Loading...
HomeMy WebLinkAboutReso 1985-11914 RESOLUTION NO. 11914 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA APPROVING AGREEMENT BETWEEN THE CITY OF CHULA VISTA AND PRC ENGINEERING FOR THE PREPARATION OF A SIGNAL SYSTEM IMPROVEMENT 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 PRC ENGINEERING for the preparation of a signal system improvement study dated the 29th day of January , 1985, 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 sum of $33,750 be, and the same is hereby authorized to be expended for this study from Traffic Signal Fund 600-6000-TSIO. BE IT FURTHER Chula Vista be, and he execute said agreement Vista. RESOLVED that the Mayor of the City of is hereby authorized and directed to for and on behalf of the City of Chula Presented by Approved as to form by u~ / i , I '\/'l4~ arron, City J P \.,.\..I~VVV ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF CHULA VISTA, CALIFORNIA, this 29th day of January /9 85 , by the fOllowing vote, to_it: McCandliss, Scott, Moore, Cox, Malcolm '- AYES: Councilmen NAYES: Councilmen ABSTAIN: Councilmen ABSENT: Councilmen None None None j!.- . '. f! ~ Mayor tI t~ City of Chula Vista (1 . ~ ATTE;>~d/AU'/,!o/~ '~~ . City CI (/ STATE OF CALIFORNIA ) COUNTY OF SAN DIEGO ) ss. CITY OF CHULA VISTA ) I, JENNIE M. FULASZ, CMC, CITY CLERK of the City of Chula Vista, California, DO HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. 11914 ,and that the same has not been amended or repealed. DATED ( seal) City Clerk CC-660 AGREEMENT BETWEEN THE CITY OF CHULA VISTA AND PRC ENGINEERING FOR THE PREPARATION OF A SIGNAL SYSTEM IMPROVEMENT STUDY THIS AGREEMENT, made and entered into thi s 29th day of JANUARY , 1985, by and between the City of Chula Vista, a municipal corporation, herei nafter call ed "City" and PRC Engi neeri ng, herei nafter call ed "Consultant," a Consulting Engineering firm having their office and principal place of business at 5252 Balboa Avenue, San Diego, California 92117. R E C I TAL S : WHEREAS, the City has budgeted funds for the preparati on of a si gna1 system improvement study, designated as C.I.P. Project TS-10, and WHEREAS, City requires Consultant's professional services for study, and WHEREAS, Consultant is qualified and willing to provide such services, and WHEREAS, the City desires Consultant to provide professional services to prepare a signal system improvement study, hereinafter called "Study" in accordance with the terms and conditions of this agreement. WHEREAS, the Director of Public Works of the City of Chu1a Vista, hereinafter referred to as "Director," has recommended that the City employ said Consultant to perform the study as specified in this Agreement, and WHEREAS, there is attached to the agreement and incorporated herei n by reference Exhibit A - Scope of Work Statement and Exhibit B - Study Schedule. NOW, THEREFORE, in consideration of the recitals and mutual obligations of the parties hereto as herein expressed, City and Consultant agree as follows: I. CONSULTANT'S RESPONSIBILITIES Under the general supervision of the Director, or his designated representative, Consultant shall perform the following services: A. Conduct the study as outlined in Exhibit A - Scope of Work Statement. B. Prepare draft reports and a final report for the study as follows: 1. Draft Technical Memorandum detailing the analysis of the existing system - 10 copies. R-1l914 2. Draft Study Report Part I, Alternate System Configuration Comparison; Part II, report covering work completed in all study tasks - 10 copies. 3. Fi na1 Study Report - Parts I and II, revi sed to ref1 ect City comments - 25 copies. 4. Executive Summary of Final Study Report - 25 copies. C. Report through formal presentation to the City I S Technical Steeri ng Commi ttee as out1 i ned in Consul tant' s proposal. An outline of the presentation to the Steering Committee shall be provided in advance of each presentation. II. CITY'S RESPONSIBILITIES Subject to availability and at no cost to Consultant, provide copies of its data and records pertinent to the study. III. STUDY SCHEDULING A. Consultant shall adhere to the study schedule as outlined in Exhibit B. B. If unusual delays occur in complying with the study schedule, City may, at its option, suspend performance of further services by Consultant for a reasonable period of time, after which City may require compliance by Consultant with terms and condi ti ons of thi s Agreement. In the event of such suspensi on, Ci ty shall pay Consultant the reasonabl e val ue of the work performed up to the time of the suspensi on, but not to exceed payments as specified in the section entitled, "Consultant's Compensation." IV. CONSULTANT'S COMPENSATION A. Consultant shall be paid for Consultant's services a lump sum fee of thirty three thousand, seven hundred, and fifty dollars ( $33,750). B. Progress payments to Consultant shall be made based upon satisfactory completion of the tasks as follows: Task 1 Task 2 Task 3 Task 4 $9,950 $9,000 $7,100 $7,700 -2- ~ C\\ '" ''?/ C. The Consul tant I s compensati on defi ned in thi s secti on is the maximum compensati on payabl e under the terms of thi s Agreement. The Consultant shall not provi de services beyond the scope of the Agreement unless those services, and compensation for those services, have been defined in an approved amendment to thi s Agreement. No City employee can bind the City with regard to any payment services which exceeds the amount payable under the terms of this Agreement. D. At any stage of the work: 1. The Director may, at his option, elect to terminate this Agreement. In the event the Di rector el ects to termi nate, the Ci ty shall pay Consultant for the work performed to date of termination in accordance with paragraphs A, Band C of this section. 2. The Director's exercise of his options provided herein shall be evidenced by written notice given to Consul tanto Acceptance of payment by Consul tant shall discharge all of City's obligation and liabilities under thi s Agreement except to the extent that the Di rector under Section III C requires, upon rescinding suspension, conti nued compl i ance by Consul tant wi th the terms and conditions of the Agreement. V. OWNERSHIP OF DOCUMENTS The originals of all documents produced as a result of the Agreement shall become the property of City when Consultant has been compensated as set forth herein. VI. PERSONNEL A. Consultant shall desi gnate KHAL SHAH as Project Manager for the study (180 hours minimum). Changes in Project Manager shall be subject to prior written approval by the Director. B. City reserves the ri ght to employ at its expense any or all other consul tants or other personnel it deems necessary to complete the project. VII. CITY'S RIGHT TO TERMINATE: PAYMENT: A. Notwi thstandi ng any other secti on of provi si on of thi s Agreement, the Ci ty shall have the absol ute ri ght at any time to terminate this Agreement or any work to be performed pursuant to this Agreement. -3- "\ \J." \\ ~ ADOPTED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF CHULA VISTA, CALIFORNIA, this /9 85 , by the following vote, to-wit: McCandliss, Scott, Moore, Cox, Malcolm 29th day of January - AYES: Councilmen NAYES: Councilmen ABSTAI N: CoIIIcilmen ABSENT: Councilmen None None None ;,. . ~ R ~ Mayor II t~ City of Chula Vista (/ ~ ATTESJ,k~/.~~ ~~ [ City CI STATE OF CALIFORNIA ) COUNTY OF SAN DIEGO ) s s. CITY OF CHULA VISTA ) I, JENNIE M. FULASZ, CMC, CITY CLERK of the City of Chula Vista, California, DO HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. 11914 ,and that the same has not been amended or repealed. DATED (seal) City Clerk CC-660 AGREEMENT BETWEEN THE CITY OF CHULA VISTA AND PRC ENGINEERING FOR THE PREPARATION OF A SIGNAL SYSTEM IMPROVEMENT STUDY THIS AGREEMENT, made and entered into thi s 29th day of JANUARY , 1985, by and between the City of Chula Vista, a municipal corporation, hereinafter called "City" and PRC Engineering, hereinafter called "Consultant," a Consulting Engineering firm having their office and principal place of business at 5252 Balboa Avenue, San Diego, California 92117. R E C I TAL S : WHEREAS, the City has budgeted funds for the preparation of a si gnal system improvement study, designated as C.I.P. Project TS-10, and WHEREAS, City requires Consultant's professional services for study, and WHEREAS, Consultant is qualified and willing to provide such services, and WHEREAS, the City desi res Consul tant to provi de professi onal services to prepare a signal system improvement study, herei nafter call ed "Study" in accordance with the terms and conditions of this agreement. WHEREAS, the Director of Public Works of the City of Chula Vista, hereinafter referred to as "Director," has recommended that the City employ said Consultant to perform the study as specified in this Agreement, and WHEREAS, there is attached to the agreement and incorporated herei n by reference Exhibit A - Scope of Work Statement and Exhibit B - Study Schedule. NOW, THEREFORE, in consideration of the recitals and mutual obligations of the parties hereto as herein expressed, City and Consultant agree as follows: I. CONSULTANT'S RESPONSIBILITIES Under the general supervision of the Director, or his designated representative, Consultant shall perform the following services: A. Conduct the study as outl i ned in Exhibit A - Scope of Work Statement. B. Prepare draft reports and a final report for the study as follows: 1. Draft Technical Memorandum detailing the analysis of the existing system - 10 copies. R-119l4 2. Draft Study Report Part I, Alternate System Configuration Comparison; Part II, report covering work completed in all study tasks - 10 copies. 3. Final Study Report - Parts I and II, revised to reflect City comments - 25 copies. 4. Executive Summary of Final Study Report - 25 copies. C. Report through formal presentation to the City's Technical Steeri ng Commi ttee as outl i ned in Consul tant' s proposal. An outline of the presentation to the Steering Committee shall be provided in advance of each presentation. II. CITY'S RESPONSIBILITIES Subject to availability and at no cost to Consultant, provide copies of its data and records pertinent to the study. III. STUDY SCHEDULING A. Consultant shall adhere to the study schedule as outlined in Exhibit B. B. If unusual delays occur in complying with the study schedule, City may, at its option, suspend performance of further services by Consultant for a reasonable period of time, after which City may require compliance by Consultant with terms and conditions of thi s Agreement. In the event of such suspension, City shall pay Consultant the reasonable value of the work performed up to the time of the suspensi on, but not to exceed payments as specified in the section entitled, "Consultant's Compensation." IV. CONSULTANT'S COMPENSATION A. Consultant shall be paid for Consultant's services a lump sum fee of thirty three thousand, seven hundred, and fifty dollars ($33,750). B. Progress payments to Consultant shall be made based upon satisfactory completion of the tasks as follows: Task 1 Task 2 Task 3 Task 4 $9,950 $9,000 $7,100 $7,700 -2- -\ 0\' \\ ,?/ C. The Consultant's compensation defined in this section is the maximum compensati on payabl e under the terms of thi s Agreement. The Consul tant shall not provi de services beyond the scope of the Agreement unless those services, and compensation for those services, have been defined in an approved amendment to this Agreement. No City employee can bind the City with regard to any payment services which exceeds the amount payable under the terms of this Agreement. D. At any stage of the work: 1. The Director may, at his option, elect to terminate this Agreement. In the event the Di rector el ects to termi nate, the Ci ty shall pay Consultant for the work performed to date of termination in accordance with paragraphs A, Band C of this section. 2. The Di rector's exerci se of hi s opti ons provi ded herei n shall be evidenced by written notlce given to Consul tanto Acceptance of payment by Consultant shall discharge all of City's obligation and liabilities under thi s Agreement except to the extent that the Di rector under Section III C requires, upon rescinding suspension, conti nued compl i ance by Consul tant wi th the terms and conditions of the Agreement. V. OWNERSHIP OF DOCUMENTS The originals of all documents produced as a result of the Agreement shall become the property of City when Consul tant has been compensated as set forth herein. VI. PERSONNEL A. Consul tant shall desi gnate KHAL SHAH as Project Manager for the study (180 hours mi nimum). Changes in Project Manager shall be subject to prior written approval by the Director. B. City reserves the ri ght to employ at its expense any or all other consul tants or other personnel it deems necessary to complete the project. VII. CITY'S RIGHT TO TERMINATE: PAYMENT: A. Notwithstanding any other section of provlslon of this Agreement, the City shall have the absolute right at any time to terminate this Agreement or any work to be performed pursuant to this Agreement. -3- \4/' ~\ B. In the event of termination of this Agreement by the City in the absence of defaul t of the Consul tant, the City shall pay the Consultant the reasonable val ue of the services actually performed by the Consultant up to the date of such termination, less the aggregate of all sums previously paid to the Consultant for services performed after execution of this agreement and prior to its termination. C. The Consultant hereby expressly waives any and all claims for damage or compensation arising under this Agreement, except as set forth in this section, in the event of such termination. VIII. TERMINATION: DELIVERY OF DOCUMENTS: In the event of termination of this Agreement, and upon demand of the Director, the Consultant shall deliver to the Director all notes, calculations, studies, reports, plans, drawings and all other materials and documents prepared by the Consultant in the performance of this Agreement, and all such documents and materi al s shall be the property of the City; provided, however, that the Consultant may retain copies for his own use. IX. INDEMNITY: Consultant agrees to indemnify and save Ci ty and its agents and employees harmless from any and all liability, claims, damages or injuries to any person, including injury to Consultant's employees and all claims which arise from or are connected with the negl igent performance of or failure to perform the work or other obligations of this Agreement, or are caused or claim to be caused by the negligent acts of Consultants, his agents or employees, and all expenses of investigating and defending against same; provided, however, that this indemnification and hold harmless shall not include any claim arising from the sole negligence or willful misconduct of the City, its agents or employees. X. GENERAL CONDITIONS: A. Consul tant expressly agrees expertise and shall be engineering practices. that the work is based upon hi s done in accordance wi th good B. Consultant and any other consultants employed by Consultant shall be independent contractors and not agents of the City hereunder. C. Consultant shall not assign this contract or any monies due or to become due hereunder without the City's prior written consent. Any assignment by Consultant without the City's prior written approval shall be cause for termination of this -4- \:'\ \'\ .~.\ \. agreement at the sole option of City. In no event shall any contractual relationship be created between any third party and City. D. In the event that sui tis brought upon thi s Agreement to enforce it terms, the prevailing party shall be entitled to a reasonable sum as attorney's fees. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first hereinabove set forth. THE CITY OF CHULA VI~ CONS ANT L- eerl ng \\..)1:\...) ~~It>(2. VIce t'~f~J ayor 0 e, u a , s a ATTEjV~lL'f >>)~J (.~ City Clerk Approved as to form by: ~R.~~ A~"~ .If ' ty Attorney , WPC l363E -5- \\C\ ,,\ ~~ Task 1: Task 2: Task 3: Ta sk 4: WPC l363E '\\-\ \' :1.- \ EXHIBIT A SCOPE OF WORK STATEMENT Inventory and Appraisal Subtask 1 a: Subtask lb: Subtask lc: Review Available Data Data Collection Field Equipment Inventory Analysis of Existing System Subtask 2a: Subtask 2b: Subtask 2c: Subtask 2d: Determination of System Dbjectives Identification of Critical Deficiencies Determination of Physical System Characteristics Development of System Configurations Compari son of Control Strategi es and Recommendati on of Improvements Subtask 3a: Subtask 3b: Prepare Final Report Candidate System Development Candidate System Evaluation -6- .J>I- <toa: z=>>~ -I-w \'" a:: , d_1 ! >- <I -' Ow :::> a: - ...." <I ! ..tl- 1La: <to w a:D. Z OW <I :::> a: ...." I >- <I ~ L!") .! DO ::> '" ~ -' "C ~ CD "" <I .r. "- OJ "" II) >- "C ::> ::J: ... U II) "" <I <<: ::E 00 f- ~ 00 . ~ 00 <I ::J: W >< "- W CI) ::<: CI) ;:: >- o => f- CI) C:- O '" "E -; ~ o E <IJ _ c: c: -.DOG) ~~:;:; ~ .- ~ u a. ~ :> Q).- a.<>: = ::> a. ocr ~OllJ <>:<IJ 06.>~:Q >. Q) ct1.~ Io...CJ:OU- .s ~ ro.d 0 :>,....,.... ,.... c: - ~ E OJ <IJ OJ .2 CI) E __ (J)uQ,> E ~ .2 >-.- - ....., -- ..c1i) (J) Q) CI) "i:: a...- >. -_ () _G3(1) g!. 0 0-- we. a r=.~OCl) o C QIo...-C 0.- 0 (J)._ ct1 C 0 en; .-Q)m..cw:;:; :;:; c: t1>ca'u cO E ~ (J)._:> U c.- a. ~ .xE:':;;:<lJEEo", UJ 10... () :;: '(3 10... Q) Q) .- _2.~c~2- >c: oQ)..cQ)<l>Q)~Q)o .'!2 0 0 :Q 0 0 CI) 0 0 CI) ~ro .d 0 "d ~N N N N <>: N -7- CI) .!!! '" <IJ - '" ~ 1i5 E E -- 2 2 00 C/) (fJ \- >.- >. -- c (/) c (/) g.2 (l) U"'(\i 2E2g _"CcnctlQ.CtI:;:; Oc:-:'2.2~CtI c:wc-ow""Q:J oE<lJc:>c:Oj CI) E '" <IJ '" > .'" E QJOOOllJ '" 0 > ~~2ro .d 0CI:~C') C') 006- M - ~ o a. <IJ CI: '" c: LL CI) '" c: :.: <IJ <IJ :::E ~ .!!! > <IJ CI: >- 1J ::> 1i5 .,f --:r -- (] --- ---- (t. ~ ., , EXHIBIT 1 Apri 1 27, 1984 REQUEST FOR PROPOSAL SIGNAL SYSTEM IMPROVEMENT STUDY INTRODUCTION The City of Chula Vista is requesting the submission of proposals by qualified consultants to study traffic signal improvement needs within the City of Chula Vista and adjacent unincorporated areas and to document benefits and costs of any proposed improvements. The study would be designed to identify critical deficiencies within the existing signal system, to evaluate various control strategies and equipment improvements for the signal system, and to recommend appropri ate acti on to impl ement improvements. The scope of work defi ned herein includes: Inventory of existing traffic data and control equipment and .' appraisal of study data needs. Identifi cati on of improvement boundari es and determinati on of alternative control strategies and operational plans. Comparison of control strategies and recommendation of improvements. Report and presentation of findings. BACKGROUND The City of Chula Vista has experienced tremendous growth in population during the past decade ~Iith an obvious increase in traffic congestion. There is an ever-i ncreas ing demand for nell and improved streets throughout the area. Inflation has undermined efforts by the City to construct improvements fast enough to keep up Ilith the grOllth in traffic. Fuel shortages and the high cost of fuel have increased the need for publ ic agencies to improve the efficiency of traffic 'flOlI in every way possible. There are currently approximately 99 signalized intersections within the Chula Vista influence area; of these, 73 are located tlithin the City. The City's circulation element can be divided into two areas. In the area west of 1-805 the network is made up of north/south and east/west streets in a quarter mile grid. In this grid there are approximately 42 traffic signals controlled by an existing interconnect system. East of 1-005 the circulation element is characterized by major arterials with no established grid. The existing computerized centrally-controlled traffic signal interconnect system is not capable of controlling multiphase traffic-actuated signals. The increases in traffic vol urnes have made it necessary to install mul tiphase ~\--\ \\ ~ traffic-actuated signals on several arterials resulting in a break in the system and increased fuel consumpti on and del ay. Because of 1 imi ted funds available for costly capital improvements for construction, it is imperative that the existing street system performance be maximized through relatively low cost si gnal system improvements to untie bottl enecks, reduce travel time, save gasoline and cut accident rates. This study is to provide the information required by appropriate agencies and the general publ ic to evaluate the costs and benefits improved traffic signal system for the City influence area. improvements could include a new overall citywide system. 1 oca 1 of an These SCOPE OF WORK The Consul tant"s workscope shall incl ude the tasks outl ined below. The Consultant shall report through formal presentation to the City of Chula Vista Technical Steering Committee at the end of each task. An outline of the presentation to the Steering Committee shall be provided in advance of each presentation. Task I - Inventory and Appraisal of Data The Consultant shall review presently available data relating to traffic volumes, street geometrics, traffic signal equipment including the interconnect system, and traffic signal timing. After the Consul tant has appraised the type, quality and quantity of data available within the study area, he shall collect any additional data necessary to proceed with the study. This data would also be used to identify critical deficiencies and predict the magnitude of traffic flow improvements under alternative control s tra tegi es. Task II - Identification of Improvement Boundaries and Determination of Control Strategies The Consultant shall use the supplied and collected data to identify the critical deficiencies in the existing traffic control system, define strengths and weaknesses in the traffic control equipment, determine the system control needs and define possible traffic control improvements within the study area. The Consultant shall identify geographic area 1 imits where traffic control improvement can readily be shown, shall determine appropriate traffic shed area(s) for possible system or subsystem control to meet existing and future traffic management needs, and shall define critical intersections, segments, etc., within the area(s). Rationale for the selection of the area(s) shall be described in the fin a 1 report. After identifying geographic areas for basic system improvement, the Consultant shall determine various control strategies and operational plans for the sel ected area(s) and for an overall city-wide system. The control strategies, if appropriate, may include an analysis of operation with a centralized or decentralized concept of system control. \\~\'-c\ ~. -2- Task III - Comparison of Control Strategies and Recommendation of Improvements The Consul tant shall compare each control strategy al ternative against the existing system or "do nothing" alternative as well as the other alternatives. At a minimum, the elements to be considered in the comparison shall include types of equipment, costs (implementation, operation, maintenance, equipment, personnel resources, etc.), expected effects on travel times and accidents, traffic fl O~I handl ing capabil ities during peak periods, off-peak periods, special events and bad weather conditions and aid to transit and emergency vehicles. Task IV - Final Report A final report of the study shall be prepared by the Consultant. The report shall contain. a description of the control strategy alternatives and the elements considered in the comparison of the alternatives. It shall document the analysis procedures and description of the procedures. It shall include accumulations of collected data and their locations. It may also contain various other information as deemed necessary to fully explain the study. The final report shall include the Consultant's recommendation for traffic signal improvements in the study area with the associated costs and benefits. It shall also incorporate recommended control strategies and types of equipment for the improvement of the system. The final report shall identify specific constraints: available funds, system technology, time schedules, laws and ordinances, maintainability, etc. The final report shall incl ude an operations pl an consisting of recommended acceptance testing, a system start-up plan, and a maintenance plan. The maintenance plan shall include recommended staffing requirements and commodity/replacement materials budget requirements. The final report shall incl ude recommended project phasing and schedul ing including a Critical Path Method analysis for management control. Tllenty-five (25) copies of the final report shall be provided by the Consultant to the City of Chul a Vista. An executive summary appropriate for submission to the Chula Vista City Council shall be prepared by the Consultant. Twenty-five (25) copies shall be provided. The consultant in conjunction with City staff will present the report to the City Council at a forum to be determined later. CONSULTANT QUALIFICATIONS Fi rms submitti ng proposal s Idll be eval uated for demonstrated competence and experience relating to: Traffic Engineering Transportation Planning Traffic Signal System Design ,\,'\' ~_\\ -3- Primary regard will be given to the techni cal competence and abil i ty of the contractor as demonstrated in the proposal and in his prior work. The contract \~ill be awarded only to responsible prospective Consul tants. In order to qualify as responsible, a prospective Consultant must, in the opinion of the City Traffic Engineer, meet the following standards as they relate to this Request for Proposal. Have . adequate equipment, technical, and financial resources for performance, or have the ability to obtain such resources as required during performance. Have the necessary experience, organization, technical qualifications, skills, and facilities, or have the ability to obtain them (including any subcontractor arrangements). Be able to comply with the proposed or required performance schedule. Have a satisfactory record of performance. Be an Equal Opportunity Employer. CONSULTANT SELECTION A Technical Steering Committee will be established consisting of representatives from the following agencies: City of Chula Vista County of San Diego Ca lTrans City of San Diego Federal Highway Adminstration All consultant's proposals submitted in response to this request will be screened by the Techni cal Steeri ng Commi ttee. The Commi ttee will determine through the screening process \~hich consultants will be invited to make formal presentations and be interviewed by the Committee. Consul tants sel ected for interviews will be schedul ed to appear for a time period of approximately 50 minutes before the Committee. Final selection of the Consul tant will take pl ace no 1 ater than seven (7) days from the 1 ast interview date. REQUIREMENTS AND AUTHORITY OF CITY OF CHULA VISTA All reports and pertinent data or material s prepared under this agreement shall be the property of the City of Chul a Vista and may not be used or reproduced in any form without the explicity written permission of the City of Chula Vista. -4- 0. \ '-\ ~\\ \ This Request for Proposal .does not commit the City to award a contract or to pay any costs incurred in the preparation of the proposal to this request. The City reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified source, or to cancel in part or entirely this Request for Proposal, if it is in the best interest of the City to do so. The City may require the proposers selected to participate in negotiations and to submit such price, technical or other revisions of their proposals as may result from negotiations. The City has the authority to terminate its contract with the consultant at any time during the period of the study if it is found by the City that the contractor's performance is not satisfactory. The City Traffic Engineer will administer this agreement. The City Traffic Engineer may be contacted at the City of Chula Vista, 276 Fourth Avenue, Chula Vista, CA 92010, or by telephone at 619-691-5116. ESTIMATED BUDGET AND CONTRACT PRICE The City of Chula Vista has estimated the cost for this study in the range of $30,000 to $35,000. The final "not to exceed" contract price is subject to negotiation. At the time of the negotiation of a contract, a payment schedul e will be agreed upon bet\~een the Ci ty Traffic Engineer and the Consul tanto Payments will be tied to the successful completion of required work by the consul tant, as determined by the City Traffic Engineer. PROPOSAL REQUIREMENTS The proposal shall include a proposed schedule for conducting the study. The proposal shall identify the project manager for the study and preparation of reports. The proposal shall include the names and estimated work hours for each task of the individuals that will actually perform the study. (Examples of previous similar projects completed by these individuals should be provided.) The proposal shall be signed by an individual authorized to bind the consul tant, and shall contain a statement to the effect that the proposal is a firm offer for a 60-day (or more) period. The proposal should contain a statement that all work will be performed at a "not to exceed" contract price which will become the fixed price upon completion of negotiations for an agreement. The proposal shall also provide the follO\~ing information: name, title, address and telephone number of individual (s) \~ith authority to negotiate, and contractually bind the company and also who may be contacted during the period of proposal evaluation. -5- \~\-\ ~- \ ~ PROPOSAL SUBMITTAL Seven (7) copies of the compl eted proposal must be received by the City Traffic Engineer by 5:00 p.m. on Monday, May 20, 1904. All written proposals shall be submitted to: Mr. Charl es H. Gl ass City Traffic Engineer City of Chula Vista 276 Fourth Avenue Chula Vista, CA 92010 For further ,information, contact either Mr. Dan Waid, 691/691-5026, or Mr. Charl es H. 'G1 ass, 619/691-5116. WPC 0004E -6- 0\-\ , " '\""'-