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