HomeMy Public PortalAbout071-2021 - Sanitation - Common Wealth Engineering - Prelimianry Engineering AGREEMENT
THIS AGREEMENT made and entered into this I' day of J U VI & ,2021,and referred
to as Contract No.71-2021 by and between the City of Richmond,Indiana,a municipal corporation
acting by and through its Board of Sanitary Commissioners (referred to as the "City"), and
Commonwealth Engineers, Inc., 7256 Company Drive, Indianapolis, IN 46237 (hereinafter
referred to as the"Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor for the work described on Exhibit "A" attached hereto, which is
Contractor's proposal to the work described herein, consisting of eight(8)pages,with such work
generally being related to the preliminary engineering for the Midwest Industrial Park and Round
Barn Road collection system improvements.
Should any provisions,terms,or conditions contained in any of the documents attached hereto and
incorporated by reference herein as Exhibits, 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 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 and/or warranties;
2. The City is in receipt of any required affidavit(s)signed by Contractor in accordance with
I.C. § 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.
SECTION III. COMPENSATION
City shall pay Contractor at the rates indicated in Exhibit "A". Specifically, City shall not be
required to exceed paying the sum of One Hundred Twenty-one Thousand Four Hundred Thirty-
six Dollars and 00/100($121,436)for the total project cost.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all of the parties hereto.
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)days written notice specifying the effective
date and the reasons for termination which shall include but are 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;
-- --- -- -- -- - — 1 I Page
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;
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.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part,
by mutual Agreement setting forth the reasons for such termination, the effective date, and in the
case of partial termination,the portion to be terminated.
This Agreement may also be terminated by either the City or the Contractor, without cause, by
giving at least thirty(30)days written notice to the other party.
In the event of termination of this Agreement, 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.
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 which may arise from the Contractor's conduct or performance of
this Agreement, either intentionally or negligently; 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 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.
Coverage Limits
A. Worker's Compensation& Statutory
Disability Requirements
B. Employer's Liability $100,000
C. 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
D. Comprehensive Auto Liability
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
2 I Page
,T R
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$1,000,000 aggregate
F. Malpractice/Errors&Omissions Insurance $1,000,000 each occurrence
$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 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 Board determines during the course
of this Agreement that this certification is no longer valid,Board 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 Board that
the Contractor has ceased investment activities in Iran within ninety (90) days after the
written notice is given to the Contractor,the Board may proceed with any remedies it may
have pursuant to IC 5-22-16.5. In the event the Board 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 Board 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.
------ -- - --- --- - -- -- -- - -- - - -
3 _ I .Page
.
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:
1. 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;
3. 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.
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.
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.
4 I Page
This Agreement maybe 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,or 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 other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement,including but not limited to, City's reasonable attorney's fees.
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.
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" "CONTRACTOR"
The City Richmond,Indiana,by and through Commonwealth Engineers,Inc.
its Boar of Sanitary Commissioners
' By: % #1 h. 2 6 ,Z
Sue i et, .resident
(Printed):13R114k� Mil. 1) i.lAR NAl1
Aman akshi,Vice President Title: VICE Pf ESS DeJ
Dated: tob 8 Oa
g Stiens,Member
Dated:
APPROVED:
ow,
Dated: 06 p e -2oZ/
5 I Page
h.
COMMONWEAL TH'
-MrENGINEERS, liva
A wealth o1 resources to master a common goal.
r
April 27,2021
Mr. Elijah D.Welch, P.E.
District Engineer
Richmond Sanitary District
City of Richmond
2380 Liberty Avenue
Richmond, Indiana 47374
RE: Midwest Industrial Park&Round Barn Collection System Improvements
Preliminary Engineering
Dear Mr.Welch:
Based on our attached anticipated scope of services, Commonwealth Engineers (CEI) has prepared a fee estimate
for your review and use for the Midwest Industrial Park & Round Barn Collection System Project. The primary
goal of this project is to perform preliminary engineering including regulatory coordination with the Indiana
Finance Authority (IFA) State Revolving Fund (SRF) and the Indiana Department of Environmental Resources
(IDEM). It is important to note that flow from the Midwest Industrial Park subbasin will be conveyed to the Round
Barn Interceptor subbasin, which is why they are both being investigated in this project. This project will build
upon past studies (Midwest Industrial Park Future Flow Conveyance Alternatives Technical Memorandum dated
February 2020 and the NW 13th Street Basin Interceptor Preliminary Engineering Report dated May 2016) when
evaluating preliminary engineering alternatives.
CEI has estimated a total project cost of$121,436 based upon our man-hour projections and anticipated project
costs. The following is a breakdown of the estimated fees for your consideration.
Workshops, Project Management&QA/QC $22,289 (Lump Sum)
Metering Data Review&Constructability Assessment $9,449 (Lump Sum)
Preliminary Engineering SWMM Modeling $40,914 (Lump Sum)
Preliminary Engineering Report—IFA SRF Format $33,784 (Lump Sum)
IFA SRF&IDEM Coordination $15,000 (Hourly)
Total Project Cost $121,436
Thank you for giving us this opportunity to continue our professional relationship with the Richmond Sanitary
District. Should you have any questions, please do not hesitate to call me at(260)494-3223.
Sincerely,
COMMONWEALTH� ENGINEERS, INC.
1✓L2 ntvna,lo.
Brian Desharnais, Ph.D., P.E.
bdesharnais@contactcei.com
Enclosures: Project Description and Scope of Services and Itemized Fee Breakdown
Exhibit A EXHIBIT A-Page 1 of 8
PART 1 Project Description and Scope of Services
Midwest Industrial Park & Round Barn Collection System
Improvements Preliminary Engineering
Richmond Sanitary District
GENERAL:
Commonwealth Engineers, Inc. (ENGINEER) shall provide the Richmond Sanitary District (OWNER)
with professional engineering service to which this scope of services applies. These services include
serving as the OWNER professional representative for the Project, providing professional engineering
consultation and advice, furnishing civil engineering services and other customary services incidental
thereto.
PROJECT DESCRIPTION:
The primary goal of this project is to perform preliminary engineering for the Midwest Industrial Park &
Round Barn Collection System Improvements including regulatory coordination with the Indiana
Finance Authority (IFA) State Revolving Fund (SRF) and the Indiana Department of Environmental
Resources (IDEM). It is important to note that flow from the Midwest Industrial Park subbasin is
conveyed to the Round Barn Interceptor subbasin, which is why they are both being investigated in
this project. Below is a snapshot of the District's Combined Sewer Overflow (CSO) Long Term
Control Plan (LTCP) schedule. The Midwest Industrial Park and Round Barn Interceptor CSO LTCP
projects are denoted under Miscellaneous Collection Systems Projects. Several studies (Midwest
Industrial Park Future Flow Conveyance Alternatives Technical Memorandum dated February 2020
and the NW 13th Street Basin Interceptor Preliminary Engineering Report dated May 2016) have been
assembled to investigate planning-level alternatives to improve the hydraulic capacities in these
subbasins. This project will build upon these past studies when evaluating preliminary engineering
alternatives.
Project Name 20 YEAR IMPLEMENTATION PERIOD
2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030
SE Basin Relief Sewer'
Post-Construction Mandating'
East Side Interceptor Phase I .
East Skis Interceptor Phase II
Post-Construction Monitoring
East Side Interceptor Phase III
Post Construction Monitoring -_
Sower Separation
CSO Basel 0091Sewershed 1
CSO Basin 005'Sowershed 2
Post.Canstructlon Monitoring -111111.111111
Miscellaneous Collection System Projects WO Om
NW 1gn Sheet Interceptor,NW Branch(Earthen,Cemetery) at 11... 1 ..
Round Barn Road Siphon Upgrades W w
West Side Interceptor Redd(Lower) .. a ,.
West Side Interceptor(Laver) �. y
West Side Intweepldr(Upper)
Chester Botlerard Interceptor Phase W' J J J
NorthWar Noah Richmond Catlaeore
ItWnest Industrial Parks N N N
Stroh Creek Sewer Intercepter(includes Short Creek a Hayes O O V
Lin Steffen Upnmdest
Round Bain Interceptor,
Post-Construction Monitoring NMI 111111
WWTP Upgrades EIMI OM MI IIIIII
Tereary Budding ModProa5ons f�
Hear/narks Modifications MIN
Primary nngor,Armen Tank;Final Clarifier and RAS
Improvements
Towers
of Intermediate Clarifiers and Bio-Roughing
Towers
SCAOA Uprrndes
Post-Construction Monitoring _111111
CSO Wet Weather Treatment Facility —
Post-Construction Monitoring
'One letter win be submitted to IDEM and EPA following the completion o1 this project and a second letter wdl be sent to IOEM and EPA fallowing the mmplerlen of the past-construction monitoring period.
The completion or therm proleer,will be dependent upon collection system characterization.evaluation and/or post wastruttion monitoring.
4/27/2021 Commonwealth Engineers Inc.
EXHIBIT A-Page 2 of 8
SCOPE OF SERVICES:
Detailed tasks are listed below:
Task 1— Workshops, Project Management& Quality Assurance/Quality Control
1.1 Onsite Kick-Off Workshop & Site Visit: Conduct .a Kick-Off Workshop in Richmond to
confirm scope, work plan, site visit, and preliminary engineering concepts to be modeled and
analyzed.
1.2 Onsite Draft Preliminary Engineering Report Workshop & Site Visit: Conduct a Review
Workshop in Richmond to summarize the contents of the Draft Report and revisit the site.
1.3 Virtual Meetings: Conduct up to two (2) virtual meetings to assist in the development of the
Preliminary Engineering Report.
1.4 Workshop / Meeting Notes: Complete and distribute up to four (4) workshop / meeting notes
within seven (7)days of each meeting.
1.5 Project Management: Project management including general correspondence, project
updates, invoicing, scheduling, budget maintenance, etc.
1.6 QA/QC: Peer-review of results and deliverables.
Task 2—Metering Data Review& Constructability Assessment
2.1 Review Metering Data: It is assumed that the District has performed all flow and level
metering, rainfall metering, and this data is available via web access. Review meter data for
quality control during the metering period and identify maintenance on meters. Categorize
rainfall events according to frequency and duration.
2.2 Constructability Assessment: Perform a constructability assessment along the project
corridor(s)to assess realistic alternatives to be modeled. Deliverable includes the following:
• Technical Memorandum of Potential Routes Constructability (pdf and three hard
copies).
Task 3—Preliminary Engineering SWMM Modeling
3.1 Update the SWMM Model Configuration: Update the SWMM collection system model
configuration to include completed projects (i.e. NW 13th Street Project) or soon-to-be
completed projects (i.e. Short Creek and West Side Projects) since the last SWMM model
calibration and validation.
3.2 SWMM Model Recalibration and Revalidation: Using the metering data and rain gauge
data, recalibrate and revalidate the existing SWMM collection system model. Perform
baseline assessment model runs after the recalibration and revalidation. Deliverables include
the following:
• All SWMM model alternative files and associated model runs.
3.3 Future Conditions and Preliminary Engineering SWMM Modeling: Apply future growth
factors. Develop up to three (3) alternative solutions using the design storms from the LTCP.
Deliverables include the following:
• All SWMM model alternative files and associated model runs.
3.4 SWMM Modeling Technical Memorandum: Develop a technical memorandum that includes
a summary of the SWMM model configuration updates, metering results, recalibration,
revalidation, future growth assumptions, alternatives, supporting figures, and
recommendations. Deliverable includes the following:
4/27/2021 Commonwealth Engineers Inc.
EXHIBIT A-Page 3 of 8
• Technical Memorandum of Hydraulic Modeling (pdf and three hard copies).
Task 4—Preliminary Engineering Report—IFA SRF Format
4.1 Draft Section 1 — Introduction & Project Location: Develop draft Section 1 along with
supporting graphics, figures, and appendices. Section 1 provides a summary of the project
planning area and the planning period.
4.2 Draft Section 2 —Current Situation: Develop draft Section 2 along with supporting graphics,
figures, and appendices. Section 2 provides a summary of the existing conditions of the
District's wastewater system.
4.3 Draft Section 3 — Future Situation: Develop draft Section 3 along with supporting graphics,
figures, and appendices. Section 3 provides a summary of the need of the project.
4.4 Draft Section 4 —Alternatives Considered: Develop draft Section 4 along with supporting
graphics, figures, and appendices. Section 4 provides a summary of the various alternatives
for the Midwest Industrial Park & Round Barn Collection System Improvements including
construction and non-construction cost estimates.
4.5 Draft Section 5—Evaluation of Environmental Impacts: Develop draft Section 5 along with
supporting graphics, figures, and appendices. Section 5 provides a summary of the
environmental impacts associated with the alternatives considered.
4.6 Draft Section 6 — Selected Plan: Develop draft Section 6 along with supporting graphics,
figures, and appendices. Section 6 provides present worth life cycle cost analyses and cost-
benefit analyses of the various alternatives for the Midwest Industrial Park & Round Barn
Collection System Improvements. Section 6 also provides a recommendation for the selected
Midwest Industrial Park& Round Barn Collection System Improvements Project.
4.7 Draft Section 7— Legal, Financial, and Managerial Responsibilities: Develop draft Section
7 along with supporting graphics, figures, and appendices. Section 7 provides details
regarding the legal, financial, and managerial information pertaining to the project. It is also
assumed that the financial capability analysis and rate analysis will be performed by the
District's rate consultant and are not included in this scoped effort. It is also assumed that the
update to the District's Wastewater Utility Asset Management Plan Update is not included in
this scoped effort and will be completed during construction and prior to the final disbursement
from IFA SRF associated with final construction completion.
4.8 Draft Section 8 — Public Participation: Develop draft Section 8 along with supporting
graphics, figures, and appendices. Section 8 provides a summary of public outreach efforts
and requirements.
4.9 Draft Final Preliminary Engineering Report Assembly — Executive Summary, Table of
Contents: Assemble the draft final PER including an executive summary and table of
contents. Deliverables include the following:
• Draft Final PER (furnish one pdf electronic copy and three hard copies).
4.10 Final Preliminary Engineering Report: Finalize the draft report based on the Workshop from
Task 1.2 and District's Comments. Deliverables include the following:
• Final PER (furnish one pdf electronic copy and three hard copies).
Task 5—IFA SRF&IDEM Coordination
5.1 IFA SRF Coordination: Coordinate with IFA and SRF on the submittal and provide
responses to comments.
4/27/2021 Commonwealth Engineers Inc.
EXHIBIT A-Page 4 of 8
5.2 IDEM Coordination: Coordinate with IDEM on LTCP milestone updates and regulatory
coordination.
OPTIONAL ADDITIONAL SERVICES (Not included in proposed scope and fee):
Upon separate written authorization by the Richmond Sanitary District and negotiated fees,
Commonwealth Engineers can provide the following additional services:
• Install flow meters and rain gauges.
• Attend additional meetings /workshops beyond scope.
• Model additional alternatives and design storms beyond the scope.
• Perform financial capability and analysis and rate analysis in support of the PER.
• Update wastewater asset management plan in accordance with IFA SRF requirements.
• Perform final field work, design, permitting, bidding assistance, and constructing engineering
assistance of the recommended project in the PER.
4/27 1 2021 Commonwealth Engineers Inc.
EXHIBIT A-Page 5 of 8
r
PART 2 Fee Clarifications
Midwest Industrial Park & Round Barn Collection System
Improvements Preliminary Engineering
Richmond Sanitary District
The following clarifications pertain to the fee structure (i.e. lump sum or hourly) for scope items
described above in Part 1.
1.0 Lump Sum -Clarifications
1.1 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.
1.2 The Lump Sum includes compensation for ENGINEER's services and services of
ENGINEER's Sub-Consultants, if any. Appropriate amounts have been incorporated in
the Lump Sum to account for labor, overhead, profit, and Reimbursable Expenses.
1.3 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.
2.0 Standard Hourly Rates - Clarifications
2.1 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.
2.2 The total estimated compensation for ENGINEER's services included in the breakdown
by tasks incorporates all labor, overhead, profit, Reimbursable Expenses and
ENGINEER's Sub-Consultants' charges.
2.3 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 Sub-Consultants' charges. Standard Hourly Rates are
subject to change on July 1 of each year.
3.0 Additional Services -Clarifications
3.1 Additional service provided by ENGINEER can be provided based on the Standard
Hourly Rates listed in Part 2, 4.0. Standard Hourly Rates are subject to change on July 1
of each year.
4/27/2021 Commonwealth Engineers Inc.
EXHIBIT A-Page 6 of 8
•
4.0 Employee Billing Rate Schedule
COMMONWEALTH ENGINEERS, INC.
STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE
July 1, 2020-June 30, 2021
Billing Class Rate Per Hour Billing Class Rate Per Hour
Principal Ill $ 100.03 Environmental Compliance Manager $ 44.78
Principal II $ 91.78 Compliance Specialist $ 27,58
Principal I $ 83.89
Resident Project Representative IV $ 39.24
Project Manager IV $ 83.03 Resident Project Representative III $ 34.62
Project Manager III $ 77.68 Resident Project Representative II $ 31.24
Project Manager II $ 63.35 Resident Project Representative I $ 27.86
Project Manager I $ 57.03
Clerical Ill $ 31.64
Senior Electrical Engineer $ 77.68 Clerical II $ 25.59
ClericalI $ 19.11
Project Engineer IV $ 64.50
Project Engineer III $ 51.69 Reproduction Processor $ 23.88
Project Engineer II $ 48.71
Project Engineer I $ 45.17 Trainee $ 18.09
Engineering Intern III $ 40.16 CADD Specialist IV $ 39.29
Engineering Intern II $ 35.91 CADD Specialist Ill $ 35.69
Engineering Intern I $ 33.05 CADD Specialist II $ 30.51
CADD Specialist I $ 24.44
Designer IV $ 49.17
Designer III $ 43.34 IT Manager $ 52.26
Designer II $ 40.07 IT Tech $ 27.27
Designer I $ 33.34 Multimedia Coordinator $ 43.48
Operations Specialist $ 40.11
Surveyor $ 42.09
Grants Manager $ 59.25 Field Technician $ 31.93
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.
4/27/2021 Commonwealth Engineers Inc.
EXHIBIT A-Page 7 of 8
VV m:a
m ,a E Imi,m E E N!n F n O,7 co
3 o a
01
Rio m
I I o o I I y I� I a
iL.
w w w m .«,
y c I . . I I I ! I
j
U
N N m ON
"' `�mnm w wd'a
os 1 .. . . 1 .. j ... I I a
m 69 6-•-N 0 N m 0 N 0 o n N m 0 m VV p m O n 0 a i0 o 0
TTg n
F= I I I I j 1
I
o O N N N N,e 0.
mE L°H
2I I I I I I
502, I
l0 oalo to 100
m Z a I IP l
_ a E I j 1 i I I i
0 I
=1=ig j i I
I I I I
n!v, a;m
e IA ;0 ;0 I j <a — 1a Ion
E a I I I ' I I I I ! !
V m I I I I
m a— IN to lejln Nip `a
E rn
u z I i I j I j I I I i
M❑ I 1 I I
w I I I i i
0 0 e m N N ., N vile 2
m@ € I I I I ! 1
O 0 3 i
o N a N N m V O m F F N N N a a o 78 N
St.1 I I I I LI
m. o -. _ m In w aim 0 v 0Im N m F.0 N .N:IN 10 F_
.. c ii `m o j ! ! !
lit; m m I I I I I ! I
3 m E a m 3 I j 1 i
U 2 j I I I
2.E -Ea = 0l0 to to l0 0
m m c I 1 I im I
m v rn o
oiwc !I Q= E I I I i I 1 I ! I
., , ,E ' a m= i I 1 j
�eS C ZN W I I I I
c E E—c - I I I I o
mtiY 1r �� - !m im • j� I i�
m
,cE r N N c m Q c I 1 ! 1 I I I
I
c f a m o e e I i I ! i
K i N v O i . 'm' I I I I I
Io 10 I Io 1 10 0
lii Q c I I 1 I 1 I 1 1 1 1
o I I I
K n.S I I I j 1
S _ 10 NIN NO NIh •-�-aaa m
W W —N is 1 IN �I m
O' m W I I I I I
QzQ lm I j 1 I 1 I I - ! •
z G S g d o j I I - ! I
W O O j
0 f io
J ''.`i _ j0 jm j i0 im
= U ga - ! 1 I 1 I j I ! I
N o W rcmm tt I I I
W y co w2w I I 1 I
w E J 6§E I l0 l0 ,10. io to 0
"F
LL w d 3 m�a a a ! I ! !
z ao �a� a I 1 I 1 I 1 I
! I 1
W z.1k EQmQ=a to l0 Im I ;oo
Fw4- ¢ Z J E C m j - i 1 I
w wlSro FUOE c_ I i I j I . 11
i I 1
O F o a F 4�w m s i I j j I
W a w a c 0 o o 0 0 a 1 i i i
w, i j 1 I •i
1 I 1 1 I
x
z = I e •j
i i 9 i i
Y I O ! 1
O O j Z ! W 2 j H I 1
d. O I w i z g I m m c j 1
g' j m ! j FT,
'x i
w, i w i o '' 1 nw�. o E z ! i
Z I y I - j F' E j j
L. i i j 0 o c ` i
W -- j < j m o— c Ej a m Cl 4 m ! j
0¢"m j j 3' m it Lm o cE ! a j
2 m�, j m I 0 .= Z of U' a c c -m ! F !
6.U1.E g..N j 1¢- 1 z c c Ei z o c u 1 a 1
Q..A U.d� i K Ili W O c E lI w�-- mO cn.cY ! O
w c m o m=
ll1yi LligOt�F, 1 y HI Zv Aagi z—w, �cwanmu.�a' ! O !
ri ay - o m� 1 'Z'a 2I Z�m u! W e G=E m m av I OOS1
Z r ` S'c 1 Uo" i w; my�! - cl
owl a _=ciu'¢w'n�a'� j we ¢
S} ¢ w m rn I m rn ! o =l ¢ a m g v mi I-
a{L�Lww s ooa 1, m j ,i ` -1 4z3 9 v! az,, u' cmw 1 m 1 0
CV! E 4, mmm C I§ ZmA1; maca1§ -- oeccl=mcd wio u..'2!oo
Uw m KYO ti' jY W2"IT _.$2v2Ir. 'L uoFmL,t'ad.�yw VIAz
K Omm mr,OI§ W 8i§ W mom@ 2j2 w N w ulm m in y fn[�o1m¢K Im
o 3"mom '=QQjm m> cjN d00Ii-0I a@mmm@m @aL°�L ,jC0QwiN g¢
= 4865,a l NKUjq M�v,tr'mlya000000000ojmlm,g!'x
VW
<. ""`? .mil is NI Y"o0 p1 Y aaaa e a as X�NIm
m f y N N•1- rn m 0 F- vj1-m ui m.f
f F F I F¢- I F¢- r F a F¢- i
COMMONWEALTH-
-
„ ENGINEERS, INC LETTER OF TRANSMITTAL
A wealth of resources to master a common goal.
DATE: June 18,2021 JOB NO:
Environmental Engineers&Consultants
9604 Coldwater Road, Suite 203 ATTN: Jessica Foster
Fort Wayne,IN 46825
PH: (260)494-3223 FAX: (260)494-3224
RE: Richmond Sanitary District-Midwest Industrial
Richmond Sanitary District Park and Short Creek Projects
TO: 2380 Liberty Ave.
Richmond, IN 47374
GENTLEMEN:
❑✓ WE ARE SENDING YOU ❑✓ ATTACHED ❑ UNDER SEPARATE COVER VIA THE FOLLOWING ITEMS
❑ SHOP DRAWINGS E PRINTS ❑ PLANS ❑ SAMPLES ❑ SPECIFICATIONS
❑ COPY OF LETTER ❑ CHANGE ORDER ❑
COPIES DATE DISP. DESCRIPTION
1 6-18-21 AR Contract No.71-2021
1 6-18-21 AR Addendum No.2 for Contract No. 172-2018
DISPOSITION CODES
FA:For approval RV:Reviewed S:Submit
FYU:For your use NE: No exceptions noted RE:Resubmit
AR:As requested FC:Furnish as corrected R:Rejected ❑ FOR BIDS DUE .
RC:For review&comment RR:Revised and resubmit RT:Returned
REMARKS:
We have enclosed one(1)signed copy of each listed document for your records.
COPY TO:Fileaeract_tA".„
Si ature: Brian Desharnais,Ph.D.,P.E.
(If enclosures are not as noted,kindly notify us at once)