Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-91-1621 - 6/27/1991
WHEREAS, the City of Round Rock entered into a Traffic Light Synchronization Grant Agreement, Contract Number 580 TLF 6203; and WHEREAS, the reconstruction of US Highway 79 has interrupted traffic flows along Highway 79 so as to make it impossible to complete the program within the time limits of the contract; and WHEREAS, the State Department of Highways and Public Transportation has requested the termination of this contract because of the present construction; and WHEREAS, no eligible costs have been, nor will be incurred by the City of Round Rock under this contract; Now Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF ROUND ROCK, TEXAS, That the Mayor of the City of Round Rock is hereby authorized and empowered to execute in the name of the City of Round Rock an amendment to Contract Number 580 TLF 6203 which would terminate said contract. A'l I'EST: RESOLVED this o( J a of NE LAND, City Secretary RES- TRAFFIC LIGHT SYNCHRONIZATION RESOLUTION NO. /(O 1991. MIKE ROBINSON, Mayor City of Round Rock THE STATE OF TEXAS ** THE COUNTY OF TRAVIS ** AMENDMENT TO CONTRACT Traffic Light Synchronization Grant Agreement Contract Number 580TLF6203 Amendment Number 1 WHEREAS, the State of Texas, acting through the State Department of Highways and Public Transportation, hereinafter called the State, and the City of Round Rock, acting by and through its duly authorized officers, hereinafter called the Local Government, executed a contract on September 26, 1990 to effectuate their agreement authorizing a traffic light synchronization project under the Traffic Light Synchronization Program and authorized under the Oil Overcharge Restitutionary Act (Art. 4413(56)); and, WHEREAS, Article 1, Contract Period, states that this contract shall terminate twelve months from the date of final execution unless terminated or modified as setforth within the terms of this contract; and, WHEREAS, Article 12, Termination (For Convenience) of the contract specifies that if both parties to this contract agree that the continuation of the contract in whole or in part would not produce beneficial results commensurate with the further expenditure of funds, the parties shall agree upon the termination conditions, including the effective date and the portion to be terminated; and, WHEREAS, the present reconstruction of US Highway 79 east of IH -35 is estimated to take two years to complete and would transcend the grant period of this contract; and, WHEREAS, no eligible costs have been, nor will be incurred by the Local Government under this contract; and, WHEREAS, the State and the Local Government mutually agree that it is in the best interest of both parties to terminate this contract in its entirety prior to the termination date established in Article 1, NOW THEREFORE, premises considered, the State and the Local Government agree that this contract shall terminate, in its entirety, upon final execution of this amendment. Page 1 of 2 THE TRAFFIC LIGHT SYNCHRONIZATION PROGRAM AMENDMENT TO CONTRACT IN WITNESS WHEREOF, THE parties to this amendment have signed duplicate counterparts. THE LOCAL GOVERNMENT �f TV OF P.ou,Jn Ore [Na 7�pc 1 Government] B -' "" , [Signature] fT)! KE ,P. DB /N54N /'Th vow [Name and Title] ' Date 0C(/U6 at, /99/ AT ST: f By v04A0AIP 1-4/0/) . el Ty .SE f Date [Name and / Title Signature] Local Government cettifies that it has authority to enter into this contract under the provisions of • 6SOLC! TioJ 410 . 16.2/ [Legal Citation] Page 2 of 2 Contract Number 580TLF6203 Amendment Number 1 THE STATE OF TEXAS Certified as being executed for the purpose and effect of activating and /or carrying out the orders, established policies, or work programs theretofore approved and authorized by the State Highway and Public Transportation Commission under the authority of Minute Order 82513. COMMISSION RAY STOKER, JR., CHAIRMAN ROBERT H. DEDMAN WAYNE B. DUDDLESTEN Mr. Robert Bennett City Manager 229 E. Main Street Round Rock, Texas 78664 Dear Mr. Bennett: ENN:IB:sqc Enclosure STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION P.O. DRAWER 15426 AUSTIN, TEXAS 71161.5426 15121 1364641 May 31, 1991 ENGINEER - DIRECTOR ARNOLD W. OLIVER, P.E. CONTACT: Please find enclosed two amendments terminating the Traffic Light Synchronization (TLS) Contract Number 580TLF6203 for US 79. Each amendment is to be signed by the city and returned to this office for final execution. Your assistance in processing the amendments will be very much appreciated. If you have any questions, please contact Imelda Barrett at 832 -4514. Sincerely, Enoch N Needham, P.E. District Traffic Engineer An Equal Opportunity Employer . THE STATE OF TEXAS** THE COUNTY OF TRAVIS ** Contract Number 580TLF6203 TRAFFIC LIGHT SYNCHRONIZATION GRANT AGREEMENT THIS CONTRACT IS MADE BY AND BETWEEN THE STATE OF TEXAS, acting by and through the State Department of Highways and Public Transportation, hereinafter called the State and the City of Round Rock , acting by and through its duly authorized officers, hereinafter called the Local Government. WITNESSETH WHEREAS, Article 4413(56), Texas Civil Statutes, declares that the Office of the Governor may designate State agencies to supervise, manage or administer the imple- mentation of a grant program financed under the Oil Overcharge Restitutionary Act (Art. 4413(56)); and, WHEREAS, pursuant to Article 4413(56), the State Department of Highways and Public Transportation submitted a proposed grant program, hereinafter called Traffic Light Synchronization, or TLS, designed to increase energy efficiency in the movement of traffic, and the Office of the Governor did approve the proposed program, and signi- fied its approval by contract executed between the State Department of Highways and Public Transportation and the Office of the Governor dated June 1, 1989 ; and, WHEREAS, the Local Government submitted a grant application to the State describ- ing a plan to re -time a set of traffic signals in accordance with the State's instructions, and the grant application was approved by the State and the project described therein was selected for financial assistance; and, WHEREAS, it is the desire of the Local Government to enter into this grant agreement for financial assistance for the project described in the grant application in order to increase energy efficiency in the movement of traffic. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, the State and the Local Government do mutually agree as follows. Page 1 of 7 AGREEMENT Article 1. Contract Period This contract becomes effective on the date on which the final signature is added, the final signature being that of the party whose signing makes the contract fully exe- cuted by all parties hereto. The contract shall terminate twelve months from that date, unless terminated or modified as hereinafter provided. Article 2. Contract Amount The maximum amount payable to the Local Government under this contract shall not exceed $ 8,632.00 . This amount constitutes not more than 75% of the total project cost of $ 11, 936.66 The amount may be increased only if the State approves a request for additional funding submitted by the Local Government, if additional funds are available. Any such increase must be authorized in a written amendment to this contract. Article 3. Project Description Depending upon the availability of funds, the Local Government shall commence and complete a project providing for the re- timing of traffic signals within its jurisdiction. The project is fully described in the grant application, attached hereto and labeled Attachment A. The Local Government shall not perform any activity under this con- tract except as described in said Attachment A. Additional activity under this contract must be authorized in a written amendment signed by the parties hereto in which the modifications or additions to the project are fully described. The Local Government agrees to deliver the following products to the State in accord- ance with the application: • A "before" field evaluation report • Documentation of the implementation of the new timing plans • An "after" field evaluation report Failure to deliver the products as specified in the application may result in termination of this agreement as provided hereinafter. Article 4. Compensation All payments made hereunder will be made in accordance with the Approved Project Budget included in Attachment A. To be eligible for reimbursement under this con- tract, a cost must be incurred within the contract period specified in Article 1 above and be authorized in the Approved Project Budget included in Attachment A. Payment of costs incurred under this contract is further governed by the cost principles outlined in 48 CFR 1 -31, (Federal Acquisition Regulations). The Local Government agrees to submit monthly requests for reimbursement, using billing statements acceptable to the State. The original billing statement and one copy is to be submitted to the State's District Office, at the address specified on the signature page of this agreement. Page 2 of 7 Article 4. Compensation (cont.) The State will exercise good faith effort to make payments within thirty days of receipt of properly prepared and documented requests for reimbursement. All payments, however, are contingent upon the availability of appropriated funds. Article 5. Contract Amendments The Local Government may request additional funds for additional tasks to be performed under this contract, and if the request is justified by the Local Government and the State determines that the request is beneficial to the State and the Local Government and to the purpose of the grant, a written amendment is to be executed to authorize additional tasks and additional funds, if additional funds are available. The amendment shall be agreed upon by the State and Local Government. Any such amendment shall be made before the termination of the contract as specified in Article 1. The Local Government can undertake at its own expense any activities associated with the approved project, but those additional activities will not be eligible for reimbursement by the State. Article 6. Inspection of Work The State shall have the right at all reasonable times to inspect or otherwise evaluate the work performed on being performed hereunder and the premises in which it is being performed. If any inspection or evaluation is made on the premises of the Local Government or subcontractor, the Local Government shall provide and require his subcontractor to provide all reasonable facilities and assistance for the safety and convenience of the inspectors in the performance of their duties. Al] inspections and evaluations shall be performed in such a manner as will not unduly delay the work. Article 7. Disputes and Remedies The Local Government shall be responsible for the settlement of all contractual and administrative issues arising out of procurements entered in support of contract work. Disputes concerning performance or payment shall be submitted to the State for settlement with the Engineer - Director of the State Department of Highways and Public Transportation acting as referee. This agreement shall not be considered as specifying the exclusive remedy for any dispute or violation or breach of contract terms, but all remedies existing at law and in equity may be availed of by either party and shall be cumulative. Article 8. Records The Local Government agrees to maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred and work performed hereunder and shall make such materials available at its office during the contract period and for three years from the date of the final performance report under the contract. Such materials shall be made available during the specified period for inspection by the State for the purpose of making audits, examinations, excerpts, and transcriptions. Page 3 of 7 Article 9. Reporting The Local Government shall promptly advise the State in writing of events which have a significant impact upon the contract, including: • Problems, delays, or adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules or objectives, or pre- clude the attainment of project work units by established time periods. This disclosure shall be accompanied by a statement of the action taken, or contemplated, and any State assistance needed to resolve the situation. • Favorable developments or events that enable meeting time schedules and objec- tives sooner than anticipated or producing more work units than originally projected. Article 10. Audit This contract shall be subject to audit for a three -year period from the date of the final financial report. Article 11. Subcontracts Any subcontract for professional service rendered by individuals or organizations not a part of the Local Government's organization shall not be executed without prior authorization by the State. Subcontracts shall contain all required provisions of this contract. No subcontract will relieve the Local Government of its responsibility under this contract. Article 12. Termination • For Cause:Insufficient Funding The State may terminate this contract at any time before the date of completion when- ever it is determined that sufficient funds are not available to reimburse its share of the cost of the project. The State shall give written notice to the Local Government at least seven days prior to the effective date of termination, specifying the date of termination. The State shall compensate the Local Government for those eligible costs incurred during the contract period up through the time of termination. The Local Government shall not incur new obligations for the terminated portion after the effective date of termination. • For Cause: Nonperformance The State may terminate this contract at any time before the date of completion if it determines that the Local Government has failed to comply with the conditions of the contract. The State shall give written notice to the Local Government at least seven days prior to the effective date of termination and specify the effective date of termi- nation and the reason for termination. The State shall compensate the Local Government for those eligible costs incurred during the contract period which are directly attributable to the completed portion of the project covered by this contract, provided that the work has been completed in a manner satisfactory to the State. The Local Government shall not incur new obliga- tions for the terminated portion after the effective date of termination. Page 4of7 Article 12. Termination (cont.) • For Convenience If both parties to this contract agree that the continuation of the contract in whole or in part would not produce beneficial results commensurate with the further expenditure of funds, the parties shall agree upon the termination conditions, including the effective date and the portion to be terminated. • Ownership of Documents Upon termination of this contract, whether for cause or for convenience, all finished or unfinished documents, data, studies, surveys, reports, maps, drawing, models, photo- graphs, etc. prepared by the Local Government shall at the option of the State become the property of the State. • Excepted Conditions Except with respect to defaults of subcontractors, the Local Government shall not be in default by reason of any failure in performance of this contract in accordance with its terms (including any failure by the Local Government to progress in the performance of the work) if such failure arises out of causes beyond the control and without the default or negligence of the Local Government. Such causes may include but are not limited to acts of nature or of the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. In every case, however, the failure to perform must be beyond the control and without the fault or negligence of the Local Government. Article 13. Compliance with Laws The Local Government shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or admin- istrative bodies or tribunals in any matter affecting the performance of this contract, including, without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations and licensing laws and regulations. When required, the Local Government shall furnish the State with satisfactory proof of its compliance therewith. Article 14. Successors and Assigns The State and the Local Government each binds itself, its successors, executors, assigns and administrators to the other party to this agreement and to the successors, executors, assigns and administrators of such other party in respect to all covenants of this contract. Neither the State nor the Local Government shall assign, sublet, or transfer its interest in this agreement without the written consent of the other. Article 15. Property Management The Local Government shall use its own property management system to control, protect, preserve, use, maintain, and dispose of any property furnished to it by the State or purchased pursuant to this agreement, provided that the procedures are not in conflict with the State's property management procedures or property manage- ment standards outlined in 49 CFR 18 (Section 18.32), "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments." Page 5 of 7 Article 16. Procurement Standards The Local Government shall maintain and follow procurement standards which meet or exceed the requirements of 49 CFR 18, "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments." Article 17. Debarment/Suspension . The Local Government is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. The Local Government shall require any party to a subcontract or purchase order awarded under this contract to certify its eligibility to receive federal grant funds, and, when requested by the State, to furnish a copy of the certification. Article 18. Insurance When directed by the State, the Local Government shall require its subcontractors to secure insurance in the maximum statutory limits for tort liability, naming the State as an additional insured under its terms. When so directed, the Local Government shall require its subcontractor to furnish proof of insurance on forms satisfactory to the State, and shall maintain the insurance during the contract period specified in Article 1. Article 19. Gratuities State Highway and Public Transportation Commission policy mandates that employees of the Department shall not accept any benefits, gifts or favors from any person doing business with or who reasonably speaking may do business with the State under this contract. The only exceptions allowed are ordinary business lunches and items that have received the advanced written approval of the State's Engineer - Director. Any person doing business with or who reasonably speaking may do business with the State under this contract may not make any offer of benefits, gifts or favors to Depart- ment employees, except as mentioned hereabove. Failure on the part of the Local Government to adhere to this policy may result in termination of this contract. Article 20. Indemnification To the extent permitted by law, the Local Government shall save harmless the State from all claims and liability due to the acts or omissions of the Local Government, its agents or employees. The Local Government also agrees to save harmless the State from any and all expenses, including attorney fees, all court costs and awards for dam- ages, incurred by the State in litigation or otherwise resisting such claims or liabilities as a result of any activities of the Local Government, its agents or employees. Further, the Local Government agrees to protect, indemnify, and save harmless the State from and against all claims, demands and causes of action of every kind and character brought by any employee of the Local Government against the State due to personal injuries and/or death to such employee resulting from any alleged negligent act, by either commission or omission on the part of the Local Government or the State. Page 6 of 7 Article 21. Signatory Warranty The undersigned signatory for the Local Government hereby represents and warrants that he is an official of the organization for which he has executed this contract and that he has full and complete authority enter into the contract on behalf of the Local Government. IN WITNESS WHEREOF, THE PAR'1iiS HAVE EXECUTED DUPLICATE COUNTERPARTS TO EFFECTUATE THIS AGREEMENT. LOCAL GOVERNMENT: The City of Round Rock for US 79 Under authority of resolution or ordi- nance n . ber Cit Mana.er By Title Date August 21, 1990 A' TEST: dl_ A.1, ! a, DateaLtl /CAL ( (990 Date 9 c 76 -90 For the purpose of this agreement, the following addresses shall be used to mail all required notices, reports, claims, and correspondence: For the Local Government: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 STATE OF TEXAS Certified as being executed for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the State Highway and Public Transportation Commission under authority of Minute Order 82513. � . {4 off/ Tra Operations Engineer By ' Page 7 of 7 For the State (District Office): Mr. William C. Garbade P. 0. Drawer 15426 Austin, Texas 78761 -5426 State Department of Highways and Public Transportation Traffic Light Synchronization 1141. kc MCN+ R Grant Application 1) Legal Applicant a. Applicant Name City of Round Rock 2) Vendor Identification Number: 174 601 748 51 000 3) Project Traffic Engineer (Name & Telephone) 4) Number of Signalized Intersections: • In jurisdiction 16 b. Organizational unit c. Street/P.O. Box 221 R. Main St. d. CityRound Rock e. County Williamson f. State Texas g. Zip 78664 h. Population (1986 s : _ ..... , 30,908 (CAPCO) i. Project Grant (V(arta (N b T ne): Joseph L. Vining • In coordinated systems 7 • In proposed project 5 5) Proposed Funding a. State Oil Overcharge Funds $_8.,..6.32,...a0 b. Local $ 709.66 Attachments a. Standard Assurances b. Project Area Maps c Description of Project d. Quality of Service' • e. Budget f. Project Task Responsibility g Debarment Certification c. State (if signals are maintained and operated by SDHPT) $ 2,595.00 d. Other (Specify) $ 0.00 e. Total $ 11,936.66 6) General Information a. Are any of your project signals operated or maintained If yes, describe 4 out of 5 project signals by other agencies? Yes x No maintained by SDHPT b. currently makes the decisions on how to set your c. Approximately how many local staff person -years signal timing in your jurisdiction? Include all categories development, implementation, checking and surveillance. signals? SDHPT (or fraction thereof) are currently devoted to traffic of effort, including data acquisition, plan 0.0 Comments: d. Who is currently responsible for maintaining your e. Do you have plans for major capital Improvements Yes X No signals? SDHPT to upgrade your proposed project network? funds already committed? Yes x No If yes, do you have a schedule, budget proposal or Explain: US 79 between IH 35 and Mays St. is currently under construction and should ha romplpted within 1 year. f. Have signi ficant changes in traffic levels or patterns in the project area occurred as a result of new development, road improvements, etc , since the last reboring effort? Yes X No _ Explain: SH 79 construction has affected traffic. Construction of new frontage roads on IH 35 has altered traffic patterns. (over) Local Governments' Standard Assurances Applicant Attachment A The Local Government hereby assures and certifies that it will comply with the regula- tions, policies, guidelines, and requirements, including OMB Circulars A -102 and A -87, as they relate to the application, acceptance, and use of state funds for this project. Also, the Local Government assures and certifies to the grant that: 1. It possesses legal authority to apply for the grant; thata resolution, motion, or similar action has been duly adopted or passed as an official act of the applicant's governing body, authorizing the filing of the application, including all understand- ings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. 2. It will comply with Title VI of the Civil Rights Act of 1964 (PL 88 -352) and in accord- ance with Title VI of that Act, no person in the United States shall, on the grounds of race, color, or national origin be excluded from participation in, be denied bene- fits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives federal financial assistance and will immediately take any measures necessary to effectuate this agreement. 3. It will comply with Title VI of the Civil Rights Act of 1964 (42 USC 2000d) prohibiting employment discrimination where (1) the primary purpose of a grant is to provide employment or (2) discriminatory employment practices will result in unequal treatment of persons who are or should be benefiting from the grant -aided activity. 4. It will comply with requirements of the provisions of the Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (PL 91 -646) which provides for fair and equitable treatment of persons displaced as a result of state or federal and state or federally assisted programs. - 5. It will comply with the provisions of the Hatch Act which limit the political activity of employees. 6. It will comply with the minimum wage and maximum hours provisions of the Federal Fair Labor Standards Act, as they apply to hospital and educational institution employees of State and local governments. 7. It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves ol` others, particularly those with whom they have family, business, or other ties. 8. It will give the sponsoring agency the access to and the right to examine all records, books, papers, or documents related to the grant. 9. It will comply with all requirements imposed by the sponsoring agency concerning special requirements of law, program requirements, and other administrative requirements. Applicant C ./ Attachment B Project Area Maps_ Attach two 8 -1/2 x 11 maps as described below. A. A map showing the locale of each proposed TLS project within your jurisdiction. B. A map showing the signalized intersections of each system with the following information: 1. Average Daily Traffic 2. Circulation Pattern (Identify One -Way Streets) 3. A Scale or Identification of the Distance Between Adjacent Signals 7. •'" LEV 0 LETTLERS * RO UND RO-CK 172 CITY OF ROUND ROCK TRAFFIC LIGHT SYNCHRONIZATION PROGRAM GRANT APPLICATION ATTACHMENT B.1 PROJECT LOCATION ir - LKEYSLOPES 11 — n MIN I 5•• • 414 P C4. Sas “Nd 111 ■,:11 . r.T:TTITT, f. MIS ROTE, 10 0 MIS 3 5 61: 11 ` p c ' • a NU REF R UZSA. ois 420 PAW( I 70 010801 PARK flEC.T. 7 M080 i"TAF: • f.tarE CT! hill crER TO 1 I T. • ;4( 4.1.t / REFER LT) ova nmg s o ff."•.1 tr) fIl=r1;1 301/.3 111 • .. J AI, I **1 $0 , 4 6.1 „L I 1:00 1 k gi 1 261401*/ 49. E a **food I. l 4t6 ow milts • • is ...Mt: • 4 ARV. 411 I ' weiArazA AI a III NM RIM I Ili 1V-ff ■iff a 1 1 MN 1111111tf , . luniumin nun IM al Inn% INN CITY OF ROUND ROCK TRAFFIC LIGHT SYNCHRONIZATION PROGRAM GRANT APPLICATION ATTACHMENT B.2 All Streets Two-Way Unless Noted 1988 Average Daily Traffic Volume Project Signal Location Scale 1" 800' 0 10 1 '',9i?usiir I L-V." f 3 a g System Name: sH 79 No. of Intersections: 5 System Configuration: Grid Arterial x System Coordination: Hardwire x f cnrrpntl 2 int-Time -Based x prnpnGpd System Controller: Type NFMA 8 0, TRC propoqpd Solid Stai Fixed time or actuated existing Maximum # of Time -of -Day Plans: 16 proposed 1 existing Current # of Time -of -Day Plans: 1 Indicate below each time period cycle length: Varies with intersection AM Period 80 -102 Mid -Day Period 80 -102 Last Date Timing Plans Revised for the Entire System: 1986 to September 1989 Average Signal Spacing: 1540' Description of Project Applicant City of Round Rock PM Period 80-102 Attachment C Applicant 0177 of 1?J:1.410 A:tic Attachment D Quality of Service Study Method The applicant is to use the following instructions to conduct quality of service tests of signals proposed to be included in the project. The attached "Quality of Service" Summary is to be completed and submitted with the application. Introduction Establishing the demand for traffic signal retiming projects is particularly difficult unless extensive data collection and analysis is performed beforehand. Since such effort is an integral part of the project being proposed, it is beyond the scope of preliminary needs assessments associated with the grant application. Consequently, the TLS program will require a simple study of travel time performance for each project proposal which should be in the range of capabilities of applying local governments and provides a reasonable summary of the operational situation. This study is just a part of the review process, and will be used as an inexact guideline to assist in project selection and prioritization. General Description The travel time study methods defined here are not intended to be conclusive or statistically comprehensive, but rather to be implementable by any local government ' using only a vehicle and a stopwatch. The study will be a general summary of delay on each street of the project. Data should only be collected on Tuesdays, Wednesdays and Thursdays. The study will cover only the peak period, as defined by the applicant. Applicants are encouraged to use the most heavily travelled time period of a typical day to establish the typical worst case. Travel times on all streets will be done during this time period, according to the following methodology. Study Methodology An intersection is defined as a junction of streets controlled by a traffic signal which is part of the project being proposed. Travel time runs will be performed in all legal directions on each street in the project. A run is defined as a trip from the first network or arterial signal to the last network or arterial signal in one direction. For grid networks, two runs in each direction will be done for each network street that passes through two or more network signals. For arterial systems, three runs in each direction will be done. The time of crossing the stop line at the first signal will be recorded (or the stop -watch will be started) and the time of clearing the last intersection will be recorded (or the stop -watch will be stopped). The driver of the study vehicle should attempt to approach the first signal in a grid system once at the beginning and once during the middle of the green phase and, for an arterial, at the beginningdone -third point, and two - thirds point of the green phase. The driver should then attempt tb drive the length of the street at the posted speed limit. Delay will be caused when other vehicles or traffic control devices impede the progress of the study vehicle, and the driver should not take extraordinary measures to avoid delay. Generally, the driver should stay in the most typically used through lane (such as the center or median lane). Traffic Light Synchronization Program Quality of Service Summary Agency L■J w'1 TR,, o ,, EJJ6weee.I N JosbLTfT/J7S, �N Street Name:t)3 7 I L ,,Ari 1 39ss RJ PALM VALLEY RD) ' Direction of Travel Time Run: Loesreouab Section Cross Street Name Section Length Avg. Posted Speed Number of Lanes Free Flow Travel Time 1 Sux.mts� RP G -o,7n) : '060 u 1E 7 ib 3 N1Hys Sr Hsi 35 E .. ./ ,) 1`1 4 3 1 ,',S '- '1 _ 4 5 14 3 w.s z 5 30 J 35 1 6 c l+ISl+o�n1 T{ZI,. 630 3s i ,� 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Total Free Flow Travel Time Measured Travel Time - Run 1 Run 2 Run 3 (Arterial Systems) Average Measured Travel Time Delay for this Street and Direction Date(s) of Study: 9_1c3 -ac1 2.10 Time of Study: i- o h 3:3 y 15- ADT for Street: io 63o_ z 00, Comments: • , : _'. . Applicant G ITy Of I ,oMb h06K Attachment D Traffic Light Synchronization Program Quality of Service Summary Agency: Li NM T1 oa porVTry E1.1GtN RING C O , .. 1 sbLTq/JTS, I Street Name: US 79 (Spirt 1 39ss Rd PALM VALL>:y RD ) j Direction of Travel Time Run: EAsTaou,JD Section Cross Street Name Section Length Avg. Posted Speed Number of Lanes Free How Travel Time 1 C. HI5 H 01 M IRAJL I 2 1H 3s t.,) G30 3S 1 1 Z 3 1 1+ 35 5- R. 530 35 1 10 4 Ma Sr H 30 35 • 1 z3 5 CeozG� >ow '10) y 3.i I i a l 6 Su,oRtsc- R lot/ -Ij a l% 7 8 9 10 11 12 13 14 • 15 , 16 1 17 18 19 20 Date(s) of Study: ci - I9 -g Total Free Flow Travel Time C;lp Time of Study: .57-j...; , Measured Travel Time R un 1 7 � I ADT for Street: ;,;,,, - • -. Run2 Run 3 (Arterial Systems) b Z.( C: L :' Comments: Average Measured Travel Time Delay for this Street and Direction ; • : =1,�, ; ' Applicant GITy 0? goo ,on goa Attachment D Traffic Light Synchronization (TLS) Program Budget Form Applicant Financial Contact: David Kautz Personnel Services Salaries and Wages (List by position, salary rate, and hours) Note: Indirect costs are not eligible for reimbursement. Operating Expenses Travel: (Rates) Other: Other: Total Operating Expenses Equipment Items (List) 2 NEMA 8 0 TBC Controllers 1 NEMA 8 0 TBC Timer Total Equipment Items * Designate if local match is from the City or the SDHPT. Applicant City of Round Rock 7.560.00 1,072.00 Attachment E Phone: 255 -3612 Oil Overcharge Local Match* Funds SEE ATTACHMENT SDHPT 1,155.00 CITY 300.00 SDHPT 480.00 . SDHPT 960.00 Total Personnel Services $ 0.00 $2,895.00 $ 0.00 $ 0.00 $8,632.00 $ 0.00 PERSONNEDL SERVICES Controller Installation: Signal Repair Technician: 77 Hours @ $15.00/hr = $ 1,155.00 Field Check Equipment: (Consultant) $ 409.66 Data Collection: Engineering Technician: 32 Hours @ 15.00 /hr = $ 480.00 Timing Plan Development and Analysis: Engineering Assistant: 64 Hours @ $15.00 /hr = $ 960.00 TOTAL PERSONNEL COST = $ 3,004.66 Applicant ' City of Round Rock Project Task Responsibility (Please check appropriate agency or if joint responsibility, enter percentage for each ) Responsible Agency Task Local Staff* Consultant Attachment F x • Field check Equipment x • Collect field data • Attend PASSER and TRANSYT Workshops x © Code data in computer and complete initial simulation run x • Calibrate model x • Complete "Before" field evaluation x O Complete optimization runs and selection of plans • Implement timing plans , x • Fine -tune timing plans • Attend Help Session (optional) x • Complete simulation of plans implemented in field x • Complete "After" field evaluation * Enter "SDHPT" if the task is the Department's responsibility. (1) The CONTRACTOR certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal ,offense in connection with obtaining, attempting to obtain, or performing a public* transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicated for or otherwise criminally or civilly charged by a governmental entity* with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three -year period preceding this application /proposal had one or more public transactions* terminated for cause or default. (2) Where the CONTRACTOR is unable to certify to any of the statements in this certification, such CONTRACTOR shall attach an explanation to this certification. - *federal, state or local Date Furor 1734 A 4.89 9 -21 -89 City Manager Title Debarment Certification (Negotiated Contracts) Applicant (— n,= !7r):;.ul '. 1 Attachment G DATE: June 25, 1991 SUBJECT: City Council Meeting, June 27, 1991 ITEM: 9E. Consider a resolution authorizing the termination of the traffic light synchronization contract #580TLF6203, for U.S. Highway 79. STAFF RESOURCE PERSON: Joe Vining The attached resolution will authorize the termination of the Traffic Light Synchronization Contract Number 580 TLF 6203, for U.S. Highway 79. This termination is necessitated by the present reconstruction taking place on Mays and US 79, which interferes with the normal traffic flows on US 79. This termination will not require any city expenditures. A copy of the original Traffic Light Synchronization Grant Agreement, which is being terminated, is attached for your information. 91t.L (Jut" y„,,, 1 6 'D ,(& -- r COMMISSION RAY STOKER, JR , CHAIRMAN ROBERT H. DEDMAN WAYNE B. DUDDLESTEN Mr. James M. Stendebach, AICP Assistant Director Planning and Community Development 221 East Main Street Round Rock, Texas 78664 Dear Mr. Stendebach: Enclosure ENN:IB:cm STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION P.O. DRAWER 15026 AUSTIN, TEXAS 78761-5426 (512) 8768640 September 19, 1991 Please find enclosed the executed amendment terminating the Traffic Light Synchronization (TLS) Contract Number 580TLF6203 for US 79. If you have any questions, please contact Imelda Barrett at 832 -7115. Sincerely, Enoch N Needham, P.E. District Traffic Engineer An Equal Opportunity Employer ENGINEER- DIRECTOR ARNOLD W. OLIVER, P.E CONTACT. THE STATE OF TEXAS ** THE COUNTY OF TRAVIS ** AMENDMENT TO CONTRACT Traffic Light Synchronization Grant Agreement Contract Number 580TLF6203 Amendment Number 1 WHEREAS, the State of Texas, acting through the State Department of Highways and Public Transportation, hereinafter called the State, and the City of Round Rock, acting by and through its duly authorized officers, hereinafter called the Local Government, executed a contract on September 26, 1990 to effectuate their agreement authorizing a traffic light synchronization project under the Traffic Light Synchronization Program and authorized under the Oil Overcharge Restitutionary Act (Art. 4413(56)); and, {AREAS, Article 1, Contract Period, states that this contract shall terminate twelve months from the date of final execution unless terminated or modified as setforth within the terms of this contract; and, WHEREAS, Article 12, Termination (For Convenience) of the contract specifies that if both parties to this contract agree that the continuation of the contract in whole or in part would not produce beneficial results commensurate with the further expenditure of funds, the parties shall agree upon the termination conditions, including the effective date and the portion to be terminated; and, WHEREAS, the present reconstruction of US Highway 79 east of IH -35 is estimated to take two years to complete and would transcend the grant period of this contract; and, WHEREAS, no eligible costs have been, nor will be incurred by the Local Government under this contract; and, WHEREAS, the State and the Local Government mutually agree that it is in the best interest of both parties to terminate this contract in its entirety prior to the termination date established in Article 1, NOW THEREFORE, premises considered, the State and the Local Government agree that this contract shall terminate, in its entirety, upon final execution of this amendment. Page 1 of 2 THE TRAFFIC LIGHT SYNCHRONIZATION PROGRAM AMENDMENT TO CONTRACT IN WITNESS WHEREOF, THE parties to this amendment have signed duplicate counterparts. THE LOCAL GOVERNMENT C'1 Tv pF ROIMI) [N e of Tpc1 Government] B [Signature] m KE iC & JAf59N [Name and T itle] Date Ocimg 02s,199/ AT ST: Local Government certifies that it has authority to, enter into this contract under :the provisions of R 6 S 6L C 1 TWA) X11). /6 Q/ /2 [Legal ,Citation] Page 2 of 2 THE STATE OF TEXAS Certified as being executed for the purpose and effect of activating and /or carrying out the orders, established policies, or work programs theretofore approved and authorized by the State Highway and Public Transportation Commission under the authority of Minute Order 82513. By [Signature] cro4A0A16 diTY .SEfe674eq Date [Name and Title'] Contract Number 580TLF6203 Amendment Number 1