Loading...
HomeMy WebLinkAbout105-91 RESOLUTIONRESOLUTION NO. 105-91 A RESOLUTION APPROVING AN ENGINEERING CONTRACT WITH MILHOLLAND ENGINEERING COMPANY FOR CONSTRUCTION MANAGEMENT PHASE OF THE -STREET ASPHALT OVERLAY PROJECT. BE IT .RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. -That the Mayor and City Clerk are hereby authorized and directed' to execute a contract with Milholland Engineering Company for the construction management phase of the street asphalt overlay project in an amount not to exceed $27,500.00. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 4th day of June , 1991. „=ATTEST: - ZeNt ft •`n. City Cl r� 41:!R @DC APPROVED: By:/4-e--(46/1"/ Mayor • C 7.1 • • • ENGINEERING SERVICES AGREEMENT 1990 OVERLAY PROGRAM STREET AND DRAINAGE IMPROVEMENTS [ VARIOUS LOCATIONS ] E-301 OWNER: CITY OF FAYETTEVILLE DONALD R. BUNN, ENGINEER SID NORBASH, PROJECT ENGINEER 113 WEST MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 May, 1991 Melvin L. Milholland MILHOLLAND ENGINEERING & SURVEYING Consulting Engineers 205 WesE Center Street Fayettville, Arkansas. 72701 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • ENGINEERING SERVICES AGREEMENT 1990 OVERLAY PROGRAM STREET AND DRAINAGE IMPROVEMENTS [ VARIOUS LOCATIONS ] E-301 THI AGREEMENT, made and entered into this day of , 1991, by and between the City of Fayetteville, Ark nsas, hereinafter referred to as the "Owner", and Milholland Company, Engineering and Surveying, Consulting Engineers of Fayetteville, Arkansas, hereinafter referred to as the "Engineer", WITNESSED THAT: WHEREAS, the Owner desires to Construct certain structural and drainage improvements to .extend the life of various streets within the City of Fayetteville. f - e% WHEREAS, the Engineer has sufficient experienced personnel and equipment to perform the work described in this Agreement, NOW THEREFORE, in consideration of the mutual covenants and agreements herein contained, the Owner and 'the Engineer, the parties hereto, stipulate and agree that the Owner does hereby employ the Engineer to perform the required engineering services as hereinafter set out; and the Engineer agrees to provide said services. SECTION 1: DESCRIPTION OF PROJECT: The Projects for which engineering services are to be provided are known and specified as "1990 OVERLAY PROGRAM". The PROJECT consists of segments, of Streets within the City of Fayetteville which are defined in EXHIBITS attached hereto, as follow: EXHIBIT "A": 1990 OVERLAY PROGRAM. E-301 1 • • The project is generally described as follows: VARIOUS STREET SEGMENTS: Design, Construction Documents, Taking Bids and Construction Supervision for the RECONSTRUCTION and/or UPGRADING of various",street widths with storm drainage, french drains and sidewalks within- existing street right-of-ways, consisting of subgrade and base repair, grading, milling and hard surface pavement per City of Fayetteville street specifications; Assist the City of Fayetteville Public Works Department in requesting and evaluating Bids, make recommendations of Award of Construction Contract, Construction Management and monthly Pay Estimates. to Contractor. Engineering Services for said project shall be separated into three (3) parts as follows: PART I: PART I -A: PART II: PART III: "Engineering Design and Construction Documents" "Right -of -Way Acquisition" "Taking bids through Award of Contract" "Construction Management" SECTION 2: SCOPE OF ENGINEERING SERVICES: Each project depicted in EXHIBIT "A" shall require specific services under this Section. Each "PART" in this Section shall state which Project or Street Segments thereof, for which said services are provided. The Engineer shall provide a suitable staff to perform Basic Engineering Services, Bid Documentation and Construction Management, including necessary resident inspection, and as an extra item, Right -of -Way Plats and Descriptions. These various types of work are more specifically defined as follows: PART I: BASIC ENGINEERING SERVICES: N/A [1] Make field engineering surveys of the various sites to establish the data necessary for the preparation of plans and specifications in order to build the contemplated improvements. The field engineering surveys shall include the location of all existing utilities within street Right -of -Ways as best can be located without excavation. [2] Prepare a preliminary overall design and cost estimate and review same with the Owner prior to final design. E-301 2 • [33 Prepare plans and specifications for the proposed improvements. The plans shall show the location of the street centerlines, unless otherwise approved. Engineer shall provide Owner with two (2) complete sets of the plans and specifications. [4] Meet with representatives of all involved utility companies and governmental agencies to coordinate the overall project. [5] Advise the Owner as to soils investigations that might be required and assist in the coordinating of the same. The cost of the soils investigations shall be borne by the Owner. [6] Prepare construction cost estimates. PART I -A: RIGHT-OF-WAY ACQUISITION: Only work as directed by the Owner shall be done under this section of the contract. The total fee shall not exceed $300.00 per Right -of -Way Plat and Description. PART I: SCHEDULE: N/A All of the above described work shall be completed in such time that the Owner may receive construction within 60 days after the Engineer receives a "Notice to Proceed" on the'project. Time is expressly made of the essence of this Agreement. PART II: TAKING BIDS THROUGH AWARD OF CONTRACT: ("1990 OVERLAY PROGRAM") Work to be performed under this 'item is relative to the "1990 OVERLAY PROGRAM", and shall consist of the following: [1] Assist the Owner •in the advertising for and receiving of construction bids, including recommendation of construction contract award. E-301 3 t• r PART III: CONSTRUCTION MANAGEMENT: This Item is•relative to the "1990" OVERLAY PROGRAM. Under this Phase, the Engineer will perform the following items of work: [1] Provide ,for periodic visits to the job sites by a professional engineer to observe the overall progress and quality o f executed work. [2] Provide for necessary resident inspection of the project construction. [3] Provide a survey crew to lay out the project for con- struction, excluding any necessary land and Right -of -Way surveys. [4] Provide a project engineer to manage and coordinate the construction activities. [5] Provide other personnel such as secretaries, draftsmen, e ngineering technicians, -etc., as may be needed to assist the. project engineer in the various activities that may be required. [6] Prepare monthly partial payment estimates and a final payment estimate to the contractor, including the assembly of written guarantees which are required by the contract documents. [7) Provide for final inspection of the project in the company o f representatives of the Owner, the project engineer, a repre- sentative of the contractor, and any other party designated by the Owner. Payments for the above described work shall be made on an hourly basis as further defined in Section 3 of this contract. E-301 • • SECTION 3.. COMPENSATION: Compensation for the various types of services to be provided under this contract shall be made as follows: A. PART I: BASIC ENGINEERING SERVICES: N/A PART I -A: RIGHT-OF-WAY ACQUISITION: Compensation for PLATS AND DESCRIPTIONS for Additional street Right -of -Ways shall be based on the hours of work actually required. The rates to be based charged for the various classifications of personnel shall be identical to those set out under Section 3-D below with a MAXIMUM -NOT -TO -EXCEED $600.00 for an estimated two (2) Ownerships. Only workas directed by the Owner shall be done under this section of the contract. The total fee shall not exceed $300.00 per each Right -of -Way Plat and Description. B. PART II BIDS THROUGH AWARD OF CONTRACT: (1990 OVERLAY PROGRAM) This Item is_ relative to the BID PROCESS for the "1990 OVERLAY PROGRAM". . Compensation for "Advertisement for Bids" through "Award of Contract" shall be a Fixed Fee of $1,000.00 for the BID PROCESS. C. PART III:' CONSTRUCTION MANAGEMENT: This Item is relative to the "1990 OVERLAY PROGRAM PROJECT". Compensation for Construction Management Services described in SECTION 2, PART III, shall be. based on the actual hours of the various classifications of employees that may be necessary to perform the work on the PROJECT. The total fee shall be as follows: EXHIBIT "A": "1990 OVERLAY PROGRAM": A MAXIMUM -NOT -TO - EXCEED Amount of $26,500.00 with a total construction time of 120 Consecutive Calendar Days, or Less, from the date of the "Notice -To -Proceed" to the Construction Contractor. E-301 5 D. HOURLY RATES FOR VARIOUS CLASSIFICATIONS OF PERSONNEL: The hourly rates to be charged for the various classifications of personnel are set out below: "HOURLY RATE PER CLASSIFICATION: Professional Engineer Registered Land Surveyor Engineering. Aide Secretary Survey Crew Resident Inspector Draftsman Computer w/Operator Travel 1 $65:00 per hour $45.00 per hour $55.00 per hour $18.00 per hour $65.00 per hour $30.00 per hour $25.00 per hour $35.00 per hour $00.25 per mile The hourly rates shown above include total compensation to the Engineer for all expenses for said services described in SECTION 2, PART III above. E. METHOD OF PAYMENT: Partial payments to the Engineer shall be made monthly as long as the accumulative of payments do not exceed the following: [1] PART I: Basic Engineering Services: Sixty-five percent (65%) upon completion of field engineering surveys and preliminary design. Thirty-five percent (35%) upon completion of final plans and specifications and submittal to the Owner. [2] PART I -A: RIGHT-OF-WAY PLATS AND DESCRIPTIONS: Payment to be made uponjcompletion of the various items of work as. dlrected by the Owner. (31 PART II: BIDS THROUGH AWARD OF CONTRACT: 90% after opening BIDS, and 10% after Award of Construction Contract.. [4] PART III: CONSTRUCTION MANAGEMENT: • Payment to be made on a monthly basis during the construction phase. E-301 • 6 • SECTION 4. GENERAL CONSIDERATIONS A. Termination of Contract for Cause If, through any cause, the Engineer shall fail to fulfill in timely and proper manner his obligations under this contract, or if the Engineer shall violate any of the covenants, agreements, or stipulations of the contract, the Owner shall thereupon have the right to terminate this contract by giving written notice to the Engineer of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, data, studies, and reports prepared by the Engineer under this contract shall, at the option of the Owner, become its property, and the Engineer shall be entitled to receive just and e quitable compensation under this contract for any satisfactory work completed on such documents. ' Notwithstanding the above, the engineer shall not be relieved of liability to the owner for damages sustained by the Owner by ✓ irtue of any breach of the contract by the Engineer, and the Owner may withhold any payments to the Engineer for the purpose o f set off until such time as the exact amount of damages due the Owner from the Engineer is determined. B . Termination for Convenience of Owner The Owner mayterminate this contract any time by a notice in writing from the Owner to the Engineer. If' the contract is terminated by. the Owner as provided herein, the Engineer will receive just and equitable compensation under_this contract. C. Changes r • The Owner may from time to time requestachanges in the scope of the services of the Engineer to be performed hereunder. Such changes, including any increase or decrease in the amount of the Engineer's compensation, which are mutually agreed upon by and between the Owner and the engineer, shall be incorporated in further written amendments to this contract. D . Personnel (11 The Engineer represents that he has, or will secure at his own expense, all personnel required in performing the services under this contract. Such personnel shall not be employees of or have any contractual relationship with the Owner. (2) All the services required hereunder will be performed by the Engineer or under his supervision and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under state and local law to perform such services. E-301 7 [3] No person who is serving sentence in a penal or correctional institution shall be employed on work under this contract. E . Compliance with Local Laws The Engineer shall comply with all applicable laws, ordinances, and codes of the state and local governments and shall commit no trespass on any public or private property in performing any of the work embraced by this contract. F. Assignability The Engineer shall not assign any interest in this contract and shall not transfer any interest in the same (whether by assignment or novation) without the prior written approval of the Owner; provided, however, that claims for money due or to become due the Engineer from the Owner under this contract may be assigned to a bank, trust .company, or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be furnished promptly to the Owner. G . Access to Records The Owner, the U.S. Department of Housing and Urban Development, the Comptroller General of the United States,, or any of their duly authorized representatives, shall have access to any books, d ocuments, papers, and records of the Engineer doing work under this contract which are directly pertinent to, a specific grant program forthe purpose of making audits, examinations, excerpts, and transcriptions. H . Estimates S ince the Engineer has no control over the cost of labor, materials or equipment, or over the methods of determining prices, or over competitive bidding or market conditions, the estimates of costs provided are to. be made on the basis of the Engineer's experienceandqualifications and represent his best judgment, being familiar with the industry, but the Engineer cannot and does not guarantee that established costs will not vary from estimates prepared. I. Insurance The Engineer shall secure and maintain such insurance as will protect him from claims under the Workmen's Compensation acts and from claimsfor bodily injury, death or property damage which may arise from the performance of his services under this contract. E-301 8 J. Successors and Assigns Each party of'this contract binds himselfr and his partners, successors, executors, administrators and assigns to the other party of this contract in respect to all covenants of this contract. Neither party shall assign, sublet or transfer his interest in this contract without the written consent of the other. SECTION 5. EQUAL OPPORTUNITY PROVISIONS During the performance of this contract, the Engineer agrees as follows: [A] The Engineer will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Engineer will take affirmative action to ensure that applicants are employed, and that the employees are treated during employment, without regard to their race, color, religion, sex,or national origin. Such action shall include, but not be limited to the following: employment upgrading, demotion,or transfer, recruitment or recruitment advertising; layoff or training, including apprenticeship. The Engineer agrees to post in conspicuous place, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. [B] The Engineer will, in all solicitations or advertisements for employees placed by or on behalf of the Engineer, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. E-301 9 1 SECTION 6. CONFLICT OF INTEREST 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 [A] Interest of Owner 4 No officer, employee, or agent of the Owner who exercises any functions or responsibilities in the review or approval or in connection with the carrying out of the project to which this contract pertains shall have any personal interest, direct or indirect, in this contract. [B] Interest of Certain Federal Officials No member of or delegate to the Congress of the United States, and no Resident Commissioner, shall be admitted to any share or part of this contract or to any benefit to arise herefrom. ICI Interest of Engineer The Engineer covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the above described project area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The Engineer further covenants that in the performance of 'this contract, no person having any such interest shall be employed. E-301 10 SECTION 7. OTHER PROVISIONS In connection withittie project, the Owner shall: [Al• • Give thorough consideration to all documents presented by the Engineer and inform the Engineer of all decisions within a reasonable time so as not to delay the work of -the Engineer. [B1 Make provision for the employees of the Engineer to enter public and private lands as required for the Engineer to perform necessary preliminary surveys and investigations. [C] Obtain the necessary lands, easements, and Right -of- Ways for the construction of the work. ED] Furnish 'the Engineer such plans and records of construction and operation of existing facilities, or copies of same, bearing on the proposedwork as may be in the possession of the Owner. S uch documents or data will be returned to the Owner upon completion of the work or upon the request of the Owner. [E] Pay the cost of (making necessary soundings, borings, analyses of materials and laboratory work performed by an Independent Certified Materials Lab exclusive of the Engineer's supervision thereof. [F] Pay all plan review costs and all cost of advertising in connection with the project. Original documents, plans, design, and survey notes represent the product and training, experience, and professional skill, and accordingly belong to and remain the property of the Engineer who produced them regardless of whether the instruments were copyrighted or whether the project for which they were prepared is executed. The Engineer. shall furnish the Owner two copies of "as -built" d rawings of each phase of the project at his expense; and the Owner may, at his expense, retain reproducible copies of drawings and copies of other documents. This agreement shall be binding upon the parties hereto, their partners, heirs, successors, administrators, and assigns; and neither party shall assign, sublet or transfer his interest in this agreement without the prior written consent of the other party hereto. 1 E-301 11 • • • • • • • IN WITNESS WHEREOF, the Owner has caused these presents t executed in its behalf by its duly authorized representat and the said Engineer by its duly authorized representatives the parties hereto have set their hands and seals on the heretofore set out. CITY OF FAYETTEVILLE, »,.aw_cer,- `\‘‘NN At-te s't : A ` ,N ARKANSAS • -.City •Cletj t 44 4 ra- t. ,.� \`. `if..,:. ....a',l MILHOLLAND COMPANY Attest: f • Me vi ilhol and, Owner cretLy�t E-301 61 12 Date: • o be ives, , and date 1991 1991 • SEG. No. STREET NAME EXHIBIT "A" 1990 OVERLAY PROGRAM FROM TO PLAT No. 1 ZION RD. 2 NORTHWOOD AVE. 4 NORTHWOOD AVE. 6 ALICE ST. 10 LOXLEY AVE. 12 WARWICK DR. 13 DEANE SOLOMON RD. 14 HALL AVE. 16 HENDRIX ST. 20 MT. COMFORT RD. 21 MT. COMFORT RD. 26 CLEBURN ST. 27 GREGG AVE. 29 STORER AVE. 33 WOOLSEY AVE. 34 ANSON ST. 37 CREST DR. 39 ELM ST. ' 41 HUMMINGBIRD LANE 42 JACKSON DR. 45 CAMBRIDGE RD. 48 CENTER ST. 49 GARLAND AVE. 54 NETTLESHIP ST. 55 SANG AVE. 58 VIRGINIA AVE. 59 WALTON 60 WEST AVE. 61 WILLIAM ST. 64 LAFAYETTE ST. 66 MEADOW ST. 69 SPRING ST. 70 SPRING ST. TALESIAN SANDPIPER SANDPIPER MARTIN HILLDALE MAKEING MT. COMFORT CLEVELAND ADDINGTON STEPHENS WOODLARK GREGG ADAMS EAGLE NORTH DEAD END NORTHVIEW AUSTIN CARDINAL JACKSON BRISTOL PALMER SIXTH GRAHAM CENTER CALIFORNIA DEAD END ROCK DEAD END HIGHLAND EAST LOCUST WASHINGTON RANDALL DEAD END SANDPIPER NOLAN OAK MANOR KATHERINE MOORE LANE NORTH GARLAND ADDINGTON RAVEN VANDEVENTER NORTH HUGHES .HOLLY RUTH DEAD END BRIARWOOD MOCKINGBIRD JACKSON MISSION COURT CALIFORNIA RAZORBACK SANG CALIFORNIA RAZORBACK MOUNTAIN UNIVERSITY COLLEGE COLLEGE EAST TRENT 137,138 211 211 213 253,292 215 286,324 443,404 404 404 324 445 444 444 406 448 447 369 330 447 371 482 522 521 481,520 522 482 523 483 484 484 484 485 • 1.GRANTEE CITY OF FAYETTEVILLE, ARKANSAS 3.NANE OF CONTRACTOR OR. SUBCONTRACTOR MILHOLLAND COMPANY, ENGINEERING & SURVEYING 5.ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP Code) • COST OR PRICE SUMMARY FORMAT FOR CONTRACTS UNDER U.S. DHUD GRANTS (See accompanying instructions beforeccompletinq this form) PART I - GENERAL 205 WEST CENTER ST. FAYETTEVILLE, AR 72701 7.DIRECT LABOR (Specify labor categories) Professional Engineer Engineering Aide Registered Land Surveyor Draftsman Field Crew Computer w7Operator Inspector Secretary HUD-FORMIPRICE.SUM 2.GRANT NUMBER '90 OVERLAY PROGRAM 4.DATE OF PROPOSAL APRIL, 1991 £.TYPE OF SERVICE TO BE FURNISHED PART I1: °BIDS THROUGH AWARD OF CONTRACT' for City Streets to be upgraded 'FOR THE BID PROCESS". PART II - COST SUMMARY ESTI- HOURLY ESTIMATED MATED RATE LOST HOURS 9 $ 25.00 4 $ 20.00 4- $ 16.00 3 $ 8.65 -0- $ 25.00 0 $ 12.00 0 $ 10.00 2 $ 6.50 DIRECT LABOR TOTAL: B.INDIRECT COSTS (Specify indirect cost pools) RATE Employee Benefits - Group I 35X General and Administration -.Group fI 55X INDIRECT COSTS TOTAL: 9.DTHER DIRECT COSTS a. TRAVEL (Vehicles) (1) TRANSPORTATION 28X of Base (2) PER DIEM TRAVEL SUBTOTAL: b. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories) QTY Field & Office Equipment & Supplies @ 40% Base 407 c. SUBCONTRACTS N/A EQUIPMENT SUBTOTAL: SUBCONTRACTS SUBTOTAL: d. OTHER (Specify categories) Office, Utilities, Etc. @ 16% of Base 10.TOTAL ESTIMATED COST 11.PROFIT 12.TOTAL PRICE OTHER SUBTOTAL: e. OTHER DIRECT COSTS TOTAL: "LUMP SUM" % BASE _ $ COST $ 225.00 80.00 0.00 25.95 0.00 0.00 0.00 13.00 ESTIMATED CDST $ 103.18 171.98 ESTIMATED COST $ 96.31 $ 0.00 $ 96.31 ESTIMATED COST $ 137.58 $ ,.137.58 ESTIMATED COST $ 0.00 $ 0.00 ESTIMATED COST $ 55.00 TOTALS $ 343.95 $ 275.16 $ 55.00 $ $ 288.89 $ 908.00 $ 92.00 $ 1,000.00 NOTE: Above figures based on Annual Normal Operations. Average of 10 sets of Plans and Specifications per BID PROCESS. The actual cost of Reproduction (Labor and Materials) per set of Documents is $75.00 - $100.00. BIDDERS pay $125.00 per set with $25.00 REFUNDED TO UNSUCCESSFUL BIDDERS. • • • • • COST OR FRICE SUMMARY FORMAT FOR CONTRACTS UNDER U.S. DHUD GRANTS (See accompanying instructions before completing this form) PART I - GENERAL ).GRANTEE 2.GRANT NUMBER CITY OF FAYETTEVILLE, ARKANSAS '90 OVERLAY PROGRAM 3.NAME OF CONTRACTOR OR SUBCONTRACTOR 4.DATE OF PROPOSAL MILHOLLAND COMPANY, ENGINEERING & SURVEYING • APRIL, 1991 5.ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP Code) 6.TYPE OF SERVICE TO BE FURNISHED PART III: "CONSTRUCTION MANAGEMENT" 205 WEST CENTER ST. for 33 SEGMENTS of City Streets to FAYETTEVILLE, AR 72701 be upgraded. °1990 OVERLAY ONLY" PART II - COST SUMMARY ).DIRECT LABOR (Specify labor categories) ESTI- HOURLY ESTIMATED HATED RATE COST HOURS Professional Engineer 105 $ 25.00 $ 2,625.00 Engineering Aide 40 $ 20.00 $ 800.00 Registered Land Surveyor -0- $ 16.00 $ 0.00 Draftsman 30 $ B.65 $ 259.50 Field Crew 12 $ 25.00 $ 300.00 Computer w/Operator 5 $ 12.00 $ 60.00 Inspector 476 $ 10.00 $ 4,760.00 Secretary - 20 $ 6.50 $ 130.00 DIRECT LABOR TOTAL: $ 8,934.50 8,INDIRECT COSTS (Specify indirect cost pools) RATE X BASE = ESTIMATED COST Employee Benefits - Group I 30X $ $ 2,680.25 General and Administration - Group II 50% $ 4,467.25 INDIRECT COSTS TOTAL: $ 7,147.50 TOTALS 9.QTHER DIRECT COSTS a. TRAVEL (Vehicles) ESTIMATED COST (1) TRANSPORTATION 28X of Base $ 2,502.00 (2) PER DIEM $ 0.00 TRAVEL SUBTOTAL: $ 2,502.00 h. EQUIPMENT, MATERIALS, SUPPLIES (Specify categories) QTY COST ESTIMATED COST Field & Office Equipment & Supplies @ 40% Base 40% $ $ 2,574.00 EQUIPMENT SUBTOTAL: c. SUBCONTRACTS N/A SUBCONTRACTS SUBTOTAL: d. OTHER (Specify categories) Office, Utilities, Etc. @ 16% of Base 10.TDTAL ESTIMATED COST 11.PRUFIT 12.TOTAL PRICE HUD-FORMIPRICE.SUM OTHER SUBTOTAL: e. OTHER DIRECT COSTS TOTAL: 12.25% "MAXIMUM -NOT -TO -EXCEED" $ 3,574.00 - ESTIMATED COST $ 0.00 $ 0.00 ESTIMATED COST $ 1,430.00 $ 1,430.00 $ $ 7,506.00 $ 23,588.00 $ 2,912.00 $ 26,500.00