Loading...
R-91-1673 - 11/26/1991THE STATE OF TEXAS ** THE COUNTY OF TRAVIS ** Contract Number 582TLF6123 TRAFFIC LIGHT SYNCHRONIZATION GRANT AGREEMENT THIS CONTRACT IS MADE BY AND BETWEEN THE STATE OF TEXAS, acting by and through the Texas Department of 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 Texas Department of 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 signified its approval by contract executed between the Texas Department of Transportation and the Office of the Governor dated September 1, 1990, or as amended; 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 /673/e- 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 March 31, 1992 rxitiiititYg X 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 $ 13, 980.97 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, generally located on RM 620 The project is fully described in the grant application, attached hereto and labeled Exhibit 1. The Local Government shall not perform any activity under this contract except as described in said Exhibit 1. Additional activity under this contract must be authorized in a written amendment signed by the parties hereto in which the modi- fications 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 • An "after" field evaluation Failure to deliver the products as specified in the application may result in termination of this agreement as provided hereinafter. In addition to the above products, quarterly progress reports that summarize project activities are required. Article 4. Compensation All payments made hereunder will be made in accordance with the category totals of the Approved Project Budget included in Exhibit 1. To be eligible for reimbursement under this contract, a cost must be incurred within the contract period specified in Article 1 above and be authorized in the Approved Project Budget included in Exhibit 1. 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 or 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. All 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 Exective- Director of the Texas Department of 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 S. 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 4 of 7 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 Cipvernment 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 t 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 Texas 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 Executive - 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 to enter into the contract on behalf of the Local Government. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED DUPLICATE COUNTERPARTS TO EFFECTUATE THIS AGREEMENT. LOCAL GOVERNMENT: The City of Round Rock Under authority resolution on ordi- nance number By Title MA Y07€. Date A6 /99, .i &A t4tL /.1 Date A4 For the Local Government: City of Round Rock 221 E. Main Street Round Rock, Texas 78664 Page 7 of 7 THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission under authority of Minute Order 100002 for the purpose and effect of activating and/or carrying out the orders, establishing as policies or work programs heretofore approved and authorized by the Texas Transportation Conunission. 1 11 . 1 . 111 V% v ii era ons Enginee For the purpose of this agreement, the following addresses shall be used to mail all required notices, reports, claims, and correspondence: For the State (District Office): William C. Garbade P.O. Drawer 15426 Austin, Texas 78761 -5426 (512) 836 -8640 Attachment A State Department of Highways and Public Transportation Traffic Light Synchronization Program 11 Grant Application 1) Legal Applicant a. Applicant Name City of Round Rock b. Organizational Unit c. Street/P.O. Box 221 E. Main Street d. CityRound Rock e. County Williamson 1. State TPXAC g. Zip 7R66/, h. Population (1990 OrtagettggjcomEisgiceetxx 30,908 (CAPCO) i. Project Grant Manager (Name & Telephone): 5) Proposed Funding a. State Oil Overcharge Funds S 8.632. b. Local S - 0— c. SDHPT (if signals are maintained and operated by SDHPT) S 5.948.97 d. Other (Specify) S -0- e. Total 513.980.97 NOTE: The oil overcharge amount for equipment shall not exceed 60% of the total amount of oil overcharge funds requested. General Information a. Are any of your project signals operated or maintained by other agencies? Yes x No If yes, describe 5 out of 5 project signals maintained by TDOT. b. Who currently makes the decisions on how to set your signals? TOOT c. Approximately how many local staff person - years (or fraction thereof) are currently devoted to traffic signal timing in your jurisdiction? Include all categories of effort, including data acquisition, plan development, implementation, checking and surveillance. 0.0 Comments: d. Who is currently responsible for maintaining your signals? TDOT e. Do you have plans for major capital improvements to upgrade your proposed project network? Yes No X If yes, do you have a schedule, budget proposal or funds already committed? Yes No Explain: f. Have significant changes in traffic levels or patterns in the project area occurred as a result of new development, road improvements, etc.. since the last retrming effort? Yes X No _ Explain: Nearby road improvements arp likely tn have al tereA traffic patterns. lover) 2) Vendor Identification Number: 174 601 748 51 000 3) Project Traffic Engineer or Manager (Name & Telephone) Enoch N Needham P.E. - 832 - 7053 4) Number of Signal Intersections: • In jurisdiction 16 • In coordinated systems 2 • In proposed project 5 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 6) General Information, (contd.) g. Do you anticipate significant changes in traffic levels or patterns in the project area as a result of new development, road improvemenu, etc., within the next three years? Tel X No Explain: Continuous road improvements in the vicinity will probably affect traffic patterns and levels. h. Explain how the equipment needs for this project area were determined and the type and features of the equipment you propose for the project. Attach extra page if needed. Existing equipment ranges from antiquated electromechanical to NEMA 8 0 TBC capable controllers. All controllers on this arterial will be upgrade to be TBC capable to provide arterta' orogressfon. Some require complete.y ne tgw conergilers, others just new, t}' m,,es NNew ax tem will be capable of hay .ng i. Lust el speatic IOcaJ agency staT assi tnu project. Outline local staff traffic engineering experience, prior training in and use of the TRANSYT 7F and PASSER signal timing pro- grams, and role in this protect Attach extra page if needed. (Note: Prior experience with TRANSYT 7F and PASSER is not required.) All work is to be one by TDOT Forces through the District 14 Traffic Section. j. Supply any additional information that would be useful for the review of this application. Also, you may use this space to expand any of your answers to the previous questions. Attach extra page if needed. This application would reflect an extension of Contract O580TLF 6204 which could not he romnleted within the contracted time k. Was your city involved in the first TLS or the Traffic Management program? _ yes no If yes, is any additional staff training in the use of the PASSER or TRANSYT computer models needed? If yes, please answer question 1. _ yes no I. Indicate course date preference, number of people that would attend and whether they are local staff and /or consultant. Signature PASSER II 8 III _ January 28- 30,1992 # of people ( local staff _ consultant) TRANSYT 7F _ February 11. 13,1992 _ / of people ( local staff _ consultant) 7) Applicant Certification: To the best of my knowledge and belief, information in this application is true and correct, the document has been duly authorized by the governing body of the applicant, and the applicant will comply with the attached assurances if the application is approved. Any grant money received will supplement and not supplant any existing local funding presently dedicated to signal timing efforts. Typed or Printed Name and Title RC8& T L • 6 EA'n1ETT J�P. el Ty snANAG Date OC-1k'136R 6Q; 199 / 1-14 Appl -ant City of Round Rock Attachment A Local Governments' Standard Assurances 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; that a 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 personsdisplaced 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 of o ;hers, 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. I lease, or supervisioi• which lishment of the projert afeciliti listed s and on thrt will It will insure ntal Protection in the a ccomplishme nt nil (EPA) list of violating ating anon from h at Director shall be u Agency's t of any communicat vironmental Cy9of the receipt that a facility to be used in the of otif the grantor agency the EPA. rojects under considerrato n ior listing by t the purchase requirements Section ) PL 93 2uir m nts 975, approved 102 put It will comply Disaster er Protec i Act of Sect' of 1 o and 4, after 7 March 2, 19p require uisi- of the Flood D�9�5 islet o��102� � ° g 197 , December 31, e Secretary of the of federal financial assistance by construction al flood chase of flood insurance in communities wher such insurance is available as a c titiopurpthe receipt e area that has been form of loan, Dion purposes for use in any ment as an area having special hazards. The Housing and Urban Develop disaster any y form o loan or gr ant , g . The phrase federal financial n bate, subsidy, dis s any grant, o ouarant, insurance pay grant, or any other form of direct or indirect f n federal Section 106 of the National 2. It will is Preservation grantor agency in its comp 470), Executive Order 11593, Historic Preservation Act of 1966 as amended P Preservation f Officer 966 t 6 US (6 9 i -1 in the the Archeological and Historic Preservation Act of 1966 (26 US( 469a -1 et seq- ) and th with the identify Historic by (a) consulting to identify properties listed in or eligible Nation, as egisteary, the federal grantor agency (see National CFR 800.8) 0.8) b yr of eHistoric and notifying the subject r l granter agency o the exist- the p and by (b) Com pl y ing with all req u on such 36 ed y the e properties, ate adverse effects P once of any such to avoid or mitigate listed by the federal grantor agency properties. insuring that no officer, A. 5996a, byyody or of the applicant's • 1 w ithTexasCivil a paw cnt , s governing rte plica the 13. It will comply of any person o any memt of the employee, or member of the app , or third degree by consanguinity to or con shales of affinity irm the employment authorized to employ of a second degree or to any other officer or employee a tit the employment t supervise governing erson This prohibition shall no r fort period of two Yta body erson w such p or governing years ointment of the officer, employee, p who shall have been continuously emp • member bethe related suor ch appointment in the prohibited deg member related to such p it will insure that all information collected, assembled, or maintained bnormal shall be available to the public durin unless the 6252 -17a applicant relative to this project business hours in compliance with - Texas Civil Statutes, Art expressly provided requires all regular, I otherwise will cexp ided by A. 6252 -17, which public, except of governmental bodies to be open to the p It will Comply with Texas Civil Statutes as oche or otherwise meetings law or specifically permitted in the Texas Constitution. as otherwise Project Area Maps Attach two 8 -1/2 x 11 maps as described below. c Applicant City of Round Rock Attachment B 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 ..•••••■ _sf flLtN / • / CITY OF ROUND ROCK TRAFFIC LIGHT SYNCHRONIZATION PROGRAM GRANT APPLICATION ATTACHMENT B.1 PROJECT LOCATION ■ 10 SHY .:T • 11,0 11( • • 1 • 1 ‘ er.-- \\\11110 % 0 \t \ \ * 0% _ \VN \\\ eV, ••••■•N 46 r1.111 eVeir.rt . . t ct • 'AM yr. • , • 111,11 MVO •flatTiNg ,1•011. CITY OF ROUND ROCK TRAFFIC LIGHT SYNCHRONIZATION PROGRAM GRANT APPLICATION ATTACHMENT B.2 All Slreets Two-Way Unless Noted Scale 1988 Average Daily Traffic Volume Project Signal Location 1" 800' TVA AW • yrE:ir \ •••■ 1 , 0 • NW, S I CT. 3 riEvv3F.::"" ••■ • OM 19 rn 11 Description of Project System Name: RM 620 No. of Intersections: 5 ( • hcant City of hound Rock Attachment C System Configuration: Grid Arterial X System Coordination: Hardwire Time -Based x (Proposed) System Controller: Type Various: Electromechanical & Solid State, Actuated and Fixed Time Proposed NEMA 8 m with TBC Maximum* of Time -of -Day Plans: Currently 1 16 Proposed Current # of Time -of -Day Plans: 1 Indicate below each time period cycle length: varies: 85 to 100 seconds, or actuated by intersection AM Period Mid -Day Period PM Period Last Date Timing Plans Revised for the Entire System: varies from pre 1985 to 9 -89 Average Signal Spacing: 1550' 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 MI legal directions on each street in the project. A run is defined as a trip from the first network or arterial signal to 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 beginning,sone -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). • k,(, :ant City of Round Rock 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 "Ouality 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. Agency: Ui-t • Pa,.upo'rrr, 0 .J ElJG lME 2 • J6 CO/JT b LTA n173 , = ' ,4! Street Name: K (,w CI?ou „a ICOGK ! IVC I Direction of Travel Time Run: EAST6a»D ♦ ♦♦ Section Cross Street Name Section Length Avg. Posted Speed Number of Lanes Free Flow Travel Time 1 D Ev (I'VooD 1/�j D[ 2 LRKE ( K DR 2 3D ` 3 _ 29 3 CkrsHol.rn TRL - J . _ .-I J 1 4 IN 35 WS f( . _ _ I (o 5 IN ss Esrc - - . - „•; a 6 MAYS sT /MAIti flvF a 1F., . I 2. 1 7 ,- 8 0 '' =''I'1 9 • T 10 • 7 w c,r. (1( 11 12 13 ' 14 15 715 "' 16 17 18 19 20 < :,c, Total Free Flow Travel Time Measured Travel Time - Run 1 N. Run 2 , t ) '•' Run 3 (Arterial Systems) Average Measured Travel Time Delay for this Street and Direction Date(s) of Study: 9- i 9.51 :•::o q, Time of Stud Study: s /S- ;.•• S em ,, . -7 .... `� ADT for Street: ?y6.- - ::::,10., 3 Comments: • 3 ; y 3 I . 3 1 Attachment D Traffic Light Synchronization Program Quality of Service Summary Traffic Light Synchronization Program Quality of Service Summary Agency: WW1 TRANSPerLTpn•, E t).)5E 21t.1G CoF1sb Street Name: R M GZU ( u,,, R,. As) Direction of Travel Time Run: WesTIIouND Section Cross Street Name Section Length Avg. Posted Speed Number of Lanes Free Flow Travel Time 1 M - / 4v5 S MAIN Arm 2 114 3s Esc ! a90 - -• 1 ~- 3 I 4•35" WS R. `:::' - 4 C His Hoe. M 1 -. - • ? 5 LRKE CR..ePt DQ - . - i Z. 3 - 6 Dge-P wooD OE 2- ::',..1-) L :. =: 1 = . 7 8 9 10 . 11 12 13 14 ' 15 16 17 18 19 20 • Date(s) of Study: q-;--3•0:1 - Total Free Flow Travel Time Measured Travel Time- Run 1 Runt Run 3 (Arterial Systems) Average Measured Travel Time Delay for this Street and Direction a:0=1 I Time of Study: c::: , • .• ,,. 1 ADT for Street: 7gx;- _ ; L ' . :" ; ; 1 Comments: . _ ' : ; :, .Nu,o■• li l l / yr 1 iw• Attachment D Traffic Light Synchronization (TLS) Program Budget Form Applicant Financial Contact: lme]da 1.. Barrett Phone: 832 - 7115 Personal Services Salaries and Wages for personnel involved in the planning, development and implementation of the proposed project Position Salary Rate Number of Oil Overcharge Local Match* Hours - Funds Signal Tech $18.75/HR 117 TDOT 2,118.75 Engineer $23.59/HR 96 TDOT 2,264.64 Engineer Tech $14.89/HR 20 TDOT 297.80 Operating Expenses Travel: (Rates) Total Personal Services 0.00 TDOT 4.681 19 Other: Truck ($0.36/mi x 100 mi.) Other: Sedan ($0.25/mi x 100 mi.) Total Operating Expenses Equipment Items (List) 2 NEMA 8 0 TBC Controllers 1 NEMA 8 0 TBC Timer 1 Foundation TDOT $606.78 Total Equipment Items Designate if local match is from the City or the SDHPT. 1.25 Applicant $7,560.00 $1,072.00 City of Round Rock Attachment E TDOT $36.00 TDOT $25.00 $0.00 TDOT $61.00 $8,632.00 TDOT $606.78 Subcontracts Oil Overcharge Local Match* Funds Consultant Services ** Other Total Subcontracts $ 0.00 $ 0.00 Others Total Others Grant Total Total Local Match (Indicate % of total project costs) Indicate SDHPT % of Local Match * Designate if local match is from the City or the SDHPT. ** Attach detailed cost estimate. 1 -26 $ 8,632.00 TOTAL PROJECT COST $13.980.97 Attachment E (page 2) 5,348.97 ( -o- 38 Y' TDOT 'MOT TDOT TDOT TDOT TDOT TDOT TDOT TDOT TROT TDOT TDOT * Enter "SDHPT" if the task is the Department's responsibility. 1 -27 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 • Field check Equipment • Collect field data • Attend PASSER and TRANSYT Workshops • Code data in computer and complete initial simulation run • Calibrate model • Complete "Before" field evaluation • Complete optimization runs and selection of plans • Implement timing plans • Fine -tune timing plans • Attend Help Session (optional) • Complete simulation of plans implemented in field • Complete "After" field evaluation Debarment Certification (Negotiated Contracts) City of Round Rock Attachment G (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 perform- ing 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 • Signature of Ceyfymg Oli mai /j e 1 — y n7AfU 4 rule Oe Tr�C as i 99i 'hate Furor 1734 -A 4 -89 2 -16 Mr. James M. Stendebach, AICP Assistant Director Planning and Community Development City of Round Rock 221 East Main Street Round Rock, Texas 78664 Dear Mr. Stendebach: TEXAS DEPARTMENT OF TRANSPORTATION AUSTIN DISTRICT P.O. Drawer 15426 Austin, Texas 78761 -5426 (512) 832 -7000 January 23, 1992 pcmlyzo JAN 29 1992 CITY OF ROUND ROCK PLANNING DEPT. Please find enclosed the original executed grant agreement for the Traffic Light Synchronization (TLS) project for the City of Round Rock. This contract will expire March 31, 1992. If you have any questions, please contact Imelda Barrett at 832 -7115. Sincerely, 1n CA�rL Enoch N Needham, P.E. District Traffic Engineer ENN:IB:sqc Enclosure An Equal Opportunity Employer WHEREAS, the City of Round Rock recognizes that it is in the interest of the national economy to promote the conservation of energy resources and to reduce our nation's dependence on costly foreign oil; and, WHEREAS, the retiming of signals by the City of Round Rock will provide benefits to the local community in the form of improved traffic flow, reduced fuel consumption, reduced vehicle operating costs, reduced air pollutant emissions, and improved safety due to smoother traffic flow; and, WHEREAS, funds have been established and are available through the State Department of Highways and Public Transportation for grants to local governments for traffic signal retiming projects; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF ROUND ROCK, TEXAS, That the submission of an application to the State Department of Highways and Public Transportation for a Traffic Light Synchronization grant and, if the application is selected for funding, the Mayor of the City of Round Rock is hereby authorized and empowered to executed in the name of the City of Round Rock all necessary applications, contracts, and agreements to implement and carry out the purposes specified in this resolution. ST: LAND, Ci Secretary RESOLUTION NO. l(073/2/ RESOLVED this CJL day of Ddtb L) , 1991. MIKE ROBINSON, Mayor City of Round Rock Ms. Joanne Land Assistant City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664 ENN:IB:sqc Enclosure TEXAS DEPARTMENT OF TRANSPORTATION P.O. DRAWER 15426 AUSTIN, TEXAS 78761 -5426 (512) 832 -7000 October 17, 1991 Dear Ms. Land: Please find enclosed for RM 620 the following information needed to complete the TLS 1 application. This application is to be signed by the City and returned to this office. Your assistance in processing this application will be very much appreciated. If you have any questions, please contact Imelda Barrett at 832 -7115. Sincerely, An Equal Opportunity Employer Enoch N Needham, P.E. District Traffic Engineer State Department of Highways and Public Transportation Traffic Light Synchronization Program I1 Attachment A 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 or Manager - (Name &Telephone) ' Enoch N Needham P.E. — 832 -7053 4) Number of Signal Intersections: • In jurisdiction 16 b. Organizational Unit c. Street /P.O. Box 221 E. Main Street d. CityRound Rock e. County Williamson f. State Texas g. Zip 78664 h. Population (1990 30,908 (CAPCO) i. Project Grant Manager (Name & Telephone): • In coordinated systems 2 • In proposed project 5 5) Proposed Funding a. State Oil Overcharge Funds S 8,632.00 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 b. Local S —0— c. SDHPT (if signals are maintained and operated by SDHPT) S 5.348.97 d. Other (Specify) $ — 0 — e. Total $13.980.97 NOTE: The oil overcharge amount for equipment shall not exceed 60% of the total amount of oil overcharge funds requested. 7 ) General Information a. Are any of your project signals operated or maintained If yes, describe 5 out of 5 project signals by other agencies? Yes x No maintained by TDOT. b. Who currently makes the decisions on how to set c. Approximately how many local staff person -years signal timing in your jurisdiction? Include all categories development, implementation, checking and surveillance. your signals? TDOT (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 No X signals? TDOT to upgrade your proposed project network? or funds already committed? Yes No If yes, do you have a schedule, budget proposal Explain: f. Have significant changes in traffic levels or patterns in the project area occurred as a result of new development, road improvements, etc, since the last retiming effort? Yes X No Explain: Nearby road improvements are likely rn hay a1 rprpd traffic patterns. (over) I 1 1 n 6) General Information, (contd.) - g. Do you anticipate significant changes in traffic levels or patterns in the project area as a result of new development, road improvements, etc., within the next three years? Yes x No Explain: Continuous road improvements in the vicinity will probably affect traffic patterns and levels. h. Explain how the equipment needs for this project area were determined and the type and features of the equipment you propose for the project. Attach extra page if needed. Existing equipment ranges from antiquated electromechanical to NEMA 8 0 TBC capable controllers. All controllers on this arterial will be upgrade to be TBC capable to provide arterial progression. Some require complete nei sg e t n ithers bs j a u as in e N s em will be capable of hay i. L w pto a Lmsi a ww specific agency s wo u e doe a e Fis project. Outline local staff traffic engineering experience, prior training in and use of the TRANSYT 7F and PASSER signal timing pro- grams, and role in this project. Attach extra page if needed. (Note: Prior experience with TRANSYT 7F and PASSER is not required.) All work is to be one by TDOT Forces through the District 14 Traffic Section. j. Supply any additional information that would be useful for the review of this application. Also, you may use this space to expand any of your answers to the previous questions. Attach extra page if needed. This application would reflect an extension of Contract 11580TLF 6204 which could not be completed within the contracted time. • k. Was your city involved in the first TLS or the Traffic Management program? yes no If yes, is any additional staff training in the use of the PASSER or TRANSYT computer models needed? If yes, please answer question I. yes no _ I. Indicate course date preference, number of people that would attend and whether they are local staff and /or consultant. PASSER II & III January 28 -30, 1992 # of people (_ local staff consultant) _ TRANSYT 7F February 11 -13, 1992 # of people (_ local staff consultant) _ 7) Applicant Certification: To the best of my knowledge and belief, information in this application is true and correct, the document has been duly authorized by the governing body of the applicant, and the applicant will comply with the attached assurances if the application is approved. Any grant money received will supplement and not supplant any existing local funding presently dedicated to signal timing efforts. Signature / L Typed or Printed Name and Title Roe& T L. G'E/vivITT J,e, airy y mANAG E2. Date Cie- IcaEE, a�, /9I1 1 -14 y ng Local Governments' Standard Assurances AppLant City of Round Rock 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; that a 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 of 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. I lease, or supervisioi• which' accomplishment of the project areciliti listed aedhth t En- It will insure that the facilities under its ownership, violating shall m be utilized l Pr t the Agency's (EPA) n ronmentgl Protection Ag receipt of any communication from the used in the of the EPA the granter agency a% the it1 indicating that a facility notify b the EPA. ce projects under conside ation for listing y purchase requirements f Section o�ed ) Pse requirements m nts f 1 a) It will comply with the flood insurance p o D the December Flood 31, Disaster Protection Act of 1973, requires, on and after March 2, uisi- December 3t, 1976• Section 102(a) 9 the Secretary of the of any federal financialeassistance for r construction or flood chase of flood insurance in communities where such insurance is available as a ti re area that has b Secretary of loan, Department for use in any ment as an area having special hzds. The e Housing and Urban Develop disaster any assistance loan or o gra g . The phrase "federal payment, r ebate, subsidy, disast any grant, guaranty, insurance payment, grant, or any other form of direct or indirect federal assistance. agency in its compliance with Section 1 0 6 of the National grantor ag (16 USC 470)• 46 x 1 15 93 seq.) ., 2 It will assist the g . Historic Archeological Act of i t is as amended eligible 6 U 6 -1 a the and the Archeological and Historic Preservation Act of 1966 (26 USC (a) consulting with the State Histoert e listed rvatio oOadcer to conduct the investi- g Y io to identify prop effects ncl i the exist - gat�on, as Register of grantor Y in 36 C FR 8 0.8) by h Historic Places notifying the subject g r agency of esh by the activity, b complying with all requirements on such 36 CFR 80 the ed properties, and by ( ) once of any en to avoid or mitigate adverse effects u lished by the federal grantor agency properties- insuring that no officer, applicant's Agov996a, body or of the applicant's f icer, 13. employee will comply w e h Texas Civil apatutes, Art. ve x, y o o related within the contra t shall a member of the app to ment of any person any related within the the second e eote or affinity confirm the degree by consanguinity • t or second degree of affinity employee authorized tomploy of a sup er ice body p person. - This is prohibition ° shallo nt prohibit the employment erson. This to ed for a period of two years s person w such p or n y body person who shall have appointment of the officer, employee, governing priorbethe election or ap erson in the prohibited degree. member related to such p It will insure that all information collected, assembled, or maintained brio me applicant relative to this project ect shall be available to the public during nor business hours in compliance witi Wexas Civil Statutes, Art 6252-17a otherwise expressly provided by requires all regular which req public, except governmental bodies to be open to the p It will comply with Texas Civil Statutes, Art. 6252-17, ,ted in the Texas Constitut�on- as otherwise or called provided by law cif r specifically p as otherwise Applicant City of Round Rock 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 .—•jETT LEA .-1 ROU0 ROCK * fln CITY OF ROUND ROCK TRAFFIC LIGHT SYNCHRONIZATION PROGRAM GRANT APPUCATION ATTACHMENT B.1 PROJECT LOCATION 1 A. ; 0,fier * MAI UGEinV"J'E • •• .1> ••• " 117 •.• CT Mt. a. se \I 7 44.. NON. us. Mt ROCK 44, ULM • fl SHY ELM K " re IWO E ll Vs\ TO 3 5814 wo. CALE,. . Ill tql :rm• nummeigton A.V E . . .... oV 0 1111°. ' - 30, • 3.•• e." ItlAtisolo 3. s .4 Cd.t • I •• ■• 441 sf• r•-• • W: 7 ;EP •()V. ..(.01 • 14(0•EP 4 1: $ NO1 0 -AO /' • •• •• • of rt. • 7. .101 • • 1• C.% • . :irS.UND fiCZK• SF.trf 1/11.1,1 .1 AUER CITY OF ROUND ROCK TRAFFIC LIGHT SYNCHRONIZATION PROGRAM GRANT APPLICATION ATTACHMENT 0.2 All Streets Two-Way Unless Noted 1988 Average Daily Traffic Volume Scale 1" 800' Project Signal Location atEs \ 1 • •••(61•1 KAN. ric.r.:K WEST riEv:sE;14"`" 50 tow MO 79 ••:: — TX " " " 41 Description of Project { licant, city or Rouna Rock Attachment C System Name: RM 620 No. of Intersections: 5 System Configuration: Grid Arterial x System Coordination: Hardwire Time - Based X (Proposed) System Controller: Type Various: Electromechanical & Solid State, Actuated and Fixed Time Proposed NEMA 8 0 with TBC Maximum # of Time -of -Day Plans: Currently 1 16 Proposed Current # of Time -of -Day Plans: 1 Indicate below each time period cycle length: Varies: 85 to 100 seconds, or actuated by intersection AM Period Mid -Day Period PM Period Last Date Timing Plans Revised for the Entire System Varies from pre 1985 to 9 -89 Average Signal Spacing: 1550, At( :ant City of Round Rock 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 gpvernment 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 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 beginning,sone -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). . Agency: (,J NNI TwvasPoz - r„, ENGtlJEe2,/de, Co o NS b LTA JTS,�.JL Street Name: Km GZO C e Roc Au ) • Direction of Travel Time Run: Ensrsoo Section Cross Street Name Section Length Avg. Posted Speed Number of Lanes Free Flow Travel Time 1 D EEP y jbo D. Wool) 2 LRKE ( D 203:_, '1 4 a 29 3 CI-H.: ttoLrn 1 — . - - 4 114 35 WS tt - .' - - 1 e 5 Ill 3s Es R - i 3 6 MANS ST /MRI/• 1I1/F S 5. C l i . ? 7 / q ,--:., 8 ,-(7 -i-r; 9 T 10 ZrA yn` 11 12 13 14 15 16 17 18 19 20 _ :.v Total Free Flow Travel Time Measured Travel Time - Run 1 Run 2 i, ': .`" I Run 3 (Arterial Systems) Average Measured Travel Time Delay for this Street and Direction Date(s) of Study: 9- 19-31 : o c _ Time of Stud Y: S lc- 0:"• s v,M . - r ADT for Street: ? ?0• - :::: lam 3 _ji Comments: 3 : i f . 31 Attachment D Traffic Light Synchronization Program Quality of Service Summary Agency: WlitI Tiaiv. ., j= N60.,6ERI1.,G CO 1 .5 1 .11.. - rAn)TS ,Z..,L Street Name: I. M GZO ( eo Roc.K AVE) Direction of Travel Time Run: (.06„.8ouan Section Cross Street Name Section Length Avg. Posted Speed Number of Lanes Free Flow Travel Time 1 hRYS Sr/ MAIA, 40. 2 I P} a s Es e L a 4 o - - • I '11 3 II•}.3S 1AAS R u . =7 - 4 C ItIS fI�LM riz� - - . 2 . r 5 LAKE GREFC De -, 2 -/ 7 8 9 10 11 12 13 14 • 15 16 17 18 19 20 • Date(s) of Study: Time of Study: • ,_, ADT for Street: 782)_ Comments: -. Traffic Light Synchronization Program Quality of Service Summary 1 44nw l l I ur �wr�u I iw• • Attachment D 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 ; Traffic Light Synchronization (TLS) Program Budget Form Applicant Financial Contact: Imelda L. Barrett Personal Services Salaries and Wages for personnel involved in the planning, development and implementation of the proposed project Position Salary Rate Number of Oil Overcharge Local Match` Hours Funds Signal Tech $18 75 /HR 113 TDOT 2,118.75 Engineer $23.59/HR 96 TDOT 2,264.64 Engineer Tech $14.89/HR Total Personal Services 0.00 Operating Expenses Travel: (Rates) Other: Truck ($0.96 /mi x 100 mi.) Other: Sedan ($0.25 /mi x 100 mi.) Total Operating Expenses $0.00 Equipment Items (List) 2 NEMA 8 0 TBC Controllers $7,560.00 1 NEMA 8 0 TBC Timer $1,072.00 1 Foundation TDOT $606.78 Total Equipment Items * Designate if local match is from the City or the SDHPT. 20 TDOT 297.80 1 -25 Applicant Phone: 832 -7115 City of Round Rock Attachment E TDOT 4,681.19 TDOT $36.00 TDOT $25.00 TDOT $61.00 $8,632.00 TDOT $606.78 Subcontracts Oil Overcharge Local Match* Funds Consultant Services ** Other Total Subcontracts Others Total Others Grant Total Total Local Match 5,348.97 (Indicate % of total project costs) ( -0- Indicate SDHPT % of Local Match ( 38 TOTAL PROJECT COST $13,980.97 * Designate if local match is from the City or the SDHPT. ** Attach detailed cost estimate. 1 -26 $ 0.00 $ 0 .0 0 $ 8,632.00 Attachment E (page 2) Responsible Agency Task Local Staff* Consultant TDOT TOOT TDOT TDOT TDOT TDOT TDOT TDOT TDOT TDOT TROT TDOT Project Task Responsibility (Please check appropriate agency or if joint responsibility, enter percentage for each.) * Enter "SDHPT" if the task is the Department's responsibility. 1 -27 Applicant City of Round Rock Attachment F • Field check Equipment • Collect field data • Attend PASSER and TRANSYT Workshops • Code data in computer and complete initial simulation run • Calibrate model • Complete "Before" field evaluation • Complete optimization runs and selection of plans • Implement timing plans • Fine -tune timing plans • Attend Help Session (optional) • Complete simulation of plans implemented in field • Complete "After" field evaluation (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 perform- ing 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 / 7; Signature ofCe yingOf1icial /S el Ty /7)4A Tile Date �CTo& ,1a, /99/ Form 1734 -A 4-89 Debarment Certification (Negotiated Contracts) 2 -16 ,City of Round Rock Attachment G DATE: October 18, 1991 SUBJECT: City Council Meeting, October 22, 1991 ITEM: 10.J. Consider a resolution authorizing the submittal of a grant application for the Traffic Light Synchronization Program. STAFF RESOURCE PERSON: Joe Vining RECOMMENDATION: Approval This grant will replace the grant which expired in September due to the inability of the Department of Transportation to complete the project within the original time frame.