HomeMy WebLinkAboutCC Resolution 13152 (Puerto Suello Path)RESOLUTION NO. 13152
RESOLUTION AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO EXECUTE
A PROFESSIONAL SERVICES AGREEMENT WITH LSA ASSOCIATES FOR
CULTURAL RESOURCE SERVICES ON THE NON -MOTORIZED
TRANSPORTATION PILOT PROGRAM (NTPP) PUERTO SUELLO HILL PATH TO
TRANSIT CENTER CONNECTOR PROJECT (FEDERAL AID PROJECT NUMBER
NMTPL 5043(023); CITY PROJECT NUMBER 11115) IN THE AMOUNT OF $53,010
WHEREAS, the Federal Transportation legislation in 2005 (SAFETEA-LU)
allocated $25 million to the County of Marin for Non -Motorized Transportation Pilot Program
(NTPP); and
WHEREAS, one of the projects selected for design and construction was the
"Puerto Suello Path to Transit Center Connector" project; and
WHEREAS, this project requires specialized professional cultural resource
services in order to proceed with environmental clearance; and
WHEREAS, the City followed the Federal Guidelines in selecting a consultant for
this task using the one-step Request for Proposal (RFP) process; and
WHEREAS, the most qualified consultant team was LSA Associates and their
proposal is attached hereto as Exhibit "A" with a fee in the amount of $53,010.00.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San
Rafael that the Professional Scope of Services for LSA Associates, as attached hereto, is accepted
and Council does hereby authorize the Public Works Director to enter into Professional Services
Agreement with LSA Associates for professional services listed in Exhibit "A", in a form
approved by the City Attorney and in an amount not to exceed $53,010.00.
IT IS FURTHER ORDERED AND RESOLVED, that the Director of Public
Works is hereby authorized to take any and all such actions and make changes as may be
necessary to accomplish the purpose of this resolution.
" ip y;" rN ";i �,,
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the
Council of said City on the 16`h day of May, 2011, by the following vote, to wit:
AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Levine & Mayor Boro
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
File No.: 16.01.241.05
AGREEMENT
FOR PROFESSIONAL SERVICES WITH LSA ASSOCIATES
FOR NTPP PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
This Agreement is made and entered into this 16th day of May, 2011 by and between the
CITY OF SAN RAFAEL [hereinafter "CITY"], and LSA Associates (hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that certain specialized professional services are
required for the Non -Motorized Transportation Pilot Program (NTPP) Puerto Suello Ifill Path to
Transit Center Connector project (hereinafter "PROJECT"); and
WHEREAS, the CONTRACTOR has offered to render such specialized professional
services in connection with this Project.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION
A. CITY. The Public Works Director shall be the representative of the CITY for
all purposes under this Agreement. The Public Works Director is hereby designated the PROJECT
MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and
execution of this Agreement.
B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT
DIRECTOR to have overall responsibility for the progress and execution of this Agreement for
CONTRACTOR, Andrew Pulcheon is hereby designated as the PROJECT DIRECTOR for
CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement
require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY
within ten (10) business days of the substitution.
2. DUTIES OF CONTRACTOR
CONTRACTOR agrees to perform the services outlined in the proposal from
CONTRACTOR dated April 22, 2011 marked Exhibit "A" attached hereto, and incorporated herein by
this reference. CONTRACTOR agrees to be available and perform the work specified in this Agreement
in the time frame as specified and as shown in Exhibit "A".
3. DUTIES OF THE CITY
incorporated herein.
CITY shall perform the duties as described in Exhibit "A" attached hereto and
�0 4. COMPENSATION
For the full performance of the services described herein by CONTRACTOR,
CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with
the rates shown on the current fee schedule as described in Exhibit "B" attached and incorporated herein.
The total payment made for any individual work task will not exceed the amounts shown on the Proposal
Budget, set out in Exhibit "C".
Payment will be made monthly upon receipt by PROJECT MANAGER of
itemized invoices submitted by CONTRACTOR.
is complete.
5. TERM OF AGREEMENT
The term of this Agreement shall be from the date of execution until the Project
6. TERMINATION
A. Discretionary. Either party may terminate this Agreement without cause
Upon thirty (30) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon ten
(10) days written notice mailed or personally delivered to the other party, and the notified party's failure
to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving
such notice, within thirty (30) days of the receipt of said notice.
C. Effect of Termination. Upon receipt of notice of termination, neither
party shall incur additional obligations under any provision of this Agreement without the prior written
consent of the other.
D. Return of Documents. Upon termination, any and all CITY documents
or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials
prepared for or relating to the performance of its duties under this Agreemeni, shall be delivered to CITY
as soon as possible, but not later than thirty (30) days after termination.
7. OWNERSHIP OF DOCUMENTS
The written documents and materials prepared by the CONTRACTOR in
connection with the performance of its duties under this Agreement, shall be the sole property of CITY.
CITY may use said property for any purpose, including projects not contemplated by this Agreement.
8. INSPECTION AND AUDIT
Upon reasonable notice, CONTRACTOR shall make available to CITY, or its
ag*ent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection
Agreement • 2
with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY
or its agent in any such audit or inspection.
9. ASSIGNABILITY
The parties agree that they shall not assign or transfer any interest in this
Agreement nor the performance of any of their respective obligations hereunder, without the prior written
consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations
arising hereunder shall be void and of no effect.
10. INSURANCE
A. During the term of this Agreement, CONTRACTOR, shall maintain, at no
expense to CITY, the following insurance policies:
1. A comprehensive general liability insurance policy in the minimum
amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or
property damage;
2. An automobile liability (owned, non -owned, and hired vehicles)
insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence;
3. If any licensed professional performs any of the services required to
be performed under this Agreement, a professional liability insurance policy in the minimum amount of
one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of
services under this Agreement.
B. The insurance coverage required of the CONTRACTOR by Section 11.
A., shall also meet the following requirements:
1. The insurance shall be primary with respect to any insurance or
coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution;
2. Except for professional liability insurance, the insurance policies
shall be endorsed for contractual liability and personal injury;
3. Except for professional liability insurance, the insurance policies
shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally
named insureds under the policies;
4. CONTRACTOR shall provide to PROJECT MANAGER, (a)
Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific
endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies;
Agreement • 3
5. The insurance policies shall provide that the insurance carrier
shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except
upon thirty (30) days written notice to CITY's PROJECT MANAGER;
6. If the insurance is written on a Claims Made Form, then,
following termination of this Agreement, said insurance coverage shall survive for a period of not less
than five years;
7. The insurance policies shall provide for a retroactive date of
placement coinciding with the effective date of this Agreement;
8. The liability insurance provided to CITY by CONTRACTOR
under this contract shall be primary and excess of any other insurance available to the CITY.
9. The insurance shall be approved as to form and sufficiency by
PROJECT MANAGER and the CITY's Attorney.
C. If it employs any person, CONTRACTOR shall maintain worker's
compensation and employer's liability insurance, as required by the State Labor Code and other applicable
laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for
injuries to CONTRACTOR's officers and employees.
D. Any deductibles or self-insured retentions in CONTRACTOR's
insurance policies must be declared to and approved by the PROJECT MANAGER and the City
Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be
reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing
payment of losses and related investigations, claims administration, attorney's fees and defense expenses.
ii. INDEMNIFICATION
(a) Except as provided in Paragraph (b), CONTRACTOR shall indemnify,
release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit,
judgment, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any
way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or
CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under
this Agreement.
(b) Where the services to be provided by CONTRACTOR under this Agreement
are design professional services to be performed by a design professional as that term is defined under
Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent permitted by law, indemnify,
release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit,
judgment, loss, liability or expense of any kind, including attorney's fees, that arises out of, pertains to, or
Agreement - 4
relates to the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its
duties and obligations under this Agreement.
12. NONDISCRIMINATION
CONTRACTOR shall not discriminate, in any way, against any person on the
basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related
to the performance of its duties and obligations under this Agreement.
13. COMPLIANCE WITH ALL LAWS
CONTRACTOR shall observe and comply with all applicable federal, state and
local laws, ordinances, codes and regulations, in the performance of its duties and obligations tinder this
Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these
laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold
harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, Fines
and all other consequences from any noncompliance or violation of any laws, ordinance, codes or
regulations.
14. NO THIRD PARTY BENEFICIARIES
CITY and CONTRACTOR do not intend, by any provision of this Agreement, to
create in any third party, any benefit or right owed by one party, under the terms and conditions of this
Agreement, to the other party.
15. NOTICES
All notices and other communications required or permitted to be given under
this Agreement, including any notice of change of address, shall be in writing and given by personal
delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties
intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed,
upon the date of deposit with the United States Postal Service. Notice shall be given as follows:
TO CITY: Nader Mansourian, (Project Manager)
City of San Rafael
11 I Morphew Street
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR: Andrew Pulcheon (Project Director)
157 Park Place
Pt. Richmond, CA 94801
Agreement • 5
16. INDEPENDENT CONTRACTOR
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its
officers, agents and employees shall act in the capacity of an Independent Contractor, and not as
employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of
CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of
an employee of CITY.
17. ENTIRE AGREEMENT -- AMENDMENTS
A. The terms and conditions of this Agreement, all exhibits attached, and all
documents expressly incorporated by reference, represent the entire Agreement of the parties with respect
to the subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements,
oral or written, regarding the subject matter between the CONTRACTOR and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the
subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or
modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY.
E. If any conflicts arise between the terms and conditions of this
Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated
by reference, the terms and conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS
CONTRACTOR agrees that CITY may deduct from any payment due to
CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any
ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid
checks or other amounts.
19. WAIVERS
The waiver by either party of any breach or violation of any term, covenant or
condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of
any other tern, covenant, condition, ordinance, law or regulation, or of any subsequent breach or
violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or
owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or N iolation by
the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or
regulation.
Agreement • 6
20. COSTS AND ATTORNEY's FEES
The prevailing party in any action brought to enforce the terms and conditions of
this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs
(including claims administration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSE/OTHER TAXES
CONTRACTOR shall obtain and maintain during the duration of this Agreement, a
CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and
all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work
performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal
Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification).
22. APPLICABLE LAW
The laws of the State of California shall govern this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL
NADER MANSOURIAN
Public Works Director
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Atto ney
File No.: 16.01.241.05
LSA ASSOCIATES
By: 1� e a& j �-_,'-J--
Malcolm J. SPoul('
Title: Assistant Secretary
Agreement • 7
EXHIBIT "A11
LSA ASSOCIATES. INC. PROPOSAL FOR SERVICES
APRIL 9011 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
PROJECT UNDERSTANDING
LSA will conduct cultural resource studies that are needed for the California Department of
Transportation (Caltrans) to address requirements of Section 106 of the National Historic Preservation
Act, the National Environmental Policy Act (NEPA), the California Environmental Quality Act (CEQA),
and the Caltrans 2004 Programmatic Agreement Among The Federal Highway Administration, the
Advisory Council on Historic Preservation, the California State Historic Preservation Officer, and the
California Department of Transportation Regarding Compliance With Section 106 of the National
Historic Preservation Act, as it Pertains to the Administration of the Federal -Aid Highway Program in
California (Section 106 PA).
The 1.9 -acre Area of Potential Effects (APE) consists of an approximately 80 -foot -wide corridor, situated
on both sides of Hetherton Street, San Rafael, California. The APE begins at Mission Avenue and extends
south approximately 900 feet and terminates mid -block between 3`d and 4111 streets. In addition the APE
encompasses an approximately 50 foot wide corridor along 41h Street from its intersection with Hetherton
Street continuing west approximately 260 feet (Note: LSA verified the APE dimensions with City
Engineer Leslie Blomquist on April 19, 2011).
A Historic Property Survey Report (HPSR) and Archaeological Survey Report (ASR) were completed in
July 2010 and identified the APE as archaeologically sensitive for both prehistoric and historical
resources. Three prehistoric sites are in close proximity to the APE. The APE once contained residences,
a railroad segment, associated buildings and a bridge over Mission Avenue.
LSA proposes to team with ArchaeoPaleo Resource Management, a registered DBE/UDBE.
ArchaeoPaleo Resource Management that would undertake any faunal analysis required. Until
excavations are completed, it is unknown whether faunal analysis will be necessary.
04/22/11 (L TROPOSALIZZ2579B1" San Rafael Scope.doc)
LSA ASSOCIATES. INC. PROPOSAL FOR SERVICES
APRIL 7011 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
PROJECT MANAGEMENT AND COORDINATION
LSA will manage project schedules and provide updates to the City of San Rafael. An LSA representative
will be available for two meetings with the City of San Rafael and Caltrans.
tl142211 (L: PROPOSAL. ZZZ3579131`San Rafael Scope.doc)
LSA ASSOCIATES. INC. PROPOSAL FOR SERVICES
APRIL 2 011 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
XP -1 PROPOSAL
An XP -1 proposal (work plan) will be prepared as part of the cultural resources identification efforts in the
APE in accordance with the Caltrans Standard Environmental Reference, Environmental Handbook:
Volume 2, Cultural Resources (2009); the Caltrans Local Assistance Procedures Manual;
the Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation (48
FR 44716); and the Section 106 PA. The work plan will describe the fieldwork (including field methods
and thresholds), arrangements for a Native American monitor, laboratory methods and analysis, curation
plans, and estimates for the time and personnel required to complete the tasks.
04.122/11 RZFROPOSAL ZZZ25'9B] San Rafael Scope.doc)
LSA ASSOCIATES, INC. PROPOSAL FOR SERVICES
APRIL 2411 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
PRE -FIELD PREPARATIONS
To prepare for field excavations, LSA will complete the following tasks:
• Produce any maps required for field work;
• Coordinate with USA North to mark buried utilities that may be present;
• Complete a curation agreement with an approved facility; and
• Retain a Native American monitor.
04,22/11 (UPROPOSADM257913 I \San Rafael Scope.doc) 4
LSA ASSOCIATES. INC, PROPOSAL FOR SERVICES
APRIL 1011 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
FIELDWORK, LABORATORY ANALYSIS, AND CURATION
To implement the work plan, LSA will complete the following tasks:
LSA will conduct fieldwork in accordance with the methods detailed in the XPI proposal. LSA
proposes to excavate trenches (with a backhoe) along the western boundary ofHetherton Street.
Trenching will be done with the use of a backhoe excavator directed by an archaeologist. The
backhoe operator will dig six exploratory trenches to identify potential archaeological deposits. The
archaeologist will observe the trench sidewalls and excavated soil for archaeological materials.
Samples of excavated soil will be screened though 6 nun (0.25") wire mesh to capture archaeological
materials that may be present. The trenches will be located in the landscaped area directly adjacent to
the sidewalk on the west side of Hetherton Street. The trenches will be approximately three feet wide
and will be excavated to five feet below grade.
Up to one archival box of archaeological materials to be recovered from field excavations.
• If substantial intact archaeological deposits are encountered during excavation, excavation will stop at
that location in accordance with Caltrans guidelines (Caltrans Standard Environmental Reference
Vol. 2, Chapter 5.5).
• In accordance with the work plan, the laboratory budget includes a combination of the following
types of analysis: osteological, faunal, obsidian sourcing, and obsidian hydration.
04122'11 (L•`PROPOSAL`ZZZ2579H1San Rafael Scope doc)
LSA ASSOCIATES. INC. PROPOSAL FOR SERVICES
APRIL 7011 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
XP -I REPORT PREPARATION
LSA will prepare an XP -I report of findings to Caltrans standards for City review. Upon submittal to
Caltrans by the City, LSA will address Caltrans District 4 comments to prepare the documents for
consultation between Caltrans and SHPO.
04k22/11 (1.i PROPOSAL VZZ2579B1 San Rafael Scope.doc)
LSA ASSOCIATES, INC. PROPOSAL FOR SERVICES
APRIL 2611 PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
WORK PLAN SPECIFICATIONS
• The proposed budget is dependent on Caltrans concurring on the approach and level of effort that
LSA currently anticipates for this project. The budget includes the cost of one archival box of
archaeological materials to be conserved at a local repository.
• This proposal is based on the assumption that the XP -I study will be limited to presence/absence
identification of archaeological deposits. No Phase H evaluation study will be done. If deposits are
identified that require tasks associated with Phase II evaluation, a budget augment will be needed.
• The City will notify LSA if hazardous materials, such as aerially deposited lead, are known or
suspected to be present in the APE.
• LSA will spend eight hours responding to comments on the work plan and eight hours on the XP -I
Report for a total of 16 hours. If responding to comments requires more time than 16 hours, a budget
augment may be necessary.
• LSA assumes that, in lieu of a Traffic Control Plan, the establishment of a safe work area will be
accomplished through the use of traffic cones placed on the edge of the traveled way adjacent to the
work, as well as adherence to LSA's internal fieldwork safety procedures manual (available upon
request).
)4 ?'_i 11 (L: RROPOSAL M257913) San Rafael Scope.doc)
LSA ASSOCIATES. INC. PROPOSAL FOR SERVICE$
APRIL 2011 PUERTO SUZLLO HILL PATH TO TRANSIT CENTER CONNECTOR PROJECT
CITY OF SAN RAFAEL
PROJECT SCHEDULE
1. Project Management and Coordination ............................................................................. Ongoing
2. Extended Phase I Proposal and Work Plan Preparation ....................................................30 days
3. Pre -Field Preparations ....................................................................................................... 7 days
4. Fieldwork, Laboratory Analysis and Curation .................................................................. 60 days
5. XP -1 Report (including response to comments)
........................................................60 days
)-4 22, 11 (L PROPOSALIM2579131 San Rafael Scope dac) Is,
I . EX[ 31T „B„
STATEMENT OF QUALIFICATIONS PUERTO SUELLO HILL PATH rO TRANSIT CENTER CONNECTOR PROJECT
APRIL 7011 L.. i yr 3AN n..F-z
DOURLY RATES AND EXPENSES
Hourly rates for the key personnel described in this SOQ are shown in Table 1 below. Depending on
the needs of a particular RFP, other individuals may be added to the team. Tables with LSA's labor
classifications, hourly rates and direct expenses are shown in Tables 2 and 3.
Table 1: Hourly Billing Rates for Key Personnel
Name
Title
Andrew Pulcheon
Associate
Neal Kaptain
Senior Cultural Resources Manager
Heather Blind
Cultural Resources Manager
Karin Beck
Cultural Resources Manager
Tim Jones
( Senior Cultural Resources Manager
Table 2: Hourly Billing Rates by Job Classification
Job Classification
Cultural Resources ! Associate
Office Services
Senior Cultural Resources Manager
Cultural Resources Manager
Cultural Resources Analyst
Assistant GIS Specialist / GIS Specialist
Administrative Assistant
Word Processing / Technical Editing
Hourly Rate
$110
$85
$85
i $75
$75
Hourly Rate Range
$95-$145
$75-$85
$70-$75
$60-$65
$95-$110
$55-$60
$60-$95
EXHIBIT 11C"
I I
LSA ASSOCIATES. INC. BUDGET ESTIMATE
APRIL 4011 PUERTO SUELLO HILL PATH TO TRANSIT CEN"PER CONNECTOR PROJECT
CITY OF SAN RAFAEL
NOT -TO -EXCEED BUDGET ESTIMATE
NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP)
PUERTO SUELLO HILL PATH TO TRANSIT CENTER CONNECTOR
PROJECT
1. Project Management and Coordination............................................................................ $ 5,200
2. Extended Phase I Proposal and Work Plan Preparation................................................... $ 8,260
3. Pre -Field Preparations....................................................................................................... $ 3,740
4. Fieldwork, Laboratory Analysis and Curation.................................................................. $22,800
5. XP -I Report ....................................................................................................................... $13,010
Total $53,010
0422/11(L:IPROPOSAL\ZZZ2579B1'�budgel.doc)