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,and that the same has not been amended or repealed.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\-\
, "
'\""'-