HomeMy WebLinkAboutReso 1990-15467RESOLUTION NO. 15467
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA
APPROVING AGREEMENT BETWEEN THE CITY OF CHULA VISTA AND
FREDERIC R. HARRIS, INC. FOR CONSULTING SERVICES FOR THE
FUEL EFFICIENT TRAFFIC SIGNAL MANAGEMENT (FETSIM)
PROGRAM, AND AUTHORIZING THE MAYOR TO EXECUTE SAID
AGREEMENT
The City Council of the City of Chula Vista does hereby resolve as
fol 1 ows:
WHEREAS, the City was awarded a $105,500 Fuel Efficient Traffic
Signal Management (FETSIM) Program grant to re-time 91 signalized
intersections which intersections will be controlled by our new central
traffic signal computer system, and
develop
and
WHEREAS, consultant expertise and assistance is necessary to
the required optimized traffic signal timing plans for this program,
WHEREAS, the consulting firm of Frederic R. Harris, Inc. has been
selected to provide this service to the City, and
WHEREAS, the contract with
negotiated in accordance with Council
bidding is impractical.
Frederic R. Harris, Inc. has been
Policy No. 102-03 in that competitive
NOW, THEREFORE, the City Council of the City of Chula Vista finds
in accordance with Chula Vista Municipal Code Section 2.56.070 that
competitive bidding is impractical.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of
Chula Vista that that certain agreement between THE CITY OF CHULA VISTA, a
municipal corporation, and FREDERIC R. HARRIS, INC. for consulting services
for the Fuel Efficient Traffic Signal Management Program, dated the 23rd day
of January, 1990, 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
Assist:nt City Attorn~_~
Resolution No. 15467
Page 2
PASSED, APPROVED, and ADOPTED by the City Council of the City of Chula Vista,
California, this 23rd day of January, 1990 by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Councilmembers:
Councilmembers:
Councilmembers:
Councilmembers:
McCandliss, Moore, Malcolm, Nader, Cox
None
None
None
ATTEST:
Grego~2y~ox, Mayo~ '~'
Beverly A;' Au~t~lelet, Cl~cy ~lerk
STATE OF CALIFORNIA )
COUNTY OF SAN DIEGO ) ss.
CITY OF CHULA VISTA )
I, Beverly A. Authelet, City Clerk of the City of Chula Vista, California, do
hereby certify that the foregoing Resolution No. 15467 was duly passed,
approved, and adopted by the City Council of the City of Chula Vista,
California, at a regular meeting of said City Council held on the 23rd day of
January, 1990.
Executed this 23rd day of January, 1990.
Resolution No. 15467
Page 3
AGREEMENT FOR CONSULTING ENGINEERING SERVICES
BETWEEN THE CITY OF CHULA VISTA
AND FREDERIC R. HARRIS, INC. FDR A FUEL EFFICIENT TRAFFIC
SIGNAL MANAGEMENT (FETSIM) PROGRAM
WHEREAS, the City of Chula Vista is in need of professional engineering
services to prepare a new traffic signal timing plan; and
WHEREAS, the City of Chula Vista has issued an invitation to
engineering firms throughout the State of California to submit their proposals
for such a study; and
WHEREAS, the City evaluated the qualifications and proposals of six
firms and interviewed four of these firms for possible selection; and
WHEREAS, the City enlisted the assistance of representatives from other
public agencies to assist in the interview process; and
WHEREAS, Frederic R. Harris, Inc. was selected as the most qualified
firm for the proposed project due to the firm's successful completion of
similar projects for other public clients and due to costs, availability, and
staffing.
NOW, THEREFORE, BE IT RESOLVED that the City of Chula Vista and
Frederic R. Harris, Inc., a consulting firm, do hereby mutually agree as
follows:
I. PARTIES
The parties to this agreement are the City of Chula Vista, a municipal
corporation (hereinafter referred to as "CITY"); and Frederic R.
Harris, Inc., a consulting firm (hereinafter referred to as
"CONSULTANT").
II. INTENT OF THE PARTIES
It is the intent of the CITY and CONSULTANT that CONSULTANT carry out
the attached Proposed Scope of Work and Project Schedule (ATTACHMENT
III. OBLIGATIONS OF THE CONSULTANT
CITY, pursuant to this agreement, hereby contracts with Frederic R.
Harris, Inc. (CONSULTANT) to act in its behalf directly and indirectly
and in conjunction with CITY staff in carrying out the attached Work
Program and Project Schedule (ATTACHMENT "A"). CONSULTANT will perform
in accordance with the standard customarily provided by an experienced
and competent professional engineering organization rendering the same
or similar services. Upon execution of this agreement by both parties
Resolutlo~l No.
Page 4
IV.
VI.
'hereto, CONSULTANT will be authorized and directed to proceed with the
preparation and completion of tasks as provided in the attached Work'
Plan and Project Tasks (ATTACHMENT "A"). Consultant shall proceed with
the work immediately upon authorization and perform the work diligently
to completion. CONSULTANT must be in attendance at the on-site visits
by FETSIM technical assistance personnel.
OBLIGATIONS OF THE CITY
CITY shall regularly consult with the CONSULTANT for the purpose of
reviewing the progress of the Traffic Study and to provide direction
and guidance to achieve the objectives of the study. The CITY may
permit access to its office facilities, files and records by CONSULTANT
throughout the term of the contract.
ADMINISTRATION OF CONTRACT
The CITY hereby designates the Director of Public Works as the CITY's
representative in the review and administration of the work performed
by CONSULTANT, pursuant to the attached Work Program and Project
Schedule (ATTACHMENT "A").
PROJECT SCHEDULE, TERM AND COMPLETION DATES
The CITY hereby authorizes the Director of Public Works to administer
the Work Program and Project Schedule as contained in ATTACHMENT "A".
This agreement shall become effective upon execution as authorized by
the Mayor of the CITY, or his designee, and shall terminate, i f not
terminated pursuant to other provisions contained herein, or otherwise
extended by all parties, on February 27, 1991.
VII. COMPENSATION
The compensation to be paid by CITY to the CONSULTANT shall be as
presented in this section and not-to-exceed ONE HUNDRED ONE THOUSAND
FIVE HUNDRED DOLLARS ($101,500.00). Fees for work performed shall
include all expenses required to complete the tasks set forth below
which may include but are not limited to: reproduction and printing;
telephone charges; and automobile mileage. Work program tasks shall be
completed by CONSULTANT in accordance with the Work Program and Project
Schedule, (ATTACHMENT "A"). CONSULTANT will periodically submit
invoices to CITY at the completion of each task. CITY agrees to pay
the CONSULTANT a fee shown in the following table for Tasks 1 through 6.
CONSULTANT will be required to submit itemized invoices in triplicate
with details showing actual costs of various elements listed below for
each task:
a) Labor (number of hours and hourly rates by class of employee).
-2-
Resolution No. 15467
Page 5
b) Overhead (provide rate and list items included in overhead).
c)
Other direct costs {travel, printing, etc. -- travel costs are
reimbursed in accordance with State of California transportation
and per diem rates).
d) Fixed fee (maximum profit percentage allowable is lO percent).
Please note that this is a cost reimbursement program and that records
on all costs must be kept for a minimum of three years following the
date of the final payment. All records are subject to on-site
inspection and audit.
Task Description Amount
1 Link/Node Diagram $ 6,206
2 Data Collection 38,997
3 Model Calibration 18,843
4 Signal Optimization and Evaluation 26,175
5 Final Report 7,719
6 Training 3,560
Total
Ten percent of total amount will be withheld and released upon
submission of an acceptable final report and presentation of final
report to the City Council.
Invoices shall reference to Contract No. 51K781, project title and File
No. CY-039.
The CONSULTANT agrees that the contract cost principles and procedures,
CFR48, Federal Acquisition Regulations System, Chapter l, Part 31,
shall be used to determine the allowability of individual items of
cost. The CONSULTANT also agrees to comply with Federal procedures in
accordance with 49 CFR, Part 18, Uniform Administrating Requirements
for Grants-in-Aid to State and Local Governments.
VIII. INTEREST OF CONSULTANT
IX.
The CONSULTANT presently has and shall acquire no interest whatsoever
in the study area of this agreement, direct or indirect, which would
constitute a conflict of interest or give the appearance of such
conflict. No person having any such conflict of interest shall be
employed or retained by the CONSULTANT under this agreement.
HOLD HARMLESS
CONSULTANT agrees to indemnify and hold harmless the CITY against and
from any and all damages to property or injuries to or death of any
person or persons, including employees or agents of the CITY, and shall
-3-
Resolution No. 15467
Page 6
defend, indemnify and hold harmless the CITY, its officers, agents and
employees, from any and all claims, demands, suits, actions or
proceedings of any kind or nature, of or by anyone whomsoever, in any
way resulting from or arising out of the negligent or intentional acts,
errors or omissions of the CONSULTANT or any of its officers, agents,
or employees, during the performance of the terms of this contract.
INSURANCE
CONSULTANT shall, throughout the duration of this agreement
maintain comprehensive general liability and property damage
insurance covering all operations hereunder of CONSULTANT, its
agents and employees including but not limited to remises and
automobile, with minimum coverage of ONE M L~ON DOLLARS
IL
($1,000,000.00) combined single limits. Evidence of such
coverage, in the form of a Certificate of Insurance and Policy
Endorsement which names the CITY as Additional Insured, shall be
submitted to the City Clerk at 276 Fourth Avenue.
Said policy or policies shall provide thirty (30) day written
notice to the City Clerk of the CITY of cancellation or material
change.
CONSULTANT shall also carry Worker's Compensation insurance in the
statutory amount and Employer's Liability coverage in the amount
of ONE MILLION DOLLARS ($1,000,000.00); evidence of which is to be
furnished to the CITY in the form of Certificate of Insurance.
STANDARD OF CARE
Service performed by the CONSULTANT under this agreement will be
conducted in a manner consistent with that level of care and skill
ordinarily exercised by members of the profession currently practicing
under similar conditions and in similar locations.
Consultant will be reporting the ~indings actually observed and will
not render a professional opinion cbncerning site conditions other than
those actually observed.
XII. TERMINATION OF AGREEMENT FOR CAUSE
If through any cause CONSULTANT shall fail to fulfill in a timely and
proper manner his obligations under this agreement, or if CONSULTANT
shall violate any of the covenants, agreements, or stipulations of this
agreement, CITY shall have the right to terminate this agreement by
giving written notice to CONSULTANT of such termination and specifying
the effective date thereof at least five {5) days before the effective
date of such termination. The City has the authority to terminate its
contract with the consul tant at any time during the period of the study
if it is found by the City that the CONSULTANT's falls behind delivery
-4-
Resolution No. 15467
Page 7
of a specific product. If the CONSULTANT
specific product, a notice will be sent by
giving 15 days to submit such product
terminated.
falls behind delivery of a
the City to the CONSULTANT
or the contract will be
XIII. TERMINATION OF AGREEMENT FOR CONVENIENCE OF CITY
CITY may terminate this agreement at any time and for any reason by
giving specific written notice to CONSULTANT of such termination and
specifying the effective date thereof, at least thirty days before the
effective date of such termination. In that event, all finished and
unfinished documents and other materials shall, at the option of the
CITY, become CITY's sole and exclusive property. If the agreement is
terminated by CITY as provided in this paragraph, CONSULTANT shall be
entitled to receive just and equitable compensation for any
satisfactory work completed on such documents and other materials to
the effective date of such termination. CONSULTANT hereby expressly
waives any and all claims for damages or compensation arising under
this agreement.
CONSULTANT are reminded that the primary objective of these grants is
the implementation of fuel efficient signal timing plans. Completion
of all tasks except implementation does not serve the public.
Therefore, CONSULTANT are not entitled to payment of grant funds or the
CITY may request reimbursement of grant funds if timing plan
implementation does not occur.
<IV. ASSIGNABILITY
CONSULTANT shall not assign any interest in this agreement, and shall
not transfer any interest in the same (whether by assignment or
novation), without prior written consent of CITY.
OWNERSHIP, PUBLICATION, REPRODUCTION AND USE OF ~TERIAL
All reports, studies, information, data, statistics, forms, designs,
plans, procedures, systems, and any other materials or properties
produced under this agreement shall be the sole and exclusive property
of the CITY. No such materials or properties produced in whole or in
part under this agreement shall be subject to private use, copy rights,
or patent rights by CONSULTANT in the United States or in any other
country without the express written consent of CITY. CITY shall have
unrestricted authority to publish, disclose {as may be limited by the
provisions of the Public Records Act), distribute, and otherwise use,
copyright or patent, in whole or in part, any such reports, studies,
data, statistics, forms or other materials or properties produced under
this agreement.
The title pages of the report shall bear an appropriate inscription
acknowledging the sources of funds used to produce the report.
-S-
Resolution No. 15467
Page 8
The report shall contain the following disclaimer in a separate section
preceding the main body of the document:
"The contents of this report reflect the views of the author
who is responsible for the facts and accuracy of the data
presented herein. The contents do not necessarily reflect
the official views or policies of the State of California or
the Federal Highway Administration. This report does not
constitute a standard, specification, or regulation."
XVI. INDEPENDENT CONTRACTOR
XVII.
XVIII.
XIX.
CITY is interested only in the results obtained and CONSULTANT shall
perform as an independent contractor with sole control of the manner
and means of performing the services required under this agreement.
CITY maintains the right only to reject or accept CONSULTANT's final
work product(s) as completed. CONSULTANT and any of the CONSULTANT's
agents, employees, or representatives are, for all purposes under this
agreement, an independent contractor, and shall not be deemed to be an
employee of CITY, and none of them shall be entitled to any benefits to
which CITY employees are entitled, including hut not limited to,
overtime, retirement benefits, worker's compensation benefits, injury
leave, or other leave benefits.
CHANGES
CITY may from time to time require changes in the scope of the services
by CONSULTANT to be performed under this agreement. Such changes,
including any change in the amount of CONSULTANT's compensation which
are mutually agreed upon by CITY and CONSULTANT, shall be effective as
amendments to this agreement only when in writing.
RESPONSIBLE CHARGE
CONSULTANT shall assign a project manager(s) to the project for the
duration of the project. There shall be no change in the Project
Manager or members of the project team without prior written approval
by the City. The Project Manager for CONSULTANT shall be Mr. John C.
Tsiknas.
Nondiscrimination
During the performance of this contract, CONSULTANT shall not
unlawfully discriminate against any employee or applicant for
employment because of race, religion, color, national origin,
ancestry, physical handicap, medical condition, marital status,
age (over 40) or sex. CONSULTANT shall comply with the provisions
'of the Fair Employment and Housing Act (Government Code, Section
12900 et seq.) and applicable regulations promulgated thereunder
(California Administrative Code, Title 2, Section 7285.0 et
-6-
~solution No. 15467
Page 9
seq.). The applicable regulations of the Fair Employment and
Housing Commission implementing Government Code, Section 12990,
set forth in Chapter 5 of Division 4 of Title 2 of the California
Administrative Code are incorporated into this contract by
reference and made a part hereof as if set forth in full.
CONSULTANT shall give written notice of their obligations under
this clause to labor organizations with which they have a
collective bargaining or other agreement.
CONSULTANT shall include the nondiscrimination and compliance
provisions of this clause in all subcontracts to perform work
under this contract.
XXI. Retention of Records/Audit
XXII.
XXIII.
The CONSULTANT shall maintain all books, documents, papers, accounting
records, and other evidence pertaining to the performance of the
contract, but not limited to, the costs of administering the contract.
CONSULTANT shall make such materials available at their respective
offices at all reasonable times during the contract period and for
three years from the date of final payment under the contract. The
State, the State Auditor General, FHWA, or any duly authorized
representative of the Federal government shall have access to any
books, records, and documents of the Contractor that are pertinent to
the contract for audits, examinations, excerpts, and transactions, and
copies thereof shall be furnished if requested. (Government code
Section 10532).
Subcontracting
The CONSULTANT shall perform the work contemplated with resources
available within its own organization and no portion of the work
pertinent to this contract shall be subcontracted without written
authorization by the CITY, except that which is expressly identified in
the CONSULTANT's proposal.
Disputes and Attorney's Fees
Any dispute concerning a question of fact arising under this contract
that is not disposed of by agreement shall be decided by the State's
Contract Officer, who may consider written or verbal evidence submitted
by the Contractor. The decision of the Contract Officer, issued in
writing, shall be conclusive and binding on both parties to the
contract on all questions of fact considered and determined by the
Contract Officer.
Neither the pendency of a dispute nor its consideration by the Contract
Officer will excuse the CONSULTANT from full and timely performance in
accordance with the terms of the contract.
-7-
~esolution No. 15467
Page 10
Should that dispute result in litigation, it is agreed that the
prevailing party shall be entitled to recover all reasonable cost. t
incurred in the defense of the claim, including court costs a
attorney's fees.
IN WITNESS WHEREOF, CITY and CONSU~_NT have executed this contract for
engineering services this
CITY OF CHULA VISTA
day Of .' IVl,_~LL.~ , 1990.
CONSULTANT
BY: Fr~R. Harris, Inc.
D. Richard Rudolf
City Attorney
WPC 4761 E
-8-
Resolution No. 15467
Page 11
ATTACHMENT "A"
Scope-of-Work
The scope-of-work under this contract includes 98 traffic signals as shown in
Figure 1 and Exhibit A. Ninety-one of the.signals are owned and maintained by
the City of Chula Vista. The remaining seven traffic signals are under the
jurisdiction of CalTrans. These signals affect the timing coordination for
some of the 91 signals (see Figure 1 #92-98).
CalTrans is allowing the City of Chula Vista to coordinate the timing with
their seven traffic signals. The timing of these seven traffic signals cannot
be modified. However, the City's traffic signal timing shall be based and
coordinated from CalTrans seven signals.
Of the 91 traffic signal locations, as part of the requirements for the FETSIM
grant, the consultant shall train City of Chula Vista staff on how to change,
modify and install the new timing for eight locations. Figure 1 shows these
locations numbered as #84-91. The consultant, therefore, will do the 83
traffic signals and coordinate these signals with CalTrans seven signals. The
consultant s final report shall include all 98 traffic signal locations.
The consultant shall perform the following tasks and assure that 90 signals
are properly and efficiently coordinated (includes seven CalTrans signals).
In general, it is intended that the consultant will establish familiarity with
the 90 intersections in Chula Vista including available data, will attend the
training workshops, collect, reduce and check all data required as input to
the TRANSYT-7 program, code and input data, check data files, debug and
calibrate TRANSYT-7, make production runs, interpret and check output,
evaluate several computer optimization production runs, install TFU~NSYT-7
optimized signal settings, monitor traffic performance, adjust and/or fine
tune the system, conduct before and after studies, and prepare all progress
reports and final report of 98 traffic signal locations as per the schedule
labeled Exhibit B.
TASK 1
Consultant will field check all the equipment and meet with City staff. The
consultant will be required to attend the FETSIM orientation workshop in
January 1990 This workshop will cover the basic principles of the TRANSYT-7
model; data collection requirements, coding input to TRANSYT-7, interpreting
the TRANSYT output data, etc.
The consultant will develop and produce a presentation quality Link/Node
diagram depicting Node numbers, Link numbers, Link lengths and travel speeds
between Nodes. This diagram shall include 98 traffic signal locations which
includes seven CalTrans locations
Resolution No. 15467
Page 12
TASK 2
The consultant is responsible for, but not limited to, collecting the
following data:
A. Through and turning movement counts for all 98 traffic signal locations
during the following four tim~ periods:
1. A.M. peak hour period
2. Noon peak hour period
3. P.M. peak hour period
4. OFF peak hour period
The consultant shall submit a schedule indicating the dates, times and
locations from which intersection movement counts will be obtained.
Locations are indicated on Exhibit A.
The City will provide 24 hour approach traffic volumes for all locations.
It shall be the consultant's responsibility to obtain the necessary timing
data from CalTrans for their seven traffic signal locations. Existing
City of Chula Vista traffic signal timing plans will be provided to the
consultant.
The consultant will conduct a floating car field study to provide "before"
and "after" study results for all four time periods mentioned in Task 2A.
The study will include travel time, travel speed, delay time, stops and
etc. A minimum of six floating car runs per each time period per~
direction will be necessary for the 83 City traffic signal locations
{#1-83) and seven CalTrans traffic signal locations (#92-98) as per Figure
1.
The consul tant will be required to determine and prepare: Saturation
flow, lost time, green extension, midblock flow profiles, speeds, queue
lengths, and intersection geometrics for the 83 City traffic signal
locations (#1-83) and seven CalTrans traffic signal locations (#92-98) as
per Figure 1.
A review of all data collected will be performed by the Office of the City
Traffic Engineer. If, in the opinion of the City Traffic Engineer, invalid,
inconsistent or unusable data has been submitted, the consultant will be
required to obtain new data at no additional cost to the City of Chula Vista.
The field data shall be obtained only on Tuesdays, Wednesdays, and/or
Thursdays. In addition, field data shall be collected in 1990 during
non-holidays, school periods, and only during non-adverse weather, and roadway
conditions (such as construction zones, lane closures, motor vehicle
accidents, special events, etc.).
-2-
Resolution No. 15467
Page 13
TASK 3
Fhe consultant is to prepare and enter into computer: input data, complete
initial simulation runs and calibrated model. The initial activity in this
task will be to prepare a separate TRANSYT-7 input data for each time period
mentioned in Task 2A. Upon completion of the input data, the TRANSYT-7 model
will be calibrated to existing conditions for each time period mentioned in
Task 2A. The result of this task will be an operational and calibrated
TRANSYT-7 model for each time period.
The consultant will be required to attend the TRANSYT-7 simulation training
and the calibration workshops.
The consultant will prepare TRANSYT-7 simulations runs for each time period
that is identified in Task 2A for the 83 City traffic signal locations {#1-83)
and seven CalTrans traffic signal locations (#92-98) as per Figure 1.
Calibrate TRANSYT-7 to model existing traffic conditions in the project area
for the four time periods identified in Task 2A.
TASK 4
The consultant is responsible to complete TRANSYT-7 optimization runs and fine
tune the timing plans. The floating car "before" study must be finished prior
to completion of this task.
- The consultant shall develop a recommended timing plan for four time periods
{A.M.,.Noon,.P.M., and OFF-peak).
The consultant will be required to attend the FETSIM Optimization/
Implementation workshop.
The consultant will direct City staff in the correct method of implementing
the TRANSYT-7 fine tuned timing plans in the City's central computer The
timing sheet form shall be prepared by the consultant which will translate the
TRANSYT-7 output into the City's central c~mputer's format.
The consultant will "walk-through" and monitor the timing plans, operations,
capability and make fine tuned adjustments as required. Additionally, the
consultant will be sensitive to public comments concerning the timing plans
implemented and will make changes that will satisfy the requirements of the
FETSIM project as well as the public.
The consultant will conduct a floating car field study to provide "after"
study results. This study will include travel time, travel speed, delay time,
stops, etc. A minimum of six sample runs per arterial, per time period per
direction will be necessary for statistical purposes.
-3-
Resolution No. 15467
Page 14
TASK 5
Consultant shall write the final report which shall include all 98 traffic
signal locations. The final report shall be prepared as per CalTrans
guidelines. The consultant will be required to attend the FETSIM User
Workshop and present this final report. Also consultant will be presenting
the final report to the Chula Vista City Council.
TASK 6
Consultant shall train City staff on the following areas at the eight
locations which are numbered 84 through 91 as per Figure 1:
Task 2C
Task 2D
Deliverables:
1. Consultant shall provide 20 copies of the final report.
2. The final report shall be signed by a Registered Civil Engineer or Traffic
Engineer.
Consultant shall provide all data mentioned in Task 2A into an IBM
compatible PC and supply the City with copies on 5-1/4" floppy disks. All
data is to be referenced b.y street names, node numbers and City
intersection location codes.
The following deliverables listed below require an original and four copies
(except if noted otherwise) for all 98 traffic signals:
1. Link/Node Diagram due February 15, 1990.
2. Data Reduction Sheets due April 9, 1990.
3. Calibrated Simulation Computer Runs and Field Calibration Data due June
29, 1990.
4. Simulation Computer Runs of Fine Tuned Signal Timing Plans due October 25,
1990.
5. Final Report due December 17, 1990 (20 copies).
All tasks are to be completed by the due date scheduled in Exhibit B. The
City will provide consultant the location, date and time for the FETSIM
workshops when they are available. The City project manager shall be sent a
brief monthly progress report which includes:
1. A summary of work completed during the previous month.
-4-
Resolution No. 15467
Page 15
2. Discussion of any significant problems encountered.
3. Total effort expended on each task broken down into hours spent by each
staff member.
4. Percent of project completion by task.
The monthly progress report shall be included with the consultant's invoice.
All reports and pertinent data or materials prepared under this agreement
shall be the property of the City of Chula Vista and shall not be used or
reproduced in any form without the explicity written permission of the City of
Chula Vista.
Consultant must be in attendance at the on-site visits by FETSIM technical
assistance personnel.
WPC 4762E
-5-