Loading...
HomeMy WebLinkAboutContract 46834 CITY SECRETAW CONTRACT NO. 14 Tt tts,�pa�+.t CITY OF FORT WORTH, TEXAS 88 STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Kirriley — Horn and Associates, Inc., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: North Tarrant Express Segment 3C (HI-35 W from US 81/287 to Alliance Boulevard). Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with: North Tarrant Express Segment 3C (HI-35 W from US 81/287 to Alliance Boulevard). (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $49,500.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. City of Fort Worth,Texas Standard Agreement for Professional Services OFFICIAL RECORD Revision Date:9/24/2014 Page 1 of 8 CITY SECRETARY FT.WORTH, TX Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of Three hundred and Sixty Five (365) days, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 2 of 8 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the City of Fort Worth Water Department, Attention: Mr. John Kasavich, P.E., 311 W. 10th Street Fort Worth, TX 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 3 of 8 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 4 of 8 Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services Revision pate:9/24/2014 Page 5 of 8 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment From participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 6 of 8 and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: John Kasavich, P. E. Water Department 311 W. 10th Street Fort Worth, Texas 76102 Consultant: Kimley—Horn &Associates, Inc. Attn: Glenn Gary, P.E. 801 Cherry Street, Unit 11, Ste. 900 Fort Worth, TX 76102 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the day of 3-u I, 2015. BY: BY: CITY OF FORT WORTH ENGINEER Kimley — Horn and Associates, Inc. Glenn Gary, P. E. Fernando Costa Senior Vice-President Assistant City Manager Date: Date: W- /S- APPROVAL RECOMMENDED: y: Andrew T. ronberg, P. E. s istant Director, Water Department APPROVED AS TO FORM AND LEGALITY M&C No.: N/A By: �a9� M&C Date: N/A Doug Black Senior Assistant City Attorney ATTEST: , 0 � $70 So S 2 City Secret ry XA City of Fort Worth,Texas Standard Agreement for Professional Services OFFICIAL RECORD Revision Date:9/24/2014 Page 8 of 8 CITY SECRETARY FT.WORTH,TX ATTACHMENT A ON-CALL SERVICES FOR NORTH TARRANT EXPRESS SEGMENT 3C ATTACHMENT "A" Scope for Engineering and Project Management Related Services for the North Tarrant Express Segment 3C (IH-35W from US 81/287 to Alliance Blvd.) Project The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. OBJECTIVE The objective of this project is to provide the CITY with project management related services associated with the North Tarrant Express (NTE). The ENGINEER will assist the CITY with the design review, coordination, facilitation, operation and relocation of CITY owned infrastructure impacted or potentially impacted by the NTE construction projects through December 2015. WORK TO BE PERFORMED Task 1. Project Management Services Task - 1 Project Management Services 1.1. Project Meetings and Coordination: Attend up to two (2) meetings a week and coordinate as directed by the CITY with CITY, project stakeholders, contractors, other consultants, and / or citizens. (June 2015 — December 2015) 1.2. Plan Reviews: Review engineering plans provided by contractor or other engineers and provide CITY with comments and recommendations for up to four (4) sets of submittals. (June 2015 —August 2015) 1.3. Bidding: Assist CITY, project stakeholders, contractors, other consultants, and / or citizens regarding various items associated with one (1) round of the bidding process. (September 2015 — October 2015) 1.4. Construction Support Services for First Two (2) Months of Construction (November 2015 — December 2015): Provide professional construction phase services for construction of the proposed project for the purpose of providing assistance to CITY during construction- The following services will be performed for the construction contract of utility relocations during the contract period: A. Preconstruction Meeting: 1. Attend one (1) preconstruction conference for each relocation project. B. On-site Observation 1. Make one (1) site visit a week in accordance with the construction period in order to observe the progress of the Work. City of Fork Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 3 2. Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. C. Progress Meetings: Attend up to one (1) progress meetings a week based on the construction period and visit the site for observation at that time. D. Shop drawing, samples and other submittals Review: 1. Review shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. 2. Such review, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. 3. Log all shop drawings, samples and other submittals. E. Substitutions: 1. Evaluate and determine the acceptability of up to three (3) substitute or "or-equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. ATTACHMENT W TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 9/03/2009) PAGE 20F3 F. Request for information (RFI): 1. Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. G. Final Project Walk Through: 1. Attend the "Final" project walk through and assist with preparation of final punch list. Attend One (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents 2. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor H. Record Drawings 1. The Developer will prepare Record Drawings for this project. 1.5. Project Administration A. Monthly Invoices: Prepare monthly invoices that meet the CITY invoice format requirements. B. Deliverables: Monthly Invoices to CITY C. Process Payments to Developer: 1. Conduct and document meeting with CITY and Developer to discuss and create payment process protocol. 2. Develop standard invoice and backup material in accordance to the CITY's and Developer's requirements. 3. Conduct and document verification meeting with CITY and Developer regarding the standard invoice and backup material. 4. Monthly invoice and backup material: Prepare monthly invoices and backup material to meet Developer format requirements. ATTACHMENT WTO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES(REV 9/03/2009) PAGE 3 OF 3 ATTACHMENT "B" COMPENSATION Design Services for North Tarrant Express Segment 3C (IH-35W from US 81/287 to Alliance Blvd.) City Project No. 02635 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $49,500 as summarized in Exhibit B-1 — Engineer Invoice and Section IV— Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER. B. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. C. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment A PMO Release Date:08.09.2012 Pagel of 3 ATTACHMENT "B" COMPENSATION IV. Summary of Total Project Fees Task Description Fee MBE/SBE (%) Task 1 —NTE On-Cal I Services $49,500 $5,000 Total Project $49,500 $5,000 (10.1%) MBE/SBE Subcousultant Services Fee Lamb-Star Engineering, L.P. Construction Support Services $4,500 PIC Printing Printing $500 Total $5,000 This attachment is provided for informational purposes only to show the projected plan to meet the MBE/SBE goal of 10%. The actual dollars paid by the ENGINEER to MBE/SBE subconsultants may vary for each task as well as for each subconsultant. The subconsultants listed are those intended for use on this project, but the actual subconsultants used may vary. City of Fort Worth,Texas Attachment A PMO Release Date:08.09.2012 Page 2 of 3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Dale:8.09.2012 Page 3 of 3 B-3 E } 0 ` § \ k % aj Q \ § § / % 2 =� } \ 0- \ ■ E CL 2 kJ @ ! to g ° # " 0 go8 § Ea / 5 § § 0i ® \. 7 7` 0 , \ } \ j - / E % ` e 2 / ! & < e I ui ® / § \ � ( , D cc [ _) }- ) t \\ /k a � ® 75 j} /\ mk & 2 2 / q : ; � y4zz f f« o k2 ) : 2 ) 2aR ( CLw !/ )} fC: a = c }/ %\ � \ Q f \ 0 CD $ � Z ° J Q e { ■ ¥ t § o CL { « U) § r ° G \ \ � § k 7 ( @k2 o k E 2 � | #.. _ � uf f k ;Cl ikkiCL \k / k) CD 022 £ ! )� )a aG �i / {{ � #{«0 � E {E\ v } { \/} j E � � J / ) § !\ o < �k E cli > | ° \k / & / ( k r0 f 2 | a ` q 0% / LU ;a ! — \\ | j\ | ) ) ) � . ) 0 m� } ) 3 o E k /( _ « \$ 7 k -'o , > \ ) k 2.0 #{§! ) m< ixuj ! k! - . / / s<k 2f \k) ) k %/ » e \ w ¥ 2 - / (D _ 2 � m ) % / S G / 6 f 04 U) \ k m K ak $ E 2 & cn cn C 22 3)Je + § J �fƒ, ; . SO-�ƒ ®= �$ IE ( 0 JIL §/)/ «�� / \ \\\ ) 4 / u. E C) CY 0D§ ] 3 � � 2 / E ® f CO � $ � E a % /! \\ k ) u » }; > o // | § | / ¥ � g . {_ }± § ( � ) k : E ! 2 ; m \ _ \ 2 � §!i _ a6) ` | {; ! 2 ! [!] &{7§ §o ca �/; � x o ) k) - « . . �\ o &j@k 2 ) / e\L � B �f k§)) ƒ k mk 7 d � ¥ , k \ � ) u \ § e K 2 3 / \k \ } \\ \ 2 � « % «k 3 X241 z§ U) ow . -�- .. 2 D a � r/„ 0 ® a a � `o] — - 2 7/`�/) § 2f (§c > t a aaJ=ez u G;��$ / a \ Kimley>>>Horn Budget Summary Project Workplan Budget Date: Jun 16,2015 General Project Information Fee Information Client: City of Fort Worth Fee Type: LS Goal Mult. 3.5 Project: NTE 3C Expense Mult: 1.10 KHA No. TBD PM: Tyler Kay Allocation: 0.0% Task Budget Summary Task 00 Task 888 No. Task Name Hours Labor Expenses Allocation Subtotal 100 NTE Seg 3C 266 $ 42,900 $ 1,100 $ 44,000 777 lContingency $ - TOTALS:1 266 $ 42,900 1 $ 1,100 $ - $ 44,000 Subconsultant Summary Task No. Task Name Cost Multiplier Subtotal 710 Construction Phase Services - Lamb-Star Engineering $ 4,500 1.10 $ 4,950 711 Printing - PIC Printing $ 500 1.10 $ 550 TOTALS:1 $ 5,000 1 is 5,500 Project Budget Summary Project Multipliers$ 42,900 Goal Multiplier: 3.50 Expenses: $ 6,600 Overall Multiplier: 3.39 TOTAL: $ 49,500 Paqe 2 of 3 Kimley>>>Horn Project Workplan Budget Date: June 16,2015 General Project Information &IM Task Information Client: City of Fort Worth Labor: $ 42,900 Number: 100 Project: NTE 3C Expenses: $ 1,100 Name: NTE Seg 3C KHA No: TBD Allocation: $ - Task Mgr: CTD PM: Tyler Kay TOTAL: $ 44,000 Task Description and Budgeting a o� N z Task Descriptions: GLC: P8 P7 P4 P1 N6 B3 (Hrs) Expenses($) 40 hrs/month-6 months $ 1,000 1.1 -Project Meetings&Coordination 8 24 40 72 12 hrs/month-6 months 1.2-Plan Reviews 8 16 24 48 16 hrs/month-3 months 1.3-Bidding 4 16 20 10 hrs/month-2 months 1.4-Construction Support Services-KHA 16 44 60 30 hrs/month-2 months -On Site Observation-Lamb-Star 151 91 24 12 hrs/month-2 months 1.5-Project Administration 8 20 4 4 36 6 hrs/month-6 months 1.6-Other Services 2 hrs/month-3 months 4 2 6 (Printing)PIC Printing Subtotals: 161 831 1571 6 1 266 $ 1,000 Task . . - 000 .- Cost: 1.21 5.21 5.51 1 0.11 0.1 I I I 1 11 12.21 $ 1,000 Effort: 4.4118.41 19.31 1 0.51 0.31 1 1 1 1 1 11 42.91 $ 1,100 Paqe 3 of 3