HomeMy Public PortalAbout161-2021 - Commonwealth Engineer - improvements for LTCP Project AGREEMENT
THIS AGREEMENT made and entered into this a day of tECEm8ER. ,2021, and referred
to as Contract No. 161-2021 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,with such work generally being related to the
remaining CSO LTCP improvements and updating the CSO LTCP Report. These services shall
consist of professional engineering services associated with the scope of services set forth within
Exhibit"A",which is attached hereto and incorporated by reference herein. Contractor shall serve
as City's professional representative for the Project, and provide professional engineering
consultation and advice,furnish civil engineering services and other customary services incidental
thereto.
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 Two Hundred Seventy Thousand Two Hundred Seven Dollars
and 00/100 ($270,207.00) 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:
1 I Page
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;
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
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
-- - ----- -------- 3 I Page
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.
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
4 I Page
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 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 attomey'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.
[Remainder of this Page Intentionally Left Blank. Signatures to Follow on Page Six]
5 I Page
"CITY" "CONTRACTOR"
The City of Richmond, Indiana,by and Commonwealth Engineers, Inc.
through its Board of Sanitary
Commissi rs
By: If bstJ6tóci+
u:e Miller, President
(Printed): gRI p 0 1l4. b1s N kN/411
Dated: // z3/Z%
Title: \lI€ff hgESI D,EN7
Aman Bakshi, Vice President
Dated: la I$/0/
/r/y3 z
Dated: f
tein Member
Dated: I 1 a i-3
APPROVED:
ide
/ i/►ice
David " . Snow,g( ayo
il
Dated: I 21 Di, 761711
6 I Page
a, COMMONWEALTH"
111 , ,
A wealth of resources to master a common goal.
November 1, 2021
Mr. Elijah D.Welch, P.E.
District Engineer
Richmond Sanitary District
City of Richmond
2380 Liberty Avenue
Richmond, Indiana 47374
RE: Combined Sewer Overflow(CSO) Long Term Control Plan (LTCP) Update Project
Dear Mr.Welch:
Per your request, Commonwealth Engineers (CEI) has prepared the attached scope of services to confirm the
remaining CSO LTCP improvements and to update the CSO LTCP Report. CEI has estimated a total project cost of
$270,207 based upon our man-hour projections and anticipated project costs. The following is a breakdown of
the estimated fees for your consideration.
Task Title Fee Type
1.0 Workshops, Project Management, and Quality Assurance/Quality Control $ 40,422 Lump Sum
2.0 Field Work and Metering Data Review $ 51,108 Hourly
3.0 SWMM Modeling $ 117,631 Lump Sum
4.0 CSO LTCP Report Update $ 51,046 Lump Sum
5.0 IDEM Coordination $ 10,000 Hourly
Total $270,207
Thank you for giving us this opportunity to continue our professional relationship with the Richmond Sanitary
District and for your confidence in us to assist you with the CSO LTCP Update. Should you have any questions,
please do not hesitate to call me at (260)494-3223.
Sincerely,
COMMONWEALTH ENGINEERS, INC.
Brian Desharnais, Ph.D., P.E.
bdesharnais@contactcei.com
Enclosures: Project Description, Scope of Services, Fee Clarifications, and Itemized Fee Breakdown
Exhibit"A"-Page 1 of 7
PART 1 Project Description and Scope of Services
CSO LTCP Update Project
Richmond Sanitary District
GENERAL:
Commonwealth Engineers, Inc. (ENGINEER) shall provide the Richmond Sanitary District
(OWNER) with professional engineering services to which this scope of services applies. These
services include serving as the District's 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 goals of this project are to confirm the remaining Combined Sewer Overflow (CSO)
Long Term Control Plan (LTCP) improvements and to update the OWNER's CSO LTCP Report.
Below is a snapshot of the CSO LTCP schedule, with remaining projects outlined in bold red.
As shown, the majority of the projects have been constructed with the exception of several
miscellaneous collection system improvements and the CSO wet weather treatment facility.
Project Name 20 YEAR IMPLEMENTATION PERIOD
2010 2011 2012 2013 2014 2015 2018 2017 2018 2019 2020 2021 2022 2023 2024 2025 2028 2027 2028 2029 2030
SE Basin Relief Sewer' ----- -----
Post-Construction Monitoring' ----- -----
East Side Interceptor Phase I ----- -----
EastSldolnterceptorPhas01l ----- -----
lmi
Post-Construction Monitoring ----- -----
East Side Interceptor Phase III ----- -----
Post Construction Monitoring --- ----- III Ai
Sewer Separation
CSO Basin 00615ewerahed t
COO Basin 0051Sewershed 2
Post-Construction Monitoring -- ---
Miscellaneous Collection System Projects M -
NW 13n Street Interceptor,NW Branch(Earlham Cemetery) ■..
Round Bam Road-Siphon Upgredes
¢rc¢Q ¢
111111
West Side Interceptor(Lower)
sewer W 2 ..
West Side InlprcoptarfLw.mr) 1}dI a �Tu
West Side!Merman.(Upper/ A
Chester Boulevard Interceptor Phase Ill' H li
.FNorth/Far NorthRichmond Colteaora JJ 1111
Midwest Industeal Park' m 'iI
Short Creek Sewer Interceptor(Irrcluding Short Creek S Noyes
Lift Station Upgredeai
Round Bow InierceMaa
, Post-Construction Monitoring
IC
WWTP Upgrades II
---
Tertiary Building Medifrcetions ___
Roadworks Mndfmahoes
Primary ents r.Aeration Tank;Final Clarifier and RAO
I
mprovements
To an of Intermediate and Bio-Roughing
Towers
SCAM
COO et Weather
HI.
■■--■
Post-Construction Monitoring
IC50 Wet Weather Treatment Facility
• Post-Construction Monitoring
`One tarter sell be submitted to IDEM and EPA following the completion dais project end a second Inner tin be seer to DIM and EPA following the completion of the pest<enstruabn monitoring period.
'Ilse companion of these prelydswil be dependent upon collection system dwrotensetIon,evaluation and/or past construction monitoring.
Redmond Sanitary Distant Executive Summery
CSO LTCP Update Revised July 2010&March 2021
SCOPE OF SERVICES:
Detailed tasks are listed below:
1.0 Workshops, Project Management, and QA/ QC (Lump Sum)
11 /1 /2021 Commonwealth Engineers Inc.
Exhibit"A"-Page 2 of 7
1.1 Onsite Kick-Off Workshop: Conduct a Kick-Off Workshop in Richmond to confirm
scope, work plan, site visit, and SWMM modeling approach to confirm the sizing
and costs of the remaining CSO LTCP improvements.
1.2 Onsite Draft CSO LTCP Report Workshop: Conduct a Review Workshop in
Richmond to summarize the contents of the Draft CSO LTCP Report.
1.3 Virtual Meetings: Conduct up to four (4) virtual meetings to assist in the
development of the SWMM model update and CSO LTCP Update.
1.4 Workshop / Meeting Notes: Complete and distribute up to six (6) 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 Quality Assurance / Quality Control: Peer-review of results and deliverables.
2.0 Field Work and Metering Data Review (Hourly)
2.1 Field Work: Perform targeted surveying field checks in the collection system in
support of the physical SWMM model update, especially in areas of the collection
system that have changed since the last SWMM modeling effort or in areas of
the collection system where ongoing capacity issues exist.
2.2 Review Metering Data: Assist with the proposed locations for flow meters to be
installed and maintained by OWNER. Review metering and gauge data provided
by OWNER for quality control during the metering period for up to 12 months. It
is assumed that the OWNER will perform maintenance on all flow meters and
rain gauges. Categorize rainfall events according to frequency and duration.
2.3 5-Year Typical Rainfall Period: Perform statistical analyses on relevant long-term
historical rainfall data to determine the 5-year typical rainfall period for Richmond.
Deliverable includes the following:
• Technical Memorandum of 5-Year Typical Rainfall Period (pdf and three
hard copies).
3.0 SWMM Modeling (Lump Sum)
3.1 Update the SWMM Model Architecture: Update the SWMM collection system
model architecture to include completed projects or soon-to-be completed
projects since the last SWMM model calibration and validation. Merge historical
SWMM models into a single comprehensive model platform (latest SWMM5
engine).
3.2 SWMM Model Dry Weather Recalibration: Using the dry weather metering data
(assuming over 20 meters), recalibrate the updated SWMM model. Perform dry
weather baseline assessment model runs after the recalibration: Deliverables
include the following:
• All dry weather SWMM model alternative files and associated model runs.
3.3 SWMM Model Wet Weather Recalibration: Using the wet weather metering data
(assuming over 20 meters) and rain gauge data, recalibrate the updated SWMM
11 /1 /2021 Commonwealth Engineers Inc.
Exhibit"A"-Page 3 of 7
model. Perform wet weather baseline assessment model runs after the
recalibration. Deliverables include the following:
• All wet weather SWMM model alternative files and associated model
runs.
3.4 Future Conditions and CSO LTCP Alternatives SWMM Modeling: Apply future
growth factors. Perform alternative hydraulic analyses and confirm the sizing of
the remaining CSO LTCP improvements using design storms and the five (5)
year typical rainfall period long-term simulations from Task 2.3. Deliverables
include the following:
• All SWMM model alternative files and associated model runs.
3.5 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, cost
estimates, supporting figures, and recommendations. Deliverable includes the
following:
• Technical Memorandum of Hydraulic Modeling (pdf and three hard
copies).
4.0 CSO LTCP Report Update (Lump Sum)
4.1 Draft CSO LTCP Report: Develop a draft CSO LTCP Report. It is assumed that
the financial capability analysis and rate analysis will be performed by the
OWNER's rate consultant and are not included in this scoped effort. Deliverable
includes the following:
• Draft CSO LTCP Report (furnish one pdf electronic copy and three hard
copies).
4.2 Final CSO LTCP Report: Finalize the CSO LTCP Report based on the workshop
in Task 1.2. Deliverable includes the following:
• Final CSO LTCP Report (furnish one pdf electronic copy and three hard
copies).
5.0 IDEM Coordination (Hourly)
5.1 IDEM Coordination: Assist the City with its communications with IDEM pertaining
to the CSO LTCP Update. Respond to IDEM inquiries by providing additional
information and meetings on an as-needed basis. Negotiate the schedule and
financial terms of the CSO LTCP Update utilizing IDEM / EPA guidelines.
11 /1 /2021 Commonwealth Engineers Inc.
Exhibit"A"-Page 4 of 7
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 and maintain temporary flow meters and temporary rain gauges.
• Attend additional meetings /workshops beyond scope.
• Model additional alternative scenarios, design storms, and 5-year long-term simulations
beyond the scope.
• Perform financial capability and analysis and rate analysis in support of the CSO LTCP
Report.
• Develop a Preliminary Engineering Report (PER)suitable for funding agencies.
• Perform final field work, design, permitting, bidding assistance, and constructing
engineering assistance.
/2021 Commonwealth Engineers Inc.
Exhibit"A"-Page 5 of 7
PART 2 Fee Clarifications
CSO LTCP Update Project
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.
11 /1 /2021 Commonwealth Engineers Inc.
Exhibit"A"-Page 6 of 7
4.0 Employee Billing Rate Schedule
COMMONWEALTH ENGINEERS, INC.
STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE
July 1, 2021 -June 30, 2022
Billing Class Rate Per Hour Billing Class Rate Per Hour
Principal III $ 103.03 Environmental Compliance Manager $ 46.12
Principal II $ 94.53 Compliance Specialist $ 28.41
Principal I $ 86.41
Resident Project Representative IV $ 40.42
Project Manager IV $ 85.52 Resident Project Representative III $ 35.66
Project Manager III $ 80.01 Resident Project Representative II $ 32.18
Project Manager II $ 65.25 Resident Project Representative I $ 28.70
Project Manager I $ 58.74
Clerical ill $ 33.96
Senior Electrical Engineer $ 80.01 Clerical II $ 26.83
ClericalI $ 19.68
Project Engineer IV $ 66.44
Project Engineer III $ 53.24 Reproduction Processor $ 24.60
Project Engineer II $ 50.17
Project Engineer I $ 46.53 Trainee $ 18.63
Engineering Intern III $ 41.36 CADD Specialist IV $ 40.47
Engineering Intern II $ 36.99 CADD Specialist III $ 36.76
Engineering Intern I $ 34.04 CADD Specialist II $ 31.43
CADD Specialist I $ 25.17
Designer IV $ 50.86
Designer III $ 45.15 Chief Technology Officer $ 54.36
Designer ll $ 41.60 IT Tech $ 28.09
Designer I $ 34.34 Multimedia Coordinator $ 45.67
Operations Specialist $ 41.60
Surveyor $ 43.39
Grants Manager $ 61.03 Field Technician $ 33.17
In order to arrive at the total billing rate, the above direct payroll rates shall be multiplied by factors of
42.1559%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 3.2112 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.
11 /1 /2021 Commonwealth Engineers Inc.
Exhibit"A"-Page 7 of 7