Loading...
SR-10-09-1979-6Oi Santa Monica, California, September 27, 1979 TO: Mayor and City Council FROM: City Staff SUBJECT: Authorize the City Manager to execute a contract with �C ; Wilbur Smith and Associates for a Transit Operations Analysis and Short Range Transportation Plan Introduction In order to remain eligible for Federal transit assistance, the Transportation Department must annually submit a Short Range Transportation Plan through the Los Angeles County Transportation Commission (LACTC) and the Southern Califor- nia Association of Governments(SCAG) to the Federal Urban Mass Transportation Administration(UNITA). This report requests that the City Council approve the attached contract with Wilbur Smith and Associates to complete the plan and the related transit operations analysis. Background The Federal Urban Mass Transportation Administration requires that each transit system submit a Short Range Transportation Plan through the regional transit coordinating body and the metropolitan planning organization to provide federal grant administrators with information and justification for approving individual capital and operating grant assistance requests. The deadline for submission of the plan is February 1, 1980. This year, UMTA has expanded its requirements to include an expensive analysis of each individual route, including usage pro- files, running time checks and other operational data. However, they have also agreed to expand the amount of federal assistance to cover the standard 800 federal share of this larger project. On July 20, 1979, the Transportation Department requested proposals from qualified consultants to prepare the Short Range Transportation Plan and related transit operations analyses. Three consultants submitted proposals at the following costs: uIQ g-. 19 147s; To: Mayor and Council -2- September 27, 1979 Wilbur Smith $ Associates $71,400 Daniel, Mann, Johnson $ Mendenhall/ Transportation Systems Management Consultants $74,706 Parsons, Brinkerhoff, Quade $ Douglas /Sage Management $79,977 Four Transportation Department staff members rated the proposals. Wilbur Smith $ Associates was rated by all as the most responsive of the three proposals. Attached is a copy of the proposed contract with Wilbur Smith $ Associates. Federal funding regulations require that this contract also be approved by SCAG. The Transportation Department will match the 80% federal share of the project with Transportation Development Act funds that have been allocated to the City for this purpose. No City general funds will be used. Alternatives 1. The City Council could choose not to select a consultant. The Trans- portation Department does not have the staff necessary to complete the project in the time required. If the Transportation Department failed to submit an acceptable Short Range Transportation Plan, it would then lose the opportunity of obtaining future federal capital and operating assistance. 2. The City Council could choose a consultant other than Wilbur Smith $ Associates. The other two proposals were less responsive and more costly than that of Wilbur Smith. 3. The City Council could choose to authorize the City Manager to execute the attached contract with Wilbur Smith and Associates to develop the Short Range Transportation Plan and perform related transit operations analyses. Recommendation City staff recommends that the City Council authorize the City Manager to execute the attached contract with Wilbur Smith and Associates to develop the Short Range Transportation Plan and perform related transit operations analyses. Prepared by: J. F. Hutchison Larry Foutz JFH /LWF /dag Attachment: Wilbur Smith $ Associates contract State of California County of Los Angeles X A CONTRACT CONTRACT NO. 3400(CCS) Entered into on this 9th day of October 1979 between the City of Santa Monica, a municipal corporation of the State of California, here- inafter referred to as the "CITY ", and Wilbur Smith and Associates, a consult- ant corporation with an office at 5900 Wilshire Boulevard, Los Angeles, California 90036, hereinafter referred to as "WSA". WHEREAS, the CITY desires to engage the service of WSA in order to perform an Operational Analysis of the Santa Monica Municipal Bus Lines in conjunction with the preparation of a Short Range Transit Plan for the CITY, WHEREAS, WSA has submitted a proposal to perform such services in response to the CITYts Request for Proposal, which indicated WSA's professional qualifica- tions and willingness and ability to perform same; NOW, THEREFORE, the above mentioned parties do hereby agree:to the following. conditions. SECTION--I - SCOPE OF WORK i WSA shall perform the work described in the Scope of Work, which is attached — — i hereto as Exhibit A and is hereby made a part of this Contract. SECTION II - TIME PERIOD FOR PERFORMANCE A. Work shall commence within ten (10) days following the execution of this Contract, unless- another date is agreed upon in writing by the CITY. Tasks 1 and 2 including the draft SUP as described in Exhibit A shall be completed by February 1., 1980. B. Upon submission o£ six (6) copies of the draft SRTP by WSA, the CITY shall have 15 days to review same, before finalizing. Tasks 3, 4 and the final report shall be available in final form within the following 15 days. WSA shall supply the CITY with twenty -five (25) copies of the final report at that time. C. Time extensions may be granted by the CITY in the event that WSA fails to meet any of the deadlines specified above, providing that WSA submit a written statement to the CITY, within three (3) working days, citing the problem causing the delay and proposing corrective actions. SECTION III - PROJECT REPORTING REQUIREMENTS WSA shall deliver to the CITY monthly status reports along with the monthly billings. These reports shall describe;at a minimum, the status, progress made, delays encountered, unusual technical problems, work expected to be underway during the next month as appropriate and level of effort by key personnel on a task -by -task basis. Three (3) copies of each monthly progress report shall be submitted to the CITY. SECTION IV - PERSONNEL ASSIGNMENTS The following key personnel will be assigned by WSA to the work described above and will perform at least the minimum level of effort indicated below: STAFF HOURS Gerard Drake 60 Terry Brothers 240 Bruno Wildermuth 200 William Hurrell 180 Daniel Benson 200 Staff :E1 Assignment of key personnel or substitution or reduction in the minimum level of -2- effort for any nameu xey personnel will be subject to the approval of the CITY, WSA assures that all personnel assigned to this work will be professionally qualified for the assignment to be undertaken. SECTION V - SERVICES OF THE CONSULTANT WSA is retained as an independent consultant to utilize its professional skills during the term of the Contract in order to provide those services described in Exhibit A hereof. Neither the consultant nor any of their employees are employees of the CITY, SECTION VI - CONSIDERATIONS FOR REIMBURSEMENT A. Conditions of Payment Award of this Contract is subject to the receipt by the CITY of a grant from the U. S. Urban Mass Transportation Administration. The maximum payment by the CITY for services rendered under the conditions of this Contract shall be seventy -one thousand four hundred dollars ($71,400).. The basis of payment shall be actual expenses as related to the progress in completing the work described in Exhibit A below and subject to approval by the City's Director of Transportation. B. Submission of Invoices WSA shall be reimbursed for allowable costs within the limitations set forth in Exhibit B, and subject to the following limitations: 1. All invoices will reflect the percentage of completion of the project in relation to the major Tasks listed in Exhibit A. - 2.' Subject to the limitations set forth in the above clauses, WSA will be paid monthly, using actual expenses from invoices submitted by the consultant as a basis of payment. 3. Records will be maintained to show actual time devoted and cost incurred. -3- SECTION VII - ATNIEND, ATS The scope of services to be performed by {VSA may be modified and the maximum Contract charges revised accordingly upon prior negotiations between the CITY and WSA. An amendment to this Agreement providing for such negotiated revision . shall be processed and executed by both parties hereto. SECTION VIII - TITLE TO REPORTS AND DATA All reports, as well as any drawings, plans, studies, memoranda, computation sheets, training manuals, and other documents assembled or .prepared by or for, or furnished by the consultant in regard to.this Contract, shall be the property Of the CITY.. Copies of said documents may be retained by WSA, but shall not be made available to any individual or organization without the prior written approval of the CITY. SECTION IX - INDENUITY , WSA shall save, keep, bear harmless, and fully indemnify the CITY, including any and all of its officers, representatives, agents, servants or employees from and against claims, losses, damages, and expenses, whether direct or indirect, to which they or any of them may be put or subjected by reason of any damage, loss and injury to persons or property caused by or resulting from or in connection. with any negligent act, action, omission or failure to act when under a duty to act on the part of the consultant, its subcontractors, employees or agents in performance of the work hereunder. SECTION X - INSURANCE 1VSA assures that the consultant's firm is adequately insured against losses that might arise as a result of work specified in this Contract. This insurance includes, but is not limited to Workmen's Compensation, Public Liability, and Automobile Liability Insurance. The consultant further agrees to obtain a duly executed Certificate of Insurance to the limit of $1,000,000 if such is requested by the CITY at any time during this Contract. SECTION XI - TER11,1INATION OF CONTRACTS A. Termination Without Cause The CITY may terminate this Contract at any time. {York shall cease immediately upon receipt of notice of termination from the CITY by certified mail. In that event, all unfinished documents, data, studies, surveys, drawings and report's, or other material shall be submitted to the CITY. The basis for settlement shall. be payment for any unreimbursed work completed by i4SA and accepted by the CITY and other allowable costs within the limitations set forth in Section VI above for work herein specified, and incurred by the consultant prior to termination of the Contract. B. Termination For Fault The CITY may immediately suspend or terninate.payments and performance under this Contract for any fault of the consultant including, but not limited to, ineffec- tive or improper use of Contract funds; failure to comply with the terms and con- ditions expressed herein or 'the rebulations and directives of the U. S. Department Of Transportation or of the CITY implementing the same, or failure to provide. services called for by the Contract within the time specified.. .In the event of such termination by the CITY for fault on the part of NSA, the payment procedure in subsection A above shall not apply.- In such an event, the CITY shall determine an equitable. amount to be paid with consideration given to the following: Actual costs incurred by the consultant in performing the work to the date of termination; the amount of work originally required which was satis- factorily completed to date of termination; whether that work is in a form or a type which is usable to the CITY at the time of termination; the cost to the CITY of employing another firm to complete or itself completing the work required and the inconvenience and time which may be required to do so; and other factors which affect the value to the CITY of the project work performed up to the time -5- of termination, Un' ' no circumstances shall payme. s made under this sub- section exceed the amount which would have been paid if the procedure set forth in subsection A above had been applied. C. Excusable Delays WSA shall not be in default by reason of any failure in performance of this Contract in accordance with its terms (including any failure by the consultant., to make progress in the prosecution of the work hereunder which endangers such � performance) if such failure arises out of causes beyond the control and without: the fault or negligence of the consultant. Such causes may include, but are not limited to, acts of God or of the public enemy, act of the CITY in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restric- tions, and strikes, but in every case, the failure to perform must be beyond the control and without the fault or negligence of the consultant. Upon request of iVSA, the CITY shall ascertain the facts and extent of such failure and, if it shall determine that any failure to perform was occasioned by any one or more of. the said causes, the delivery schedule shall be revised accordingly subject to the rights of the CITY under subsection A above. The failure of the CITY to provide the timely delivery of documents, data, drawings and.reports, if such are available to the CITY, or of any decision required by iVSA'in performance of this Contract, is agreed to be beyond the. control and without fault of WSA, SECTION XII - GENERAL PROVISIONS A. Audit and Inspection of Records iVSA shall maintain all records relating to this Contract for a period of three (3) years. During that time WSA shall permit the authorized representatives of the CITY and the Urban Mass Transportation Administration to inspect and ausit all data and records of the consultant relating to their performance under the Contract. -6- B. Interest of Mt...jer of or Delegates to 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. i C. Interest'of Public Officials No member, officer or employee of the CITY during his tenure or one year there- after shall have any interest, direct or indirect, in this Contract or. the pro- ceeds thereof. D. Equal Employment Opportunity In connection with the execution of this Contract, WSA shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin. The consultant shall take affirmative action to insure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such actions .shall include, but not be limited to the follow- ing: employment, upgrading; demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay, or other forms of compensa- tion; and selection for training, including apprenticeship. H. _ Minority Business Enterprise In connection with'the performance of this Contract, VISA will cooperate with the CITY in meeting its commitments and goals with regard to the utilization of minority business enterprises and will use its best efforts to insure that minority business enterprises shall have the maximum practicable opportunity to compete for subcontract work under this contract. F. Assignment WSA shall not assign nor transfer any interest in this Contract without prior written consent of the CITY, G. Subcontractors All subcontractors to WSA used in the performance of this Contract will be -7- i i mutually acceptable to the CITY and NSA. H. Identification of Documents The format and manner of identification of PISA on all reports, maps and other documents, completed as a part of this Contract, other than documents prepared exclusively for internal use within the CITY, shall be approved by the CITY and shall carry the following notation on the same page (or, in the case of maps, in the same block) containing the name of the CITY. "The preparation of this report has been financed in part through a grant from the United States Depart- ment of Transportation under the provisions of Section 9 of the Urban Mass Transportation Act of 1964.1' ...together with the date (month and year) the document was prepared and the name of the planning area concerned. The following statement shall be contained in the credit sheets of any pub- lication prepared by NSA: "The opinion, findings and conslusions expressed in this publication are those of the author and not necessarily those of the City of Santa Monica or the United States Department of Transportation,. Urban Mass Transportation Administration." IN WITNESS WHEREOF, the parties have executed this Contract on the date set forth below. ATTEST: Joyce Snider City Clerk CITY OF SANTA MONICA By: Charles K, hicCiain �� City Manager Date: WILBUR SMITH and ASSOCIATES Consulting Engineers and Plnnnerc By: R. L. Knickerbocker City Attorney Date: WORK PROGRAM The work program would be conducted in five major tasks. Task 1 is basically a consolidation by function of the Request for Proposal Tasks 1 through 3. Tasks 2 through 5 are basically a restatement of RFP Tasks 2 through 5. The percentage of effort devoted to each task would approximate that. expressed in the RFP. The study plan is presented below: ..Task 1 - Field Surve This task involves the conduct of all field counts and validation checks and the tabulation of the field survey data. The'completion of the six sub -tasks which define Task 1 work scope would. provide a line-by-line-written and graphical pre - sentation of the patronage data, and schedule adherence checks. Subtask 1.1 - Review SMMBL Data Needs - The study would start with an orientation meeting with Swum staff to discuss . the basic data needs and data format which would be provided by the on -board counts and origin- destination survey. Scheduling of the field work and actual counting procedures would be dis- cussed. A specific day, time period and bus line to.be selected for a test of the counting procedures would be identified. Subtask 1.2 - Design Survey Procedures and Forms - Based on inputs from Subtask 1.1, the Consultant would develop an on- board counting and origin - destination survey procedure, and the necessary survey and recording forms. The on- and -off survey will be conducted on all SMMBL routes by Consultant field personnel. The survey will encompass all regularly- scheduled weekday SMmBL services. Surveyors will also record bus times at principal stops for schedule adherence studies„ The origin - destination (o -D) survey will be distributed by Consultant field personnel concurrent with the on- and -off survey. For weekdays, the O -D survey will be distributed on a sample of bus runs on the more heavily patronized lines during the peak use periods and on 80 to 100 per cent of the bus runs on the lighter lines and on heavily - travelled lines during the off - peak hours of service. For weekends, the O -D survey will be distributed to obtain a ridership sample on the regularly scheduled services. Actual sample sizes on both weekday and weekend surveys will be determined during the study. Both the on- and -off count and the distribution of the O -D survey will be accomplished concurrently by a single surveyor on the lighter- patronized lines and during the off -peak periods on the more heavily patronized lines. Two surveyors will be used to conduct the on- and -off and O -D surveys during peak periods on the more heavily- patronized SMMBL. The general procedure for the counting and survey process will be as follows: 1. The count form is self - coding for computer tabulation. After the form has been completed by an on -board checker and reviewed by a supervisor, it is directly ready for keypunching. 2. All forms would be prepared prior to the start of the actual count. 3. During each day of the counts, the on -board ride checkers would be assigned to specific driver runs. The ride checker would stay with the driver throughout the run. 4. The ride checker would be stationed in a position to see both front and back doors. The first seat behird the front door is a desirable station. 5. At each stop, the checker fills in the arrival time, passengers on, and passengers off and hands out origin- destination forms. 6. Bus times necessary for schedule adherence check will be recorded during the on --off counts. 7. Between, stops the total passengers on -board are counted, questions are answered, and forms are collected, if possible. 8. On completion of the run, the supervisor, who controls 4 to 5 checks, reviews all forms with the ride checker, checking for miscounts or miscoding of information. 9. coding of forms will be completed for computer processing and a sample will be checked for errors by the supervisors. The consultant will develop the survey process in detail, including an instruction manual. With SMMBL approval a test of the, process on a heavy line, such as line 7, during peak periods would be conducted during peak periods. After a joint consultant• - SIXLBL review of the test results, the final survey procedures would be agreed upon_ Subtask 1.3 - Conduct Field Surveys •- The consultant team would conduct the on -board surveys according to the proceedings agreed upon in Subtask 1.2. Subtask 1.4 - Validation Checks - A well- planned field counting process should include doss- checks and validation counts to insure accurate results. During the on board count- ing, field supervisors would simultaneously conduct street corner load counts and schedule adherence checks. These. validation counts would be checked against on -board counts. Runs on trips which showed significant variances from valida- tion counts would be recounted. Similarly, runs on trips which revealed significant miscounts when on -board forms are reviewed would be recounted. SMNIBL participation in the validation checks would be invited. Subtask 1.5 - Computer Tabulated schedule time check and O -D data will processing. The consultant will meet review and adjust the tabulations and SPMMBL's requirements. These computer to prepare line reports and system su Surveys - All count, be prepared for computer with SMMBL staff to formats to best suit tabulations will be used imaries . Subtask 1.6 - Prepare Line Reports - The computer tabulations provided in Subtask 1.5 would be developed as written summary reports of line -by -line usage and operational characteristics. This task would encompass each line and provide a systemwide summary which will be included in a SMMBL System data book. (See Deliverables.) To the extent that such data is available, the line reports will include the information requested by the amended SRTP guidelines, as applicable to SMMBL, for line -by -line analysis. Such information will include: A. Passenger Loads - Number�of passengers carried, measured at. several points on the route, to seat capacity of the vehicle. Evaluation of loads in both peak and base periods may be useful. B. Operating Speed - Average speed maintained by the vehicle over the route. C. Transfers - Number of intra- and /or intersystem transfers' for run on a typical day. D. Schedule Adherence - Percentage of scheduled stops reached within a specified tolerance as measured by an on -board check on a typical day. E. Revenue /Cost Ratio - Ratio of fares collected (measured directly or by extrapolation of passenger counts) on a typical day to the system -wide daily average cost of operating a vehicle of the type serving the route. F. Complaints - The number of complaints received during the given period for the route being analyzed. Task 2 - Operations Analysis (10 %) The products of Task l and field observations by pro., fessional staff would be utilized to- conduct an analysis of SMMBL operations and scheduling. Subtask 2.1- Evaluate Schedule Adherence - Lines with schedule adherence problems (early or late) would be identi- fied in Task 1. Consultant staff would ride these lilies during " problem periods and review the problems with SMMBL staff to define potential causes and solutions. Subtask 2.2 - Review Scheduling Effectiveness - The ability of the current SMMBL schedule to serve the variations in 'usage identified in Task 1 and to provide schedule reliability (Subtask 2:1) would be assessed. This subtask would attempt to identify potential areas for schedule improvement. - I Subtask 2.3 - Identify Transfer Characteristics - The on- --off data compiled in Task 1, coupled with origin - destination data and assistance from SMmBL staff would-be utilized to identify all key transfer points in the system. The SMMBL system is essen- tially a radial route network with downtown Santa Monica and UCLA serving as focal points. These points, plus connections with the crosstown lines, are major transfering sites. System schedules at transfer connections would be reviewed to identify any potentials for improved connections. The systemwide impact of such rescheduling would, of course, be carefully considered.. With completion of Subtask s 2.1,- 2.2, and 2.3 a SMMBL consul- tant work session would be conducted to discuss the identi- fied potentials for scheduling and operational improvements:. wll Slack and layover time on each route would be included, as well- as other union factors. The purpose of the work session would be the joint identification of a series of improvements to be developed in detail in Task 3. Task 3 - Schedulinq Plan - (15% The generalized scheduling and operational improvement concepts developed in Task 2 would be translated into an implementable scheduling plan. Subtask 3.1 - A specific definition of the schedule improvements would be prepared, involving the actual re- scheduling of the involved trips and runs. Impacts on bus assignments, work schedules and overall system operations would be assessed. Subtask 3.2 - Recut Runs, .Work Schedules - The consul - tant would prepare revised system run sheets, bus assignments, and.work schedules to reflect the proposed schedule, and opera - tional improvements. Close involvement of SMMBL staff is anti - cipated in this task and a full SMMBL review of the products is required.,in "shirtsleeve" working sessions.. consideration must be given to any service expansion needs to be identified in the Short Range Transit Plan. e Task 4 - Information System (5/) This task would evaluate development of an information system plan which would allow SfOIBL to effectively monitor system operations and usage, particularly that.information required by UMTA Section 15, Subtask 4.1 - Identify Alternative Information Systems The consultant would define different ways in which.SMMBL could provide the informational requirements. Alternatives which would be addressed includes 1. Manual processing 2. SMMBL acquisition of'micro processing equipment 3. Use of City -owned processing equipment 4. Use of available processing equipment on.a time- share -basis with other State, federal, or transit operating Agencies. 5. Use of privately owned processing equipment. A key alternative would be use of City or time -share equip - ment until and if processing reaches a capacity /cost level. .__justifying dedicated equipment. The manpower requirements; capital, and annual operating costs; output capabilities; and transferability of software of each system would be addressed. The alternatives would be reviewed with SMMBL staff and a preferred option would be identified. Subtask 4.2 - Define Information Plan. - The selected information system plan would be defined in terms of its costs, its staff requirements, and its ability to satisfy Section 15. If appropriate, computer program packages which . best suit the needs and capabilities of the system would be identified. A wide range of transit operational software packages are available from both public and private sources, including specialized packages for the transit industry. The limitations of these packages, such as second - generation soft- ware, and flexibility limitations for SIMS (maintenance inventory management) and MIS, (management information) applications will be speci£ied> Subtask 4.3 - Prepare Report on Information System Recom- mendation The Consultant will prepare a brief memorandum report documenting the findings of Subtasks 4.1 and 4.2. The Consultant will provide five (5) copies to SMINIBL. Task 5 - Prepare Short Ranqe Transit Plan (20 %) The products of Tasks 1 through 4, and other necessary data, will be used to prepare a SRTP for SYwIBL in the SCAG -FY 81 -85 - format. The SRTP will encompass the following: A. :Existing Conditions 1. Current Policies would be updated by staff, incorporating Consultant recommendations for additions, An annual update of policies -is required_ 2. Current Levels of Service would be in the standard SCAG formats, using new survey data on ridership and financial history with accrual of all federal and State funds actually spent`. FY79 would probably be actual data. B. Analysis and Evaluation 1. Analysis of Existing Conditions will incorporate the system -wide report and other studies underway or recently completed. SCAG's performance measures table will be provided. 2. Needs and Deficiencies will be based on the survey results and the scheduling and other analyses developed in close coordination with SMMBL staff. Also in- eluded here is a review of the ATE recommendations, based on the new survey results, including any that may alter the conclusions of that study. 3. Evaluation of Alternative Improvements will include a service expansion alternative to reduce overcrowding, reduce transfers, implement TSM programs, and improve coordination with SCRTD and CCMBL. A status quo plan will also be developed, based on scheduling, coordination, and TSM programs-. Evaluation of alternatives will include justification for expansion. C. Selected Plan 1 Five- year Status Quo Plan will show the obvious need for continued service. Justification of replacement buses,: and the maintenance.facility will be very important. Any unusual increases in opera- ting expenses will be justified, and an accurately forecasted 5 -year plan developed. 2. Selected Five -Year Service Expansion Plan assuming that a significant expansion of S?4MBL.service may be warranted, the Statement of Justification will be the most crucial section of the SRTP. It will include documentation based on the new surveys, the limited benefits of improved scheduling as compared with expansion, and justification of any recommendation that conflicts with the ATE report. Measures of performance will be provided for the expanded system. Finally, the Elderly and Handicapped Plan will be up- dated, based on the new survey data. j Five (5) draft copies of a SRTP will be provided to SMAyt3r for review. The Consultant will submit twenty -five (25) copies of the SRTP to SMMBL after receipt and consideration of SMMBL staff comments. COST AND PRICE ANALYSIS - RE S ARCI -IAIlD DEVELOPMENT CONTRAC`- For- upp,ov"I - i nndgat nwruu No. 0;-812£ Thi:l form n [o used in lieu of I•'M Form 1515 as provided under FAPR 2- IG.2GP it - - - -I b" -2, will br' PORCHA;E MEOOesT tiuJe�Fn rxec:a ECd and submitted with propoo-als in response to "Re uests for P;,Iposals," for IIIe - ncnt of rcacarch and development 9 ' Vrorurc- services. if our cost a cnql' /`iio of cost.-, as regnired coq tort the ccountilig system does not prmut _EH nnrcasin.• office for further iwilrurt,'Ills. NAME AND AODH ESi OF OF'F EHER TIT LE OF PHOJF.CT ti711bllr .Timltll & Associates Transit Operations Study 5900 Wilshire Blvd.,. Los Angeles, CA. Santa Monica Municipal Bus Lines " .DETAIL DESCRIPTION ES TIM AT F. TOTAL HOURS HATE /HOUR LSTIMATED COST 1. _ OHECT LABOR rS rei Hl (Duf!m�1 __ Pri.ncinal =IIn- Charge 60 T DJ Associates -- ------- - - - --J r Q5 Q - '1, 24Q_I _12.00 14 880 - Y,97�E�t a — - - -- 3� 1 -S _ Surve�Suexvisoxs _ -- Tech.S ec. i:epttnch C_lexi aj�_ _ n��f - -r2- • --QO_ 2 4fJQ— -- TOTAL DIRECT LABOR :::.- :'''``''`'' i:!....... ::: r:.... ........... w.. .'.:::::.ter Z2 81O ' �`,::-- ... EU RDEN(DvrnSe.¢d- specify) DEPARTMENT OR COST CENTER' BURDEN RATEX -:-� -� BASE - Ol1RD EN (SI Employee fringe benefits 25.3% 22 800 5 I _ 570 :..:.:.::...... -- TOTAL BURDEN - -.--.—.-->.--.-..-- ). DMEC T 14ATEHIAt- - - r '_'•'c ..................... < ?.' "''' °:'.'�'::''_a ":'< 770 _.__- _- SeOm2orary Field Personnel 1900 -hrs. 4.00 Printing and Reproduction 7,600_j _4a teria 1s , QOQ� Computer Time 2520 J��i O� - - TOTAL MATERIAL Ei S_ECIAI TESTING ((ncludiag field tvork n[ C...... en[ instefl¢ti on tl ff -T� � TOTAL SPECIAL TESTING ...................". ""-`} SPECIAL EQUIPMENT (Ifdirec[ charge - specify in Exhibft If on reverse) TRAVEL (If direct chorge) ^,�. e TRANSPORTATION — 1. -- :;..,f - PER DIEM OR SUBSISTENCE 200 ........... ..................... .....................::::. _ TOTAL TRAVEL :.:.;:.,.::... .....•.- W..:.••, -.W>' CONSULTANTS (ldcn[i[y- purpose -ratc) _r -... TM-2ao ^^-- -t 1 Loaan hones Statistical Consultant 1 000 _,;;_,,..:.z_.>,, w _ _ TOTAL CONSULTANTS .V E,:ONTRACTS (cpr. c_ily in Enhi bit l on -. 1 1: It DIRECT COSTS (Syr. rify in F. zhibit n on �ploio ""otry i /ally) - - -- O Ave DIRE _____— TOTAL DIRECT COST AND BURDEN u AND GCN EHAL AND ADMIN ISTRA TIVF EXPENSE (Rote 105. 3 of itoo nos. TOTAL ESTIMATED COST rliaid FEE OR PHOFtT (State basis for nmo..I in prvposnl) L0� QQ, 0 �'- `�� ---- ._ TOTAL ESTIMATED COST AND FIXED FEE OR PROFIT ^ Q olln •r.+ry -,r, to -bbl SUPERSEDES FAA FORM 3515 -1 • 0052- 6t:.20ov 1 ) i 1 ••• ��- ��.•... r.rYeSUIT PERFORMED DATE OF AUDIT 1 ACCOUNTING PERIOD COVERED - -J }-- _ - 19 78 ' 9 7 7 -.. it U. tIAA"E ANO ADDRESS OF GUV ERNMEHT!. 2NCY MAKING AUOtY —`— -�--j1 C. DO YOUF, ONTRACT5 PROVIDE NF_GOTIATED OYE.R- ' DCAA tto ! HEAD RATES` �] U YES (if yes, none Atlanta,. Georgia Agency „nRotiatmg, ate :l O. (ff no Cavern meat rotes bane been estabtubed f .rntsh _ the JntlutCinR information) - DEPARTMENT OR COST CENT EA RATE ( BASE 70'fAL T_ _ IHDIHECT.EXPEN5E POOL BASE FOR TO'r,1L 06. EXHIBIT A- SUBCONTRACT I NFORMATION (if more spcce .ceded, use btank sheets, identifying itun NAME AND ADDRESS OF SUOCONTRACTOR15) SUBCOH YR ACTED WONT( SUBCONTRACT 1 TYPE AIAO UNT - -1 t ! 17. EXHIBIT B - OTHER DIRECT COSTS (Specify, If more space needed, asc btenk sh eels, identi /yinR item number) II _-} - Y j I: — 1 - 4 - CERTIFICATE �.' The tabor rates and overhead costs are current and other estimated costs have been determined by generally accepted accountinf; Principles. Bidder represents: (a) that he 0 has, 0 has not,,employed or retained any company or person (other than a full -time bona fide employee unrking solely for the bidder) to solicit or secure his contract, and (b) that be ,� has, 0 has not, paid or .,;reed to pay to any company or person (other thon a fall -lime bona fide employee taorking solely for the bidder) any fee, comms- sine, percentage or brokerage fee, contingent upon or nesutting from the award of this contract, and agrees to furnish information rc L.ting to (o) and (b) above, as requested by the Contracting Officer. (For"inte•rprelation of the representation including the term `bona fide entployce,r see (Cade of Frdcruf /iegaLN ions, Title 44, Pert 150.) NUt-0B CR OF CON '(ft ACTOR EMPLOYEES - t-� E INC OA POR 000 AND UNDER }{� OVER 500 e,i.aware TS OVER 750 (OVER 1.000 / _ Dn TE �S IGNATURF AND T111 8/17/79 I Gerard L. Drake Vice President C Vh (.4r1I( ACTOR