Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2016-235 1 RESOLUTION NO. 2016-235
2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF
3 SAN BERNARDINO AUTHORIZING THE EXECUTION OF COOPERATIVE
AGREEMENT NO. 16-1001398 BETWEEN SAN BERNARDINO ASSOCIATED
4 GOVERNMENTS (SANBAG) AND THE CITY OF SAN BERNARDINO FOR SAN
BERNARDINO VALLEY COORDINATED TRAFFIC SIGNAL SYSTEM
5 OPERATION AND MAINTENANCE (LOCAL AGENCY RETIMING)
6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE
7 CITY OF SAN BERNARDINO AS FOLLOWS:
8 SECTION 1. The City Manager is hereby authorized and directed to execute
9 Cooperative Agreement No. 16-1001398 with San Bernardino Associated Governments
10
(SANBAG) for the operation and maintenance (Local Agency Retiming) for San Bernardino
11
12 Valley Coordinated Traffic Signal System. A copy of said Cooperative Agreement is attached
13 and incorporated herein as Exhibit"A."
14 SECTION 2. The authorization to execute the above-referenced Cooperative
15 Agreement is rescinded if the parties to the agreement fail to execute and return the agreement
16
to the Office of the City Clerk within ninety (90) days of the passage of this resolution.
17
18
19
20
///
21
22
23
24 ///
25
26
///
27
28
1
1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF
2 SAN BERNARDINO AUTHORIZING THE EXECUTION OF COOPERATIVE
AGREEMENT NO. 16-1001398 BETWEEN SAN BERNARDINO ASSOCIATED
3 GOVERNMENTS (SANBAG) AND THE CITY OF SAN BERNARDINO FOR SAN
BERNARDINO VALLEY COORDINATED TRAFFIC SIGNAL SYSTEM
4 OPERATION AND MAINTENANCE (LOCAL AGENCY RETIMING)
5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor
6
and Common Council of the City of San Bernardino at a joint regular meeting thereof, held on
7
8 the 7 t day of November, 2016, by the following vote, to wit:
9 Council Members: AYES NAYS ABSTAIN ABSENT
10 MARQUEZ X
11
BARRIOS X
12
13 VALDIVIA X
14 SHORETT X
15 NICKEL X
16 RICHARD X
17 MULVIHILL X
18
19
20 GeorgeanAanna, CM C4, City Clerk
21 The foregoing Resolution is hereby approved this `� day of November, 2016.
22
23
24 R. Carey Da s, Mayor
City of San ernardino
25 Approved as to form:
26 Gary D. Saenz, City Attorney
27 By:
28 L�D
2
2016-235
Cooperative Agreement No. 16-1001398
COOPERATIVE AGREEMENT NO. 16-1001398
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF SAN BERNARDINO
FOR
SAN BERNARDINO VALLEY COORDINATED TRAFFIC SIGNAL SYSTEM
Operation and Maintenance
(LOCAL AGENCY RETIMING)
THIS Cooperative Agreement (hereinafter "AGREEMENT") is made and entered into by
and between the San Bernardino County Transportation Authority (hereinafter referred to as
"AUTHORITY") and the City of San Bernardino, (hereinafter "CITY"). CITY and
AUTHORITY may be referred to herein as a"PARTY" and collectively "PARTIES".
I. RECITALS
A. WHEREAS, on September 1, 1999, the AUTHORITY approved development of the San
Bernardino Valley Coordinated Traffic Signal System (SBVCTSS) to be implemented
over a 10-year period. AUTHORITY worked with CITY, California Department of
Transportation ("Caltrans"), and other local agencies to implement a multijurisdictional
plan for interconnecting and coordinating traffic signals in the San Bernardino Valley.
The goal of the SBVCTSS is to decrease arterial travel times, congestion and pollution;
B. WHEREAS, in 2002 starting with the SBVCTSS Master Plan, PARTIES, Caltrans and
the other local agencies implemented signal coordination on major arterial corridors on a
valley-wide scale in various phases designated as Tiers 1, 2, 3 and 4, and included over
1,250 signalized intersections controlled by fifteen (15) cities, the County of San
Bernardino and Caltrans. Both the Tiers 1 and 2 phase (completed in 2008) and Tiers 3
and 4 phase (completed in 2012), at system "turn-on", showed significant improvements
in arterial travel times and reductions in stops and delays;
C. WHEREAS, in July 2011, the AUTHORITY entered into individual Memorandums of
Understanding (MOU) with the CITY, and other local agencies, which define the roles
and responsibilities for the continual operation and maintenance of the SBVCTSS; these
MOUs are collectively known as AUTHORITY's MOU C11223;
D. WHEREAS, the PARTIES desire that this Cooperative Agreement supersede MOU
C11223;
E. WHEREAS, the SBVCTSS is an intricate system requiring constant monitoring and
maintenance to ensure maximum benefits;
Page 1 of 12
EXHIBIT"A"
2016-235
Cooperative Agreement No. 16-1001398
F. WHEREAS, to obtain maximum benefit of the systems, the PARTIES would like to enter
into this Agreement to ensure the SBVCTSS continues to operate in an efficient manner,
including maintaining traffic signal coordinated timing across jurisdictional boundaries,
in a continual effort to reduce delays and improve travel times, mobility and air quality
in the San Bernardino Valley;
G. WHEREAS, to assist in obtaining the maximum benefit of the system, the PARTIES
wish to work in partnership to maintain the system corridors listed in Table 1 attached
hereto, by conducting a periodic assessment (hereinafter referred to as "Assessment
Program");
H. WHEREAS, industry standards recommend timing to be updated every 3 to 5 years
depending on changes in traffic volumes and patterns and roadway geometric
improvements, and without updating the coordinated timing the benefits of SBVCTSS
diminish;
1. WHEREAS, to obtain the benefit of updated coordinated timing, the PARTIES propose
updating and implementing revised timing plans for the SBVCTSS corridors listed in
Table 2 attached hereto, including coordination with Caltrans on their owned signals on
these corridors (hereinafter referred to as "Timing Project");
J. WHEREAS the SBVCTSS may require unique support services not normally provided
by CITY to address major SBVCTSS coordination issues (hereinafter referred to as
"Support Services");
K. WHEREAS, PARTIES want to continue operation and maintenance of the SBVCTSS for
another three (3) years with an option to extend two (2) more years to ensure the
SBVCTSS continues to operate as planned in an efficient manner, with communication
and cooperation among AUTHORITY and CITY, to maintain the benefits the system
affords to the traveling public; and
L. WHEREAS, this AGREEMENT does not transfer ownership nor does it transfer any
legal responsibilities associated with ownership, operation and maintenance of the
existing and future improvements from current owners unless specifically stated below.
NOW, THEREFORE, the PARTIES agree as follows:
11. EFFECTIVE DATE/TERM
THIS AGREEMENT shall be effective as of the date executed by the parties and shall terminate
when the AUTHORITY's annual reimbursement as described in Section 111, Subsection C is
complete or five years whichever is earlier, unless earlier terminated in accordance with this
Agreement. The indemnification and defense obligations and any other terms that contemplate
obligations lasting beyond the termination date shall survive termination of this Agreement. This
Agreement may be terminated at any time upon thirty (30) days written notice by either party.
The terms of this Agreement shall remain in force unless mutually amended in writing. The
duration of this Agreement may be extended with the written consent of both parties.
Page 2 of 12
2016-235
Cooperative Agreement No. 16-1001398
III. AUTHORITY RESPONSIBILITIES:
AUTHORITY agrees:
A. To be the lead agency for the Assessment Program and Support Services, including the
selection and retention of consultants, contractors, and coordination with the other Local
Agencies for the Assessment Program and Support Services. Performance of services
under these consultant and/or contractor contracts shall be subject to the technical
direction of the AUTHORITY's Director of Project Delivery, or his designee, with input
and consultation from CITY.
B. In support of the PROJECT, to;
i. Reimburse the CITY for 50% of the funding for the CITY-incurred Timing Project
costs up to a maximum cost of TWO THOUSAND DOLLARS ($2,000) per
signal. The Timing Project costs may include CITY management costs as
described in Section IV.B. The total Timing Project costs shall not exceed SEVEN
HUNDRED FIFTY TWO THOUSAND DOLLARS ($752,000). The
AUTHORITY's funding of the Timing Project will be limited to the extent of
available funding.
C. To administer the Assessment Program, to:
i. Provide a FIVE HUNDRED DOLLAR ($500) annual reimbursement to the CITY
for each CITY signal on the SBVCTSS corridors listed in Table 1 found to be
coordinated as described in Attachment A during AUTHORITY's semi-annual
assessment. The AUTHORITY will provide the annual reimbursement for three
years, with an option, at AUTHORITY's sole discretion, to extend the period by
an additional two years, from the date AUTHORITY deems the corridor
coordinated. For a corridor found not coordinated as described in Attachment A for
two consecutive assessments, the CITY will not receive the annual reimbursement
for the corridor and will not have the annual reimbursement reinstated until the
corridor is found to be coordinated in a subsequent assessment.
ii. Perform and fund 100% of the semi-annual assessment as described by Attachment
A.
D. As the lead of the Support Services,to:
i. Provide and fund 100% of the cost for on-call Support Services to assist the CITY
on a case-by-case basis to address major traffic signal coordination and related
communication system issues on the SBVCTSS corridors listed in Table 1 that
cannot be resolved by the CITY. Support Services includes training, a maximum
of once per year, for CITY staff in the use and maintenance of coordinated traffic
signal system equipment and software. These extra Support Services will be
considered upon written request from the CITY to AUTHORITY, and if granted at
the discretion of the AUTHORITY, will not alleviate the CITY's responsibility for
daily operations and maintenance of the signal timing equipment and
communications.
Page 3 of 12
2016-235
Cooperative Agreement No. 16-1001398
E. To designate a Project Manager to represent AUTHORITY through whom all
communications with the CITY shall be channeled.
F. To perform the services in accordance with State and Federal standards and practices as
applicable.
G. To assist in responding to public inquiries regarding the signal timing plans for the
corridors.
H. To be responsible for its own administrative and management cost for the Timing Project,
Assessment Program and Support Services.
IV. CITY'S RESPONSIBILITIES
CITY agrees:
A. To be the lead agency for the Timing Project, including assignment of the City's staff, the
selection and retention of consultants, contractors, and coordination with other Local
Agencies. Performance of services under these consultant and/or contractor contracts
shall be subject to the technical direction of the CITY's City Engineer, or his designee,
with input and consultation from AUTHORITY.
B. Provide 50% of the Timing Project cost up to TWO THOUSAND DOLLARS ($2,000)
and 100% of costs that exceed TWO THOUSAND DOLLARS ($2,000) per signal from
sources at the discretion of the CITY, such as Local Funds, Measure I Valley Major
Street or Measure I Local Street. The Timing Project cost may include a CITY
management cost not to exceed 10% of Signal System City's staff/Consultant cost. The
total CITY's contribution shall not exceed THREE HUNDRED SEVENTY SIX
THOUSAND DOLLARS ($376,000). The CITY's funding of the Timing Project will be
limited to the extent of available funding.
C. As the lead of the Timing Project,to:
i. Provide AUTHORITY with a schedule to complete the Timing Project.
ii. Implement revised timing plans.
iii. Provide AUTHORITY with the signal coordinated timing plan, and the Before and
After Study results.
D. In support of the Assessment Program, to;
i. Provide read-only remote access to AUTHORITY's consultant to CITY's Central
System to assess communication and coordination of SBVCTSS corridors.
ii. Provide, maintain and operate traffic signal communication equipment between
traffic signals, the Traffic Management Center as well as remote access to CITY's
Traffic Management Center.
iii. For a corridor found not coordinated as described in Attachment A for two
consecutive assessments, the CITY acknowledges it will not receive the annual
Page 4of12
2016-235
Cooperative Agreement No. 16-1001398
reimbursement for the corridor and will not have the annual reimbursement
reinstated until the corridor is found to be coordinated in a subsequent assessment.
E. In support of Support Services, to;
i. Request in writing to AUTHORITY on-call support services to assist the CITY on
a case-by-case basis to address major traffic signal coordination and related
communication system issues on SBVCTSS corridors eligible for reimbursement
as listed in Table 1 that cannot be resolved by the CITY. These extra services will
be considered upon written request and justification from the City to
AUTHORITY, and if granted at the discretion of the AUTHORITY, would not
alleviate the CITY's responsibility for daily operations and maintenance of the
signal timing equipment and communications.
F. To maintain a common time source (either a GPS time clock, or other highly accurate
time source) at the appropriate local controller system, field master traffic signal
controller or centralized control center for its signals along SBVCTSS arterials identified
in Table 1 and shall resynchronize the system clock time at 12:00 midnight each day.
G. If modifying existing signalized intersection or constructing new signalized intersection
on a coordinated signal system corridor, CITY shall be responsible for providing traffic
signal control equipment, traffic signal communications equipment and a signal timing
plan that is compatible with such corridor.
H. To be responsible for funding for the on-going monitoring, maintenance and timing
adjustments of SBVCTSS signals within CITY's jurisdiction.
1. To provide the AUTHORITY with updated timing plans when timing adjustments are
made.
J. To designate a responsible staff member who will be CITY's representative in attending
meetings, receiving communication, and reviewing the Timing Project and Assessment
documents.
K. To be the lead on responding to public inquiries regarding the signal timing plans for the
corridors within the CITY's jurisdiction.
V. MUTUAL RESPONSIBILITIES
A. To cooperate and coordinate with all PARTIES, adjacent Cities, Caltrans, County of San
Bernardino and other jurisdictions, their staff, contractors, consultants and vendors in
providing the services and responsibilities required under this AGREEMENT to the
extent practicable with respect to the performance hereunder.
B. To work together in good faith, using reasonable efforts to resolve any issues, changes or
disputes arising out of this AGREEMENT.
C. The Timing Project can be completed in total or in phases depending on the available
funding from both PARTIES.
Page 5of12
2016-235
Cooperative Agreement No. 16-1001398
D. Neither CITY nor any officer, director, employee or agent thereof is responsible for any
injury, damage or liability occurring or arising by reason of anything done or omitted to
be done by AUTHORITY under or in connection with any work, authority or jurisdiction
delegated to AUTHORITY under this AGREEMENT. It is understood and agreed that,
pursuant to Government Code Section 895.4, AUTHORITY shall fully defend,
indemnify and save harmless CITY its officers, directors, employees or agents from all
claims, suits or actions of every name, kind and description brought for or on account of
injury (as defined by Government Code Section 810.8) occurring by reason of anything
done or omitted to be done by AUTHORITY under or in connection with any work,
authority or jurisdiction delegated to AUTHORITY under this AGREEMENT.
E. Neither AUTHORITY nor any officer, director, employee or agent thereof is responsible
for any injury, damage or liability occurring or arising by reason of anything done or
omitted to be done by CITY under or in connection with any work, authority or
jurisdiction delegated to CITY under this AGREEMENT. It is understood and agreed
that, pursuant to Government Code Section 895.4, CITY shall fully defend, indemnify
and save harmless AUTHORITY its affiliated entities, members officers, directors,
employees or agents from all claims, suits or actions of every name, kind and description
brought for or on account of injury (as defined by Government Code Section 810.8)
occurring by reason of anything done or omitted to be done by CITY under or in
connection with any work, authority or jurisdiction delegated to CITY under this
AGREEMENT. "Its affiliated entities" as used herein shall mean the San Bernardino
Associated Governments, the San Bernardino County Transportation Commission, the
San Bernardino County Service Authority for Freeway Emergencies and the San
Bernardino County Congestion Management Agency.
F. CITY is a public entity with Professional Liability, General Liability and Automobile
Liability policies of$ 10,000,000 each and Workers' Compensation insurance coverage
in the statutory limits, to protect against liabilities arising out of the performance of the
terms, conditions or obligations of this AGREEMENT, or through self-insurance in
accordance with applicable provisions of California law. CITY shall contractually
require any contractor or consultant retained to perform Timing Project work to maintain
sufficient insurance coverage and to name AUTHORITY as an additional insured under
its Commercial General Liability and Automobile Liability Insurance Policies. If CITY
fails to maintain the required insurance coverage, AUTHORITY reserves the right to
terminate the AGREEMENT or purchase such additional insurance and bill CITY or
deduct the cost from any payments owed to CITY.
G. AUTHORITY is a public entity with Professional Liability, General Liability and
Automobile Liability policies of $10,000,000 each and Workers' Compensation
insurance coverage in the statutory limits, to protect against liabilities arising out of the
performance of the terms, conditions or obligations of this AGREEMENT.
AUTHORITY shall contractually require any contractor or consultant retained to perform
Assessments or Support Services to maintain sufficient insurance coverage and to name
CITY as an additional insured under its Commercial General Liability and Automobile
Liability Insurance Policies.
Page 6 of 12
2016-235
Cooperative Agreement No. 16-1001398
H. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT
on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES
hereto are formally bound to this AGREEMENT.
I. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
J. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
business hours to examine all PARTIES' financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
five (5) years from the later of; (a) the date on which this AGREEMENT terminates; or
(b)the date on which such book or record was created.
K. If any clause or provision of this AGREEMENT is found by a court of competent
jurisdiction to be illegal, invalid or unenforceable under applicable present or future laws,
then it is the intention of the PARTIES that the remainder of this AGREEMENT shall not
be affected but shall remain in full force and effect.
L. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized to be executed by all PARTIES. Facsimile signatures will be permitted.
M. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs D and E of this Section.
N. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
O. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally, by
reputable courier; by postage-paid and certified United States Mail (return receipt
requested) or by facsimile addressed to the relevant party at the address/fax number
stated below.
P. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made or by fax or private courier; or (b) upon
deposit into the United States Mail, postage paid and certified (return receipt requested),
if properly addressed. Notice shall be sent to the respective Party at the address
indicated below or to any other address as a Party may designate from time to time by a
notice given in accordance with this paragraph.
a. If to CITY
City of San Bernardino
300 North"D" Street
San Bernardino, CA 92418
Attn: Director of Public Works
Page 7 of 12
2016-235
Cooperative Agreement No. 16-1001398
b. If to AUTHORITY:
San Bernardino County Transportation Authority
1170 West 3�d Street, 2nd Floor
San Bernardino, CA 92410
Attention: Garry Cohoe
Director of Project Delivery
Q. The Recitals stated above are true and correct and are incorporated by this reference into
the AGREEMENT.
R. Tables 1 and 2 and Attachment A are attached to and incorporated into this
AGREEMENT.
SIGNATURES ON THE FOLLOWING PAGE:
Page 8 of 12
2016-235
Cooperative Agreement No. 16-1001398
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 16-1001398
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF SAN BERNARDINO
SAN BERNARDINO COUNTY CITY OF SAN BERNARDINO
TRANSPORTATION AUTHORITY
By: By:
Raymond W. Wolfe Mark Scott
Executive Director City Manager
Date: Date:
APPROVED AS TO FORM: APPROVED AS TO FORM:
Gary D. Saenz, City Attorney
By: B .
Eileen Monaghan Teichert
General Counsel
ATTEST:
Georgeann Hanna, City Clerk
By:
Page 9 of 12
2016-235
Cooperative Agreement No. 16-1001398
TABLE I
Corridors Eligible for Reimbursement
Limits Number of
No Arterial Street from To Signals
1 2nd Street Mt Vernon Avenue Waterman Avenue 11
2 3rd Street Waterman Avenue Palm Avenue 6
3 5th Street H Street Victoria Avenue 10
4 9th Street Medical center Del Rosa Drive 14
5 40th Street E Street Waterman Avenue 6
6 Baseline Street State Street Del Rosa Drive 20
7 Highland Avenue Medical Center SR-330 26
8 Hospitality Lane E Street Tippecanoe Avenue 11
9 Mill Street Eucalyptus Avenue Tippecanoe Avenue 18
10 Orange Show Rd - San E Street Richardson Street 7
Bernardino Ave
11 Redlands Boulevard Hunts Lane Waterman Avenue 3
12 Rialto Avenue Pepper Avenue Tippecanoe Avenue 15
13 Washington Street Wier Road Waterman Avenue 2
14 Arrowhead Avenue* Orange Show Road Marshall Boulevard 10
15 Del Rosa Drive-Avenue* 3rd Street Lynwood Drive 8
16 E Street- Kendall Drive* Hospitality Lane Palm Avenue 28
17 Inland Center Drive* I Street E Street 3
18 Mt Vernon Avenue* Highland Avenue Highland Avenue 7
19 Pepper Avenue* Randall Avenue Rialto Avenue 1
20 Tippecanoe Avenue* Hospitality Lane Mill Street 7
21 Waterman Avenue* Parton Road 40th Street 13
Total Number of Signals* 226
Note: Traffic signals added to an"Arterial Street"within the"Limits"as described by Table I after the
execution of this Agreement may be added to Table 1 without an amendment.
* Signals at Intersecting Arterials are counted once.
Page 10 of 12
2016-235
Cooperative Agreement No. 16-1001398
Table Z
Corridors Receiving Timing Plan Update
Limits Number of
No. Arterial Street From To Signals
1 2nd Street Mt Vernon Avenue Waterman Avenue 11
2 3rd Street Waterman Avenue Palm Avenue 6
3 5th Street H Street Victoria Avenue 10
4 9th Street Medical center Del Rosa Drive 14
5 40th Street E Street Waterman Avenue 6
6 Baseline Street State Street Del Rosa Drive 20
7 Highland Avenue Medical Center SR-330 26
8 Mill Street Eucalyptus Avenue Tippecanoe Avenue 18
9 Orange Show Rd - San E Street Richardson Street 7
Bernardino Ave
10 Redlands Boulevard Hunts Lane Waterman Avenue 3
11 Rialto Avenue Pepper Avenue Tippecanoe Avenue 15
12 Washington Street Wier Road Waterman Avenue 2
13 Arrowhead Avenue* Orange Show Road Marshall Boulevard 10
14 Del Rosa Drive-Avenue* 3rd Street Lynwood Drive 8
15 Inland Center Drive* I Street E Street 3
16 Mt Vernon Avenue* Highland Avenue Highland Avenue 7
17 Pepper Avenue* Randall Avenue Rialto Avenue 1
18 Tippecanoe Avenue* Hospitality Lane Mill Street 7
19 Waterman Avenue* Parton Road 40th Street 14
Total Number of Signals* 188
Note: Traffic signals added to an"Arterial Street"within the"Limits"as described by Table 2 after the
execution of this Agreement may be added to Table 2 without an amendment.
* Signals at Intersecting Arterials are counted once.
Page 11 of 12
2016-235
Cooperative Agreement No. 16-1001398
Attachment A
Semi-Annual Assessment Criteria
A corridor is deemed to be coordinated and in compliance to receive the annual reimbursement
per signal if the following criteria are met:
A. Traffic signal communication equipment between traffic signals and the Traffic
Management Center, if operational at the completion of SBVCTSS Tiers 1 thru 4, and
remote access to CITY's Traffic Management Center are functional.
B. The traffic signal coordination plan is implemented; the coordination plan cycle
length and the timing offset between signals are per the traffic signal coordination
plan.
The following issues will be taken into consideration when determining compliance:
A. Communication failures caused by a third party, such as the communication provider.
B. When an isolated traffic signal(s) on a corridor is brought in compliance in the
following semi-annual assessment, while a different isolated traffic signal(s) is found
to be out of compliance in the same semi-annual assessment.
Page 12 of 12
2016-235
Cooperative Agreement No. 16-1001398
COOPERATIVE AGREEMENT NO. 16-1001398
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF SAN BERNARDINO
FOR
SAN BERNARDINO VALLEY COORDINATED TRAFFIC SIGNAL SYSTEM
Operation and Maintenance
(LOCAL AGENCY RETIMING)
THIS Cooperative Agreement (hereinafter "AGREEMENT") is made and entered into by
and between the San Bernardino County Transportation Authority (hereinafter referred to as
"AUTHORITY") and the City of San Bernardino, (hereinafter "CITY"). CITY and
AUTHORITY may be referred to herein as a"PARTY" and collectively "PARTIES".
I. RECITALS
A. WHEREAS, on September 1, 1999, the AUTHORITY approved development of the San
Bernardino Valley Coordinated Traffic Signal System (SBVCTSS) to be implemented
over a 10-year period. AUTHORITY worked with CITY, California Department of
Transportation ("Caltrans"), and other local agencies to implement a multijurisdictional
plan for interconnecting and coordinating traffic signals in the San Bernardino Valley.
The goal of the SBVCTSS is to decrease arterial travel times, congestion and pollution;
B. WHEREAS, in 2002 starting with the SBVCTSS Master Plan, PARTIES, Caltrans and
the other local agencies implemented signal coordination on major arterial corridors on a
valley-wide scale in various phases designated as Tiers 1, 2, 3 and 4, and included over
1,250 signalized intersections controlled by fifteen (15) cities, the County of San
Bernardino and Caltrans. Both the Tiers 1 and 2 phase (completed in 2008) and Tiers 3
and 4 phase (completed in 2012), at system "turn-on", showed significant improvements
in arterial travel times and reductions in stops and delays;
C. WHEREAS, in July 2011, the AUTHORITY entered into individual Memorandums of
Understanding (MOU) with the CITY, and other local agencies, which define the roles
and responsibilities for the continual operation and maintenance of the SBVCTSS; these
MOUs are collectively known as AUTHORITY's MOU C11223;
D. WHEREAS, the PARTIES desire that this Cooperative Agreement supersede MOU
C 11223;
E. WHEREAS, the SBVCTSS is an intricate system requiring constant monitoring and
maintenance to ensure maximum benefits;
Page 1 of 12
2016-235
Cooperative Agreement No. 16-1001398
F. WHEREAS, to obtain maximum benefit of the systems, the PARTIES would like to enter
into this Agreement to ensure the SBVCTSS continues to operate in an efficient manner,
including maintaining traffic signal coordinated timing across jurisdictional boundaries,
in a continual effort to reduce delays and improve travel times, mobility and air quality
in the San Bernardino Valley;
G. WHEREAS, to assist in obtaining the maximum benefit of the system, the PARTIES
wish to work in partnership to maintain the system corridors listed in Table 1 attached
hereto, by conducting a periodic assessment (hereinafter referred to as "Assessment
Program");
H. WHEREAS, industry standards recommend timing to be updated every 3 to 5 years
depending on changes in traffic volumes and patterns and roadway geometric
improvements, and without updating the coordinated timing the benefits of SBVCTSS
diminish;
I. WHEREAS, to obtain the benefit of updated coordinated timing, the PARTIES propose
updating and implementing revised timing plans for the SBVCTSS corridors listed in
Table 2 attached hereto, including coordination with Caltrans on their signals on these
corridors (hereinafter referred to as "Timing Project");
J. WHEREAS the SBVCTSS may require unique support services not normally provided
by CITY to address major SBVCTSS coordination issues (hereinafter referred to as
"Support Services");
K. WHEREAS, PARTIES want to continue operation and maintenance of the SBVCTSS for
another three (3) years with an option to extend two (2) more years to ensure the
SBVCTSS continues to operate as planned in an efficient manner, with communication
and cooperation among AUTHORITY and CITY, to maintain the benefits the system
affords to the traveling public; and
L. WHEREAS, this AGREEMENT does not transfer ownership nor does it transfer any
legal responsibilities associated with ownership, operation and maintenance of the
existing and future improvements from current owners unless specifically stated below.
NOW, THEREFORE, the PARTIES agree as follows:
II. EFFECTIVE DATE/TERM
THIS AGREEMENT shall be effective as of the date executed by the parties and shall terminate
when the AUTHORITY's annual reimbursement as described in Section III, Subsection C is
complete or five years whichever is earlier, unless earlier terminated in accordance with this
Agreement. The indemnification and defense obligations and any other terms that contemplate
obligations lasting beyond the termination date shall survive termination of this Agreement. This
Agreement may be terminated at any time upon thirty (30) days written notice by either party.
The terms of this Agreement shall remain in force unless mutually amended in writing. The
duration of this Agreement may be extended with the written consent of both parties.
Page 2 of 12
2016-235
Cooperative Agreement No. 16-1001398
III. AUTHORITY RESPONSIBILITIES:
AUTHORITY agrees:
A. To be the lead agency for the Assessment Program and Support Services, including the
selection and retention of consultants, contractors, and coordination with the other Local
Agencies for the Assessment Program and Support Services. Performance of services
under these consultant and/or contractor contracts shall be subject to the technical
direction of the AUTHORITY's Director of Project Delivery, or his designee, with input
and consultation from CITY.
B. In support of the PROJECT, to;
i. Reimburse the CITY for 50% of the funding for the CITY-incurred Timing Project
costs up to a maximum cost of TWO THOUSAND DOLLARS ($2,000) per
signal. The Timing Project costs may include CITY management costs as
described in Section IV.B. The total Timing Project costs shall not exceed SEVEN
HUNDRED FIFTY TWO THOUSAND DOLLARS ($752,000). The
AUTHORITY's funding of the Timing Project will be limited to the extent of
available funding.
C. To administer the Assessment Program, to:
i. Provide a FIVE HUNDRED DOLLAR ($500) annual reimbursement to the CITY
for each CITY signal on the SBVCTSS corridors listed in Table 1 found to be
coordinated as described in Attachment A during AUTHORITY's semi-annual
assessment. The AUTHORITY will provide the annual reimbursement for three
years, with an option, at AUTHORITY's sole discretion, to extend the period by
an additional two years, from the date AUTHORITY deems the corridor
coordinated. For a corridor found not coordinated as described in Attachment A for
two consecutive assessments, the CITY will not receive the annual reimbursement
for the corridor and will not have the annual reimbursement reinstated until the
corridor is found to be coordinated in a subsequent assessment.
ii. Perform and fund 100% of the semi-annual assessment as described by Attachment
A.
D. As the lead of the Support Services, to:
i. Provide and fund 100% of the cost for on-call Support Services to assist the CITY
on a case-by-case basis to address major traffic signal coordination and related
communication system issues on the SBVCTSS corridors listed in Table 1 that
cannot be resolved by the CITY. Support Services includes training, a maximum
of once per year, for CITY staff in the use and maintenance of coordinated traffic
signal system equipment and software. These extra Support Services will be
considered upon written request from the CITY to AUTHORITY, and if granted at
the discretion of the AUTHORITY, will not alleviate the CITY's responsibility for
daily operations and maintenance of the signal timing equipment and
communications.
Page 3 of 12
2016-235
Cooperative Agreement No. 16-1001398
E. To designate a Project Manager to represent AUTHORITY through whom all
communications with the CITY shall be channeled.
F. To perform the services in accordance with State and Federal standards and practices as
applicable.
G. To assist in responding to public inquiries regarding the signal timing plans for the
corridors.
H. To be responsible for its own administrative and management cost for the Timing Project,
Assessment Program and Support Services.
IV. CITY'S RESPONSIBILITIES
CITY agrees:
A. To be the lead agency for the Timing Project, including assignment of the City's staff, the
selection and retention of consultants, contractors, and coordination with other Local
Agencies. Performance of services under these consultant and/or contractor contracts
shall be subject to the technical direction of the CITY's City Engineer, or his designee,
with input and consultation from AUTHORITY.
B. Provide 50% of the Timing Project cost up to TWO THOUSAND DOLLARS ($2,000)
and 100% of costs that exceed TWO THOUSAND DOLLARS ($2,000) per signal from
sources at the discretion of the CITY, such as Local Funds, Measure I Valley Major
Street or Measure I Local Street. The Timing Project cost may include a CITY
management cost not to exceed 10% of Signal System City's staff/Consultant cost. The
total CITY's contribution shall not exceed THREE HUNDRED SEVENTY SIX
THOUSAND DOLLARS ($376,000). The CITY's funding of the Timing Project will be
limited to the extent of available funding.
C. As the lead of the Timing Project, to:
i. Provide AUTHORITY with a schedule to complete the Timing Project.
ii. Implement revised timing plans.
iii. Provide AUTHORITY with the signal coordinated timing plan, and the Before and
After Study results.
D. In support of the Assessment Program, to;
i. Provide read-only remote access to AUTHORITY's consultant to CITY's Central
System to assess communication and coordination of SBVCTSS corridors.
ii. Provide, maintain and operate traffic signal communication equipment between
traffic signals, the Traffic Management Center as well as remote access to CITY's
Traffic Management Center.
iii. For a corridor found not coordinated as described in Attachment A for two
consecutive assessments, the CITY acknowledges it will not receive the annual
Page 4 of 12
2016-235
Cooperative Agreement No. 16-1001398
reimbursement for the corridor and will not have the annual reimbursement
reinstated until the corridor is found to be coordinated in a subsequent assessment.
E. In support of Support Services, to;
i. Request in writing to AUTHORITY on-call support services to assist the CITY on
a case-by-case basis to address major traffic signal coordination and related
communication system issues on SBVCTSS corridors eligible for reimbursement
as listed in Table 1 that cannot be resolved by the CITY. These extra services will
be considered upon written request and justification from the City to
AUTHORITY, and if granted at the discretion of the AUTHORITY, would not
alleviate the CITY's responsibility for daily operations and maintenance of the
signal timing equipment and communications.
F. To maintain a common time source (either a GPS time clock, or other highly accurate
time source) at the appropriate local controller system, field master traffic signal
controller or centralized control center for its signals along SBVCTSS arterials identified
in Table 1 and shall resynchronize the system clock time at 12:00 midnight each day.
G. If modifying existing signalized intersection or constructing new signalized intersection
on a coordinated signal system corridor, CITY shall be responsible for providing traffic
signal control equipment, traffic signal communications equipment and a signal timing
plan that is compatible with such corridor.
H. To be responsible for funding for the on-going monitoring, maintenance and timing
adjustments of SBVCTSS signals within CITY's jurisdiction.
I. To provide the AUTHORITY with updated timing plans when timing adjustments are
made.
J. To designate a responsible staff member who will be CITY's representative in attending
meetings, receiving communication, and reviewing the Timing Project and Assessment
documents.
K. To be the lead on responding to public inquiries regarding the signal timing plans for the
corridors within the CITY's jurisdiction.
V. MUTUAL RESPONSIBILITIES
A. To cooperate and coordinate with all PARTIES, adjacent Cities, Caltrans, County of San
Bernardino and other jurisdictions, their staff, contractors, consultants and vendors in
providing the services and responsibilities required under this AGREEMENT to the
extent practicable with respect to the performance hereunder.
B. To work together in good faith, using reasonable efforts to resolve any issues, changes or
disputes arising out of this AGREEMENT.
C. The Timing Project can be completed in total or in phases depending on the available
funding from both PARTIES.
Page 5 of 12
2016-235
Cooperative Agreement No. 16-1001398
D. Neither CITY nor any officer, director, employee or agent thereof is responsible for any
injury, damage or liability occurring or arising by reason of anything done or omitted to
be done by AUTHORITY under or in connection with any work, authority or jurisdiction
delegated to AUTHORITY under this AGREEMENT. It is understood and agreed that,
pursuant to Government Code Section 895.4, AUTHORITY shall fully defend,
indemnify and save harmless CITY its officers, directors, employees or agents from all
claims, suits or actions of every name, kind and description brought for or on account of
injury (as defined by Government Code Section 810.8) occurring by reason of anything
done or omitted to be done by AUTHORITY under or in connection with any work,
authority or jurisdiction delegated to AUTHORITY under this AGREEMENT.
E. Neither AUTHORITY nor any officer, director, employee or agent thereof is responsible
for any injury, damage or liability occurring or arising by reason of anything done or
omitted to be done by CITY under or in connection with any work, authority or
jurisdiction delegated to CITY under this AGREEMENT. It is understood and agreed
that, pursuant to Government Code Section 895.4, CITY shall fully defend, indemnify
and save harmless AUTHORITY its affiliated entities, members officers, directors,
employees or agents from all claims, suits or actions of every name, kind and description
brought for or on account of injury (as defined by Government Code Section 810.8)
occurring by reason of anything done or omitted to be done by CITY under or in
connection with any work, authority or jurisdiction delegated to CITY under this
AGREEMENT. "Its affiliated entities" as used herein shall mean the San Bernardino
Associated Governments, the San Bernardino County Transportation Commission, the
San Bernardino County Service Authority for Freeway Emergencies and the San
Bernardino County Congestion Management Agency.
F. CITY is a public entity with Professional Liability, General Liability and Automobile
Liability policies of $ 10,000,000 each and Workers' Compensation insurance coverage
in the statutory limits, to protect against liabilities arising out of the performance of the
terms, conditions or obligations of this AGREEMENT, or through self-insurance in
accordance with applicable provisions of California law. CITY shall contractually
require any contractor or consultant retained to perform Timing Project work to maintain
sufficient insurance coverage and to name AUTHORITY as an additional insured under
its Commercial General Liability and Automobile Liability Insurance Policies. If CITY
fails to maintain the required insurance coverage, AUTHORITY reserves the right to
terminate the AGREEMENT or purchase such additional insurance and bill CITY or
deduct the cost from any payments owed to CITY.
G. AUTHORITY is a public entity with Professional Liability, General Liability and
Automobile Liability policies of $10,000,000 each and Workers' Compensation
insurance coverage in the statutory limits, to protect against liabilities arising out of the
performance of the terms, conditions or obligations of this AGREEMENT.
AUTHORITY shall contractually require any contractor or consultant retained to perform
Assessments or Support Services to maintain sufficient insurance coverage and to name
CITY as an additional insured under its Commercial General Liability and Automobile
Liability Insurance Policies.
Page 6 of 12
2016-235
Cooperative Agreement No. 16-1001398
H. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT
on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES
hereto are formally bound to this AGREEMENT.
1. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
J. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
business hours to examine all PARTIES' financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
five (5) years from the later of; (a) the date on which this AGREEMENT terminates; or
(b) the date on which such book or record was created.
K. If any clause or provision of this AGREEMENT is found by a court of competent
jurisdiction to be illegal, invalid or unenforceable under applicable present or future laws,
then it is the intention of the PARTIES that the remainder of this AGREEMENT shall not
be affected but shall remain in full force and effect.
L. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized to be executed by all PARTIES. Facsimile signatures will be permitted.
M. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs D and E of this Section.
N. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
O. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally, by
reputable courier; by postage-paid and certified United States Mail (return receipt
requested) or by facsimile addressed to the relevant party at the address/fax number
stated below.
P. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made or by fax or private courier; or (b) upon
deposit into the United States Mail, postage paid and certified (return receipt requested),
if properly addressed. Notice shall be sent to the respective Party at the address
indicated below or to any other address as a Party may designate from time to time by a
notice given in accordance with this paragraph.
a. If to CITY
City of San Bernardino
300 North "D" Street
San Bernardino, CA 92418
Attn: Director of Public Works
Page 7 of 12
2016-235
Cooperative Agreement No. 16-1001398
b. If to AUTHORITY:
San Bernardino County Transportation Authority
1170 West 3`d Street, 2❑d Floor
San Bernardino, CA 92410
Attention: Garry Cohoe
Director of Project Delivery
Q. The Recitals stated above are true and correct and are incorporated by this reference into
the AGREEMENT.
R. Tables 1 and 2 and Attachment A are attached to and incorporated into this
AGREEMENT.
SIGNATURES ON THE FOLLOWING PAGE:
Page 8 of 12
2016-235
Cooperative Agreement No. 16-1001398
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 16-1001398
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF SAN BERNARDINO
SAN BERNARDINO COUNTY CITY OF SAN BERNARDINO
TRANSPORTATION AUTHORITY
By: By: 14
/P—Raymond W. Wolfe Mark Scott
Executive Director City Manager
Date: l 2 - ( 3 -j�- Date: Nev.
APPROVED AS TO FORM: APPROVED AS TO FORM:
Gary D. Saenz
City Attorney
By- By.
CA-tt
Eileen Monagh Teichert
General Counsel
ATTEST:
Georgeann Hanna
City Clerk
Page 9 of 12
2016-235
Cooperative Agreement No. 16-1001398
TABLE l
r El' 'ble for dimblurs�sinent
rfr$1 SfI3f Limits �umker+ f
IV
From
Tp� Sr .11� s
1 2nd Street Mt Vernon Avenue Waterman Avenue 11
2 3rd Street Waterman Avenue Palm Avenue 6
3 5th Street H Street Victoria Avenue 10
4 9th Street Medical center Del Rosa Drive 14
5 40th Street E Street Waterman Avenue 6
6 Baseline Street State Street Del Rosa Drive 20
7 Highland Avenue Medical Center SR-330 26
8 Hospitality Lane E Street Tippecanoe Avenue 11
9 Mill Street Eucalyptus Avenue Tippecanoe Avenue 18
10 Orange Show Rd - San E Street Richardson Street 7
Bernardino Ave
11 Redlands Boulevard Hunts Lane Waterman Avenue 3
12 Rialto Avenue Pepper Avenue Tippecanoe Avenue 15
13 Washington Street Wier Road Waterman Avenue 2
14 Arrowhead Avenue* Orange Show Road Marshall Boulevard 10
15 Del Rosa Drive-Avenue* 3rd Street Lynwood Drive 8
16 E Street- Kendall Drive* Hospitality Lane Palm Avenue 28
17 Inland Center Drive* I Street E Street 3
18 Mt Vernon Avenue* Highland Avenue Highland Avenue 7
19 Pepper Avenue* Randall Avenue Rialto Avenue 1
20 Tippecanoe Avenue* Hospitality Lane Mill Street 7
21 Waterman Avenue* Parton Road 40th Street 13
Total Number of Signals* 226
Note: Traffic signals added to an "Arterial Street" within the"Limits" as described by Table 1 after the
execution of this Agreement may be added to Table 1 without an amendment.
* Signals at Intersecting Arterials are counted once.
Page 10 of 12
2016-235
Cooperative Agreement No. 16-1001398
Table 2
._ ... . . _ .
C »r id t >��ring Tirl Iii � �r d t
111,11,11- 11 11 »umber 0
Frarn 1+ E1&
1 2nd Street Mt Vernon Avenue Waterman Avenue 11
2 3rd Street Waterman Avenue Palm Avenue 6
3 5th Street H Street Victoria Avenue 10
4 9th Street Medical center Del Rosa Drive 14
5 40th Street E Street Waterman Avenue 6
6 Baseline Street State Street Del Rosa Drive 20
7 Highland Avenue Medical Center SR-330 26
8 Mill Street Eucalyptus Avenue Tippecanoe Avenue 18
9 Orange Show Rd - San E Street Richardson Street 7
Bernardino Ave
10 Redlands Boulevard Hunts Lane Waterman Avenue 3
11 Rialto Avenue Pepper Avenue Tippecanoe Avenue 15
12 Washington Street Wier Road Waterman Avenue 2
13 Arrowhead Avenue* Orange Show Road Marshall Boulevard 10
14 Del Rosa Drive-Avenue* 3rd Street Lynwood Drive 8
15 Inland Center Drive* I Street E Street 3
16 Mt Vernon Avenue* Highland Avenue Highland Avenue 7
17 Pepper Avenue* Randall Avenue Rialto Avenue 1
18 Tippecanoe Avenue* Hospitality Lane Mill Street 7
19 Waterman Avenue* Parton Road 40th Street 14
Total Number of Signals* 188
Note: Traffic signals added to an "Arterial Street" within the"Limits" as described by Table 2 after the
execution of this Agreement may be added to Table 2 without an amendment.
* Signals at Intersecting Arterials are counted once.
Page 11 of 12
2016-235
Cooperative Agreement No. 16-1001398
Attachment A
Semi-Annual Assessment Criteria
A corridor is deemed to be coordinated and in compliance to receive the annual reimbursement
per signal if the following criteria are met:
A. Traffic signal communication equipment between traffic signals and the Traffic
Management Center, if operational at the completion of SBVCTSS Tiers 1 thru 4, and
remote access to CITY's Traffic Management Center are functional.
B. The traffic signal coordination plan is implemented; the coordination plan cycle
length and the timing offset between signals are per the traffic signal coordination
plan.
The following issues will be taken into consideration when determining compliance:
A. Communication failures caused by a third party, such as the communication provider.
B. When an isolated traffic signal(s) on a corridor is brought in compliance in the
following semi-annual assessment, while a different isolated traffic signal(s) is found
to be out of compliance in the same semi-annual assessment.
Page 12 of 12