HomeMy WebLinkAboutReso 1987-12902 RESOLUTION NO. 12902
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND J.H.K. & ASSOCIATES FOR CONSULTING ENGINEERING
SERVICES TO CONDUCT THE SWEETWATER VALLEY TRAFFIC STUDY
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 by the City Council of
the City of Chula Vista that that certain agreement between THE
CITY OF CHULA VISTA, a municipal corporation, and J.H.K. &
ASSOCIATES for consulting engineering services to conduct the
Sweetwater Valley Traffic Study
dated the 10th day of February , 1987, 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
0374a
ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF
CHULA VISTA, CALIFORNIA, this lOth day of. February
19 87 , by the following vote, to-wit:
AYES: Counci]members McCandliss, Cox, Moore, Nader
NAYES: Councilmembers None
ASSIAIN: C0unci ]members None
ASSENT: Councilmembers Malcolm
Ma/~'t~the City of Chula Vista
STATE OF CALIFORNIA )
COUNTY OF SAN DIEGO ) ss.
CITY OF CHULA VISTA )
I, JENNIE M. FULASZ, CMC, CITY CLERK of the City of Chulo Vista, California,
DO HEREBY CERTIFY thot the above and foregoing is a full, true and correct copy of
RESOLUTION NO. 12902
,and that the same hos not been amended or repealed.
DATED
City Clerk
CRY OF
CHUI.A VISTA
CC-660
AGREEMENT FOR CONSULTING ENGINEERING SERVICES
BETWEEN THE CITY OF CNULA VISTA
AND JHK & ASSOCIATES
FOR CONDUCTING THE SWEETWATER VALLEY TRAFFIC STUDY
WHEREAS, the City of Chula Vista, the County of San Diego, the City of
National City and CalTrans wish to jointly participate in a traffic study for
the Sweetwater Valley; and
WHEREAS, the City of Chula Vista has been designated as the lead agency
for this project and is in need of professional engineering services to
perform the traffic study of the Sweetwater Valley area; and
WHEREAS, the City of Chula Vista has issued Requests for Proposals to
engineering firms throughout the State of California; and
WHEREAS, the City evaluated the proposals and qualifications of eight
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, JHK & Associates 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.
NOW, THEREFORE, BE IT RESOLVED that the City of Chula Vista and JHK &
Associates, a consul ting 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 JHK & Associates,
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 (contained in
ATTACHMENT "A"). It is further the intent of the CITY that CONSULTANT
coordinate his work with the Technical and Policy Committees
established for this study.
III. OBLIGATIONS OF THE CONSULTANT
CITY, pursuant to this agreement, hereby contracts with JHK &
Associates {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 a experienced
and competent professional engineering organization rendering the same
or similar services.
IV. OBLIGATIONS OF THE CITY
CITY shall regularly consult the CONSULTANT for the purpose of
reviewing the progress of the Sweetwater Valley Traffic Study and to
provide direction and guidance to achieve the objectives of the study.
The CITY shall permit access to its office facilities, files and
records by CONSULTANT throughout the term of the contract.
V. 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").
VI. PROJECT SCHEDULE 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".
VII. TERM
This agreement shall become effective upon execution as authorized by
the Mayor of the CITY, or his designee, and shall terminate, if not
terminated pursuant to other provisions contained herein, or otherwise
extended by all parties, on December 31, 1987.
VIII. COMPENSATION
The compensation to be paid by CITY to CONSULTANT shall be on a cost
plus fixed fee (CPFF) basis in an amount not to exceed NINETY THOUSAND
DOLLARS ($90,000.00) without prior approval by the City in accordance
with ATTACHMENT "A", Schedule of Fees, which shall be used by the CITY
in determining the amount of work completed by CONSULTANT and,
therefore, the percentage of compensation to be paid by CITY to
CONSULTANT each month for work program elements completed. Work
program elements shall be completed by CONSULTANT in accordance with
the Work Program and Project Schedule, (ATTACHMENT "A"). CITY agrees
to pay the total sum invoiced and approved by the Director of Public
Works each month during the duration of this agreement.
IX. INTEREST OF CONSULTANT
CONSULTANT presently has not, nor will have during the term of this
contract, any business relationship with any person for firms doing
business within the Chula Vista sphere of influence area, as identified
in the City's December 1984 report, that would constitute a conflict of
(nterest.
-2-
X. HOLD HARMLESS
CONSULTANT agrees to defend, indemnify and hold harmless the CITY from
and against all liability, cost and expense (including without
limitation attorneys' fees) arising from loss of or damage to any
property whatsoever or injury to or death of any person whomsoever
caused or alleged to be caused or occasioned by the negligent act or
omission of CONSULTANT or any agent or employee of CONSULTANT arising
out of or in connection with this agreement or the work to be performed
by CONSULTANT hereunder, except to the extent such liability, cost or
expense is caused by the negligence of the CITY. CONSULTANT's
liability hereunder will be limited to the proceeds recovered from
CONSULTANT's insurance. Errors and omission insurance coverage for the
duration of the project shall include a $1,000,000 limit per claim and
a $1,000,000 annual aggregate maximum.
XI. TERMINATION OF AGREEMENT FOR CAUSE
If, through any cause within CONSULTANT's control, 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 (§) days before the effective date of such
termination. In that event, all finished or unfinished documents,
data, studies, surveys, drawings, maps, reports, and other materials
prepared by CONSULTANT shall, at the option of the CITY, become the
property of the CITY, and CONSULTANT shall be entitled to receive just
and equitable compensation for any work satisfactorily completed on
such documents and other materials up to the effective date of notice
of termination, not to exceed the amounts payable under Paragraph VIII
hereinabove.
XII. TERMINATION OF AGREEMENT FOR CONVENIENCE OF CITY
CONSULTANT may terminate this agreement at any time and for any reason
for giving specific written notice to CONSULTANT of such termination
and specifying the effective date thereof, at least thirty {30) days
before the effective date of such termination. In that event, all
finished and unfinished documents and other materials described in
Paragraph VIII hereinabove 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 except
as set forth in Paragraph VIII hereinabove in the event of such
termination.
-3-
XIII. 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. It is understood
that the firm of Federhart & Associates will be performing a portion of
the project as a subcontractor to JHK & Associates.
XIV. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE OF MATERIAL
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 CONSULTANT. 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 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.
XV. INDEPENDENT CONTRACTOR
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 work
product(s). CONSULTANT and any of the CONSULTANT's agents, employees,
or representatives are, for all purposed 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 but not limited to, overtime,
retirement benefits, worker's compensation benefits, injury leave, or
other leave benefits.
XVI. 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.
-4-
XVII. RESPONSIBLE CHARGE
CONSULTANT shall assign a project manager(s) to the project for the
duration of the project. No substitution for this position shall be
allowed without written approval from the CITY's Director of Public
Works. The project manager for JHK & Associates shall be Joel Marcuson
and the project manager for Federhart & Associates shall be Jim
Federhart.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this contract for
engineering services this lOth day of February , 1987.
CITY OF CHULA VISTA CONSULTANT
BY: ~ BY:
William R. Reilly~ P.E. (~
Chulavista Vice President, JHK & Associates
WPC 2414E
-5-
SCOPE OF SERVICES
This section of the proposal contains a description of the proposed activities to
be undertaken by the 3HK Project Team in performing the tasks outlined in the
RFP. The task descriptions should provide the proposal reviewer with an indication
of how the activities will be performed during the project. Since the special
considerations have been discussed in Chapter 3 of this proposal, they will not be
elaborated on here. However, the task descriptions reflect approaches delineated in
the previous section and in Chapter 1. A formal presentation, preceded by a
presentation outline, shall be made to the Policy Committee/Technical Committee
at the end of each task.
TASK 1. ANALYSIS OF CURRENT DATA
This task can actually be broken into three subtasks, as follows:
Subtask A: Creation of an inventory for all existing traffic conditions and
data in the Sweetwater Valley Corridor.
Subtask B: Analysis of all related data, studies, and conditions, and
determination of additional data needs.
Subtask C: Collection of necessary new data to verify conditions or fill in
data gaps.
The entire surface street and freeway system in the corridor will be
inventoried for number of traffic lanes, current street classifications, interchange
locations, street width, intersection locations, traffic control equipment including
signal system locations and features, traffic signal locations, multi-way stop
locations, bike-lane locations, turn-lane locations~ left-turn arrow locations, and
other physical characteristics related to this project. In addition, all traffic related
data such as Average Daily Traffic Volumes, projected future traffic volumes,
existing accident data~ turning movement counts, traffic and transportation studies
for specific developments or corridors will be collected and inventoried. Of
particular value will be a subregional land use/trip generation study for the South
Bay area being conducted by SANDAG through the Otay Mesa Task Force (to be
completed in the near future). Full field reconnaissance will be made during this
activity.
All available data will then be analyzed relating to traffic volumes~ street
classifications, street geometrics, traffic control equipment (including interconnect
systems) and accident records. A determination of the adequacy of this data will be
made with a resultant list of recommended additional data to be collected.
A schedule to collect all new data will be determined and the data collected
with the substantial growth occurring in this corridor~ it is anticipated that traffic
counts more than one year old may not reflect current conditions and that several
new traffic counts will have to be conducted.
TASK 2. SHORT AND LONG TERM TRAFFIC NEEDS
The short term (0-5 years) portion of this study is the key and will receive 70
percent of the effort. The long term (5-15 years) portion~ while stillimportant~will
receive 30 percent of the effort. An effort will be made to insure that the short-
term and long-term recommendations are compatible, inasmuch as near-term
improvements would be the lirst logical step towards achieving the long-term
so!ution. This effort will primarily involve detailed anlaysis of volume/capacity
ratios, level of service determinations for all route segments, critical intersections~
and freeway-arterial interchanges within the corridor. The capacity calculation
methods as outlined in the 1985 Highway Capacity Manual will be utilized for this
purpose. This analysis will be performed for short-term and long-term conditions.
The main traffic facilities to be studied will be least the
at
following:
1. Sweetwater Road
2. Bonita Road
3. Plaza Bonita Road
Willow Street
5. Central Avenue
6. San Miguel Drive
7. Otay Lakes Road.
In addition to these main facilities~ the following intersections/interchanges
will be studied:
1. Sweetwater Road and Route
2. Sweetwater Road and Briarwood Road
4-2
3. Sweetwater Road and Central Avenue
#. Sweetwater Road and Valley Road
3. Sweetwater Road and Willow Street
6. Sweetwater Road and Plaza Bonita Road
7. Bonita Road and Central Avenue
8. Bonita Road and Willow Street
9. Bonita Road and Otay Lakes Road
I0. Bonita Road and Plaza Bonita Road
Bonita Road and 1-803
1
1.
12. Bonita Road and Flower Street
13. Bonita Road and Bonita Glen Drive
14. Route 34 and Briarwood Drive
13. Route 34 and Woodman Street
16. Route 3t~ and Valley Road
17. Route 3# and 1-805
18. I-g03 and East "H" Street
19. Route 125 and Blacksmith Road
20. Route 125 and San Miguel Road
21. Route 125 and Quarry Road
and Corral Canyon Road
22.
Central
Avenue
The exact alignment of SR-123 is not yet established, the above mentioned
intersections and the study boundary could be modified to accommodate the results
from the current County and SANDAG alternative alignment investigation.
During the long-term analysis of this study, it may be desireable to determine
the need for the establishment of a continuous north-south major roadway other
than 1-805 and Route 23. Otay Lakes Road is one possibility. It will be necessary to
coordinate future interchange locations on Route 34 with Caltrans for this endeavor
to insure that such a north-south facility would tie into the system on the north side.
The end product of this task will be a list of segments, intersections, and
deficiencies for both the near-term and long-term
interchanges
that
will
conditions. All segments, intersections, and interchanges which fall below Level of
Service "D" will be provided to the Technical Committee for review and
approval.
4-3
JHK will coordinate work in detail with the Technical Committee and Policy
Committee members during this task, as the products of this task will be setting the
tone for the rest of the project.
TASK 3. IDENTIFICATION OF TRAFFIC IMPROVEMENT PROJECTS
After the level of service analysis for the short-term and long-term scenarios
are completed, and the Policy Committee/Technical Committee agree to the list of
deficiencies, 2HK will analyze each deficiency and make recommendations for both
operational and physical improvements that would bring the level of service back to
an acceptable "D".
As several of the identified problems' are complex and will have more than one
possible solution, it is important that each alternative be thoroughly evaluated, and
the results brought before the Policy Committee/Technical Committee for
consideration. Each recommended project will be evaluated utilizing at least the
following criteria:
1. Existing traffic volumes.
2. Future traffic projections.
3. Capacity and level of service.
t,. Existing and proposed street classifications and master plan alignments.
5. Existing and projected bottleneck areas.
6. Accident and safety analysis.
7. Innovative concepts to improve traffic flow and/or safety in the study
area.
8. Environmental considerations.
9. Project funding sources and ]imitations.
10. Cost/benefit analysis.
11. $ignal~ signal systems and signal timing improvements.
12. Coordination with projects near the boundary of the Sweetwater Valley
Study Area.
After the projects are evaluated, they will be incorporated into the
appropriate short-term and long-term project phasing program with the highest
benefit]cost projects being considered for earliest implementation. JHK will
coordinate with each of the affected agencies to insure compatibility with existing
CIP programs (for instance, add new traffic signals or turn lanes with major street
construction) and concurrence with the projects in their jurisdictions.
The result of this task will be a prioritized project list lot the Sweetwater
Valley corridor that will have been reviewed and accepted by each of the respective
governmental agencies, as well as the Policy Committee and Technical Committee.
In reviewing alternative solutions, 3HK will analyze the existing and future
deficiencies with respect to any proposed connections to the main traffic facilities
that would significantly improve traffic flow and traffic circulation without undue
offsetting environmental impacts. This will not involve major corridor analysis for
new facilities.
TASK t~. FINAL REPORT AND PRESENTATION OF FINDINGS
Alter the analysis in the first ~our tasks is completed, JHK will summarize all
work to date in the form ol a final report and a presentation (with the Technical
Committee) to the Policy Committee. The major product of the final report will be
recommendations to bring the Sweetwater Valley street network up to an acceptable
level of service, in an acceptable, structured manner that is compatible to the needs
of the communities involved and that can reasonably be included in each jurisdic-
tion's CIP.
All data relating to current and future traffic conditions, traffic needs, and
recommended improvements will be documented. In addition to the 75 copies of a
final reports 75 copies of an executive summary will also be provided.
5. PROJECT SCHEDULE
The proposed study spans six months, starting by approximately February,
1957, and ending in July, 1987. The schedule is shown in Exhibit 5-1. This schedule
is based on the work tasks described in Chapter 4.
5-I
0 UJ IJJ
r- 0
n-- ~ u.O
0 0(0
· ~ O~ Zn'' ,,~-
Z '~- n,- aJa' z