Loading...
HomeMy Public PortalAbout053-2015 - Sanitary & Stormwater - Commonwealth Engineers - Services for NW 13th Interceptor Basin Project - Phase 1t v PROFESSIONAL SERVICES AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this 21 day of 14r' I , 2015 and referred to as Contract No. 53-2015, 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 I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor to provide professional engineering services, to include the Phase I Final Design and Phase I Geotechnical Services, with regard to City's NW 13`h Street Interceptor Basin Improvements Project. The Proposal of Contractor is attached hereto as Exhibit "A," which Exhibit is dated March 11, 2015, consists of eight (8) 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" Scope of Services Item 1.0 Final Design and Item 4.0 Geotechnical Engineering Services. 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 III. COMPENSATION City shall pay Contractor fees as set forth in Exhibit "A" (lump sum and reimbursable sub - consultant fee plus 15% administration expense) in a total amount not to exceed Six Hundred Ninety -Eight Thousand Four Hundred Eighty -One Dollars and Zero Cents ($698,481.00) for the complete and satisfactory performance of the work required hereunder. Contract No. 53-2015 Page 1 of 6 SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect 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 terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims 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 Page 2 of 6 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 $2,000,000 each aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 each 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 City determines during the course of this Page 3 of 6 Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22- 16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. 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. Page 4of6 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 t By: Sue Miller, President Gil Klose, Vice President 'A� Greg lens, Member Date:�� - !� THE CITY OF RICHMOND, INDIANA by and through its Storm Water Management Board By: Z�,Aeg Stiens, President Y'11-�/ Sue Miller, Vice President L, / �J Gil Klose, ember Date: y- .V-g — / APPROVED: / Sarah L. Hutton, Mayor Date: "CONTRACTOR" COMMONWEALTH ENGINEERS, INC. Title: VIc.0 - PRESIDENT Date: 4 I o? 4 PS' Page 6 of 6 COMMONWEALTH ID �J�}`�J$�'.. A rlaM1 a! nwourcaa to maatar a common goal. March 11, 2015 Mr. Elijah D. Welch, P.E. District Engineer Richmond Sanitary District City of Richmond 2380 Liberty Avenue Richmond, Indiana 47374 RE: NW 13th Street Interceptor Basin Improvements Project: Phase I — Final Design, Bidding, and Construction Engineering Services 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 NW 13th Street Interceptor Basin Improvements Project. Referring to Figure 1, the proposed scope of services and fee estimate has been assembled assuming CEI provides final design, bidding, and construction engineering services for Phase I. Phase I consists of approximately 19,570 LF of existing 18 to 24-inch interceptor being replaced with new 30 to 36-inch interceptor using open -cut and trenchless construction technologies, along with three (3) aerial crossings. Phase I also consists of approximately 1,320 LF of 30-inch siphon expansion under the Whitewater River using a combination of open -cut and trenchless technologies. CEI has estimated a total project not -to -exceed cost of $777,042 based upon our man-hour projections and anticipated project costs. The following is a breakdown of the estimated fees for your consideration. Phase I Final Design............................................................................... $598,481 (Lump Sum) Phase I Geotechnical Services............................................................................... $100,000 (Reimbursable) Phase I Bidding............................................................................... $39,081 (Hourly) Phase I Construction Engineering............................................................................ $39,480 (Hourly) Total Project Cost.......................................................................... $777,042 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. ltiL,� A.Le�u Brian Desharnais, Ph.D., P.E. bdesharnais@contactcei.com Enclosures: Figure 1, Project Description and Scope of Services and Itemized Fee Breakdown EXHIBIT PAGE �Of=_kf PART 1 Project Description and Scope of Services NW 13th Street Interceptor Basin Improvements - Phase I 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: Referring to Figure 1, the following scope of services has been assembled assuming ENGINEER provides final design, bidding, and construction engineering services for Phase I. Phase I consists of approximately 19,570 LF of existing 18 to 24-inch interceptor being replaced with new 30 to 36-inch interceptor using open -cut and trenchless construction technologies, along with three (3) aerial crossings. Phase I also consists of approximately 1,320 LF of 30-inch siphon expansion under the Whitewater River using a combination of open -cut and trenchless technologies. SCOPE OF SERVICES: 1.0 Final Design — Phase I (LUMP SUM) 1.1 Prepare for and hold kickoff meeting with the OWNER (Workshop 1) to confirm scope, work plan, lines of communication, and schedule. The kickoff meeting will be held during the data collection phase of the study. Prepare and distribute meeting notes. 1.2 Project management including general correspondence, project updates, invoicing, scheduling, budget maintenance, etc. 1.3 Supplement existing field survey data as required to define topography and surface features: including baselines, horizontal and vertical locations of underground utilities as provided by the utility companies, apparent property and lot lines based on the Richmond Geographic Information System. Tie the proposed Project layout into existing coordinate systems and vertical monuments. 1.4 Coordinate geotechnical investigations (Note: geotechnical investigation sub - consultant reimbursed as explained in Part 5 of Scope of Services). Incorporate soil and rock borings and geotechnical evaluation information into the overall Project design relative to foundations of new structures, backfill, subsurface conditions, dewatering, trench support, and trenchless recommendations. 1.5 Perform hydraulic, structural, and other design computations required for new pipes, siphon expansion, trenchless crossings, aerial crossing, or structure modifications. Confirm Phase I route and ensure that Phase II is compatible from a connectivity / constructability standpoint. 3/11/2015 Commonwealth Engineers Inc. 1.6 Prepare and submit 50% design drawings. Design drawings will be prepared at full size (22" x 34") and plotted on 11" x 17" half size sheets. Submit four (4) sets of design drawings for review by OWNER. The Drawings will generally include (estimated): Sheets Title Sheet 1 Drawing Index, Legend & General Information 1 Drawing Index Map, Control Points & Benchmarks 12 Existing and Proposed Structure Data Table 4 Plan & Profile (H Scale: 1" = 20'), Trenchless & Aerial Crossings 45 Structure Details & Structural Design 20 Site Access 10 Traffic Control 4 Erosion Control Plan Sheets & Details 13 Miscellaneous Details 10 10% Contingency Sheets 12 TOTAL 120-132 1.7 Prepare and submit 50% technical specifications. Standards and material -type specifications used by the OWNER will be incorporated in the technical specifications. Front end documents for bidding will be prepared by the OWNER following City standard documents. Technical specifications will be prepared by ENGINEER. A bid form and design cost estimate will also be prepared. Submit four (4) sets of technical specifications for review by OWNER. 1.8 Perform QA/QC on 50% submittal. 1.9 Prepare for and conduct with the OWNER Workshop 2 — 50% Design Meeting. Prepare and distribute meeting notes. Perform a field verification review after the 50% submittal to make sure field items are properly shown on the drawings or included in the specifications. 1.10 Prepare and submit IDEM Construction Permit. Application fee will be paid by ENGINEER. 1.11 Prepare and submit Erosion Control Plan consistent with IDEM/IDNR Rule 5 in order for the OWNER to obtain necessary permit. Application fee will be paid by ENGINEER. 1.12 Prepare and submit INDOT permit. Application fee will be paid by ENGINEER. 1.13 Perform record research for existing IDNR flood studies which delineate the floodway. Prepare and submit IDNR and/or Army Corp of Engineers construction within a floodway permits if necessary. Application fee will be paid by ENGINEER. 1.14 Prepare and submit railroad permit. It is assumed that the application fee and license agreement (if needed) will be paid by the OWNER (Note: geotechnical sub -consultant if needed will be reimbursed as an additional service as explained in Part 5 of Scope of Services). 1.15 Identify areas where easements and rights -of -way (RAN) are required for the Project and notify the OWNER where those areas are located. The OWNER shall acquire any necessary easements and complete any rights -of -way acquisitions. It is assumed that 3/11/2015 Commonwealth Engineers Inc. EXHIBIT A PAGE 3 OFF the OWNER has an existing easement and/or R/W for the existing interceptor. Preparation of the easement documents shall be an additional service. 1.16 Perform internal constructability review meeting. All comments and responses shall be documented and submitted to the OWNER for their review. 1.17 Prepare and submit 95% final design drawings. Design drawings will be prepared at full size (22" x 34") and plotted on 11" x 17" half size sheets. Submit four (4) sets of design drawings for review by OWNER. 1.18 Prepare and submit 95% technical specifications. Standards and material -type specifications used by the OWNER will be incorporated in the technical specifications. Front end documents for bidding will be prepared by the OWNER following City standard documents. Technical specifications will be prepared by ENGINEER. A bid form and design cost estimate will also be prepared. Submit four (4) sets of technical specifications for review by OWNER. 1.19 Perform QA/QC on 95% submittal. 1.20 Prepare for and conduct with the OWNER Workshop 3 — 95% Design Meeting. Prepare and distribute meeting notes. 1.21 Incorporate comments and finalize the drawings for permits and bidding. The final bidding documents will be signed and sealed by the registered Professional Engineer in the State of Indiana. Deliverables include the following: (a) one full size hardcopy and one half size hardcopy sets of stamped drawings, (b) one hardcopy set of technical specifications, (c) PDFs of stamped drawings and technical specifications, and (d) a complete set of technical specifications in MS Word format. OWNER shall provide reproduction services for bidding. OWNER shall provide inspection services. 2.0 Bidding — Phase I (HOURLY) 2.1 Assist the OWNER Staff in responding to Contractors' questions. 2.2 Prepare and certify any required addendums. 2.3 Prepare and lead a pre -bid meeting and prepare minutes of the meeting. 2.4 Assist the OWNER Staff in reviewing the bids as well as evaluate and certify the bid tabulation for the Project. 3.0 Construction — Phase 1 (HOURLY) The ENGINEER shall assist the OWNER during the construction of this Project. It is assumed that the OWNER (a) will provide on -site resident project representatives (RPR) services, (b) will take lead on reviewing record drawings and requests for information, and (c) will review and recommend the Contractor's quantities and pay requests. The ENGINEER shall perform the following activities on an OWNER defined as -needed basis: 3.1 Prepare for and attend the pre -construction meeting. 3/11/2015 Commonwealth Engineers Inc. EXHIBIT I PAGE Lf OFF, 3.2 Assist OWNER with reviewing select record drawings, request for information, and change orders. Answer engineering related questions as they pertain to the plan and specifications throughout the construction of the Project. 4.0 Geotechnical Engineering Services (SUB -CONSULTANT FEE + 15% ADMIN) Upon separate written authorization by OWNER and after approval of negotiated fees, ENGINEER may provide additional service such as those listed below. 4.1 Geotechnical investigations and general construction recommendations for Phase I. 4.2 Geotechnical design assistance for railroad permit and river crossing (if needed). OPTIONAL ADDITIONAL SERVICES (Not included in proposed fee): Upon separate written authorization by OWNER and after approval of negotiated fees, ENGINEER can provide additional service such as those listed below. • Contaminated soil testing and / or groundwater monitoring. • Pavement cores. • Subsurface utility engineering. • Wetland mitigation and/or restoration plans. • Phase I environmental assessment. • Additional workshops, meetings, or site visits. • Conformed to contract drawings. • Record drawings. • Resident project representative inspection. • Easement preparation and property acquisition assistance (i.e. title searches, easement plats, easement descriptions, etc.). • Phase II design, bidding, and construction engineering. • Post construction monitoring. • Green / sustainable infrastructure design. 3/11/2015 _ Commonwealth Engineers Inc. EXHIBIT A PAGE � OFF PART 2 Fee Clarifications NW 13th Street Interceptor Basin Improvements - Phase I 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. 3/11/2015 Commonwealth Engineers Inc. EXHIBIT A PAGE _1�_QF 4.0 Employee Billing Rate Schedule COMMONWEALTH ENGINEERS, INC. STANDARD HOURLY RATES AND REIMBURSABLE EXPENSES SCHEDULE July 1, 2014 - June 30, 2015 Billing Class Rate Per Hour Billing Class Rate Per Hour Principal III $ 82.97 Environmental Compliance Manager $ 37.14 Principal II $ 76.13 Compliance Specialist $ 15.86 Principal $ 69.58 Resident Project Representative IV $ 32.54 Project Manager IV $ 68.86 Resident Project Representative III $ 28.71 Project Manager III $ 64.43 Resident Project Representative II $ 25.91 Project Manager II $ 52.54 Resident Project Representative 1 $ 23.11 Project Manager 1 $ 47.30 Clerical III $ 25.51 Senior Electrical Engineer $ 61.80 Clerical II $ 21.22 Clerical $ 15.85 Project Engineer IV $ 53.30 Project Engineer III $ 42.50 Reproduction Processor $ 19.79 Project Engineer 11 $ 39.87 Project Engineer 1 $ 36.98 Trainee $ 15.00 Engineering Intern III $ 34.31 CADD Specialist IV $ 32.59 Engineering Intem II $ 28.92 CADD Specialist 111 $ 29.60 Engineering Intern 1 $ 26.30 CADD Specialist II $ 25.31 CADD Specialist 1 $ 20.27 Designer IV $ 40.79 Designer III $ 34.66 IT Manager $ 41.63 Designer II $ 31.88 Multimedia Coordinator $ 36.06 Designer 1 $ 27.66 Surveyor $ 28.77 Grants Manager $ 39.60 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 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 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 date of the invoice. Payments received after this time shall be subject to an interest charge of 1 % per month. 3/11/2015 Commonwealth Engineers Inc. �IBIT___8__ PAGE -OF �HIBIT PAGE S OFor I