HomeMy WebLinkAboutReso 1977-8950RESOLUTION N0. gg50
RESOLUTION OF THE CITY COUNCIL OI'~''HE" CITY OF CHULA
VISTA, APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND WILBUR SMITH & ASSOCIATES FOR PERFORMANCE
OF CHULA VISTA TRANSIT'S MAINTENANCE FACILITY ANALYSIS
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 that that certain agreement
between THE CITY OF CHULA VISTA, a municipal corporation, and
WILBUR SMITH & ASSOCIATES, INC., for performance of Chula Vista
Transit's maintenance facility analysis study
dated the 20th day of December 1977 , 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 cost of the consultant study,
$2400, is hereby authorized to be expended from either UMTA Technical
Studies funds or from LTF monies.
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
W. J. Robens, Director of Georq Lindberg, City At ey
Public Works
ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF CHULA
VI5TA, CALIFORNIA, this 20th day of December , 19 77 , by
AYES:
NAYES: Councilmen None
ABSENT: Councilmen
None
../~
Mayor of the City~of Ch a Vista
ATTES
City `Cle"rk Q
STATE OF CALIFORNIA)
COUNTY OF SAN DIEGO) ss.
CITY OF CHULA VISTA)
of Chula
true and
not been
Councilmen Scott, Egdahl, Hobel, Cox, Hyde
I~ , City Clerk of
Vista, California, DO HEREBY CERTIFY that the above
correct copy of Resolution No. and that the
amended or repealed. DATED
the City
is a full,
same has
City Clerk
CONTRACT FOR PROFESSIONAL CONSULTANT SERVICES
THIS AGREEMENT, made this 2Othday of December , 1977,
by and between the CITY OF CHULA VISTA, a Municipal Corporation (here-
inafter referred to as "CITY"), :and Wilbur Smitli and Associates, Inc.,
t
located at 5900 Wilshire Boulevard:, Suite 800, Los Angeles, California
(hereinafter -referred to as "CONTRACTOR"):. _,
W I T N E S S E T H
WHEREAS, CITY desires to engage CONTRACTOR to render certain
technical and/or professional services hereinafter described for the
analysis of proposed Chula Vista Transit maintenance costs, proposed
non-revenue costs associated with San Diego Transit performing the
maintenance function, and related subtasks;
WHEREAS, CONTRACTOR is qualified and agreeable to render afore-
said technical and/or professional services;
NOW, THEREFORE, in consideration of the foregoing and of the
mutual promises hereinafter expressed and intending legally to be bound
hereby, the parties hereto do mutually agree as follows:
Article 1. Employment Contractor
CITY hereby agrees to engage CONTRACTOR to per-form the
technical and/or professional services as hereinafter set forth.
Article 2. Scope of Services
CONTRACTOR shall perform all work necessary to complete in
a manner satisfactory to CITY the services set forth in Appendix A,
attached hereto and by reference incorporated herein and made a part
hereof.
Article 3. Personnel
A. CONTRACTOR represents that it employs, or will employ,
at its own expense, personnel required in performing the service under
this Agreement, and as set forth in Appendix A.
B. All of the services required hereunder will be performed
by CONTRACTOR and all personnel engaged in the work shall be fully
qualified and be authorized or permitted under State and local law to
perform such services.
-1-
Article 4. Time of Performance
The services of CONTRACTOR are to commence within five (5)
days after the CITY has authorized work to start by the issuance of
a Notice to Proceed. The following tasks will be completed and sub-
mitted to the CITY within two weeks after receipt of Notice to Proceed.
Task
Product
Time
(Staff Hours)
16
1 - Analysis of Cost of City Letter
Provision of Daintenance Report
2 - Maintenance Capability
Analysis
Letter
Report with Recommenda-
tions
3 - Deadhead Analysis - As
re: SDTC Contract
Maintenance
4 - Comparative Cost Re-
trieval Analysis from
SDTC and Monitoring
Activity
Letter Report with
Recommendations
Report from SDTC
and Recommendations
32
16
8
Article 5. Notice Regarding Late Delivery
In-.the event the CONTRACTOR encounters difficulty in meet-
ing performance requirements, or anticipates difficulty in complying
with the contract delivery schedule, or date, the CONTRACTOR shall
immediately notify CITY thereof giv].ng peztncnt detail r.;includng -
including the date',by which it _ex~ects to~,complete per~ormance
or make delivery; provided, however, that this data shall be informa-
tional only in character and that receipt thereof shall not be con-
strued as a waiver by the CITY of a contract delivery schedule or
date, or any rights or remedies provided by law under this contract.
Article 6. Submission of Reports
In addition to the copies of the draft final letter reports
specified in this contract, the CONTRACTOR shall forward all text and
graphics of this report to CITY in a camera-ready form suitable for
modification and reprinting following CPO and CITY review.
Article 7. Limitation of Cost
The total cost to CITY for the technical and professional
services to be prepared by CONTRACTOR shall not exceed Two Thousand
and Four Hundred Dollars ($2,400).
Adjustment of total cost will be permitted when the
CONTRACTOR establishes and CITY, and the COMPREHENSIVE PLANNING
ORGANIZATION (CPO) are in agreement that there has been or is to
be a.significant change in:
(a) Scope, complexity or character of the services
to be performed;
(b) Conditions under which the work is required to be
performed.
Article 8. Pavment
Upon completion of the project, CONTRACTOR shall submit to
CITY an invoice for the total project fee. Promptly after receipt of
the invoice and after approval by the City's Director of Public Works,
the CITY shall make payment thereon to the CONTRACTOR, not to exceed
Two Thousand Four Hundred Dollars ($2,400) lump sum amount.
Article 9. Records and Audits
CONTRACTOR shall maintain complete and accurate records
with respect to costs incurrec under this Agreement to include the
records supporting cost proposals used to enter into a contract with
the CITY. All such records shall be maintained on a generally ac-
cepted accounting basis and shall be clearly identifiable. CONTRACTOR
shall make the representative of CITY, or their appointees, and the U.S.
Department of Transportation, during normal business hours, all of
such books and records, and the right to examine and audit the same,
and to make transcripts therefrom as necessary, and the CONTRACTOR
shall allow inspection of all work data, documents, proceedings, and
activities related to the Agreement for a period of three (3) years
from the date of final payment under this Agreement. CONTRACTOR
shall maintain records to show actual time and allowable costs with
respect to each task set forth as required by UMTA.
-3-
Article 10. Compliance with Civil Rights Act
During the performance of this contract, CONTRACTOR agrees
as follows:
A. Equal Employment Opportunity
In connection with the execution of this contract,
CONTRACTOR shall not discriminate against any employee or appli-
cant for employment because of race, religion, color, sex or national
origin. Such actions shall include, but not be limited to the
following: employment, upgrading, demotion, or transfer; recruit-
ment, or recruitment advertising; layoff or termination; rate of
pay, or other forms of compensation; and selection for training,
including apprenticeship.
B. Nondiscrimination Civil Rights Act of 1964
CONTRACTOR, with regard to the work performed by it
after award and prior to completion of the contract work, will comply
with the regulations of the Department of Transportation relative
to nondiscrimination in Federally Assisted programs of the Department
of Transportation (49CFR21).
C. Solicitations for Subcontracts, Including Procurements
of Materials and Equipment
In all solicitation, either by competitive bidding or
negotiation, made by CONTRACTOR for work to be performed under a
subcontract, including procurement of materials or leases of equip-
ment, each potential subcontractor, supplier, or lessor shall be
notified by CONTRACTOR of CONTRACTOR'S OBLIGATIONS under this con-
e tract and the Regulations relative to nondiscrimination on the
grounds of race, religion, color, sex or national origin.
-4-
D. Affirmative Action Compliance
The CONTRACTOR shall have a written Affirmative Action
Plan in conformance with Title 49, CFR Part 21. The Plan should con-
tain, at least, the following information: current composition of
minorities and women in CONTRACTOR'S work force; statement of equal
opportunity employment of goals and timetables for achievements; iden-
tification of those employment categories where minorities and women
are underutilized; and identification of the CONTRACTOR'S Affirmative
Action measures designed to overcome any areas of underutilization.
A copy of the Affirmative Action Plan for the period of time covered
by this Agreement is required for review and approval by CITY and CPO
prior to payment;.
E. Information and Reports
CONTRACTOR will provide all information and reports re-
quired by the United States Department of Transportation Regulations,
or orders and instructions. issued pursuant thereto, and will permit
access to its books, records, account's.,.. other sources of information,
and its facilities as may be .determined by CITY or the Comprehensive
Planning Organization to be~ pertinent to ascertain compliance with
such Regulations, orders, and instructions. Where any information
required of a CONTRACTOR is in the exclusive possession of another
who fails or refuses to furnish this information, CONTRACTOR shall
so certify to CITY or CPO as appropriate, and shall set forth what
efforts it has made. to obtain the information.
F. Sanctions for Noncompliance
In the event of the CONTRACTOR'S noncompliance with the
non-discrimination provisions of this contract, CITY shall impose
such contract sanctions as CITY or U.S. Department of Transportation
may determine to be appropriate, including, but not limited to:
1. Withholding of payments to CONTRACTOR under
the contract until CONTRACTOR complies, and/or
2. Cancellation, termination, or suspension of
the contract, in whole or in part.
f'
Article 11. Covenant Against Contingent Fees
CONTRACTOR warrants that he has not employed or retained
any company or person to solicit or secure this contract, and that
he has not paid or agreed to pay any company or person any fee, com-
mission, percentage, brokerage fee, gifts, or any other considera-
tion, contingent upon or resulting from the award or making of this
contract. For breach or violation of this warranty, CITY, CPO, or
U.S. Department of Transportation shall have the right to annul this
contract without liability or, in its discretion, to deduct from the
contract price or consideration, or otherwise recover, the full full
amount of such fee, commission, percentage, brokerage fee, gift or
contingent fee
Article 12. General Provisions
Those provisions as set forth in the General Provisions at-
tacked hereto are by reference incorporated herein and made a part
hereof.
Article 13. Subcontracting
CONTRACTOR shall not subcontract any portion of the work
required by this Agreement, without prior approval of CITY.
Article 14. Termination of Agreement for Cause
a. The CITY may, subject to the provisions of paragraph "c"
of this clause, by written notice to the CONTRACTOR, terminate the
whole or any part of this Agreement in any of the following circum-
stances:
1. If the CONTRACTOR fails to perform the services
called for by this Agreement within the time(s) specified
herein or any extension thereof; or
2. If the CONTRACTOR fails to perform any of the
other provisions of this Agreement or so fails to make
progress as to endanger performance of this Agreement in
accordance with its terms, and in either of these two
circumstances does not correct such failure within a period
of ten (10) days (or such longer period as the CITY may
authorize in writing) after receipt of notice from
the CITY specifying such failure.
b. In the event the CITY terminates this Agreement in whole
or in part as provided in paragraph "a" of this clause, the CITY pro-
cure, upon such terms and such manner as he may determine appropriate
services similar to those terminated, and the CONTRACTOR shall be li-
able to the CITY for any excess costs for such similar services:
Provided that the CONTRACTOR shall continue the performance of this
Agreement to the extent not terminated under the provisions of this
clause.
c. Except with respect to defaults of subcontractors, the
CONTRACTOR shall not be liable for any excess costs if the failure
to perform this Agreement arises out of causes beyond the control
and without the fault or negligence of the CONTRACTOR. Such causes
may include, but are not restricted to, acts of God or of the public
enemy, acts of the Government in either its sovereign or contractual
capacity, acts of the CITY, fires, floods, epidemics, quarantine
restrictions, strikes, and unusually severe weather; but in every
case, the failure to perform must be beyond the control and without
the fault or negligence of the CONTRACTOR. If the failure to per-
form is caused by the default of a subcarttractor, and if such default
arises out of causes beyond the control of both the CONTRACTOR and
subcontractor, and without the fault or negligence of either of them,
the CONTRACTOR shall not be liable for any excess costs for failure
to perform, unless the services to be furnished by the subcontractor
were obtainable from other sources in sufficient time to permit the
CONTRACTOR to meet the required delivery schedule or other performance
requirements.
d. If this Agreement is terminated as provided in para-
graph "a" of this clause, the CITY may require the CONTRACTOR to
provide all finished or unfinished documents, data, studies, services,
drawings, maps, models, photographs, reports, etc., prepared by the
CONTRACTOR. In this event, the CONTRACTOR shall be entitled to re-
ceive just and equitable compensation for the services performed on
the aforementioned and all costs associated thereto.
e. If, after notice of termination of this Agreement
under the provisions of this clause, it is determined for any reason
that the CONTRACTOR was not in default under the provisions of this
clause, or that the default was excusable under the provisions of
this clause, the rights and obligations of the parties shall, if the
Agreement contains a clause providing for terminations for convenience
of the CITY, be the same as if the notice of termination has been issued
pursuant to such clause.
Article 15. Prohibited Interest
No member, officer or employee of the CITY or of a local or
state public body during his tenure or one year thereafter shall have
any interest, direct or indirect, in this contract or the proceeds
thereof.
Article 16. Interest of Members .of Congress
No member of or delegate to the Congress of the United
States shall be admitted to any share or part of this contract or
to any benefit arising therefrom.
Article 17. Notice
Any notice or notices required or permitted to be given
pursuant to this Contract may be personally served on the other
party by the party giving such notice, or may be served by certified
mail, return receipt requested, to the following addresses:
Jack A. Bloom
Transit Coordinator
City of Chula Vista
276 Fourth Avenue
Chula Vista, CA 92010
Terry Brothers
Wilbur Smith & Associates, Inc.
5900 Wilshire Boulevard
Los Angeles, CA 90036
CITY OF CHULA VISTA
AT T: /' \ ~~
By w ~ '
~! ~ Mayor
City Clerk
Its Contracting Officer
Approved as rm b
.~' V r
City Attorney
CERTIFICATION OF CITY OF CHULA VISTA
I hereby certify that I am the Mayor of the City of Chula
Vista and that the consulting firm of
or its representative has not been required, directly or indirectly,
as an express or implied condition in connection with obtaining or
carrying out this agreement to:
(a) Employ or retain, or agree to employ or retain, any
firm or person, or
(b) Pay, or agree to pay, to any firm, person, or or-
ganization, any fee, contribution, donation, or
consideration of any kind.
I acknowledge that this certificate is to be furnished to
the Comprehensive Planning Organization in connection with this
agreement involving participation of Federal UMTA funds, and is
subject to applicable State and Federal laws, both criminal and
civil.
December 20, 1977 ~./
Date Mayor
CERTIFICATION OF CONSULTANT
I hereby certify that I am the Contracting Officer and duly
authorized representative of the firm of
whose address is
and that neither I nor the above firm I here represent has:
(a) Employed or retained for a commission, percentage,
brokerage fee, contingent fee, or other considera-
tion, any firm or person (other than a bona fide
employee working solely for me or the above consult-
ant) to solicit or secure this agreement;
(b) Agreed, as an express or implied condition for
obtaining this contract, to employ or retain the
services of any firm or person in connection with
carrying out the agreement, or
(c) Paid, or agreed to pay, to any firm, organization or
person (other than a bona fide employee working
solely for me or the above consultant) any fee,
contribution, donation, or consideration of any
kind for, or in connection with, procurring or
carrying out the agreement.
I acknowledge that this certificate is to be furnished to
the City of Chula Vista, U.S. Department of Transporation, in con-
nection with this agreement involving participation of Federal UMTA
funds, and is subject to applicable State and Federal laws, both
criminal and civil.
f ~~~
Date Contracting Officer
ii
APPENDIX A
SCOPE OF SERVICES
A. CONTRACTOR will:
Provide consulting services required to prepare detailed
analysis of operating and capital costs of proposed City of Chula
Vista maintenance of a local transit system versus San Diego
Transit Corporation maintaining Chula Vista Transit equipment.
The scope of services will include the conduct of the following
tasks:
Task #1 - Prepare estimated capital and operating costs
for the City of Chula Vista to maintain its own buses at
the proposed expanded City maintenance facility.
Subtask (a) - Separately prepare the annualized
cost of adequately expanding the City's existing
maintenance facility (construction is estimated to
be approximately $333,000) over a 20-year time
period.
Task #2 - Prepare an analysis of what type(s) of main-
tenance can be adequately performed by City mechanics.
'' If "heavy" maintenance cannot be performed at this
expanded City facility, the question of where can it
most efficiently and economically be handled (and at
what cost) must be answered.
Task #3 - Determine the deadhead mileage and hours
(non-revenue cost) for Chula Vista Transit (CVT) buses
travelling to San Diego Transit's (SDTC) maintenance
yard for maintenance at all appropriate levels. A
discussion of what type of City and SDTC employee will
drive CVT buses to and from San Diego would be appropriate
in order to determine an estimated range of deadhead mile-
age costs involved.
iii
Subtask (b) - Direct retrieval of the total capital
and operating costs of SDTC maintaining CVT buses
at approximately the same maintenance levels proposed
at the expanded City site (from Task #1) from SDTC
personnel.
B. CITY will:
1. Provide CONTRACTOR with any record information available
in CITY's files that may be deemed necessary for proper analysis
of the PROJECT.
2. Participate in the PROJECT primarily for consultation,
coordination and review. Reasonable staff time will be made
available for consultation, research and review. Limited staff
assistance will be available for work production, on an as-needed
basis subject to availability. It is anticipated that CITY parti-
cipation will not exceed 70 hours.
APPENDIX B
ESTIMATE OF PERSON HOUR REQUIREMENTS
AND COST OF PROFESSIONAL SERVICES REQUIRED
FOR MAINTENANCE FACILITY ANALYSIS OF CHULA VISTA TRANSIT
1. Direct Salaries
Project Manager
Registered Civil Engineer
Principal Consultant
L.L.B.
Registered Civil Engineer/
Editor
Clerical
2. Labor Overhead
Employee Benefits at 29.5
3. Direct Expenses
Travel
Hours .Hourly Rate Amount
8 $11.00 $ 88.00
48 $13.00 $624.00
16 $ 8.00 $128.00
8 $ 4.00 $ 32.00
TOTAL DIRECT SALARIES $872.00
$255.00
$100.00
4. Summary
A. Total Direct Salaries $872.00
General and Administrative Expense @ 109.5 $953.00
B. Labor Overhead $255.00
C. Direct Expenses $100.00
TOTAL ESTIMATED COST AND PROFIT $2,400.00