Loading...
HomeMy WebLinkAboutTIC 2020-11-02 COMPLETE AGENDA PACKET The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. AGENDA MONDAY, NOVEMBER 2, 2020 – 5:30 PM Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 774 864 174# (6300 BUILDING, SUITE 100) Next Scheduled Meeting: Monday, November 16, 2020 City of Tukwila Transportation and Infrastructure Committee ❖ Cynthia Delostrinos Johnson, Chair ❖ Verna Seal ❖ Kate Kruller Distribution: C. Delostrinos Johnson (email) V. Seal K. Kruller K. Hougardy(email) D. Quinn L. Humphrey H. Ponnekanti G. Labanara B. Still (email) City Attorney (email) A. Youn Clerk File Copy 2 Extra Place pkt pdf on SharePoint: Z Trans & Infra Agendas email cover to: F. Ayala, A. Le, C. O’Flaherty, A. Youn, B. Saxton, S. Norris, L. Humphrey Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) 2020 CBD Sanitary Sewer Rehabilitation Construction Management Services (Adib Altallal) a) Forward to 11/16/20 Regular Consent Agenda Pg. 1 3. MISCELLANEOUS Future Agendas: • Andover Park East Water Main Pavement Repair Bid Award INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Hari Ponnekanti, Interim Public Works Director BY: Adib Altallal, Utilities Engineer CC: Mayor Allan Ekberg DATE: October 30, 2020 SUBJECT: Sewer Fund - CBD Sanitary Sewer Rehabilitation - 2020 Project No. 91140203 Construction Management Services ISSUE Approve RH2 Engineering to perform construction management services for the 2020 Commercial Business District (CBD) Sanitary Sewer CIPP Lining Phase 4 Project. BACKGROUND The 2020 CBD Sanitary Sewer Rehabilitation Project will address deterioration of the approximately 50 -year old sanitary sewer pipes by relining the pipes with little impact to roadways and no excavation by using trenchless technology. The construction contract was awarded by Council to Michels Corporation on October 5, 2020 and work is scheduled for 2021. ANALYSIS & FISCAL IMPACT RH2 Engineering was selected in 2018 as the design engineer for the 2020 CBD Sewer CIPP Lining Phase 4 Project. They have successfully completed the design work. Due to the large size of the project and the minimal Public Works staff available, it is expected that R1 -12's assistance will be needed in the field for construction management services. The consultant fee is reasonable and within the $120,000 budgeted for 2021. Agreement CIP Budget RH2 Consultant Contract $64,508.00 $120,000.00 RECOMMENDATION Council is being asked to approve the agreement with RH2 Engineering for construction management services in the amount of $64,508.00 for the 2020 CBD Sanitary Sewer CIPP Lining Phase 4 and consider this item on the Consent Agenda at the November 16, 2020 Regular Meeting. Attachments: Proposed 2021 - 2026 CIP, page 70 Map Consultant Agreement with Scope of Work https:#tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2020 Agenda Items/TIC 11-02-2020/CB Sewer CM Contract/Info Memo RH2 CM 2020.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203 The asbestos concrete pipe in the CBD (commercial business district) is approximately 45 years old and DESCRIPTION: becoming soft. Slip lining the pipe will reinforce the strength with little impact to roadways and minimal excavation. JUSTIFICATION: If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. We have had four major pipe failures on Andover Park West and Andover Park East. STATUS: In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined. In 2020 through 2024, 15,000 feet of asbestos sewer is scheduled to be relined. MAINT. IMPACT: Reduced maintenance and repair costs. COMMENT: A Public Works Trust Fund loan was successfully obtained in 2012 for $750k. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Pro ect Location re" l B A Design 436 45 45 50 50 50 yyR Upland GY nnrrsikxon 676 Land(R/W) 1 _ sea x -T 1 Const. Mgmt. 429 120 150 120 50 50 919 Construction 2,418 1,100 1,500 1,000 450 450 6,918 TOTAL EXPENSES 3,284 1,265 1,695 1,170 550 550 0 0 0 8,514 FUND SOURCES Awarded Grant 0 PW Trust Fund 750 750 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 2,534 1,265 1,695 1,170 550 550 0 0 0 7,764 TOTAL SOURCES 3,284 1,265 1,695 1,170 550 550 0 0 0 8,514 2021 - 2026 Capital Improvement Program 70 2 Pro ect Location re" l B A 1 m Or a w r yyR Upland GY nnrrsikxon ✓ , : _ sea x -T 2021 - 2026 Capital Improvement Program 70 2 I -5 F W Y A N D O V E R P A R K W I-405 FWY S O U T H C E N T E R P K W Y S 1 8 0 T H S T M I N K L E R B L V D S 178TH ST TUKWILA PKWY S 1 8 4 T H P L K L I C K I T A T D R SOUTHCENTER BLVD 5 4 T H A V E S 6 1 S T A V E S 6 5 T H A V E S S L A D E W AY 5 4 T H P L S KILICKITAT DR I -5 F W Y S O U T H C E N T E R P K W Y I -4 0 5 F W Y I -4 0 5 F W Y I -5 F W Y Pictometry, King County N DRAWING IS FULL SCALE WHEN BAR MEASURES 2” Legend Railroad Parcel Sewer Infrastructure City Sewer Main &R City Manhole ")City Pump Station City Force Main King Co. Sewer Main !2 King Co. Manhole CBD CIPP Lining 2014 2015 2018 Proposed Phase 4 Future Lining Project J:\DATA\TUK\118-082\GIS\2019 CBD SEWER REHAB MAP - UPDATED.MXD BY: KGOMEZ PLOT DATE: MAR 29, 2019 COORDINATE SYSTEM: NAD 1983 HARN STATEPLANE WASH INGTON NORTH FIPS 4601 FEETVicinity Map Esri, HERE, DeLorme,MapmyIndia, ©OpenStreetMap contributors,and the GIS user community 0 300 600150Feet 1 inch = 300 feet This map is a graphic representation derived fromthe City of Tukwila's (City) GeographicInformation System. It was designed and intendedfor City staff use only; it is not guaranteed tosurvey accuracy. This map is based on the bestinformation available on the date shown on thismap. Any reproduction or sale of this map, or portionsthereof, is prohibited without express writtenauthorization by theCity. This material is owned and copyrighted by theCity.P R E L I M I N A R YCentral Business DistrictSewer Repair CIPP Lining CompleteCity of TukwilaCity of TukwilaCBD Sewer Rehabilitation - Phase 4CBD Sewer Rehabilitation - Phase 4 3 j ;,m%UZ City of Tukwfla Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and RH2 Engineering, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Proiect-Designation. The Consultant is retained by the City to perform construction management services in connection with the project titled 2020 CBD Sewer ClPP Lining Phase 4. 2. Scope of The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3,. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending June 31, 2021, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed, The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than June 31, 2021 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided'! that the total amount of payment to the Consultant Shall] not exceed $64,508.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and'! the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This, waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available, at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: I. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and ]eased vehicles, Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form, providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with, limits no, less than $2,0001,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 010 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury, The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an, additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultaint's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such, limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be, placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on, demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9, Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee, of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services, provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10, Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 11. Discrimination Prohibited, COntFaGtOr Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12, Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 11 Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses, 15. Appli,-able Law, Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16, Severability andSurvival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such, event shall not affect any other provisions hereof and all other provisions shall remain fufly enforceable. The provisions of this Agreement, which, by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: RI -12 Engineering, Inc. 22722 291h Dr SE, Ste 210 Bothe[l, WA 98021 18. En -tire Agreement; Modification. This Agreement, together with attachments, or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 DATED this - day of 20 CITY OF TUKWILA Allan Ekberg, Mayor Attest/Authenticated: City Clerk, Christy O'Flaherty reTelffifflillififf"IF] Printed Name, Title: Director vm . Approved as to Form: Office of the City Attorney CA revised May 20201 Page 5 4710TI-TWI Scope of Work Amendment City of Tukwila 2020 CBD Sewer CIPP Lining Phase 4 — Services During Construction October 2020 The City of Tukwila (City) has awarded a contract to Michels Construction using the design -bid -build process to construct the Central Business District (CBD) cured -in-place pipe (CIPP) lining project. ,Construction is anticipated to start in the coming months and to last for two (2) to three (3) months, RH2 Engineering, inc., (RH2) was selected to perform the construction observation and administration for this project under the direction of the City's Project Manager (PM). The following is a Scope of Work to provide on-site construction observation and construction administration to the City for this project. Deliverables will be provided in electronic MS Word, PDF, and GIS format as appropriate and requested by the City. Task 1— Services During Construction Objective: Assist the City with technical efforts during construction of the 2020 Central Business District Sanitary Sewer Rehabilitation Phase 4 project, including part-time on-site construction observation. Approach. 1.1 Prepare for and lead one (1) pre -construction conference. Prepare an agenda and meeting minutes for the pre -construction conference. 1.2 Review shop drawings, submittals, and change order proposals of those items requested in the technical specifications. Provide a written response to the contractor and the City for each shop drawing and submittal reviewed. 1.3 Review written requests for information (RFIs) and quantities for pay requests and provide written responses to the contractor and the City following City review. Generate pay estimates for processing by the City's PM. 1.4 Modify construction contract drawings to include work performed as recorded by the on-site construction inspectors and from verified contractor notes. 1.5 Provide part-time on-site construction observation and associated administrative duties, including observation of the contractor and its subcontractors, bid item quantity tracking, and communications and meetings with City staff. The intent of the on-site observation is to observe the quality and compliance of the work with the construction contract plans and specifications. Notify the contractor and the City of any work that has been observed to not 10/15/2.02012:31 PM 1 JAData\TUK\118-082\Contract\AmeYid No. 3\PSA SOW—CBD Sewer UPP UnIng Phase 4 - SDC.docx E0 City of Tukwila Exhibit A — Scope of Work 2020 CBD Sewer CIDP Lining Phase 4 — Services During Construction Amendment No. 3 have been completed in accordance with the plans and specifications and discuss rectification, 1.6 Establish quantity tracking spreadsheet and/or other pay note records as required to keep tally of daily totals of contract bid items. Establish data measurement and recording protocols in a manner approved by City. Assumptions: 0 The City is performing the lead role in construction, management, contract administration, and on-site observation. RH2 is performing part-time on-site observation duties and project coordination under the supervision of the City. a Construction phase services are variable in nature and depend in part on the contractor's approach to the project. RH2s estimate is based upon previous experience with Michels Construction and their construction approach and effort, 0 RH2 will perform the services described up to the amounts included in the attached Fee Estimate. If additional effort is needed, that extra work will be mutually determined by the City and RH2. 61 RH2 is not responsible for site safety or for directing the contractor in their work. Provided by the City: 0 Approve RFl responses to the contractor. 0 Help to process the contractor's pay requests once quantities have been recorded and agreed to by the City, RH2, and Michels Construction. RH2 Deliverables: • Pre -construction conference administration and documentation, including pre -construction conference meeting agenda and minutes. • lnitial coordination and responses to construction and materials submittals, RFIS and other project correspondence. • Design revisions as required to address changed conditions subject to the Management Reserve protocol discussed in Task 3. • Part-time on-site construction observation and associated reports. • Pay note records and pay estimate ledgers. • Utility and/or, permit field coordination, as needed, in support of the project scope and objectives. • Meetings and correspondence with the City and contractor, as needed. 1011512020 12:31 PM 2 J-.\Data\TUX\I1g-082\contract\Amerid No. 3\PSA SOW_CBD Sewer CIPP L!Mng Phase 4 - SDC.docx 10 City of Tukwila Exhibit A — Scope of Work 2020 CBD Sewer CIPP Lining Phase 4 — Services During Construction Amendment No. 3 Task 2 — Project Management objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue construction management (CM)/construction engineering (CE) invoices; and maintain project files, and records for the Central Business District Sanitary Sewer Rehabilitation Phase, 4 project. Approach: 2.1 Coordinate with City staff on schedule, progress, and technical questions. 2.2 Prepare for and attend two (2) construction progress, meetings. Prepare an agenda and meeting minutes for the construction progress meetings. 23 Prepare CI(/CE invoices. Review for consistency an,d monitor budget spent. Provide monthly status updates. Provided by the City- * Attendance at construction meetings by members of the City's staff. RH2 Deliverables: • Attendance at construction meetings, including agendas and minutes, • CIVI/CE invoices. Task 3 — Management Reserve RH2 has specified a contingency as part of the Fee Estimate to accommodate for changed conditions or unforeseen complications that may arise during the project. In this event, RH2 will niotifythe City's PIVI of the time and expense warranted to address the new issue(s) that arise and will request to authorize use of the contingency funds. RI -12 will not attempt to address these issues without the City's prior authorization. RH2's PIVI will contact the City PM via email to request access to these funds should the need arise. Schedule The time for completion of the project is extended from December 31, 2020 to June 30, 2021. 10/15120M 12:91 PNI 3 1,,\Data\TUK\118-082\c.ontract\Amend No. 3\P5A SOW CBD Sewer UPP Lining Phase 4 - SDC.docx 11 EXHIBIT B Fee Estimate Amendment No. 3 City of Tukwila, 2020 CBD Sewer CIPP Lining Phase 4 - Services During Construction Oct -20 Description Total Hours Total Labor Total Expense Total Cost ITask I Services During Construction 282 $ 47,487 $ 2,306 $ 49,793 ITask 2 Project Management 33 $ 6,467 $ 238 $ 6,705 ITask 3 Management Reserve 47 $ 7,814 $ 195 $ 8,009 PROJECT TOTAL 362 $ 61,768 $ =,508 J:\Data\TUKt116-082lContract\Arnend No. 3\PSA-YEE—GBD Sewer GIPP Lining Phase 4 - SDG 10115/2020 1 1 A2 AM 12 EXHIBIT C RH2 ENGINEERING, INC. 2020 SCHEDULE OF RATES AND CHARGES RATE LIST Professional 1 RATE $143 UNIT $/hr Professional 11 $159 $/hr Professional 111 $171 $/hr Professional IV $185 $/hr Professional V $20,0 $/hr Professional VI $212 $/hr Professional VII $230 $/hr Professional VIII $238 $/hr Professional IX $238 $/hr Control Specialist 1 $131 $/hr Control Specialist 11 $143 $/hr Control Specialist 111 $157 $/hr Control Specialist IV $16,9 $/hr Control Specialist V $180 $/hr Control Specialist VI $193 5/hr Control Specialist V11 $208 $/hr Control Specialist VIII $216 $/hr Technician 1 $108 $/hr Technician 11 $118 $/hr Technician 111 $135 $/hr Technician IV $145 $/hr Technician V $158 $/hr Technician VII Technician VIII $174 $189 $/hr $/hr Technician VIIII $199 $/hr Administrative 1 $71 $/hr Administrative 111 $84 $/hr Administrative 111 $100 $/h r Administrative IIV $118 $/h r Administrative V $136 $/hr CAD/CIS System $27.50 Mr CAD Plots - Half Size $2.50 price per plot CAD Plots - Full Size $moo price per plot ,CAD Plots - Large Copies (bw) 8.5"' X 11" $25.00 $0.09 price per plot price per copy Copies (bw) 8.5" X 14" $0.14 price per copy Copies (bw) 11" X 17" $0.20 price per copy Copies (color) 8,5" X 11" $0.90 price per copy Copies (color) 8.5" X 14"' $1,20 price per copy Copies (color) 11" X 17" $2.00 price per copy Technology Charge 2.50% % of Direct Labor Mileage $0,575 price per mile (or Current IRS Rate) Subconsultants 15% 'Cost + .Outside Services at cost Rates listed are adjusted annually. 13