Loading...
HomeMy WebLinkAbout1995-06-13 - AGENDA REPORTS - TRAFSIG SYSTEMS STUDY PHASE 2 (2)AGENDA REPORT City Manager Approval Item to be presented by: y Anthony J. Nisich CONSENT CALENDAR DATE: June 13, 1995 SUBJECT: TRAFFIC SIGNAL SYSTEM STUDY, PHASE 2 DEPARTMENT: Community Development On April 11, 1995, the City Council awarded a contract to JHK & Associates to conduct the Traffic Signal System Feasibility Study, Phase 1. The study would evaluate the existing operation of the signals and to make short-, medium-, and long-term recommendations about the best techniques for coordinating traffic signals on a Citywide basis. Project Status: In this early stage of the study, JHK and Associates have identified additional detailed studies that would be essential for the successful implementation of the City of Santa Clarita Traffic Signal System. These items of work were not part of the scope of work of Phase 1 and will be under the new contract known as Traffic Signal System Study, Phase 2. They identified the following tasks as essential and required immediate attention to allow the City to effectively and most efficiently implement the Proposed Traffic Signal System. 1. Preparation of Plans, Specifications and Estimates to install communication wires and conduit between City Hall and the adjacent traffic signal at the intersection of Valencia Boulevard and Citrus Street. It is very critical that the City establish this communication link at the earliest possible time to allow the City maximum flexibility and operational efficiency in its traffic operations and control. This is a very vital communications link that will directly connect City Hall to interconnected signalized intersections around the Town Center, along Valencia Boulevard, McBean Parkway, Magic Mountain Parkway, and also to the future interconnected signal subsystems along Bouquet Canyon Road and Soledad Canyon Road. The estimated cost to perform this task will not exceed six thousand -two hundred dollars ($6,200): TRAFFIC SIGNAL SYSTEM STUDY, PHASE 2 June 13, 1995 -Page 2 2. Traffic Detection Installation Standards The use of the correct type and the accurate placement of vehicle detectors is essential for effective, and efficient traffic operations and maintenance. The City has, in the past, used various standards (State, County, others) to decide the number, type and placement of inductive loop detectors in relation to vehicular speeds, street and intersection geometry. Using different standards at different intersections can result in inefficiency in traffic signal operations and maintenance. It also creates unnecessary record keeping problems and conflicting and inconsistent standards. The Traffic Detector Installation Standards will also make recommendations when to use state-of-the-art equipment, such as machine vision detection, sonic detectors and other wide area vehicle detection systems instead of the inductive loop system. These standards will be used for new traffic signal installation and future signal upgrade projects and may be added to the City's Public Improvement Standards. The estimated cost to develop such standards will not exceed five thousand -seven hundred dollars ($5,700). 3. Detailed Traffic Signal Communications Design The communications system is the single most important component of any Traffic Signal System. This task will identify the City's communication needs for the next fifteen years and design such communication system(s) accordingly. As part of Phase 1, staff identified a need for a future visual surveillance of key intersections in the City using a closed circuit television (CCTV) system. The CCTV systems require specialized communication equipment and cable designed to bring video images to City Hall for monitoring purposes. It is critical to specify the needs for communication hardware and to arrange for overall system communications design to accommodate this need. Failure to incorporate such needs could result in costly revisions to the overall communication system design. This task will include detailed design, plans, specifications, estimates and procedures for maintenance, testing and procurement for all needed equipment. Currently, the estimated cost required for the Communications Design will not exceed eighteen thousand dollars ($18,000). At the conclusion of Phase 1, there could be additional communication design work that will be identified. Then, staff will report to Council and request to appropriate sufficient funds to complete the additional work items. Sufficient funding for this project is available in Account No. 01-5401-227 and has been specifically designated for this project. TRAFFIC SIGNAL SYSTEM STUDY, PHASE 2 June 13, 1995 Page 3 RECOMMENDATION Authorize the. City Manager to execute an agreement for the Traffic Signal System Study, Phase 2, with JHK & Associates, not to exceed $32,000, subject to the approval of the City Attorney as to form, ATTACHMENTS Contract for Professional Services "Traffic Signal System Study, Phase 2" Exhibit "A" N� NMB:lkl couKQ\arjhk2.nm6 CITY OF SANTA CLARITA 23920 VALENCIA BOULEVARD, SUITE 300 SANTA CLARITA, CALIFORNIA 91355 CONTRACT FOR PROFESSIONAL SERVICES TRAFFIC SIGNAL SYSTEM STUDY, PHASE 2 This Agreement is entered into this day of 19, by and between the City of Santa Clarita, a municipal corporation of the State of California, hereinafter "City," and JHK & Associates, a California corporation, hereinafter "Consultant" WHEREAS, City intends to perform the Interconnect Design from City Hall to the intersection of Valencia Boulevard/Citrus Street; develop Traffic Detection Installation Standards; and to perform a Detailed Traffic Signal Communications Design. WHEREAS, Consultant represents that it is qualified to perform such services, that it has carefully examined the work site, and that it is willing to perform the services hereinafter defined. NOW, THEREFORE, for mutual consideration as provided herein, it is agreed by and between City and Consultant as follows: A. The Consultant shall perform the Interconnect Design, develop the Traffic Detection Installation Standards, Detailed Traffic Signal Communications Design and other incidental tasks, as shown in the Consultant's attached proposal Scope of Services (Exhibit "A"). The Consultant shall complete the study in three months after the issue date of Notice to Proceed. However, any additional time required due to delays in completing review by the City, or any other delay which is beyond the control of Consultant, shall not be considered part of this schedule. B. The City agrees to compensate the Consultant according to Item 15 (Compensation) of the Terms and Conditions of this agreement. The fee shall cover all tasks necessary to complete the Study as shown in Scope of Services (Exhibit "A"). C. Consultant shall ensure that all work is performed by qualified personnel under the supervision of a licensed or registered Civil Engineer or Traffic Engineer in the State of California, and that all documents submitted by Consultant shall bear the Engineer's seal and certification to that effect. D. This Agreement is subject to the following Terms and Conditions: 1of6 TERMS AND CONDITIONS 1. ENTIRE AGREEMENT: This Agreement supersedes any and all agreements either oral or written, between the parties hereto with respect to the services by the Consultant for the City and contains all of the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises, or agreements, either orally or otherwise, have been made by any party or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement, or promise not contained in this Agreement shall be valid or binding. Any modification of this Agreement will be effective only if it is in writing and signed by the party to be charged. 2. ASSIGNMENT OF AGREEMENT: This Agreement is personal to Consultant, and shall not be assigned by either Consultant or City without the prior written consent of the other. 3. INDEPENDENT CONSULTANT: It is understood and agreed that the Consultant is, and at all times shall be, an independent contractor, and nothing contained herein shall be construed as making the Consultant, or any individual whose compensation for services is paid by the Consultant, an agent or employee of the City, or authorizing the Consultant to create or assume any obligation or liability for or on behalf of the City. 4. CONFLICT OF INTEREST: Consultant represents, warrants, and agrees that she/he does not presently have, nor will she/he acquire during the term of this Agreement, any interest, direct or indirect, by contract, employment, or otherwise, or as a partner, joint venture, or shareholder (other than as a shareholder one percent or less interest in publicly -traded companies) or affiliated with any business entity, or individual that has entered into any contract, subcontract, or arrangement with the City. 5. PROVISIONS SEVERABLE: City's waiver of any term, condition, or covenant, or breach of any term, condition, or covenant, shall not constitute the waiver of any other term, condition, or covenant, or breach of any other term, condition, or covenant. If any term, condition, or covenant of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions of this Agreement shall be valid and binding on Consultant and City. 6. GOVERNING LAW: This Agreement shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. 7. OWNERSHIP OF DOCUMENT: Drawings, calculations, specifications, printouts, and other documents, whether in hard copy or machine readable form, are and shall remain the property of City. Consultant shall be permitted to retain reproducible copies of all such documents and following completion of the project, the original of all such documents shall be provided to City. Should City use the documents for any purpose other than this project, the City will issue a release of liability. 2 of 6 8. ARBITRATION: Controversies or claims arising out of or relating to this Agreement, or the breach thereof, shall be finally settled by arbitration conducted in Los Angeles, California in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association with consent given to the full use of discovery proceedings provided for use in civil actions in the California Code of Civil Procedure. No demand for arbitration shall be made after institution of legal or equitable proceedings would be barred by the applicable statute of limitations. The arbitrator(s) shall not vary, modify, or alter the terms and provisions of this Agreement. Judgment upon the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. 9. INDEMNIFICATION: Consultant agrees to indemnify, defend and save City 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 performance of or failure to perform the work or other obligations of this Agreement, or are caused or claim to be caused by the acts or omissions of Consultant, its agents or employees, and all expenses of investigating and defending against same; providing, however, that this indemnification and hold harmless shall not include any claim arising from the sole negligent or willful misconduct of the City, its agents or employees. This indemnification and hold harmless shall remain in effect and survive the temporary suspension or completion of the project contemplated under this Agreement. 10. EQUAL OPPORTUNITY: Consultant agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, marital status, or handicap. Consultant agrees to take affirmative action to assure that applicants are employed or retained, and that employees are treated without regard to their race, color, religion, sex, national origin, ancestry, marital status, or handicap. Such action shall include, but not be limited to, recruitment or recruitment advertising, layoff or termination, rates of pay or other form of compensation, and selection for training. 11. WARRANTY: Consultant shall perform services in accordance with generally accepted principles and practices. Consultant shall use that degree of care and skill ordinarily exercised under similar circumstances by members of its profession. a. General Liability and Property Damage Insurance. During the entire term of this Agreement, Consultant agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly from any act or activities of City or Consultant, its subcontractors or any person acting for City, or Consultant or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of City, or Consultant, or its subcontractors, or any person acting for City or Consultant, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general 3of6 liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the following minimum limits: A combined single limit policy with coverage limits in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. If the operation under this Agreement results in an increased or decreased risk in the opinion of City, then Consultant agrees that the minimum limits herein above designated shall be changed accordingly upon request by City. Consultant agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subcontractors, or the activities of any person or persons for which Consultant is otherwise responsible. b. Worker's Compensation Insurance. Consultant shall procure and maintain, at its sole expense, Worker's Compensation Insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Consultant in the course of carrying out the within Agreement. c. Automotive Insurance. Consultant shall procure and maintain, at its sole expense, throughout the term of this Agreement any extension thereof public liability and property damage insurance coverage for automotive equipment with coverage limits of not less $500,000 combined single limit. Consultant's employees are not authorized to use his or her personal motor vehicle in the performance of work unless such coverage is provided. All such insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. d. Professional Liability Insurance. Consultant shall maintain professional liability insurance which provides coverage for negligent professional acts, errors, or omission for which Consultant is legally liable, in the amount of $1,000,000 per claim and in aggregate which arise from the performance of professional services by Consultant under this Agreement. The policy shall provide for coverage of claims occurring during the term of the policy.. e. Miscellaneous Insurance Requirement: A Certificate of Insurance, or an appropriate insurance binder, evidencing the above insurance coverage with a company acceptable to City, shall be submitted by Consultant prior to execution of this Agreement on behalf of City. 4of6 The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Consultant's name and shall be compensated by Consultant for the cost of the insurance premiums upon receipt of Consultant of written notice that the premiums have been paid. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they are as additional insured thereon. 13. CONSULTANT STAFF: City shall, throughout the life of this Agreement, have the right of reasonable rejection and approval of staff or subcontractors assigned to the work by Consultant. If City reasonably rejects staff or subcontractors, Consultant must provide replacement staff or subcontractors satisfactory to City in a timely manner and at no additional cost to City. The day-to-day supervision and control of Consultant's employees and subcontractors is the sole responsibility of Consultant. Subcontracts entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable. 14. REVIEW AND COMMENT; Consultant's work is subject to approval prior to final acceptance by City. Approval will be limited to a general review for conformity to Agreement requirements. Approval by City shall in no way relieve Consultant from its sole responsibility for the accuracy and completeness of work, and for providing all work in accordance with the terms of this Agreement. 15. COMPENSATION: City agrees to compensate Consultant for services on a time and material basis. The total cost of this project is $30,000.00, The City agrees to compensate the Consultant for additional work not mentioned in Exhibit 'W'of this Agreement. The total payment under this agreement including the payment for any additional work shall not exceed $32,000 without prior written approval. Consultant shall maintain and submit to City itemized records substantiating services performed including the dates, times and description of work. Invoices may be submitted monthly for work performed with a progress report of completed work. Compensation for that portion of the work which is undisputed will normally be made within 30 days upon receipt of invoice. If payment for undisputed work is not received by City, within 30 days upon receipt of invoice, Consultant may suspend all work until payment is received, or terminate the unperformed portion of this Agreement, 5of6 16. TERMINATION: This Agreement may be terminated with or without cause by City at any time. This Agreement may be terminated by Consultant only by providing City with written notice no less than 30 days in the advance of such termination. In the event of termination, Consultant will be compensated for services performed up to the point of termination. Compensation of work in progress will be prorated as to the percentage or progress completed at the date of termination. 17. ATTORNEY FEES: If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable attorney fees, which may be set by the court in the same action or in a separate action for that purpose, in addition to any other relief to which that party may be entitled. IN WITNESS WHEREOF, the parties hereto for themselves, their heirs, executors, administrators, successors, and assigns, do hereby agree to the full performance of the covenants herein contained and have caused this Contract Agreement to be executed in triplicate by setting hereunto their names, titles, hands, and seals, this day of , 19. CONSULTANT Consultant Name: JHK & ASSOCIATES Inc. Address: 301 North Lake Avenue, Suite 900 Pasadena, California 91101-4109 Telephone: (818) 585-0365 Fax: (818) 584-9114 Federal Tax Identification No.: ALL SIGNATURES MUST BE Signed Bya WITNESSED BY NOTARY Print Name: (ATTACH JURATS) Print Title: CITY: Attest: City Manager of the City of Santa Clarita City Clerk of the City of Santa Clarita Date Approved as to Form: NB:lkl ,roff.v a,1.2.nmb City Attorney of the City of Santa Clarita Date 6of6 EXHIBIT "A" JHK & Assoclates. Inc S"we 900 301 North Lake Avenue Pasadepa, California 91101 4 109 818 585'-0365 818 584.:9114.... May 25, 1995 RECEIVED Mr. Bahman Janka, P -E. MAY 3 0 1995 City Traffic Engineer TRAFFIC DIVISION City of Santa Clarita 23920 Valencia Blvd., Suite 300 Santa Clarita, CA 91355 Subject: Traffic Signal System Phase II Dear Mr. Janka: Al JHK & Associates An SAIC Company The following is a brief summary of the discussion that we had relative to the Traffic Signal System Feasibility Study that JHK & Associates is currently engaged in. The discussion was focused on the items of work that were determined essential for the. success of the implementation of the City of Santa Clarita Traffic Signal System and that were not part of scope of work of Phase I of the project. Following is a list of most essential tasks that require immediate attention to allow the. City to effectively and most efficiently implement the Proposed Traffic Signal System; A. Installation of Interconnect between Traffic Control Center and the Field Installations. The City of Santa Clarita has been very successful in obtaining State/Federal funding to continue its ambitious task of interconnecting City -owned traffic signal controller cabinets. This effort is the first step towards a complete, city-wide, communications network that is necessary to provide communication links between the proposed traffic control center and the field installed signal hardware. As discussed earlier, the missing link between the Geld installation and the City Hall is the interconnect between the City Hall building and the adjacent signal installation at the intersection of Valencia Boulevard and Citrus Street. It is recommended that this critical link be established at the earliest possible time to allow the City maximum flexibility and operational efficiency in its traffic management program, especially in traffic signal operations and control. It is estimated that the "cost of engineering services for preparing construction documents (Plans, specifications and cost estimates), to connect the signal installation at the intersection of Valencia Boulevard and Citrus iStreet with the Traffic Signal Control Center in the City Hall building will not exceed six thousand two hundred dollars ($6,200).. 1 of 3 Mr; Janka May 25; 1995 Page two B. Standard for Installation of Vehicle Detectors Essential part of traffic operations and management is the accuracy of vehicle detection. Currently, the City of Santa Clarita is installing new traffic signals and is upgrading existing signal installations. The City has, in the past, used various standards (State, County, other) to determine the layout and positioning of loop detectors in relationship with the street and intersection alignment and layout. Using different standards at different intersections can result in inefficiency in traffic signal operations and :maintenance and also can create unnecessary record keeping problems. Above all, having a uniform detector installation, layout throughout the signalized intersections of the City helps in accurate vehicle detection and therefore helps in overall system performance. As discussed earlier, it is recommended that the City of Santa Clarita establishes its own standards for vehicular detector installation that will be used for new signal installations and future signal upgrading projects. The detector installation standards should address the location of detectors and when it is advantageous to use detectors other than inductive loop detectors such as machine vision detection system. It is estimated that the cost of preparing standard drawings and sketches for a complete vehicle detector installation layout and guidelines for use of various types ofvehicular detectors for the City of Santa Clarita will not exceed five thousand seven hundred dollars ($5,700). C; Closed Circuit -Television, System Communication Design. Phase -I of the Traffic Signal System Feasibility Study out the work required for the communication system design (Section 2.4 Task 3 -Communications Media Study), The outcome of this study will provide a set of recommendations for a master plan for interconnecting thesignals in the City. The proposal for Phase -I also states that: "The chapter will serve as a basis for development of detailed communications plans and specifications, in the next phase of the project. At this time, the need for detailed communication design is necessary for the inclusion of communication cables and equipment for the possible future visual surveillance, of key intersections in the City, using closed circuit television (CCTV) system., 2of3 Mr. Janka May 95, 1995 Page three The CCTV systems require specialized communication equipment and cable that are designed to hring vixen images to the Control Center for monitoring purposes. It is necessary that, prior to the completion of Phase -I study, potential CCTV surveillance locations in tlrc City be idcntified, axe apmilic uccds for communication hardware be specified, and provisions be made for overall system communication design to accommodate these needs. Failure to incorporate such needs could result into costly revisions to the overall communication system design, specified in the Phi -e-1 of this study. It is recommended that communication system design, specified in Phase -I of the City of Santa Clarka'I raffic Signal System Feasibility Study, be modified to accomanodate future inclusion of CCTV system cameras at critical intersections, as determined by the City, and that the overall traffic signal system communication media study address the specific needs for CCTV communication equipment, cable and system design features necessary for a complete communication system_ It is estimated that the work required for a complete CCTV System communication design that includes equipment specifications, cable and installation specifications, as described above, will not exceed eighteen thousand dollars (S 18,000). Should you have any questions, please do not hesitate to contact me Very truly yours, JHK & ASSOCIATES Setup Uer-Bog ossian Associate Vice President SDB/nh cc: AC/File 60043 3of3