HomeMy Public PortalAbout194-2017 - Sanitary - Commonwealth Engineers - Brick Sewer Evaluation ProjectAGREEMENT ORIGINAL
THIS AGREEMENT made and entered into this � day of December, 2017, by and between
the City of Richmond, Indiana, a municipal corporation acting by and through its Board of
Sanitary Commissioners and its Storm Water Management Board (hereinafter referred to as the
"City") and Commonwealth Engineers, Inc., 7256 Company Dr., Indianapolis, Indiana 46237
(hereinafter referred to as the "Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to provide professional engineering services pertaining to the
inspection and evaluation of brick and stone sewers.
City sent Contractor a Request for Qualifications (RFQ) on August 9, 2017, a copy of which is
attached hereto and incorporated herein by reference as Exhibit "A".
On August 31, 2017, Contractor submitted a Statement of Qualifications to City, and on
November 8, 2017, Contractor submitted a proposal to City for professional services to inspect
and evaluate brick and stone sewers, as set forth and contained in Exhibit "B", which Exhibit "B"
is attached hereto and incorporated herein by reference and made a part of this Agreement.
Contractor shall provide all professional engineering services for the Brick and Stone Sewer
Evaluation Project as set forth above. Exhibit "B" also includes Contractor's Fee Tabulation and
Standard Hourly Rates & Reimbursable Expenses Schedule for this Project.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary for the proper
completion of all work specified. Contractor's services shall be performed in accordance with the
standard of professional practice ordinarily exercised by the applicable profession under similar
circumstances at the same time and in the locality where the services are performed. Professional
services are not subject to, and Contractor does not provide, any warranty or guarantee, express or
implied. Contractor shall submit statements or bills monthly.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance;
2. The City is in receipt of any required affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11(a)(2);and
3. A purchase order has been issued by the Purchasing Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work.
Contract No. 194-2017
Page 1 of 6
SECTION III. COMPENSATION
City shall pay Contractor a sum not to exceed Two Hundred Sixty -Eight Thousand Eight
Hundred Two Dollars and Zero Cents ($268,802.00) for complete and satisfactory performance
of the work required hereunder. The monies paid to Contractor are based upon a fee schedule set
forth in Exhibit "B", and attached with this Agreement. The monies paid to Contractor shall be
paid 40% by the Richmond Sanitary District and 60% by the Stormwater Department.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect
until no later than July 31, 2019.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time by giving at least thirty (30) working days written notice specifying
the effective date and the reasons for termination which shall include but not be limited to the
following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect, provided that Contractor was notified
in writing of deficiencies, given ten (10) working days to cure deficiencies and
failed to remedy such deficiencies.
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work
performed prior to the date this Agreement is terminated, but shall be relieved of any other
responsibility herein.
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties
by setting forth the reasons for such termination, the effective date, and in the case of partial
termination, the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to
person or property or any other claims to the extent caused by Contractor's negligent conduct or
performance or non-performance of this Agreement; provided, however, that nothing contained in
this Agreement shall be construed as rendering the Contractor liable for acts of the City, its
officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and
thereafter maintain such insurance as will protect it from the claims set forth below which may
arise out of or result from the Contractor's negligent operations under this Agreement, whether
such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly
employed by any of them, or by anyone for whose acts the Contractor may be held responsible.
Page 2 of 6
IA
C.
10
E.
Coveraee Limits
Worker's Compensation & Statutory
Disability Requirements
Employer's Liability $100,000
Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
Comprehensive Auto Liability (if applicable)
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
Comprehensive Umbrella Liability $1,000,000 each occurrence
$2,000,000 each aggregate
F. Errors & Omissions Insurance $1,000,000 per claim
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty (30) day period provided above, the City shall consider
Page 3 of 6
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged
in investment activities in Iran. In the event City determines during the course of this
Agreement that this certification is no longer valid, City shall notify Contractor in writing of
said determination and shall give contractor ninety (90) days within which to respond to the
written notice. In the event Contractor fails to demonstrate to the City that the Contractor has
ceased investment activities in Iran within ninety (90) days after the written notice is given to
the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-
16.5. In the event the City determines during the course of this Agreement that this
certification is no longer valid and said determination is not refuted by Contractor in the
manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be
in breach of this Agreement and terminate the agreement upon the expiration of the ninety
(90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
That in the hiring of employees for the performance of work under this
Agreement of any subcontract hereunder, Contractor, any subcontractor, or any
person acting on behalf of Contractor or any sub -contractor, shall not
discriminate by reason of race, religion, color, sex, national origin or ancestry
against any citizen of the State of Indiana who is qualified and available to
perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
Page 4 of 6
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement. The City hereby agrees to release and hold harmless
the Contractor and all officers, employees or agents of the same from all liability which may arise
in the course of City's performance of its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, of in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any remedies,
Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement,
including but not limited to, City's reasonable attorney's fees, to the proportionate extent that
Contractor is determined to be in breach of this Agreement.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
Page 5 of 6
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND, INDIANA
by and through its Board of
Sanitary Commissioners
By:
Miller, President
z�� -
man Bak ice President
The City of Richmond, Indiana, by and through its
Storm Water Management Board
r President
Dated:
APPROVED:
Javi Snow, Mayor
Dated:
Page 6 of 6
"CONTRACTOR"
COMMONWEALTH ENGINEERS,
INC.
Printed: Brian Desharnais
Title: Vice -President
Dated: 10119 / / 7
o DAVE SNOW
y h
o Mayor
WILLIAM N. HARRIS
Director
CITY OF RICHMOND
DEPARTMENT OF SANITATION
2380 LIBERTY AVENUE•RICHMOND, INDIANA 47374
PHONE (765) 983-7450•FAX (765) 962-2669
August 9, 2017
Commonwealth Engineers, Inc.
Attn: Brian Desharnais
7256 Company Drive
Indianapolis, IN 46237
Re: Request for Qualifications
2017 Brick and Stone Sewer Evaluation Project
The Richmond Sanitary District is seeking the assistance of an engineering consultant to
complete an evaluation and preliminary engineering analysis on brick and stone sewers contained
within our storm and sanitary collection system. Please review the attached RFQ and, if
interested in this work, please present a response as outlined. Please let me know if you have any
questions.
Thanks, /
Elij W. Welch, P.E.
District Engineer
Richmond Sanitary District
EXHIBIT'A' - Page 1 of 5
Richmond Sanitary District
Request for Oualifications
2017 Brick and Stone Sewer Evaluation
The Richmond Sanitary District is seeking the assistance of a professional engineering consultant (Herein
after referred to as ENGINEER) to complete preliminary engineering investigation, evaluation and
rehabilitation design (subsequent final design contract) related to the following:
Brick or laid up stone Sanitary, Storm or Combined Sewers (typically 24" diameter and
larger)
High Risk Clay, Concrete or Other Sewers (Focus is on sewers beneath structures) (To be
included in final design contract and may not need included in preliminary engineering
evaluation)
Respondents to this Request for Qualifications (RFQ) shall comply with the terms and conditions contained
herein. This RFQ is composed of six (6) parts as follows:
Part 1 — Background
Part 2 — Information Available from the Richmond Sanitary District
Part 3 — Proposed Preliminary Scope of Work
Part 4 — Deliverables
Part 5 — Form and Content of your Response to RFQ
Part 6 — Submittal Requirements
Part 1: Background
The Richmond Sanitary District owns and maintains sanitary, storm and combined sewers. Some of these
sewers are over 100 years old and are deteriorating. The intent of this project is to investigate, evaluate and
design a rehabilitation project (if needed) for a mix of medium to large diameter brick and/or laid -up stone
sewers as well as sewers RSD has identified as high risk.
Part 2: Information Available from the Richmond Sanitary District
1. GIS data (may be inaccurate and/or incomplete)
The RSD, within the capabilities of the facilities and staff, may also provide CCTV services as their
schedule allows.
Part 3: Proposed Preliminary Scope of Work
The scope of work identified here is preliminary and very general in nature and is expected to be refined
through discussions with the consultant who is chosen for this project.
1. Investigation
a. CCTV or other Visual Inspection and Documentation
2. Evaluation
a. PACP/MACP rating of each pipe and associated structure
b. Remaining service life determinations
3. Recommendations
a. Identify recommended rehabilitation (structural vs. non-structural, rehab type, etc.) All
evaluations shall include life cycle cost analysis of alternative rehabilitation types and
designs.
b. Phasing or timing of rehabilitation
c. Engineer's Estimate of individual pipe segments and manholes
4. Construction Documents and Bidding Services (final design contract)
EXHIBIT'A' - Page 2 of 5
a. Develop construction documents, including specs and drawings, needed to bid a
rehabilitation project
b. Bidding support services including pre -construction meeting attendance and addenda
preparation
5. Construction Support (final design contract)
a. On -call support services during construction
Part 4: Deliverables
The following deliverables, at a minimum, shall be provided in report form and would be required at the
completion of this project:
1. CCTV and other visual inspection data and documentation
2. Final report and documentation of evaluations, remaining life determinations, recommendations
and analysis, calculations and other items described above or included in final scope.
3. Construction Documents (final design contract)
4. Bidding support (final design contract)
5. Construction support (final design contract)
All of the above information shall be prepared and delivered in hard copy and electronic versions, including
CCTV video and information.
Part 5 — Form and Content of your Response to RFQ
Respondents to this RFQ shall submit a response which shall be organized and include information as
follows:
Section 1 — Company Introduction identifying at a minimum all parties involved in response to the RFQ.
Section 2 — Project Understanding identifying at a minimum the respondent's understanding of the Scope of
Work. This section should also include a discussion of respondent's technical abilities, competencies, and
methodologies expected to be used for evaluation as well as comments upon the Scope of Work as
contained in this RFQ.
Section 3 — Estimated project schedule and availability to begin work.
Section 4 — Project Team identifying the key staff members of the respondent's firm who will be dedicated
to the project, including a description of each member's roles and responsibilities on this project. Resumes
shall be provided for each key staff member.
Section 5 — Related Project Experience identifying no more than five (5) of your most recent past projects.
The information shall include at a minimum, a description of the work, the client's name, the client's
contract representative and telephone number and the schedule within which the engineering and design
work was completed.
PART 6 — SUBMITTAL REQUIREMENTS
Four bound copies of your response shall be submitted to the Richmond Sanitary District no later than
4:OOpm Friday, September 1, 2017. Submittals shall be delivered to:
Richmond Sanitary District
Attn: Elijah Welch
2380 Liberty Avenue
Richmond, IN 47374
Questions shall be directed to Elijah Welch at ewelchArichmondindiana.Qov or 765-983-7483.
EXHIBIT W - Page 3 of 5
It•y
\\
'k'
•y A� ipaT` �' ,.ymy< ■p
�' .vt f ^•t �i`Yt �E
f �4 �_! 3IIIIki �}'Y ?:a°#.sM.a*,
°� =i' y. ':'spa �'i- �" �'�s�<- �'¢!y, Y`
�Y/'Tx T ..,
vW - Oyu k-..'! 1,�•
4 z•• r
cif Y P �t,� �• i� '� q S
..y.w
7:� ,r^ t � i •� ;: e49 .R - � ,. a "'*�` " f III M anp '°� e' � .v' i
41
_ yw
u� ;w^
r',+� fir' `� � ! /�\. '.�" •'rip ��! '� - � �r i � �, � _
71-1
4-7
��""she` e «� �,q,�.��a� � �^'� ��" °'°w.. �' Y`amp ra• .�..�Y —so �`.r'` � ri. iwar� _
p� _ �-`il Ct� .�r 8.=., ��i(t•3 ;' ~ �' �tii tillr ....w .-s � '�Gp — =3 -_ � ..
'"$ • � } �- � �. ra +fir � t m� .�' �,��� i � M�.�eAji '�'�
_ YW .IICY. Y •
„512 `4 r b m B
71#iY p P�� ; �Y a,aF IYIIYI auYll ; _ Wniblir A _
%vs=�
;4
.ti!
�t� aas# � yM'aiYF YiMa elf'' -
7.
w•Atr �" tilt a�`#�k �` }
p ..t LEGEND
APPROXIMATE LOCATION OF BRICK OR STONE
SEWER TO BE EVALUATED (APPROXIMATE SIZE
° CAN BE REFERENCED IN 1915 MAP)
s _ CITY OF RICHMOND Richmond Sanitary District aAlna� GnPIUC BCMX
Fifty North Fifth Street 2017 BRICK AND STONE SEWER ANALYSIS
N Richmond, Indiana 47374 DUSTING BRICK AND STONE SEWER LOCATION SHEET '
Mayor: Dave Snow
EXHIBIT'A' - Paae 4 of 5 _
Brick and Stone Sewer Evaluation Project
Scope & Fee Proposal
November 8, 2017
Mr. Elijah W. Welch, P.E.
District Engineer
Richmond Sanitary District
2380 Liberty Avenue
Richmond, Indiana 47374
RE: Brick and Stone Sewer Evaluation Project
Scope & Fee Proposal
Commonwealth Engineers, Inc. is pleased to submit our Scope & Fee Proposal for the Brick and Stone Sewer
Evaluation Project. As seen in the proposal, this project involves the combined effort between a sewer
inspection specialist, Commonwealth Engineers, and the District. The end product will be a deliverable
comprised of a technical memorandum and supporting field data that will assist the District in making
informed and confident decisions moving forward with the asset management of existing critical brick and
stone sewers in the City of Richmond.
I would be happy to review the details of the proposal to ensure that it meets your needs and expectations.
Thank you for the opportunity to continue our professional relationship with the Richmond Sanitary District
on this important project.
Please contact me if you have any questions
JSiincerely,
!`.2, bzj&w►Q,,Q.
Brian Desharnais, Ph.D., P.E.
Vice President
Enclosure
TABLE OF CONTENTS
Brick and Stone Sewer Evaluation Project
Scope and Fee Proposal
Section 1 Scope of Work
Section 2 Fee Tabulation
SECTION 1
Scope of Work
City of Richmond, Indiana
Brick and Stone Sewer Evaluation Project
November 8, 2017
SCOPE OF WORK
Task 1 — Workshops and Proiect Management
1.1 Kick -Off Workshop: Conduct a Kick -Off Workshop with RSD to confirm scope, work plan, coordination with
other projects in the area, lines of communication, and schedule. The Kick -Off Workshop will be held during
the data collection phase of the study to provide clarity about the required data to be provided by RSD which
includes current GIS data & As-Builts and Record Drawings.
After the Kick -Off Meeting, the Commonwealth Team will revisit the site to confirm recommended sewer
inspection extents and to confirm historical problem areas.
1.2 Assessment & Evaluation Workshop: Conduct a Workshop with RSD after the field data has been collected and
interpreted by the Commonwealth Team. The intent of this workshop is to assess the inspected infrastructure
using typical risk matrix methods with the goal of collectively identifying critical infrastructure in need of repair.
1.3 Draft Technical Memorandum Workshop: Conduct a Review Workshop with RSD to summarize the
recommendations and the contents of the draft Technical Memorandum, including different project delivery
methods such as design -bid -build or design -build.
1.4 Meeting Notes: Complete and distribute all workshop notes within seven (7) days of each meeting.
1.5 Project Management: Project management including general correspondence, project updates, invoicing,
scheduling, budget maintenance, etc.
Task 2 — Sewer Inspection
2.1 PACP Sewer Inspection: CCTV and light cleaning for approximately 25,000 LF of sewers. Deliverables include
PACP database, video, PDF reports for each line following PACP.
2.2 MACP Sewer Inspection: Inspect approximately 85 manhole structures. Deliverables to include inspection
reports following MACP guidelines.
2.3 Laser Profiling (if needed): On an as needed basis, perform laser -profiling of key interceptors to assess ovality
and deflection. Deliverables include 3D imagery and deflection reports.
2.4 Sonar Inspections (if needed): On an as -needed basis, perform sonar inspection to assess interceptors when
significantly submerged and filled with debris. Sonar is used to detect large structural defects that CCTV video
cannot observe.
2.5 Heavy Cleaning (if needed): On an as -needed basis, perform heavy cleaning.
2.6 Coordination with Sewer Inspection Sub -Consultant: Coordinate with the sewer inspection sub -consultant in
the field in the office.
SCOPE OF WORK
Task 3 — Technical Memorandum
3.1 Draft Technical Memorandum: Develop a draft summary report along with supporting graphics and figures.
The goal of this step is to explore remedial options for critical infrastructure in need of repair. Typical pipe
rehabilitation techniques include the following categories:
• Sewer grouting or structural concrete reinforcement (concrete, grout, gunite, shotcrete, geopolymer
mortar, etc.)
• Sewer lining (CIPP, deform / reform lining, fold and form lining, etc.)
• Slip lining (FRP, PVC, HDPE) or composite grout -in -place pipe (spiral wound)
• Sewer pipe bursting
• Sewer pipe open cut replacement or pipe relocation (usually last resort)
Typical manhole structure rehabilitation include the following categories:
• Structure frame and cover replacement
• Structure grouting or structural concrete reinforcement
• Structure lining (polymer, grout, geopolymer, etc.)
• Structure or riser replacement (usually last resort)
Evaluations will include lifecycle cost analyses, construction costs, constructability considerations, flow
bypassing considerations, traffic control considerations, and construction phasing considerations. A narrative
will also be provided for different project delivery methods for RSD's consideration, including design -bid -build
and design -build. Deliverable includes Draft Technical Memorandum (furnish one (1) PDF electronic copy and
four (4) hard copies).
3.2 Final Technical Memorandum: Update the memorandum based on the Draft Technical Workshop from Task
1.3 and RSD's comments. Deliverable includes Final Technical Memorandum (furnish one (1) PDF electronic
copy and four (4) hard copies).
SECTION 2
Fee Tabulation
City of Richmond, Indiana
Brick and Stone Sewer Evaluation Project
November 8, 2017
FEE TABULATION
The following is a summary of the proposed fee. The next several pages contain present billing rates and a detailed fee
breakdown.
• Workshops & Project Management
(Task 1 in Detailed Fee Breakdown) $ 30,835 (Lump Sum)
• Sewer Inspection
(Task 2 in Detailed Fee Breakdown) $ 189,884 (Hourly)
• Technical Memorandum
(Tasks 3 in Detailed Fee Breakdown) $ 48,082 (Lump Sum)
Subtotal: $ 268,802
Lump Sum - Clarifications
• Engineer may alter the distribution of compensation between individual tasks noted herein to be consistent with
services actually rendered, but shall not exceed the total Lump Sum amount unless approved in writing by the
Owner.
• The Lump Sum includes compensation for Engineer's services and services of Engineer's Consultants, if any.
Appropriate amounts have been incorporated in the Lump Sum to account for labor, overhead, profit, and
Reimbursable Expenses.
• The portion of the Lump Sum amount billed for Engineer's services will be based upon Engineer's estimate of the
percentage of the total services actually completed during the billing period.
Standard Hourly Rates - Clarifications
• Engineer may alter the distribution of compensation between individual tasks of the work noted herein to be
consistent with services actually rendered, but shall not exceed the total estimated compensation amount unless
approved in writing by Owner.
• The total estimated compensation for Engineer's services included in the breakdown by tasks incorporates all
labor, overhead, profit, Reimbursable Expenses and Engineer's Consultants' charges.
The amounts billed for Engineer's services will be based on the cumulative hours charged to the Project during the
billing period by each class of Engineer's employees times Standard Hourly Rates for each applicable billing class,
plus Reimbursable Expenses and Engineer's Consultants' charges. Standard Hourly Rates are subject to change on
July 1 of each year.
STANDARD HOURLY RATES & REIMBURSEABLE EXPENSES SCHEDULE
COMMONWEALTH ENGINEERS, INC.
STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE
July 1, 2017 - June 30, 2018
Billing Class
Rate Per Hour
Billing Class
Rate Per Hour
Principal III
$
90.66
Environmental Compliance Manager
$
40.58
Principal II
$
83.18
Compliance Specialist
$
22.80
Principal
$
76.04
Resident Project Representative IV
$
35.57
Project Manager IV
$
75.25
Resident Project Representative III
$
31.37
Project Manager III
$
70.40
Resident Project Representative 11
$
28.31
Project Manager 11
$
57.41
Resident Project Representative 1
$
25.25
Project Manager 1
$
51.69
Clerical III
$
28.48
Senior Electrical Engineer
$
70.40
Clerical 11
$
23.20
Clerical
$
1T32
Project Engineer IV
$
58.46
Project Engineer III
$
46.84
Reproduction Processor
$
21.63
Project Engineer 11
$
44.14
Project Engineer 1
$
40.93
Trainee
$
16.39
Engineering Intern III
$
3T49
CADD Specialist IV
$
35.62
Engineering Intern II
$
31.60
CADD Specialist III
$
32.35
Engineering Intern 1
$
29.96
CADD Specialist II
S
27.66
CADD Specialist 1
$
22.15
Designer IV
S
44.57
Designer III
$
36.86
IT Manager
$
45.91
Designer I I
$
35.49
IT Tech
$
24.72
Designer 1
$
30.22
Multimedia Coordinator
$
39.40
Surveyor $ 32.35
Grants Manager $ 44.66 Field Technician $ 22.95
In order to arrive at the total billing rate, the above direct payroll rates shall be multiplied by factors of 40%
and 96.4286% to account for payroll and general overhead costs respectively. In addition, a 15% profit level
is then added to arrive at total labor costs. This is a total multiplier factor of 3.1625 times direct payroll rates.
Reimbursable Expenses
1 Travel: Starts at the office and shall be at the then approved rate by the U.S. Internal Revenue
Service.
2. Subsistence and Lodging: Actual Cost
3. Express Charges and Postage, other than first class mail: Actual Cost.
4. Paper Prints: $0.75 per square foot.
5. Special Tests and Services of Special Consultants (not used without specific written consent of
Owner): Actual Costs, plus 15% profit.
It is agreed that the Owner will make payment of each invoice presented by Commonwealth within thirty (30)
days from the date of the invoice. Payments received after this time shall be subject to an interest charge of
1 % per month.
'B' - Page 10 of 10