE OF RATES
FOR
'HLA 'Engineering.^�~`
Effective January 1, 2022, through December 31, 2022
Senior Principal Engineer $235.00per hour
Licensed Principal Land Surveyor $215.00per hour
Licensed Principal Engineer $21U.O0per hour
Licensed Professional Engineer $180.00per hour
Other Licensed Professional $i88.UOper hour
Project Engineer || $173.00parhour
Licensed Professional Land Surveyor $17O.ODper hour
Project Engineer | $155.UUper hour
Contract Administrator |U $142.00 per hour
Senior Planner $14O.U0per hour
CAD Technician $130.O0per hour
Engineering Technician ||| $128.DOper hour
Resident Engineer $12G.00per hour
Planner $128.0Oper hour
Surveyor $128.00per hour
Surveyor onTwo Man Crew $12O.00per hour
Contract Administrator || $118.00 per hour
Engineering Technician || $11O.00per hour
Surveyor onThree Man Crew $1O5.OUper hour
Contract Administrator | $91.00 per hour
Engineering Technician | $91.OUper hour
Administrative/Clerical $01.00per hour
Vehicle Mileage Federal Rate
oAnommots &nmx Water o*isiomoouoRealign mom\2nz2-1n-0o DID xoRealignment ' Task Order ro2u-0o.docx
Page 1Onf11
EXHIBIT
SCHEDULE OF RATES
FOR
Inc. Effective January 1,2023,through December 31,2023
Senior Principal Engineer $245.UOper hour
Licensed Principal Land Surveyor $22O.UOper hour
Licensed Principal Engineer $218.0Oper hour
Licensed Professional Engineer $198.0Oper hour
Other Licensed Professional $1Q0.00per hour
Project Engineer || $18O.DOper hour
Licensed Professional Land Surveyor $175.DOper hour
Project Engineer | $161.O0per hour
Contract Administrator ||| $147.00per hour
Senior Planner $145.00per hour
CAD Technician $141.00per hour
Engineering Technician ||| $133.00per hour
Resident Engineer $133.00per hour
Planner $133.UOper hour
Surveyor $128.00per hour
Contract Administrator || $122.00 per hour
Surveyor on Two K8on Crew $122.00 per hour
Engineering Technician || $114.00per hour
Surveyor onThree Man Crew $10G.OUper hour
Contract Administrator | $05.00per hour
Engineering Technician | $&5.00per hour
Administrative/Clerical S95.00 per hour
Vehicle Mileage Federal Rate
End of Exhibit 1
oAContractsuTask Ord mnvater Division\D/o29nealignment\2022-10-03DID 29Realignment 'Task Order 2022-03.dorx
Page 11of11