HomeMy WebLinkAboutReso 1980-10032Form No. 342
Rev. 2/76
RESOLUTION NO'.' 10032
RESOLUTION OF THE CITY COUNCIL OF '3'HE" CITY OF CHULA
VISTA, APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND WILBUR SMITH & ASSOCIATES FOR PROFESSIONAL
TRANSIT CONSULTANT SERVICES
AND AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT
The City Council of the City of Chula Vista does hereby
resolve as follows:
NOW, THEREFORE, BE IT RESOLVED that that certain agreement
between THE CITY OF CHULA VISTA, a municipal corporation, and
WILBUR SMITH & ASSOCIATES, for professional transit consultant
services
dated the 11th day of March 19 80 a copy of
which is attached hereto and incorporated herein, the same as though
fully set forth herein be, and the same is hereby approved.
BE IT FURTHER RESOLVED that the Mayor of the City of Chula
Vista be, and he is hereby authorized and directed to execute said
agreement for and on behalf of the City of Chula Vista.
Presented by Approved as to form by
~-~ ,r
a1y
W. J. Robe s, Development Services George D. Lindberg, City Attorney
Administrator
ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF CHULA
VISTA, CALIFORNIA, this 11th day of March 1980 by
AYES: Councilmen Cox, Hyde, McCandliss, Scott, Gillow
NAYES: Councilmen None
ABSENT: Councilmen None
~~ ~ l,~yd2r
Mayor of the City of Chula Vista
(,
ATTES c~~
City C erk
STATE OF CALIFORNIA)
COUfi PY OF SAN DIEGO) ss.
CITY OF CHULA VISTA)
I, , City Clerk of the City
of Chula Vista, California, DO HEREBY CERTIFY that the above is a full,
true and correct copy of Resolution No. and that the same has
not been amended or repealed. DATED
CONTRACT FOR PROFESSIONAL CONSULTANT SERVICES
.THIS AGREEMENT, made this 11th day of March, 1980,
by and between the CITY OF CHULA VISTA, a Municipal
Corporation (hereinafter referred to as "CITY"), and WILBUR
SMITH AND ASSOCIATES, INC., located at 5900 Wilshire
Boulevard, Los Angeles, California (hereinafter referred to
as "CONTRACTOR").
W I T N E S S E T H
WHEREAS, CITY desires to engage CONTRACTOR to
render certain technical and/or professional services
hereinafter described for the analysis and development of
bus routes and schedules for Chula Vista Transit, and for
the conduct of a site location and feasibility analyses for
a Bus Maintenance Facility;
WHEREAS, CONTRACTOR is qualified and agreeable to
render aforesaid technical and/or professional services;
NOW, THEREFORE, in consideration of the foregoing
and of the mutual promises hereinafter expressed and
intending legally to be bound hereby, the parties hereto do
mutually agree as follows:
Article 1. Employment Contractor
CITY hereby agrees to engage CONTRACTOR to perform
the technical and/or professional services as hereinafter
set forth.
Article 2. Scope of Services
CONTRACTOR shall perform all work necessary to
complete in a manner satisfactory to CITY the services set
forth in Appendix A, attached hereto and by reference
incorporated herein and made a part hereof. These services,
as identified in Appendix A, consist of two work tasks:
Task 1 - Transit Operations Study
Task 2 - Bus Maintenance Facility Study
PAGE 2
Article 3. Personnel
1. CONTRACTOR represents that it employs, or will
employ, at its own expense personnel required in performing
the service under this Agreement, and as set forth in
Appendix A.
2. All of the services required hereunder will be
performed by CONTRACTOR and all personnel engaged in the
work shall be fully qualified and be authorized or permitted
under State and local law to perform such services.
Article 4. Time of Performance
The services of CONTRACTOR are to commence within
five (5) days after the CITY has authorized work to start by
the issuance of a Notice to Proceed. Both Task 1, Transit
Operations Study, and Task 2, Bus Maintenance Facility
Study, will be completed and a draft final report submitted
to the CITY within ten (10) weeks after receipt of Notice to
Proceed. The final report will be submitted within two (2)
weeks after receipt of CITY comments on the draft report.
Article 5. Notice Regarding Late Delivery
In the event the CONTRACTOR encounters difficulty
in meeting performance requirements, or anticipates
difficulty in complying with the contract delivery schedule,
or date, the CONTRACTOR shall immediately notify CITY
thereof giving pertinent details, including the date by
which it expects to complete performance or make delivery;
provided, however, that this data shall be informational
only in character and that receipt thereof shall not be
construed as a waiver by the CITY of a contract delivery
schedule or date, or any rights or remedies provided by law
under this contract.
Article 6. Submission of Reports
The CONTRACTOR shall submit three (3) draft copies
for the final task reports on Transit Operations Study and
the Bus Maintenance Facility Study. Following CITY review
and comments, the CONTRACTOR shall make any necessary
modifications, and shall then forward all final text and
graphics of this report to CITY in a camera-ready form
suitable for printing by the CITY.
Article 7. Study Costs and Invoicing
CITY shall reimburse the CONTRACTOR for all
billable personnel time directly utilized in the work
required hereunder, in accordance with the rate schedule
presented in Exhibit B. Other direct expenses, to include
~~
~~~
PAGE 3
prints and reproductions, travel, subsistence, telephone and
purchase of materials, shall be reimburseable at cost, plus
a ten (10) per cent administrative fee. The total cost to
CITY for the technical and professional services to be
prepared by CONTRACTOR shall not exceed Fifteen Thousand
Dollars ($15,000) for the combined two study tasks included
within the scope of work. An estimate of the proposed level
of effort and costs are presented in Exhibit C.
Once each month, the CONTRACTOR shall prepare and
submit to the CITY a certified invoice listing the various
items of allowable costs incurred during the previous month.
The invoice shall identify staff hours and invoiceable
amount by personnel category listed in Exhibit B, and direct
expenses by major category.
Article 8. Payment
Payment shall be made to the CONTRACTOR on a
monthly basis within fifteen (15) days following receipt by
the City of appropriate invoices. No payments shall be made
in advance of work performed unless approved by City Transit
Coordinator or Traffic Engineer. The CITY will pay 100 per
cent of accepted and approved invoices within 15 days after
receipt except for the last month of work performed under
the contract period. During this month the CITY will pay 75
per cent of accepted and approved invoices within 15 days
after receipt and the final 25 per cent within forty-five
(45) days upon satisfaction that CONTRACTOR is in compliance
with all terms of the contract.
Article 9. Payments Withheld
The CITY may withhold any payment, or because of
later discovered evidence, nullify any certificate for
payment, to such extent and period of time only as may be
necessary to protect the CITY from loss because of:
1. Claims filed or reasonable evidence indicating
probable filing, or
2. Failure to properly pay subcontractors for
material or labor, or
3. Reasonable doubt that the work can be completed
for the balance then unpaid, or
4. Damage to the CITY other than damage due to
delays.
~~
'bo
PAGE 4
The CITY shall use reasonable diligence to discover
and report to the CONTRACTOR, as the work progresses, the
materials and labor which are not satisfactory to it, so as
to avoid unnecessary trouble or cost to the CONTRACTOR in
making good any defective work.
Adjustment of total cost will be permitted when the
CONTRACTOR establishes and the CITY is in agreement that
there has been or is to be significant change in:
1. Scope, complexity or character of the services
to be performed;
2. Conditions under which the work is required to
be performed.
Article 10. Records and Audits
CONTRACTOR shall maintain complete and accurate
records with respect to costs incurred under this Agreement
to include the records supporting cost proposals used to
enter into a contract with the CITY. All such records shall
be maintained on a generally accepted accounting basis and
shall be clearly identifiable. CONTRACTOR shall make the
representative of CITY, or their appointees, during normal
business hours, all of such books and records, and the right
to examine and audit the same, and to make transcripts
therefrom as necessary, and the CONTRACTOR shall allow
inspection of all work data, documents, proceedings, and
activities related to the Agreement for a period of three
(3) years from the date of final payment under this
Agreement. CONTRACTOR shall maintain records to show actual
time and allowable costs with respect to each task set forth
as required by CITY.
Article 11. Complaince with Civil Rights Act
During the performance of this contract, CONTRACTOR
agrees as follows:
1. Equal Employment Opportunity
In connection with the execution of this
contract, CONTRACTOR shall not discriminate against any
employee or applicant for employment because of race,
religion, color, sex or national origin. Such actions shall
include, but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment, or
recruitment advertising; layoff or termination; rate of pay,
or other forms of compensation; and selection for training,
including apprenticeship.
OO~v
PAGE 5
2. Nondiscrimination Civil Rights Act of 1954
CONTRACTOR, with regard to the caork performed
by it after award and prior to completion of the contract
work, will comply with the regulations of the Department of
Transportation relative to nondiscrimination in Federally
Assisted programs of the Department of Transportation
(49CFR21).
3. Solicitations for Subcontracts, Including
Procurements of Materials and Equipment
In all soliciation, either by competitive
bidding or negotiation, made by CONTRACTOR for work to be
performed under a subcontract, including procurement of
materials or leases of equipment, each potential
subcontractor, supplier, or lessor shall be notified by
CONTRACTOR of CONTRACTOR'S OBLIGATIONS under this contract
and the Regulations relative to nondiscrimination on the
grounds of race, religion, color, sex or national origin.
4. Affirmative Action Compliance
The CONTRACTOR shall have a written Affirmative
Action Plan in conformance with Title 49, CFR Part 21. The
Plan should contain, at least, the following information:
current composition of minorities and women in CONTRACTOR'S
work force; statement of equal opportunity employment of
goals and timetables for achievements; identification of
those employment categories where minorities and :women are
underutilized; and identification of the CONTRACTOR'S
Affirmative Action measures designed to overcome any areas
of underutilization. A copy of the Affirmative Action Plan
for the period of time covered by this Agreement is required
for review and approval by CITY and CPO prior to payment.
5. Information and Reports
CONTRACTOR will provide all information and
reports required by the United States Department of
Transportation Regulations, or orders and instructions
issued pursuant thereto, and will permit access to its
books, records, accounts, other sources of information, and
its facilities as may be determined by CITY, the
Metropolitan Transit Development Board, or the Comprehensive
Planning Organization to be pertinent to ascertain
compliance with such Regulations, orders, and instructions.
Where any information required of a CONTRACTOR is in the
exclusive possession of another who fails or refuses to
furnish this information, CONTRACTOR shall so certify to
CITY or MTDB or CPO as appropriate, and shall set forth what
efforts it has made to obtain the information.
`b~
PAGE 6
6. Sanctions for Noncompliance
In the event of the CONTRP.CTOR's noncompliance
with the non-discrimination provisions of this contract,
CITY shall impose such contract sanctions as CITY may
determine to be appropriate, including, but not limited to:
a. Withholding of payments to CONTRACTOR under
the contract until CONTRACTOR complies,
and/or
b. Cancellation, termination, or suspension of
the contract, in whole or in part.
Article 12. Covenant Against Contingent Fees
CONTRACTOR warrants that he has not employed or
retained any company or person to solicit or secure this
contract, and that he has not paid or agreed to pay any
company or person any fee, commission, percentage, brokerage
fee, gifts, or any other consideration, contingent upon or
resulting from the award or making of this contract. For
breach or violation of this warranty, CITY shall have the
right to annul this contract without liability or, in its
discretion, to deduct from the contract price or
consideration, or otherwise recover, the full amount of such
fee, commission, percentage, brokerage fee, gift or
contingent fee.
Article 13. General Provisions
Those provisions as set forth in the General
Provisions attached hereto are by reference incorporated
herein and made a part hereof.
Article 14. Subcontracting
CONTRACTOR shall not subcontract any portion of the
work required by this Agreement, without prior approval of
CITY.
Article 15. Termination of Agreement for Cause
1. The CITY may, subject to the provisions of
paragraph 3 of this clause, by written notice to the
CONTRACTOR, terminate the whole or any part of this
Agreement in any of the following circumstances:
a. If the CONTRACTOR fails to perform the
services called for by this Agreement within the
time(s) specified herein or any extension thereof;
or
~]
1 D~
PAGE 7
b. If the CONTRACTOR fails to perform any of
the other provisions of this Agreement or so fails
to make progress as to endanger performance of this
Agreement in accordance with its terms, and in
either of these two circumstances does not correct
such failure within a period of ten (10) days (or
such longer period as the CITY may authorize in
writing) after receipt of notice from the CITY
specifying such failure.
2. In the event the CITY terminates this Agreement
in whole or in part as provided in paragraph 1 of this
clause, the CITY may procure, upon such terms and such
manner as he may determine appropriate services similar to
those terminated, and the CONTRACTOR shall be liable to the
CITY for any excess costs for such similar services:
Provided that the CONTRACTOR shall continue the performance
of this Agreement to the extent not terminated under the
provisions of this clause.
3. Except with respect to defaults of
subcontractors, the CONTRACTOR shall not be liable for any
excess costs if the failure to perform this Agreement arises
out of causes beyond the control and without the fault or
negligence of the CONTRACTOR. Such causes may include, but
are not restricted to, acts of God or of the public enemy,
acts of the Government in either its sovereign or
contractual capacity, acts of the CITY, fires, floods,
epidemics, quarantine restrictions, strikes, and unusually
severe weather; but in every case, the failure to perform
must be beyond the control and without the fault or
negligence of the CONTRACTOR. If the failure to perform is
caused by the default of a subcontractor, and if such
default arises out of causes beyond the control of both the
CONTRACTOR and the subcontractor, and without the fault or
negligence of either of them, the CONTRACTOR shall not be
liable for any excess costs for failure to perform, unless
the services to be furnished by the subcontractor were
obtainable from other sources in sufficient time to permit
the CONTRACTOR to meet the required delivery schedule or
other performance requirements.
4. If this Agreement is terminated as provided in
paragraph 1 of this clause, the CITY may require the
CONTRACTOR to provide all finished or unfinished documents,
data, studies, services, drawings, maps, models,
photographs, reports, etc., prepared by the CONTRACTOR. In
this event, the CONTRACTOR shall be entitled to receive just
and equitable compensation for the services performed on the
aforementioned and all costs associated thereto.
~v
`~o
PAGE 8
Article 16. Prohibited Interest
No member, officer or employee of the CITY or of a
localor state publiic body during his tenure or one year
thereafter shall have any interest, direct or indirect, in
this contract or the proceeds thereof.
Article 17. Interest of Members of Congress
No member of or delegate to the Congress of the
United States shall be admitted to any share or part of this
contract or to any benefit arising therefrom.
Article 18. Notice
Any notice or notices required or permitted to be
given pursuant to this Contract may be personally served on
the other party by the party giving such notice, or may be
served by certified mail, return receipt requested, to the
following addresses:
Transit Coordinator
City of Chula Vista
276 Fourth Avenue
Chula Vista, CA 92010
Terry Brothers
Wilbur Smith & Assoc., Inc.
5900 Wilshire Boulevard
Los Angeles, CA 90036
(213) 938-2188
CITY OF CHULA VISTA
B Y (,~ ~ ~- ~ c~e
Mayor
Date 3 -/ ~-$d
App/ro~z~ed as to Form by:
~~
~fi~
WILBU SMITH & AS IATES
BY
Vice Presi ent
Date ~i3/~yo
Approved as to Form by:
APPENDIX A
WORK PROGRAM
TASK ONE, TRANSIT OPERATIONS STUDY '
Task One, The Transit Operations Study, first requires that
existing Chula Vista Transit routes and schedules be studied and
revised as necessary to improve overall system efficiency. Second,
routes and schedules are to be developed to reflect a "pulse
scheduling" system with vehicles radiating from a proposed transit
center. Thus, Task One is composed of two phases: revision of the
existing system, and development of a new pulse scheduling system.
The activities required for each phase are described below.
Phase One: Revise Routes and Schedules
1.1 Review Existing Chula Vista Transit Route, Scheduling, and
Planning Data
Transit route and schedule planning requires a thorough
understanding of all facets of the existing transit operation.
The consultant will review all available data on current Chula
Vista Transit routes and schedules, major activity centers, and
origin-destination data on travel patterns. Existing Short Range
Transit Plans, other relevant documents, and schedule adherence
findings will be studied. Labor agreements and terms, and Chula
Vista Transit staff recommendations will also be reviewed.
1.2. Establish Service Criteria
Optimal scheduling of transit service requires that four
general principles be followed:
1. Needs of the. transit system's patrons must
be met.
2. Schedule must conform to labor agreements
between management and operators.
~/ -9-
d~
~~
1.3 Establish Route Planning Principles
The consultant would establish route planning principles
based on the criteria for optimal routing and scheduling
developed in Step 1.2. In addition, several specific considera-
tions important in pulse scheduling would be included, such as:
1. Realistic schedules are critical for a pulse
schedule system. Sufficient recovery time to
- facilitate timed transfers can be designed
into the running times of each route, or provided
at the terminus of each route. The consultant
will work with Chula Vista Transit staff to
determine which method is most appropriate.
2. Waiting time for transfers between Chula Vista
Transit lines should be minimized at the
proposed transit center. Coordination with
appropriate San Diego Transit lines and the
Metropolitan Transit District Development Board's
Light Rail System must also be considered..
3. The efficiency of the overall Chula Vista
Transit System must be retained, while providing
pulse-schedule service.
1.4 Field Check Existing Routes and Schedules
Actual running times and layovers of the existing system
would be monitored by the consultant through on-board and street
corner schedule adherence checks, conducted throughout the day.
1.5 Review Bus Routes and Service Periods
Results of the field checks would be compared with the
scheduled routes and service periods. Routes and schedules would
l~~ -10-
V
also be reviewed for conformance to travel needs and other
evaluation criteria. The consultant would meet with Chula Vista
Transit staff to identify problems and potential areas for
improvement.
1.6 Revise Routes to Develop Pulse Scheduling
Based. on all previous steps, the consultant will revise the
Chula Vista Transit routes to reflect a pulse schedule system.
These revised routes must continue to satisfy passenger demand
1,7 Develop Schedules and Runs
The consultant, working with Chula Vista Transit staff,
would drive the new routes and field-test them to establish
running, transfer, and layover times. Necessary schedule adjust-
ments would be made. The consultant would the write precise time
tables, vehicle schedules and driver run sheets for each route.
1.8 Prepare Study Products
The consultant would prepare the final study products,
including:
1. Route planning principles employed. -
2. Routing and operations plan:
3. Schedules, run cuts, and vehicle runs for
a pulse scheduling system.
4. Comparison of proposed pulse-scheduled routes
to existing routes under pulse-scheduling,
showing activity centers served.
?~
a~
= 1
-l-
Appendix A (Continued)
WORK PROGRAM
TASK TWO: BUS MAINTENANCE FACILITY STUDY
The purpose of
is to determine the
transit system over
alternatives are to
maintenance facilit
fleet.
Task Two, the Bus Maintenance Facility Study,
maintenance requirements of the Chula Vista
the next five to ten years. Next, maintenance
be evaluated in order to find the optimal
Z and site for the future Chula Vista Transit
The proposed Work Program for Task Two consists of two
phases. Phase One examines the existing maintenance arrangement,
identifies future maintenance requirements, and provides a facility
plan specifying maintenance equipment and space requirements for
the projected Chula Vista Fleet over the next five to ten years.
Phase 2 of the study develops and evaluates alternative maintenance
sites and arrangements and produces a recommendation on the course
of action Chula Vista Transit should follow. The specific
activities in each Phase of the study are detailed below.
Step A: Evaluation of Existing Maintenance Arrangement and
Future Requirements
1.1 Projected Bus Fleet Size
In order to determine future bus maintenance requirements,
it is necessary to estimate the size of the Chula Vista Transit
fleet over the next five to ten years. The consultant will review
transit patronage projections and work with Chula Vista Transit
staff to estimate future bus fleet sizes.
1.2 Identify Maintenance Facility Requirements
Based on the existing and planned fleet size, and the
particular characteristics and policies of Chula Vista Transit,
present and future maintenance facility requirements will be
defined in terms of:
~~~ Z
-12-
1) Sizin -Each function or area will be described
as to the number of each type of work position, l
the size required per work position, and the total
sizing requirement, both for inside and outside
functions.
2) Layout - The optimum size, shape, and relative
location of the various functions will be identified.
The relative location is particularly important to
maximize the efficiency and control of interrelated
activities, and to minimize vehicle and personnel
movement.
3) Equipment - Major equipment needed to fully provide
for all maintenance needs will be identified to
assist in evaluating and costing alternatives.
4) Staff - Personnel and efforts by classification will
be estimated for each function in order to determine
cost impacts of various alternatives.
1.3 Idenfity Unit Costs
Staff, equipment, and space costs, bus dead'nead costs, and
other costs neccesary for evaluation of alternative approaches to
bus maintenance will be developed by the consultant. Such costs
will reflect other transit operators where necessary to the analyses
of the alternatives.
1.4 Review Existing Service Arrangement
The consultant will review
between Chula Vista Transit and
maintenance and repair by Aztec
quality of the work performed.
degree to which this servicing
future maintenance requirements
the existing service arrangement
Aztec Bus Lines. The costs of bus
will be analyzed, as well as the
The analysis will determine the
arrangement meets the current and
identified in Step 1.2.
-~
~d -13-
1.5 Prepare Maintenance Facility Plan
Based on the previous steps, a Maintenance Facility Plan
will be prepared detailing the equipment, space requirements, and
estimated cost for the maintenance requirements determined in
Step 1.2. A comparison of the Plan with the costs and quality of
maintenance under the existing contractor/City maintenance
procedures will be included.
Step B: Development and Evaluation of Alternative Maintenance
Sites and Arrangements
2.1 Assess Capabilities of Public Works Yard
The consultant will assess the existing capabilities of the
Chula Vista .Public Works yard with respect to its potential to meet
present and future bus fleet requirements. The analysis of the
present facility will encompass:
1) Adequate number of service bays and work
positions.
2) Sufficiently sized work areas with adequate
dimensions.
3) Efficient and effective layout, particularly
as it affects interrelated activities and
reduces movement of buses, parts, and staff
on the site.
4) Layout effects on supervisor's control of
work activities.
5) Security.
6) Safety, in size and placement of functions.
2.2 Identify Improvement Potentials of Present Facility
Once the deficiencies of the present facility have been
identified, the consultant will determine the improvement and/or
expansion options available for the present site. The options
could range from improvements in operating procedures or equipment
to major expansion of present structures to accommodate anticipated
activities. Each plan will be described with the necessary
information for costing.
2.3 Identify Alternative Approaches
The consultant will meet with Chula Vista Transit staff to
identify other alternative approches to improving the present
facility. Such alternatives would include:
1) Development of a joint facility with other
South Bay transit operators. The consultant
would work with Chula Vista Transit staff to
identify alternative sites for a joint facility.
2) Continuation of the existing maintenance
arrangement with Aztec Bus Lines (the "no
build" alternative).
2.4 Evaluate Maintenance Alternatives
All alternatives would be evaluated to ascertain the relative
operational effectiveness of each one. Evaluation criteria would
include:
1. Sufficiency to satisfy maintenance requirements.
2. Capital cost of improvements.
3. Impacts on deadhead mileage.
4. Impacts on bus maintenance cost.
5. Quality of maintenance provided.
6. Institutional capability.
7. Impacts on maintenance personnel.
~b " -15-
~,
8. Environmental impacts.
9. Land use compatibility.
10. Implementation time.
11. Relocation Impacts.
12. Street system access/travel obstacles.
Specific objectives and measures of effectiveness of
alternatives for the above criteria would be developed for the
evaluation process.
2.5 Study End Products
The final products of the study would include the following:
Step A: Existing Maintenance Arrangement and Future Requirements
1. Maintenance Facility Plan including:
a. Equipment Requirements
b. Space ;requirements
c. Costs
2. Comparison of plan with costs and quality of
existing maintenance arrangement.
Step B: Alternative Maintenance Sites and Arrangements
1. Objectives and measures used to rank alternatives.
2. Summary and ranking for each alternative arrangement
and/or site.
3. Recommended course of action.
10~~~
V
-16-
EXHIBIT B
/i~~c::~ ~.:.it`r~i cznd ~f.~aocia~es
RATE SCHEDULE
CLASSIFICATION RATE
PER HOUR
Principal Associates .............
..................... $55.00
Associates ......
...................................... 40.00
Principal Engineers, Architects, Planners,
Economists, Designers & Research Analysts........... 32.00
Engineers, Architects, Planners, Designers,
Economists & Research Analysts ...................... 27.00
Assistant Engineers, Architects, Planners,
Econo~;,ists, Designers & Research Analysts...._...... 21.00
Senior Technicians .................................... 18.00
Technicians ..........................................0 15.00
Senior Draftspersons ..
................................ 18.00
Draftspersons .....
.................................... 15.00
Technical Typists .......................... ......... 12.00
Clerical .............................................. 9.00
NOTE: (1) Travel, reproductions, telephone, supplies, and
other expenses at cost plus 10 per cent.
(2) For appearances at formal hearings or court
testimony the above rates are to be increased
by 50 per cent.
(3) Fees are payable in U.S. Dollars without discount.
(4) Rates include compensation, benefits, overhead
and fee,
10/79
Yoo -17-
EXHIBIT C
ESTIMATED BUDGET
TASK ONE: TRANSIT OPERATIONS STUDY
ITEM PERSON-HOURS COST
Associates 20 $ 800
Principal Planners 120 3 840
Secretaries 30 ,360
Draftspersons 30 450
Clerical 30 270
Travel and Subsistence
Printing
Telephone
Materials and Services
TOTAL PROJECT COST: TASK ONE
400
250
50
80
$ 6,500
ESTIMATED BUDGET
TASK TWO: MAINTENANCE FACILITY STUDY
ITEM
PERSON-HOURS
COST
Associates
Principal Planners
Secretaries
Draftspersons
70
120
30
40
Travel Subsistence
Printing
Telephone
Materials and Services
TOTAL PROJECT COST, TASK TWO
~~~
~~~
-18-
$ 2,800
3,840
360
600
500
300
50
50
$ 8,500