Loading...
HomeMy Public PortalAbout158-2013 - Sanitary & Stormwater- Commonwealth Engineers - Northwest 13th St basin preliminary engeineeringPROFESSIONAL SER.VICES. AGTtEE111ENT ORIGINAL THIS AGREEMENT made and entered into this IT�n day of �OLWb , 2013 and referred to as Contract No. 158-2013, 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 Drive, Indianapolis, IN 46237 (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide professional engineering services, including the Preliminary Engineering Report, with regard to City's NW I3t` Street Basin Interceptor Improvements. The Proposal of Contractor is attached hereto as Exhibit "A," which Exhibit is dated November 7, 2013, consists of ten (10) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall perform the work and provide the services described on Exhibit "A" (Tasks 1.1 through 6.2). 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. Contractor shall perform all work herein in a timely manner, conforming to all applicable professional standards. The Contractor shall furnish all labor, material, equipment and services necessary for the proper completion of all work specified. 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 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. SECTION Ill. COMPENSATION City shall pay Contractor fees as set forth in Exhibit"A" (lump sums and hourly rates, including reimbursable expenses) in a total amount not to exceed One Hundred Eighty -Three Thousand Eight Hundred Fifty -One Dollars and Zero Cents ($183,851.00) for the complete and satisfactory performance of the work required hereunder. Contract No. 158-2013 Page I of 6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect i until the completion of the project. 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 five (5) 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 and/or competent manner its obligations under this Agreement, b. submission by the Contractor to the City of reports that are incorrect or incomplete 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. In the event of such termination, the City shall be required to make prorated payment for all work performed prior to the date this Agreement is tenninated, 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 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 Page 2 of 6 C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1.,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 each aggregate SECTION VL 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'scompensation 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. Page 3 of 6 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-I6.5, 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; 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. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 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. 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, 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. 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: _ Ye�� Sue Miller, President Gil Klose, Vice President Greg Stiens, Member Date: i I'm W � THE CITY OF RICHMOND, INDIANA by and through its Storm Water Management Board By• Stephanie ys-Musson, President Gil Klose, Member Sue Miller, Member Date: .APPROVED. XX4& Sarah L. Hutton, Mayor Date: "CONTRACTOR" COMMONWEALTH ENGINEERS, INC. By: Printed name{ Albert C. Stong. P.E. ) Title: President Date: l i a-1,-L-1-5 Page 6 of 6 COAPONORWEALTIT A W0 4th of resources to master a common goat. November 7, 2013 Mr, Elijah W. Welch, P.E. & RSD Board of Commissioners Richmond Sanitary District 2380 Liberty Avenue Richmond, Indiana 47374 RE: Proposal for NW 13'h Street Basin Interceptor Improvements Dear Mr. Welch and RSD Board of Commissioners -- Commonwealth Engineers (CEI) is pleased to submit our Proposal for the NW 13"' Street Basin Interceptor Improvements. As seen in the proposal, we are drawing on the expertise of key members from CEI to arrive at a very high quality end product that will be completed in a cost-effective and efficient manner. I would be happy to review the details of this proposal to ensure that it rneets your needs and expectations. Thank you for diving us this opportunity to continue our professional relationship with the Richmond Sanitary District. Please contact me if you have any comments. Sincerely, COMMONWEALTH ENGINEERS, INC. , Brian Desharnais, Ph.D., P.E. Enclosure 9604Coldwator Road, Ste. 203 Fort Wayne, W 46825 (260) 494-3223 FAX (260) 494-3224 3 ra COMMONWEALTH Aweatth of resoutim, tatnast-aCOMMA goat. Nisi 13th street Basin Interceptor Improvements Proposal November 2013 PROPOSED SCOPE OF WORK Detailed tasks are listed below: Task f — Workshoo and Project Manggemont 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: ® Preliminary draft dated June 4., 2004 of the NW 13"' Street Sanitary interceptor Improvements Feasibility Report by Donahue & Associates. 6 July 2005 NW Te Street Basin Sanitary Sewer Flow Monitoring Report by CMID Inc. 40 July 2002 PER NVV f3" Street Interceptor Seaver Basin Phase I SSES by CMID Inc. ® Electronic 015 shape files and AutoCAD files showing pipe and structure data. along with property information. a Old quarter section maps. • flow metering data (Gripe web access - five active meters in -basin). $ Tipping bucket rain gauge (Gripe well access - currently located at City Building). • As-builts and record drawings of existing sewers. ® WWTP flow metering data, MROs, and DMRs.I metering at CSO 002 during the flow.Metering period. i • Pump station flow teetering data or pump run times at major lift stations during the flow metering. Lift station data including (a) pump manufacturers and curves and .(b) pumping set points, $ Locations and records of complaint areas in the subbasin particularly related to basement backup& o Guidance on allowable surcharge depth to minimize basement backups. ® Reports or planning studies describing future flow / growth projections for various areas of the collection system. ® Other relevant information such as large industrial water users. A discussion is recommended regarding the desired level of control for the subbasin, which will involve guidance from Brady Dryer, Commonwealth's in-house expert on all things regulatory. After the Kick -Off Meeting, the Commonwealth Team will revisit the site to confirm recommended model extents and to confirm Historical problem areas. C,;0Xff, i?NWEAL M'. 1.2 Calibration Review, future Growth Assessment, and Alternative Brainstorming Workshop: Conduct a Workshop with RSD to review the calibrated model, review future growth plans in the subbasin, and to review i brainstorm preliminary alterna(ives. 1.3 Alternatives and Draft PER Workshop: Conduct a Review Workshop with RSD to summarize the alternatives, recommendations, and the contents of the draft PER. 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— Existing Data Review .Surveying, and 11e1d. E±Vat The goal of this component of the project is to characterize the subbasin in order to collect data for the XPSWMM hydraulic model development. 2.1 Review Existing Bata: Reviews data as described in Task 1.1. 2.2 Set Control, Survey, and Structure Inspections: Coordinate with RSD to confirm horizontal and vertical control requirements. The top of castings of up to 200 sewer structures will be surveyed. Tentative plan is to locate the structures using GPS and or conventional methods where necessary due to tree cover. This will provide horizontal location with reasonable accuracy; however will not provide the target vertical accuracy. Next, control will be set sparsely (+/--25) throughout the site in open areas using GPS. Next, run conventional levels through the site incorporating all manhole structures starting from and checking above -mentioned control along the way to isolate the project into smaller sections for quality -control. This will provide the vertical level of accuracy needed. Structure inspections involving measure downs (along with pipe materials, structural materials, structure dimensions, photos) will be performed on up. to 200 sewer structures. Detailed 111 inspections will not be performed, though major problems will be noted if observed. Deliverables include (a) a summary of the horizontal and vertical control, (b) point file and elevations of top of castings, (c) PDFs of structure Inspection sheets, and (d) Gil; shapeCle. Task 3 T- Flow, Level anr! Rainfafi Met2rinr The goat of this component of the project is to review metering data that is necessary to calibrate the XPSWMM hydraulic model. it is assumed that RSD has performed all flow and level metering, rainfall metering, and this data is available via the Gripp web access. 3.1 Review Metering Data: Review rainfall and flow metering data and categorize rainfall events according to frequency and duration. Task 4 - Existing Conditions H draulic Model 4.1 Create Physical Model of the subbasin: Import surveying data of sewer structures into existing XPSWMM model. Add inverts, pipe lengths, top of castings, and all related necessary data in common datum into the model and finalize physical model expansion. GOIFUMitYa';f EAL..T H' 4.2 Process Metering Data: Identify dry weather and wet weather spans during metering period. Determine 24-hoar dry weather temporal constants for weekday and weekend periods. Identify calibration and validation periods. 4.3 Convert: Metering Data to SWMM Format: Convert flow metering data (flow and level) and rainfall data into usable format for XPSWMM. 4.4 Dry Weather Calibration: Import dry Weather metered data and 24-hour temporal weekday and weekend constants into the model. Calibrate the model to dry weather conditions. Perform a comparative analysis of the dry weather model output vs. the dry weather gauged data. 4.s Wet Weather Calibration: import wet weather metered data into the model. Calibrate the model to wet weather conditions using flow metering data. Perform a comparative analysis of the wet weather model output vs, the wet weather gauged data. 4.6 Field Checks: Perform additional field checks and verifications of key sanitary structures, top of castings, and first floor elevations based on wet weather calibration efforts.. 4.7 Assess Existing Conditions hydraulic Performance: Assess the hydraulic performance of the existing collection system using up to three (3) design storms. Based on the results of these simulations, (a) identify locations in the existing collection system that are hydraulic bottlenecks and (b) quantify duration of system impairment due to wet weather. Deliverables include the following; a All existing condition files and associated model runs_ 'ask 5 -- Ftttrire Conditions Hydratific Model and Alternative brr rovemenfs 5.1 Create Physical Model. of Future Collection System: Update the physical model to account for areas of future growth based on RSD recommendations. 5,2 Assess Future Conditions Hydraulic Performance: Assess the hydraulic performance. of the future growth model from Task 5.1 using up to three (3) design storms. Based on the results of these simulations, (a) identify locations in the collection system that are hydraulic bottlenecks and (b) quantify duration of system impairment due to wet weather. 5.3 Model Alternative Analyses & Tech Memo: Using the future growth model, generate up to five (5) alternative analyses. Generate brief technical memorandum that will serve as a referenced appendix in .the PER describing the calibration, future growth assumptions, selection of design storrins, modeling of alternatives, etc.. Deliverables include the following: ® All model alternative files and associated model ruris. Technical Memorandum (furnish one (1) PDF electronic copy and two (2) hard copies). Task 6— Prelhninaay EiLg neadgy_Re-ort 6.1 COMMONWEALTH' Develop a draft preliminary engineering report (PER) alone with supporting graphics and figures, Prepare the PER in accordance with IFA SR.F Clean Water guidance, including the 0wirownenlal Guidance and Docurnenfs. Deliverable includes the following; 0 Draft Report (furnish one (1) PDF electronic copy and two (2) hard copies), 6.2 Final PER: Update the PER based on the Draft Report Workshop from Task 1.3 and RSD's comments. Deliverables include the following: Final Report (furnish one (1) P©F electronic copy and two (2) hard copies). ® Response Register to RSD's comments (furnish one (1) PDF electronic copy and two (2) hard copies). OPTIONAL ADDITIONAL SERVICES Upon separate written authorization by RSD and negotiated fees, Commonwealth Engineers can provide the following example additional services: a Task 6.3: PER Public Notice and Execution * Assist RSD with the completion of the Wastewater SRF Application. s Assist the Owner with the execution of the required public notice procedures, which will include the preparation and publishing of a notice of the availability of the PER for review by interested parties and relevant Information regarding the IFA SRF mandated public meeting. ® Assist RSD with the execution of the IFA SRF mandated Signatory Authorization Resolution and the PER Acceptance Resolution. ® Prepare and submit copies of the PER to tFA SRF. Task 6.0 PER Public Notice and Execution a Review comments issued by the tFA. SRF on the PER. ® Negotiate reasonable resolution with IFA SRF staff on the PER. Provide updated PER documentation to :RSD (furnish one (1) PDF electronic copy and two (2) hard copies) and IFA SRF. • Provide flow metering or additional surveying. • Perform standaraixed infiltration/inflow assessments when performing structure.measure downs. ® Attend additional meetings. + Model additional alternatives. m Perform design and construction engineering assistance of proposed alterrrafive. • - ri.�i..^fi ���. F..�:2e k� �f 'x Ey�n 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 (Tasks 1 in Detailed Fee Breakdown) $ 24,140 (Lump Sum) Existing Data Review, Surveying, & Field Work $ 46,908 (Hourly for Yellow Line Model Extents) (Tasks 2 in Detailed Fee Breakdown) $ 18,608 (Hourly for Purple Line Model Extents) Data Analysis & XPSWMM Hydraulic Modeling (Tasks 3, 4 & 5 in Detailed Fee Breakdown) $ 69,760 (Lump .Sum) Preliminary Engineering Report (PER) (Tasks 6.1 & 6.2 in Detailed Fee Breakdown) $ 25,445 (Lump Sum) Subtotal: $ 183,861 Additional Serv-ICGI PER Public Notice & Execution (Task 6.3 .in Detailed Fee Breakdown) $ 5.,000 (Hourly) IFA SRF PER Coordination (Task 6A in Detailed Fee Breakdown) $ 5,000 (Hourly) Lamp Sum - Clardications a 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. a. 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 Burn to account for labor, overhead, profit, and Reimbursable. Expenses. a 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 o. Engineer may alter the distribution of compensation between individual tasks of the work noted herein to be consistent with servicesactually rendered, but shall not exceed the total estimated compensation amount unless approved in writing by Owner. a The total estimated compensation for Engineer's services included in the breakdown by tasks Incorporates aft labor, overhead, profit; Reimbursable Expenses and Engineer's Consultants' charges. a The amounts milled for Engineers 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 i of each year. �`nwmw�.�xnmm.iO COMMONWEALTH ENGINEERS, INC. STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE July 1, 2013 � Jttne 30, 2014 Billing Class [fate Per Hour Billing Class Rate Per Hour Principal III $ 80,55 Environmental Compliance Manager $ 36.06 Principal It $ 73.91 Principal 1 $ 62.65 Resident Project representative IV $ 31.59 Resident Project Representative III $ 27.87 Project Manager IV $ 66.B5 Resident Project Representative 11 $ 25.16 Project Manager III $ 62,55 Resident Project Representative 1 $ 22.441 Project Manager 11 $ 51.01 Project Manager 1 $ 45.92. Clerical 11I $ 24.53 Clerical 11 $ 19.65 Project. Engineer IV $ 5135 Clerical 1 $ 15,39 Project Engineer III $ 41.26 Project Engineer 11 $ 38.71 reproduction Processor $ 19.21 Project Engineer 1 $ 3.5.90 Trainee $ 12.88 Engineering Intern Ill. $ 33.31 Engineering Intern 11 $ 28.08 CARD Specialist IV $ 31.64 Engineering Intern 1 $ 25.53 CARD Specialist Ill $ 28.74 CADD Specialist t1 $ 24.57 Designer IV $ 39.60 CADD Specialist I $ 19,66 Designer Ill $ 33.65 Designerll $ 30.95 IT Manager $ 40.42 Designer 1 $ 26,85 Multimedia Coordinator $ 35.01 Grants Manager $ 36.45 Surveyor $. 27,93 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 15016 profit level is then added to arrive at total labor costs. This is a total multiplier factor of 3.1626 tunes direct payroll rates. Reimbursable Expenses 1., Travel from the office shall be at the then currently approved rate by the U.S. Internal Revenue Service, 2. Actual cost of subsistence and lodging. 3. Actual cost of long distance telephone calls, telegrams, express charges, and postage, other than first class mail. 4. Paper prints at $0.75 per square foot. .5. Actual costs, plus 150/6 profit, of special tests and services of special consultants (not used without specific written consent: of Owner). It is agreed that the Owner will make payment of each invoice presented by Commonwealth within thirty (30) days from the [fate. of the invoice. Payments received after this time shall be subject to an interest charge of 1 % per month. 'EXH A. PAGE --!o OF-1:0—