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