HomeMy WebLinkAboutReso 1978-9297Form No. 342
Rev. 2/76
RESOLUTION NO. 9297
resolve
between
THE COM
to assi
dated t
which i
fully s
Vista
agree.
RESO UTION OF THE'"CITY COUNCIL OF~~E"'CITY OF CHULA
VIST , APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VIST AND THE COMPREHENSIVE PLANNING ORGANIZATION FOR
PROF SSIONAL SERVICES TO ASSIST IN THE UPDATE OF THE
SHOR RANGE TRANSIT PLAN FOR 1979-1983
AND UTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT
The ity Council of the City of Chula Vista does hereby
as fol ows:
NOW, THEREFORE, BE IT RESOLVED that that certain agrQement
THE CI Y OF CHULA VISTA, a municipal corporation, and
?REHENS VE PLANNING ORGANIZATION, for professional services
~t in t e update of the Short Range Transit Plan for 1979-1983
day of September , 19 78 a copy of
d hereto and incorporated herein, the same as though
herein be, and the same is hereby approved.
ie 26t]
attac
,t fort
FURTHER RESOLVED that the Mayor of the City of Chula
is hereby authorized and directed to execute said
d on behalf of the City of Chula Vista.
BE I
and
it for
Presented by
;" ~
W. J. ok
Works
ens,~Director of Public
Approved as to form by
~ -~ ~
`,,
George`D. Lindberg, City Attorney
ADO TED AND APPROVED by the CITY COUNCIL of the CITY OF CHULA
VISTA, CALIFO IA, this 26th day of September 19 78 , by
AYES: Coun ilmen Scott, Cox, Egdahl, Hyde, Gillow _
NAYES : Coun i lmen None
ABSENT Coun ilmen None
~~~~ r ' C
'~ Mayor of the City of Chula V° to
AT TE S T~%
y C1er
STATE F CALI ORNIA)
COUNTY OF SAN DIEGO) ss.
CITY O CHULA VISTA)
I~ , City Clerk of the City
of Chu a Vist , California, DO HEREBY CERTIFY that the above is a full,
true a d corr ct copy of Resolution No. and that the same has
not be n amen ed or repealed. DATED
City Clerk
AGREEN~7T BETWEIIV
THE O~MPRIl-IENSIVE PLANNING ORGAPIIZATION
AND
'II~E CITY OF CEILLA VISTA
FOR PROFESSIONAL SI:RVICTS
TO ASSIST IP1 THE UPIlATE OF THE SHORT
RANGE TRANSIT PLAN FOR 1979-1983
198, b
an the
> Agreement is entered into as of this 26thday of September,
~n the City of Chula Vista (hereinafter referred to as "Contractor")
~rehensive Planning Organization of the San Diego Region, a public
einafter referred to as "CPO").
RECITAL S
REAS, the CPO Board of Directors at its meeting of May 15, 1978 ,
pted Re olution #78-53 authorizing the Executive Director to contract for
fession 1 services to assist in Job 201.02, the Short Range Transit Planning
es;
WN REAS, the CPO desires to engage the Contractor to render certain
se vices h reinafter described in connection with an undertaking which is to
be finance in part, by the Urban bass Transportation Administration; and
,the Contractor is desirous and able to participate ui Job
2011.02.
THEREFORE, the parties hereto do agree as follows:
1.~ Employment of the Contractor
e CPO he eby engages the Contractor and the Contractor agrees to perform the
s rvices reinafter described in connection with the update of the Sliort Range
T ansit P1 for 1979-1983.
~~ 7
ion 2.
~e of Contractor's Responsibilities
A. Financi$1
The Con ractor shall be responsible for providing the in-kind services
non-fed ral match of $1,875 against the total cost to CPO of $7,500. Total
value o professional services to be rendered by the Contractor is $9,375.
B. Personn 1
1. Jac Bloom, Transit Coordinator, shall be in charge of the performance
of ~s Agreement on behalf of the Contractor.
2. All of the services reQuired hereunder shall be performed by the
Co tractor or under their supervision, in accordance with the Urb an
bias Transportation Administration External Operating Manual herein
wh lly incorporated by reference, and all personnel shall be authorized
un er California and local law to perform such services.
C.I Work Description
1. Purpose and
Th current annual updates to the Short Range Transit Plan (SRTP) for
19 9-1983 is intended to satisfy three objectives. These are: (1) to
pr vide short range implementation programs for carrying out the public
tr sit recommendations included in the Regional Transportation Plan,
(2 to provide integrated working documents for all public transit
op rators in the region, and (3) to maintain the region's eligibility
to receive Federal grant assistance and State Local Transportation
d monies for transit operations and capital projects with up-to-date
fire year development programs .
SRTP update addresses the public transit operators in the region
covers all of the urbanized portion of the region. Chula Vista
2
C• ~ .~.
i~7-7
Tr it offers about to of the service in the region. In March, 1976,
a c nsultant prepared a transit development program for the Contractor.
The system improvements detailed in this plan are still in the process
of implementation.
1.
1.
Transportation Improvement Program guidelines identify items to
be considered in short range planning. The work tasks to develop this
19 9-1983 update are identified below. These tasks, as performed by
th Contractor, will be combined into the SRTP as developed for the
of er public operators to provide a complete short range update for
th San Diego region as apart of the TY~ansportation Systems Management
E1 nt (TSME).
2. Th~ following work will be performed in carrying out this Agreement.
It identifies the work tasks necessary to produce two separate updated
pl documents which will satisfy regional, State of California, and
li. S. Department of Transportation UMTA requirements. This scope
identifies the minimum to be performed.
K l: Service guidelines
iew and update as required the goals and objectives for public
nsit service within area of jurisdiction. Include the transit
ds of transit dependents such as low income, elderly, handicapped,
minority groups.
Re ' ew and update service standards and criteria which will be
ut lized to evaluate existing service and plan alternatives at both
th system and route levels and eliminate those which cannot be
objectively measured or controlled.
2: ~escribe recent history and current status of transit service.
2.1 Up
ye
pa
/' ~~ % ~
date and develop statistical summary of service for last three
ors, including current year. Include total ridership, revenue
~sengers, number of vehicles, revenue miles, system miles, average
3
2. Des ribe policy and/or system changes over same time period and their
imp ct on total ridership, revenue passengers, revenue miles, average
far ,average system speed, average subsidy, operating costs and any
oth r indicators deemed appropriate.
2. Des ribe all current service-related characteristics. Include capital
facilities and equipment; service characteristics; user, non-user and
tri characteristics; and financial status of system.
length, average system speed, fares, average fare, capital
ditures, operating costs, average subsidy, revenue, and any other
priate indicators.
2. ~ Gra~h revenue passengers by month and revenue miles by nnnt}i.
tr ii
3: I~plementation of FY 78-82 CVT Plan Update
3. Describe the status of all recommended improvements in the FY78-82
fi e-year plan update.
3. ~ Evaluate those recommendations not yet irplemented and determine
wh ther or not they are still applicable.
4..
4.;
4: erform detailed analysis and evaluation of existing system
elative to adopted standards and criteria. Recommendations made
'n the Chula Vista Transit Performance Audit should be addressed
' n this task.
Up to Title VI documentation as needed. Include distribution of
se vice, vehicle assignment record, load factor atlaysis, distribution
of other facilities, accessibility provided by service, profile map,
an distribution of other transportation benefits. Coordinate with
Up to system map. Prepare second map at same scale identifying
ma or trip generators and areas with concentrations of transit de-
4
h~ ; ,:, .~
ts; low income, handicapped, elderly, minorities, etc.
Re 'ew and evaluate service level indicators relative to service
st lords. Include frequency, hours of operation, days of operation,
tr sfer time, average trip length, average trip travel time, population
s e ed, average vehicle miles per driver, and any other indicators
de med appropriate. Coordinate with CPO to use data acquired from
19 7 Origin and Destination Survey.
4.1
iew and evaluate fleet data relative to service standards. Include
4.~
n er of vehicles by size, average age, total fleet mileage, average
ual mileage per vehicle, fuel consumption, oil consumption and any
indicators deemed appropriate.
iew and evaluate ridership data relative to service standards.
4.1
ude ridership growth, passengers per trip, per revenue mile and
service hour, transfer date, ridership profiles (elderly, bandi-
ed, student, saverpass), and any other indicators deemed appropriate.
Re iew and evaluate financial status of system. Include FY78 budget
wi capital costs by vehicle physical facilities and related equipment,
an operating cost per revenue vehicle mile, per vehicle service hour,
re enue per mile and per hour, net subsidy per passenger, and any other
4.1
indicators deemed appropriate.
Re ' ew and evaluate management and efficiency changes . Management
al ernatives should be developed at this time to address the recom-
me lotions made in the CV'I' Performance Aulit and to address the transi-
ti nfrom anon-federally funded operator to that of an UMTA/FI~1A
4.1
certified transit operator.
ze the potential ramsfications of becoming an UrffA/1~I4tiA certified
for (i. e., 13 (c) jLabor], 504 regulations, etc.).
4.
4.
Ir
ci
the process of identifying and evaluating transit needs and defi-
ncies, the elderly, handicapped, and minorities should be considered.
5
~~~•--
4.
5.7
5.~
Ev uate the effectiveness of the current marketing program and
add ess those recommendations made in the 1977 Performance Audit.
5: velop transit operations plan and detailed financial program
f r 1979-1983.
d upon the evaluation of existing service and the current Transit
lopment Program, 1978-1982, develop a transit operations plan
program which includes the proposed demand responsive elderly anu
icapped service. This plan may include alternatives to acknowledge
re financial limitations and uncertainties.
Ba.s d upon the findings of Task 4 , prepare a public inforriation
pla which will outline the marI~:et segments media support should
con entrate on as well as tactics to be Wised to inforri the public of
se ice offered.
K G : Prepare Short Range Transit Plan 1979-1983 draft report.
b.ll Prepare and publish Short Range Transit Plan 1979-1983 draft report.
6.~
Ih final draft will be completed and correspond with the FY 80 Local
T portation Fund application by April 1, 1979. Once service con-
tr cts are signed, the LTF application is finalized in June, 1979,
an IJMTA gives the necessary authorization, a final report will be
pr~parea.
6..
D.
Fi al draft and final report will be prepared according to Tasks
1- for insertion into the Regional Transportation Systems 1`}anagement
E1 ment.
Submiss~ ion of Reports
1.
final draft report must be submitted to the CPO Project Ivfanager
review by CPO. In the absence of any express written statement of
6
~`-~ !r'
~ 4 %
dis atisfaction within 10 working days, the final report (draft) will
be eemed satisfactory. Six copies of the final draft will be subrrdtted
to ICPO.
2. Man cripts produced by the Contractor for the CPO shall be in accordance
wi the United States Government Printing Office Style b~lanual (available
thr ugh the Superintendent of Documents, U. S. Government Print Office,
Was ington, D.C. 20402). The Contractor, in typing the final nanu-
sc 'pt, shall be responsible for all corrections prior to acceptance of
the final manuscript. Proper credits will be given to sources through
co only accepted methods of documentation such as footnotes or other
me ls. The Contractor shall furnish a list of material referred to in
the preparation of reports.
3. In addition to the rec{uired number of copies of the draft final report
sp ified in this contract, the Contractor shall forward all text and
cs of this report to CPO in a camera-ready form suitable for
modification and reprinting.
E.
A.
Notice ~tegarding Late Delivery
In the event the Contractor encounters difficulty in meeting performance
requir _ nts, or anticipates difficulty in co~lying with the contract
delive schedule or date, the Contract shall immediately notify the CPO
Projec Manager thereof giving pertinent details, including the date by
which 't expects to co~lete the performance or make delivery; provided,
howeve that these data shall be informational only in character and that
receip thereof shall not be construed as a waiver by the CPO of a contract
delive y schedule or date, or any rights or remedies provided by law under
this c retract.
:tion 3. Sco e of the CPO's Res onsibilities
1
CPO Project Manager will provide direction and guidance in matters
ted to
7
~~ ~
a.
b.
c.
2. Dial
Administration of the contract on behalf of ttie CPO;
Procedures for obtaining information relative to the project;
Review of drafts and final copies of Work Products required of
the Contractor by this contract.
on of Labor
division of labor between the CPO staff and the Contractor provides
t the CPO s taf f wil 1:
BJ
a. Prepare a draft of the study design for the project and review
this draft with CPO staff working on related projects, staff of
local planning agencies and representatives of other interests.
b. Insure coordination between the update of the SRTP and any other
transit related CRS project.
c. Coordinate with the Steering Committee (The Transit Coordination
Subcommittee), including the preparation of meeting notices and
interest.
d. Provide the Contractor with local plans and other regional documents
pertinent to the study.
e. Review Contractor's report, work with the Steering Committee.
Prepare informational materials for distribution through the CPO
Newsletter at the completion of each phase of the project.
Data be Furnished to Contractor
CPS s all furnish to the Contractor without charge all information, data,
and r orts as are existing, available, and reasonably necessary for
car 'ng out the project.
ction 4.~ Time of Performance
of the Contractor shall commence within 5 days after the signing
8
~o`- ~ J
of this ag
to assure
In any eve:
dr ft form
th t time
of work pry
Bement and shall be undertaken and carried out in such sequence as
heir expeditious completion in the light of the purpose of this contract.
t, all of the services required herein shall be completed in final
by April 1, 1979. It is hereby mutually agreed by the parties hereto
s of the essence of this contract and that any schedule of delivery
ducts set forth herein shall be binding upon the parties.
Se tion 5 . Costs
A. Maxim Total Cost
The 'mum total cost to the CPO for the performance of work pursuant to
this A Bement shall not exceed $7,500. The Contractor specifically
agrees to perform all obligations under this Agreement within such agreed
cost d provide the in-kind service match.
B. ~ Ostensible Agency Disclaimer Notice
Contra for is hereby expressly put on notice that no employee of the CPO
has au ority to authorize in writing or otherwise any additional work
which ould increase the cost of this Agreement without CPO Board of Directors'
approval.
C. I Inco~dration of Federal Guidelines
The to of all relevant federal and state grant provisions and guidelines,
as pre ently written or as changed during the life of this Agreement, bearing
on thi Agreement are hereby wholly incorporated by reference herein and
made a part of this Agreement and take precedence over any inconsistent terms
of thi Agreement.
Section 6.1 Payment
Fo the pe formance of this Agreement, the CPO shall pay the Contractor upon
s mission of approved quarterly requests for payment. A quarterly progress
re ort sha 1 accompany each request for payment showing total expenditures for
ea task as set forth in the Scope of Contractor's Responsibilities under
9
7Jr~
by giving ritten notice to the Contractor of such termination and specifying
th effective date thereof, at least five (5) days before the effective date
of such to 'nation. In that event, all finished or unfinished documents, data
st dies , s rveys , drawings , maps , models, photographs , and reports prepared
by the Con ractor shall, at the option of CPO, become its property, and the
Co tractor shall be entitled to receive just and equitable compensation for any
sa isfacto work performed on such documents and other materials. Notwith-
st ding t e above, the Contractor shall not be relieved of liability to CPO
fo damage sustained by CPO by virtue of any breach of the contract by the
Co tractor.
ion 10.1 Equal Opportuni
Du ing the performance of this contract, the Contractor agrees to comply with
al the r uirements imposed by Title VI of the Civil Rights Act of 1964 (73
St is 252) and the regulations issued thereunder (Title 49, CFR part 21).
a. The Co tractor will not discriminate against any employee or applicant for
emplo ent because of race, color, religion, sex, or national origin. The
Contra for will take affirmative action to ensure that applicants are ern-
ployed and that employees are treated during employment without regard to
their ace, color, religion, sex, or national origin. Such action shall
includ ,but not be limited to, the following: employment upgrading,
demoti n, or transfer, recruitment, or recruitment advertising; layoff or
termi tion, rates of pay or other forms of compensation; and selection
of tra'ning, incuding apprenticeship. The Contractor agrees to post in
conspi uous places, available to employees and applicants for employment,
notice to be provided by the Contracting Officer setting forth the pro-
visio of this equal opportunity clause.
b. The Co tractor will, in all solicitations or advertisements for employees
placed on or on behalf of the Contractor, state that all qualified applicants
will r ceive consideration for employment without regard to race, color,
religi n, sex, or national origin.
c. The Car~tractor will send to each labor union or representative or workers
with w ich he has a collective bargaining agreement or other contract or
11
~ ~~.~
un ders anding, a notice, to be provided by the Contracting Officer advising
the la r union workers' representative of the Contractor commitments under
this al Opportunity clause, and shall post copies of the notice in con-
spicuo places available to employees and applicants for employment.
The C ractor will comply with all provisions of Executive Order No.
11246 f September 24, 1965, Executive Order No. 11375 of October 13, 1967,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
d.
The Co tractor will furnish all information. and reports required by Executive
Order o. 11246 of September 24, 1965, and by the rules, regulations, and
orders f the Secretary of Labor, pursuant thereto, and will permit access
to his ooks, records, and accounts by the Contractor and the Secretary
of Lab r for purposes of investigation to ascertain compliance with such
rules, egulations, and orders.
e.l
In the vent of the Contractor's noncompliance with the Equal Opportunity
clause of this contract or with any of the said rules, regulations, or
orders this contract may be cancelled, terminated, or suspended, in whole
or in art, and the Contractor may be declared ineligible for further
Gove ent contracts in accordance with procedures authorized in Executive
Order o. 11246 of September 24, 1965, and such other sanctions may be
impose and remedies invoked as provided in Executive Order No. 11246 of
f.
Septem er 24, 1965, or by rule, regulation, or order of the Secretary of
Labor, or as otherwise provided by law.
The Co tractor will include the provisions of paragraph (a) through (g)
in eve subcontract or purchase order unless exempted by rules, regulations,
or ord rs of the Secretary of Labor issued pursuant to Section 204 of
Executi e Order No. 11246 of September 24, 1965, so that such provisions
will b binding upon each subcontractor or vendor. The Contractor will
takes ch action with respect to any subcontract or purchase order as the
Contra for may direct as a means of enforcing such provisions, including
sancti s for noncompliance; provided, however, that in the event t11e
g-
Contr
sub
for becomes involved in, or is threatened with, litigation with a
ractor or vendor as a result of such direction by the Contractor,
12
9 ter ~
the Contractor may request the United States to enter such litigation to
protec the interests of the Lhrited States.
ion 11~ Affirmative Action Compliance
Th Contra for shall have a written Affirmative Action Plan in conformance
wi h regal tions of the Department of Transportation 149 CFR, part 21. The
P1 shall contain, at a minimum, the required provisions as outlined and
de cribed UNfTA Circular 1155.1, issued December 30, 1977. A copy of the
Af irmativ Action Plan for the period of time covered by this Agreement is
r aired f r review by CPO prior to first payment.
ion 12~ Minority Business Enterprise
In connect on with the performance of this Contract, the Contract will cooperate
wi h I]I~TTA d CPO in meeting their commitments and goals with regard to the
m imam ut'lization of minority business enterprises. It is IATTA policy that
1~ 's shal have the maximum opportunity to participate ir. the performance
of contrac s financed in whole or in part with L~1'TA .f~mds. This policy
re uiremen shall be met according to LIDTTA's current program assistance guide-
li es as d scribed in Circular 1165.1, issued December 30, 1977.
ion 13~ Conflict of Interest
No elected officials of CPO, any of its member agencies, the State of California
or the Lini ed States Government shall personally benefit from the financial pro-
ce ds of t 's agreement. Costs incurred in violation of the above provision
sh 11 be allowable costs.
I it is d termined that Contractor is a designated consultant for purposes of
th CPO Co flict of Interest Code, Contractor shall comply with and be subject
to all the provisions therein.
tion 141 Assi~nabili
Th Contra for shall not assign any interest in this contract and shall not
tr sfer y interest in the same (whether by assignment or novation), without
13
~~ ~ ~~
th prior ritten consent of CPO thereto; provided, however, that claims for
mo ey due o become due to the Contractor from CPO under this contract may be
as igned t a bank, trust company, or other financial institution without sucYi
ap roval. Notice of any such assignment or transfer shall be furnished promptly
to CPO in riting.
Section 151 Hold Harmless
a. The Co tractor agrees to indemnify, defend, and save harmless the CPO,
its of icers, agents, and employees from any and all claims and losses
accru~ g or resulting to any and all contractors, subcontractors, material-
men, i borers, and any other person, firm, or corporation furnishing or
supply ng work services, materials, or supplies in connection with the
Contra tor's activities under this contract and from any and all claims and
losses accruing or resulting to any person, firm, or corporation who may
be inj red by the Contractor in connection with its activities under this
contra t.
b. CPO ag ees to indemnify, defend, and save harmless the Contractor, its
office s, agents, and employees from any and all claims and losses accruing
or res lting to any person, firm, or corporation who may be injured by CPO
in co ection with its activities under this contract.
c. The Co tractor, and the agents and employees thereof, in carrying out this
contra t, shall act in an independent capacity and not as officers or
employ es of CPO.
Se tion 16. Subcontractors
Th Contra for shall not enter into any agreement to perform work in connection
wi h this ontract without first obtaining written approval of CPO as to the
sc p e of w rk and the subcontractor.
tion 17.1 Notice
notice required or permitted under this contract may be personally served
14
~~~~
onlthe o
party, by the party giving notice, or may be served by certified
receipt receipt requested, to the following addresses:
Director of Finance and Administration
Comprehensive Planning Organization
Suite 524, Security Pacific Plaza
1200 Third Avenue
San Diego, CA 92101
THEREOF, the authorized parties ]gave below signed:
IN
~IV~C
CI OF CIICJLA VISTA
of ~ ford
to sufficiency
legality:
1
~~
.~
Legal unsel
15
S~