Loading...
8.4c Agr Schilling Pave & DrainAGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made and entered into this day of , 199 , by and between the City of Salina, hereinafter referred to as the "City", and Bucher, Willis & Ratliff, Consulting Engineers, Planners & Architects, with offices located at Salina, Kansas, hereinafter referred to as the "Consultant". WITNESSETH: WHEREAS, the City desires to have the Consultant provide engineering services for the Schilling Road Improvements, including one-quarter (1/4) mile of improvements of Schilling Road west of the Union Pacific Railroad. WHEREAS, the City has selected the Consultant to perform the services as described herein. NOW, THEREFORE, the City and the Consultant in consideration of their mutual covenants herein agree in matters pertaining to the performance or furnishing of professional engineering services by the Consultant with respect to the Project and the payment for those services by the City as set forth below. This Agreement will become effective on the date first above written. ARTICLE I CONSULTANT'S RESPONSIBILITIES The Consultant shall perform for or furnish to the City professional engineering and related services in all phases of the Project to which this Agreement applies as hereinafter provided. The Consultant shall serve as the City's prime design professional. The Consultant may employ subconsultants as Consultant deems necessary to assist in the performance or furnishing of professional engineering and related services hereunder. The Consultant shall not be required to employ any subconsultants which are unacceptable to the Consultant. The standard of care for all professional engineering and related services performed or furnished by the Consultant under this Agreement will be the care and skill ordinarily used by members of the Consultant's profession, practicing under similar conditions at the same time and in the same locality. The Consultant makes no warranties, expressed or implied, under this Agreement or otherwise, in connection with the Consultant's services. ARTICLE II SCOPE OF SERVICES TO BE PROVIDED BY THE CONSULTANT PHASE I A. Design Phase Services The Consultant will perform or furnish the necessary professional engineering and related services to enable the City to receive bids and award a construction contract for the Project as stipulated herein. The Consultant agrees to perform the following services: Stage 1 Data Collection and Field Surveys 1. Contact land owners and tenants prior to starting the survey to acquire permission to access the property. 2. Set horizontal control points for the Project for conducting the survey with the EDM total station survey equipment. 3. Locate section comers and quarter comers and traverse through the comers to tie then to the horizontal control points for the Project coordinates. 4. Conduct deed research to determine property owners and for establishing property lines for the Project. 5. Conduct a level run for bench elevations. 6. Conduct a drainage survey as follows; a. Drainage structure towlines, sizes, and lengths b. Stream bed profiles 7. Conduct a utility survey as follows; Field locate and tie to the Project coordinates and elevation all utilities within a 200 foot wide corridor of the Project centerline and side road centerline including telephone, water, electric, cable TV and gas. o Prepare legal descriptions for Right-of-Way and easement requirements. The document will include a drawing of each property with the proposed Right-of-Way or easement along with a legal description and acreage of the proposed acquisition. 9. Collect topo and ground surface information for generating a digital terrain model for a distance of one hundred (100) feet north and two hundred (200) feet south of the centerline of Schilling Road. Stage 2 Design Services: The design services will include the design of the road, preparation of construction plans in english units and in accordance with the KDOT DESIGN MANUAL, and preparation of specifications for the project. This will include two plan submittals for review by the City as listed below. 1. Field/Office Check 2. Final Plans Services will also include two public meetings, a preliminary public meeting and one after field/office check at a meeting of the City Commission. A detailed breakdown of services provided with each submittal is listed below and itemized in Attachment A. 1. Transfer survey information to the plans and break out Plan/Profile Sheets (20 Scale). 2. Prepare a capacity analysis to determine the number of lanes required for Schilling Road. 3. Define and draft typical sections. 4. Establish horizontal and vertical alignments for Schilling Road and review with the City. 5. Determine Project drainage, size drainage structures and calculate structure lengths. 6. Prepare pavement designs for both concrete and asphalt pavements. Prepare a life cycle costs analysis of the two pavement designs and recommendations for Project SUrfacing. 7. Identify Right-of-Way requirements and prepare Right-of-Way plans. 8. Provide detour layouts and signing details for handling traffic control through construction. 9. Prepare and submit plans for Field/Office Check along with the opinion of probable cost to the City for review and to other State and Federal agencies if necessary. Meet with the City for Field/Office Check. 10. Perform final design and prepare final construction plans for the Project in accordance with the approved field/office check plans. 11. Coordinate with representative of the utility companies and the rail road concerning the improvements proposed at the Project site. 12. Prepare specifications as needed for construction of the Project. 13. Calculate the approximate quantities of the construction bid items. 14. Monitor the probable construction costs for the Project based on the quantities for the construction bid items. Since the Consultant has no control over the cost of labor, materials or equipment furnished by contractors, or over competitive bidding or market conditions, his projections of construction costs are based on his experience and best judgement, but the Consultant cannot and does not guarantee probable construction costs. 15. Submit Plans, Specifications and the Engineer's opinion of probable cost to the City and to other State and Federal agencies (if necessary) for final review. 16. Make revisions required after final review. 17. Be available during the bidding period to answer questions and provide interpretation of the Plans and Specifications as needed. 18. Attend bid letting, assist the City in evaluating bids and in selecting contractor. 19. Assist the City in obtaining executed Contract Documents. 20. Review the in-progress plans with the City for comments and revisions. 26. Advise the City of any increases in costs or changes in scope of services which may cause the Project to vary from the proposed budget. PHASE II B. Construction Phase Services The scope of services and fee for construction phase services will be negotiated at a later date if requested by the City. ARTICLE III THE CITY'S RESPONSIBILITIES The City shall do the following in a timely manner so as not to delay the services of the Consultant and shall bear all costs thereto: Designate in writing a person to act as its representative with respect to the services to be performed or furnished by the Consultant under this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to the Consultant's services for the Project. o o 10. 11. Make available to the Consultant all existing records, maps, plans and other information possessed by the City which are relevant to the Consultant in the completion of the work under this Agreement. Provide all criteria and full information as to the City's requirements for the Project, including design objectives and constraints, performance requirements, any budgetary limitations; and furnish copies of all standard forms, design standards and construction standards which the City will require to be included in the Plans and Specifications. Furnish to the Consultant, upon the request of the Consultant for performing the services, data prepared by or services of others, including without limitation explorations and tests of subsurface conditions at or contiguous to the site, drawings of physical conditions in or relating to existing surface or subsurface utilities or structures at or contiguous to the site, hydrographic surveys, environmental assessments, impact statements and other relevant environmental or cultural studies pertaining to the Project, the site and adjacent areas. Furnish existing relevant property descriptions and zoning, deed and other land use restrictions. Be responsible for, and instruct the Consultant to rely upon, the accuracy and completeness of all information furnished pursuant to this Article III, the City's Responsibilities. Consultant may use such data and information in performing or furnishing services under this Agreement. Arrange for access to and make all provisions for the Consultant to enter upon public property as required for Consultant to perform services under this Agreement. Examine all alternate solutions, studies, reports, sketches, plans, specifications, proposals and other documents presented by the Consultant and render in writing decisions pertaining thereto. Attend the pre-bid conference, bid opening, pre-construction conference, construction progress and other Project-related meetings and final inspections. Give prompt written notice to Consultant whenever the City observes or otherwise becomes aware of any development that affects the Scope of Services or the Time Schedule of the Consultant in the performance or furnishing of the required services for the Project, or any defect or nonconformance in the Consultant's services or in the work of any Contractor. KDOT Standards will be used for the project when ever possible, including RCB standards as furnished by KDOT. The City will be responsible for ordering the standards from KDOT for the Project as per the Consultants recommendations. The Consultant will fill out the forms for ordering the RCB detail sheets. The City will be responsible for the cost of the standards as charged by the Kansas Department of Transportation. 5 ARTICLE IV TIME SCHEDULE A. Design Phase Services The Consultant agrees to deliver Preliminary Plans to the City no later than September 1, 1995. The Project is closely tied to the Schilling Road Drainage and Road Improvements Project, and the Drainage project must meet a permitting process before it can be completed. Since the Consultant has no control over the time required by the permitting agencies the Date for Final Plans cannot be set as a calendar date. The Consultant agrees to deliver Final Plans to the City Sixty (60) days after all necessary permits have been obtained for the Schilling Road Drainage and Road Improvements Project. ARTICLE V COMPENSATION A. Design Phase Services The City shall compensate the Consultant for performance for the services described in the previous section as follows: The sum of the following amounts: 1. Actual salary costs, overhead costs at 1.4 multiplier, and other project costs at the rates itemized in Attachment A. 2. A fixed fee of $2,566.44. The total billings for PHASE I services described in Article II shall not exceed twenty two thousand one hundred ninety six dollars and four cents ($22,196.04) without prior approval by the City. Basis for Computation is as itemized in Attachment A. Payment for Design Phase Services shall be made in installments billed not more frequently than once each month upon receipt of invoices from the Consultant. Payment shall be made to the Consultant by the City within thirty (30) days after receipt of Consultant's invoice. If the City fails to make any payment due the Consultant within thirty (30) days after receipt of Consultant's invoice, the amounts due the Consultant will be increased at the rate of 1.5% per month from said thirtieth day. ARTICLE VI GENERAL PROVISIONS Times for Rendering Services: The Consultant's services and compensation under this Agreement have been agreed to in anticipation of orderly and continuous progress of the Project through completion of the Design Phase and the Construction Phase. Specific periods of time for rendering services are set forth in Article IV, Time Schedule, in this Agreement, by which times defined services are to be completed. If such periods of time are changed through no fault of the Consultant, the rates and amounts of compensation provided for therein shall be subject to equitable adjustment. If the City fails to give prompt written authorization to proceed with any phase of services after completion of the immediately preceding phase; the Consultant shall be entitled to equitable adjustment of rates and amounts of compensations to reflect reasonable costs incurred by Consultant as a result of the delay or changes in the various elements that comprise such rates of compensation. Change in Scope: The Scope of the Work described in Article II, Scope of Services, shall be subject to modification or supplement upon the written agreement of the City and the Consultant. At the time of such modification of scope, equitable adjustments, agreeable to both parties, shall be made in the time of performance and the compensation to be paid for the services. Reuse of Documents: All documents including Plans and Specifications provided or furnished by the Consultant pursuant to this Agreement are instruments of service in respect of the Project and Consultant shall retain an ownership and property interest therein whether or not the Project is completed. The City may make and retain copies of the Project for the use by the City and others; however, such documents are not intended or suitable for reuse by the City or others on extension of the Project or on any other Project. Any such reuse without written approval or adaptation by the Consultant for the specific purpose intended will be at the City's sole risk and without liability to the Consultant, and the City shall indemnify and hold harmless the Consultant from all claims, damages, losses and expenses including attorneys' fees arising out of or resulting therefrom. Insurance: The Consultant shall procure and maintain insurance for protection from claims under workers' compensation acts, claims for damages because of bodily injury including personal injury, sickness or disease or death of any and all employees, and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom. The Consultant shall provide a copy of the Certificate of Insurance to the City for their records. Termination: This Agreement may be terminated by either party upon seven (7) days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party; provided, however, that in any such case, the Consultant shall be paid the reasonable value of the services rendered up to the time of termination on the basis of the payment provisions of this Agreement. Copies of all completed or partially completed designs, plans and specifications prepared 7 under this Agreement shall be delivered to the City when and if this Agreement is terminated, but it is mutually agreed by the parties that the City will use them solely in connection with this Project, except with the written consent of the Consultant. 6. Controlling Law: This Agreement is to be governed by the law of the principal place of business of the Consultant. Indemnification: The Consultant agrees, to the fullest extent permitted by law, to indemnify and hold the City harmless from any damage, liability or cost (including reasonable attorneys' fees and costs of defense) to the extent caused by the Consultant's negligent acts, errors or omissions in the performance of professional services under this Agreement and those of his or her subconsultants or anyone for whom the Consultant is legally liable. The City agree, to the fullest extent permitted by law, to indemnify and hold the Consultant harmless from any damage, liability or cost (including reasonable attorneys' fees and costs of defense) to the extent caused by the City's negligent acts, errors or omissions and those of his or her contractors, subcontractors or consultants or anyone for whom the City is legally liable, and arising from the Project that is the subject of this Agreement. The Consultant is not obligated to indemnify the City in any manner whatsoever for the City's own negligence. o Severability: Any provision or part of the Agreement held to be void or unenforceable under any law or regulation shall be deemed stricken and all remaining provisions shall continue to be valid and binding upon the City and the Consultant, who agree that the Agreement shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears on the signature page to this Agreement (as modified in writing from time to time by such party) and given personally, by registered or certified mail, return receipt requested, by facsimile or by a nationally recognized overnight courier service. All notices shall be effective upon the date of receipt. 10. Successors and Assigns: The City and Consultant each is hereby bound and the partners, successors, executors, administrators, legal representatives and assigns of the City and Consultant are hereby bound to the other party to this Agreement and to the partners, successors, executors, administrators, legal representatives and assigns of such other party in respect of all covenants and obligations of this Agreement. Neither the City nor the Consultant may assign, sublet, or transfer any rights under or interest (including, but without limitation, moneys that are due or may become due) in this Agreement without the written consent of the other, except to the extent that any assignment, subletting or transfer is mandated by law or the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing in this Agreement shall be construed to create, impose or give rise to any duty owed by the Consultant to any Contractor, subcontractor, supplier, other person or entity, or to any surety for or employee of any of them, or give any rights in or benefits under this Agreement to anyone other than the City and the Consultant. 9 IN WITNESS WHEREOF, the parties hereto have executed this Agreement to be effective as of the date first above written. CITY: SALINA, KANSAS CONSULTANT: By: Joseph A. Wamer Mayor ATTEST: By: Title: BUCHER, WILLIS & RATLIFF Project Manager Address for giving notices: Address for giving notices: Bucher, Willis & Ratliff 609 West North Street Salina, Kansas 67401 10 ATTACHMENT A 11 Shilling Road Improvements West of the Railroad Tracks PROPOSAL FOR ENGINEERING SERVICES SUMMARY OF PROPOSED AMOUNTS PHASE I - GRADING, DRAINAGE AND PAVEMENT PLANS STAGE 1 Field Surveys Estimated Costs Fixed Fee STAGE I - TOTAL COSTS PLUS FIXED FEE STAGE 2 - Design Estimated Costs Stage 2 - Total Estimated Cost Fixed Fee Stage 2 - Total Fixed Fee STAGE 2 - TOTAL COSTS PLUS FIXED FEE PHASE I - TOTAL COSTS PLUS FIXED FEE PHASE I - COST BREAKDOWN Total Cost 19,629.60 Total Fee 2,566.44 Total 22,196.04 $16,971.60 $2,197.44 25-Mar-95 $2,658.OO $369.OO $16,971.60 $2,197.44 $3,027.00 $19,169.04 $22,196.04 Shilling Road Improvements West of the Railroad Tracks PROPOSAL FOR ENGINEERING SERVICES STAGE 1 - FIELD SURVEYS Section A. Salary Costs POSITION TITLE MANHOURS RATE AMOUNT 25-Mar-95 TOTAL Partner &/or Team Leader Project Manager Project Engineer Survey Party Chief Surveyor Section B. Overhead Overhead on Direct Salary 2.00 3.00 10.00 27.00 13.00 1.4000 48.00 27.00 22.00 17.00 13.00 1,025.00 96.OO 81.00 220.00 459.00 169.00 1,025.00 1,435.00 Total Estimated Cost 2,460.00 Section C. Fixed Fee Fixed Fee 369.00 Section D. Direct Expenses Vehicle Mileage (Suburban) Vehicle Mileage (Car) Meals Computer PC Other Direct Expenses 80 0 0 17 0 0.35 0.250 8.00 10.00 1.00 28.00 0.00 0.00 170.00 0.00 0.00 Total Data Collection and Surveying 198.00 $3,027.00 Shilling Road Improvements West' of the Railroad Tracks PROPOSAL FOR ENGINEERING SERVICES STAGE 2 - DESIGN Section A. Salary Costs POSITION TITLE MANHOURS RATE AMOUNT SUBTOTAL 25-Mar-95 TOTAL Partner &/or Team Leader Project Manager Project Engineer Structural Engineer Design Engineer Drafter Technician Cadd Operator Clerical Section B. Overhead Overhead on Direct Salary Total Estimated Cost Section C. Fixed Fee Fixed Fee Section D. Direct Expenses Vehicle Mileage (Car) Other Direct Expenses Meals Computer Intergraph VVkstation Computer PC Total design 5 21 5O 0 114 22 42 95 9 1.4000 20 0 49 145 48.00 27.00 22.00 22.00 17.00 11.00 14.00 14.00 11.00 6,104.00 0.250 8.00 17.00 10.00 240.00 567.00 1,100.00 0.00 1,938.00 242.00 588.00 1,330.00 99.00 5.00 34.00 0.00 833.00 1,450.00 6,104.00 8,545.60 14,649.60 2,197, 44 2,322.00 $19,169.04 Shilling Road Improvements West of the Railroad Tracks STAGE I:: FIELD SURVEYS POSITION TITLE RATE FIELD SURVEYS 1 Contact Owners and Tenants 2 Set Horizontal Control Points 3 Sechon Lines and Property Lines a Coile(~ Info from County b Lo,eta/Tie Seclion & 1/4 Comers c Traverse Section Comem d Prooess Traverse 4 Condu~ Deed Research 5 Conduc~ Level Run 6 Drainage Suwey a Drainage Structure Flowfines & Sizes b Stream Bed Profiles 7 Utiity Survey Telephone Water (Including Depth) Ela~rio Gas (Including Depth) 8 Prepare Lagai Descriptions & Plats g Topo a Topo Survey b Prooess Topo 10 Geology (Lump Sum) 11 Scheduling and Preparation 12 Supervision and Billings ISTAGE 1 SUBTOTAL HOURS I DIRECT LABOR AND EXPENSES TOTAL DIRECT LABOR OVERHEAD LABOR + OVERHEAD FIXED FEE DIRECT COSTS SUBTOTAL COSTS COSTS + FIXED FEE Partner Project Project Survey Sun~eyor Party &/or Maneger Eng nesr Team Lesd~' Ch ef 48.00 27.00 22.00 17.00 1 Completed under project East nf Tracks 1 1 I Completed under project Fast ol Tracks 1 1 1 1 10 10 1 1 2 2 1 2 2 Vehicle Mileage (Suburban) 13.00 10 2.00 3.00 10.00 27.00 13.00 9600 81.00 220.00 459.00 169.00 1,025.00 1,435.00 2,460.00 369.00 2,658.00 3,027.00 Vehicle Mileage p~mpute Meele (Car) 0.35 0.25 10.00 4 5O 3 10 80.00 0.00 1700 28.00 0.00 170.00 2S-Mar-gS O~har DIrec~ Exp~n~e~ 8.00 1.00 1 0.~ 0.~ 0.~ 0.~ 0.~ 0.~ 0.~ 0.~ Shiling Road Improvements West of the Ralimad Tracks STAGE 2: DESIGN POSITION TITLE RATE TASK DESCRIPTION Partner Project Project Structural ' D~lgn Engineer Eng neer &/or Manager Eng neet Team Leader 48.00 27.00 22.00 22.00 17.00 PLANS TO HARDSHELL Not Applicable Subtotal 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 PLANS TO FIELD/OFFICE CHECK Suwey Info to Plans (20 Scala) Topo Files from Suwey Notes Go,eraSe Existing Ground Model Add Utliity Info to Plans Section Lines Properly Lines & Properly Ownem Generate Plan and Profile Sheets Prefiminery Public Meeting Capacity Analysis ( 2 vs 3 lanes) Define and Draft Typical Senticns Horizontal Alignments Schilling Road Vmlioal Alignments Schilling Road Eve~uate Alignments a Right-of-Way Requirements b Entrance Ties 9 Digital Tertian Model of Improvements 10 Drainage a inlet Spacing & Pipe Sizes b Size Cmos Road Structures 11 Pavement Design Concrete/Asphalt with Life Cycle Costs 12 Generate Cross Sections eve~/100' 1". 10' Scaic 13 Traffic Control Through Construction 14 Pavement Ma~ings 15 Miscellaneous Detaib 16 Specifications 17 Standards 18 Quantities a Earthwork b Drainage c Paving d Pavement MaCing · Other I 2 2 1 8 8 2 1 2 2 1 1 4 I¢omplatad under project East of Tracks 1 4 4 8 2 4 Drafter O3/25/95 nlofan Oper Intergraph ~(~ Mileage Direct etor WImtetion (Cer) Expenses 11.00 14.00 14.00 11.00 17.00 10.00 0.250 8.00 1.00 1.00 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 - - 0 0.00 0.00 2 2 2 2 2 I 1 2 1 2 4 4 4 4 2' 8 Shilling Road Improvemems West of the Railroad Tfad<s STAGE 2: DESIGN POSITION TITLE RATE 19 Opinion of Probade Cost 20 Plan Check Process (Check, Back Check, Correc~ Edit) 21 Field/C)ffiee Check Submittal (Pdnfing, Plotting, Ma~ing) 22 Field/Office Chec~ 23 Public Meeting 24 Schodufing and Preparation 2S Supervision & Billings Plrtnor M~n~ePr°Jectr Project Structural Teem&/°r Leede~ Eng neer Eng neer Engineer 48.00 27.00 22.00 22.00 17.00 I 1 4 5 10 O3/25/95 D~lgn DmRer _-T__ce~l~-n Cadd Cle~loal Computer .Computer Vohlcie Me-lo Other I Oper Intergraph r,,., Mlleege Direct ator Wketatlon (Car) Expenm 11.00 14.00 14.00 11.00 17.00 10.00 0.250 8.00 1.00 4 10 5 7' 1 I 1 1 4 1 4 1 4 4 1 2 4 6 20.00 2O 4 4 10.00 2 3 4.00 Subtotal 4 16 32 0 76 14 30 57 5 192.00 432.00 704.00 0.00 1,292.00 154.00 420.00 798.00 55.00 34 98 20 0 34.00 578.00 980.00 SOO 0.00 34.00 I~.AN~ TO RIGHT.OF-WAY Not Aoplleable Subtotal ~ o 0 o o 0.00 0.00 0.00 0.00 0.00 0 0 0 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1.00 0 0.00 0 0.00 PLANS TO OFFICE CHECK Not Applic~:~e Subto~l FINAL Pl.&NS Review Comments & Make Conec~i Revise Alignments Revise Typleal Section Revise OigttsJ Tertian Model Regenerate & Revise Cro~ Se~iorm Idbseleneous Corre~bm Revise Quantitiee Revise Opinion of Probable Cost Plan Check Pro,ese (Check, Back Check, Correct, Edit) Submit~l of Plane, Spectflcatiorm & Opinion of Probebie Cost Make Final Revisions Submitt~ of Contr~'~ Document~ for Leffing 0 0 0 0 0 0.00 0.00 0.00 0.00 0.00 I I o o o o o o o o 0.oo o.oo o.oo o.oo o. oo o.oo o.oo o. oo o.oo o.oo 1 2 1 4 4 1 2 2 1 8 8 4 1 2 4 12 12 I 1 4 2 8 8 1 2 2 I 1 2 2 4 2 4 10 2 4 8 0 0.00 Shilling Road Improvements West of the Railroad Tracks STAGE 2: DESIGN POSITION TITLE RAT~ Attend & Assist in Bid Letting Partner Project Project I Structural Design Eng noer Eng neer a/or Maneger Engineer Team Loader 48.00 27.00 22.00 22.00 17.00 2 6 Subtotal I 5 18 0 38 48.00 135.00 396.00 0.00 646.00 Drafter 00/25/95 Tn.ceC~n Cadd Clerical Comp.er mputer Vehicle Moll. Other I Oper Intergraph ~C~ Mileage Direct .tor Wlmtatlon (Cer) Expen#e 11.00 14.00 14.00 11.00 17.00 10.00 0.250 8.00 1.00 4 4 2 4 4 8 12 38 4 15 47 0 0 0.00 88.00 168.00 532.00 44.00 255.00 470.00 0.00 0.00 0.00 1.00 0 0.00 STAGE 2 SUBTOTAL HOURS DIRECT LABOR AND EXPENSES SUBTOTAL DIRECT LABOR OVERHEAD LABOR + OVERHEAD FIXED FEE DIRECT COSTS SUBTOTAL COSTS TOTAL COSTS + FIXED FEE 5.00 240.00 6,104.00 8,545.60 14,649.60 2,322.00 21.00 50.00 0.00 114.00 567.00 1,100.00 0.00 1,938.00 2,197.44 16,971.60 19,169.04 22.00 42.00 95.00 9.00 49.00 · 145.00 20.00 0.00 34.00 242.00 588.00 1,330.00 99.00 833.00 1,450.00 5.00 0.00 34.00 0.00 0.00