Loading...
1988-210-Authorizing Agreement Between The Town And California Department Of Transportation In Collection With The Fuel Efficient Traffic Signal Management GrantRESOLUTION NO. 1988 -210 RESOLUTION AUTHORIZING AGREEMENT BETWEEN THE TOWN AND CALIFORNIA DEPARTMENT OF TRANSPORTATION IN CONNECTION WITH THE FUEL EFFICIENT TRAFFIC SIGNAL MANAGEMENT GRANT. RESOLVED, by the Town Council of the Town of Los Gatos, County of Santa Clara, State of California, that the TOWN OF LOS GATOS enter into an agreement entitled, AGREEMENT BETWEEN THE CALIFORNIA DEPARTMENT OF TRANSPORTATION IN CONNECTION WITH THE FUEL EFFICIENT TRAFFIC SIGNAL MANAGEMENT GRANT and that the Town Manager is authorized and she is hereby directed to execute said agreement in the name and in behalf of the TOWN OF LOS GATOS. PASSED AND ADOPTED at a of Los Gatos held on 21st regular meeting of the Town Council of the Town day of November 19 88 by the following vote: AYES: COUNCIL MEMBERS Eric D. Carlson, Thomas J. Ferrito Robert L. Hamilton and Mayor Joanne Benjamin NOES: COUNCIL MEMBERS None ABSTAIN: COUNCIL MEMBERS None ABSENT: COUNCIL MEMBERS Brent N. Ventura SIGNED: ATTEST: /-/DEPUTY CLERK OF THE TOWN OF LOS GATOS i� STANDARD AGREEMENT AAPPROVED BY THE TTORNEY GENERAL ❑ CONTRACTOR STATE OF CALIFORNIA STATE AGENCY STD. 2IREV. 2/851 ❑ DEPT. OF GEN. SER. ❑ CONTROLLER THIS AGREEMEVE made and entered into this 1st date of January , 19-89 ❑ III the State of California, h }, and hehveen State of California, through its duly elected or appointed, ❑ qualified and acting ❑ TITLE OF OFFICER ACTING FOR STATE AGENCY terPll tPr fU P[ (IC .St(IIP, alt( CONTRACT NUMBER AM_ NO. ne,caifer callea one uontiwlor. CONTRACTOR'S I.D. NUMBER Town of i ns (lama �+ (,9,, 73-x' It tTNESSET11: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follmN s: (Set forth srrriee to be rendered by Contractor, amount to be paid Contractor, time for performance or rom at,110a, rind attach plans and spectfteatior ?$, rf nn y.) Article I - Statement of Work A. The Contractor will retime the 12 signalized intersections detailed in Attachments 2 and 3 using the TRANSYT -7F computer program. All work will be carried out in accordance with guidelines established by Caltrans under the Fuel Efficient Traffic Signal Management (FETSIM) Program and the Contractor's proposal attached to and made a part of this agreement. (continued A -1) The total contract amount will not exceed $16,200 Federal Tax I.D. No. ��I�w00�T3 CONTINUED ON —SHEETS, EACH BEARING NAME OF CONTRACTOR AND CONTRACT NUMBER. The precisions on the reverse side hereof constitute a part of this agreement. IN VWITNESS bVHEIt EX) P. this agreement has been executed by the parties hereto, upon the (late first ahove No ritten, STATE OF CALIFORNIA CONTRACTOR AGENCY CONTRACTOR (IF OTHER THAN qN INDI VIDUPL. STFTE WHETHER P COMI.. ION. Department of Transportation 1ART111I of Los Gatos BY IqU iHOR:ZED SIGNATURE) BY (A, SI�p GNATURE1 PRINTED NAME OF PERSON SIGNING PRINTED NAME AND TITLE OF PERSON 51 NI rj Dick Meadows TITLE Departmental Contract Officer ADDRE 5 �, Q 10 a t Ma n St P.O. Box 9�9 daps, �A.�i1t31 ,os AMOUNT ENCUMBERED PROGRAM /CATEGORY (CODE AND TITLEI ND TITLE S $16,200 Transportation Special Apecial DVEA Department of General Services Use Only UNENCUMBERED BALANCE (OPTIONAL USEI 5 AOJ. INCREASING ENCUMBRANCE ITEM CHAPTER STATUTE FISCAL YEAR S SB 880 1343 86 86/87 ADJ. DECREASING ENCUMBRANCE OBJECT OF E %PENDITURE (CODE AND TITLE) S 55390 962060 39011 7049 i I (rre nt rerfifry (gra pervnual Anntcletl;;r that u I m ' il oa-n b d/, Cted fand, arc T.B.A. NO I B.R. NO. available for the period and jewpo" of the erpen dilure elated oboe'. SIGNATURE OF ACCOUNTING OFFICER DATE X 1 /",I int reni,fry 111111 all nmddrm(s for exengrtloa net fartlr 6r .State :ldndnfslmoic Manual So r Oa 1109 haec Lrclt r-nmplied trith an(I Ihia dor-unuvv i.c esenyrl Iron( ro inc bq lire Drparhnenl of Finmur_ SIGNATURE OF OFFICER SIGNING ON BEHALF OF THE AGENCY DATE X Contract No. 55H886 Town of Los Gatos Page A -1 Article I - Statement of Work (continued) The equipment listed on Attachment 4 and funded by the Town of Los Gatos must be installed and operable by July 31, 1989, or this contract is subject to termination. Contract No. 55H886 Sheet 2 of 6 B. The Contract Administrator for the State: Richard Macaluso, FETSIM Program Manager Department of Transportation Division of Highway Operations 1120 N Street, Room 4110 (916) 323 -4203 C. Any document or written report prepared as a requirement of this contract shall contain, in a separate section preceding the main body of the document, the number and dollar amounts of all contracts and subcontracts relating to the preparation of those documents or reports if the combined costs for work by non - employees of Caltrans exceed $5,000. Article II - Performance Period A. This agreement shall begin on January 1, 1989, contingent upon approval by the State, and terminate on January 31, 1990, unless extended by supplemental agreement. B. The specified products of the contract and their final due dates are as follows: 1. Link /Node Diagram 3/1/89 2. Data Reduction Sheets 4/30/89 3. Calibrated Simulation Computer Runs & Field Calibration Data 7/15/89 4. Verification Letter of Equipment Installation and Operation 8/15/89 5. Simulation Computer Runs of Fine -Tuned Signal Timing Plans 11/15/89 6. Final Report User Workshop - January 1990 Article III - Payment A. As required by the funding legislation, the State will pay for no more than seventy -five percent (75 %) of the total cost of carrying out the signal retiming project. The determination of total cost will be based on the contractor's estimate submitted as part of the project application. Therefore, the contractor needs to keep records of both local and State portions of the project costs. B. The basis of payment for the services provided under this agreement shall be cost. Contract No. 55H886 Sheet 3 of 6 1. The State will reimburse the contractor for actual costs incurred by the contractor in performance of the work. Actual costs shall not exceed the estimated costs set forth in the contractor's proposal. 2. Transportation and subsistence costs shall not exceed rates authorized to be paid to State employees under current State Department of Personnel Administration rules. 3. The State will make payments in arrears to the contractor as promptly as State fiscal procedures permit after satisfactory completion and acceptance of each product listed in Article II by the contract administrator. Submission of acceptable invoices in triplicate is required showing details covering the contractor's costs incurred in the categories listed on the attached project budget form for the period of the invoice. All invoices shall be approved and signed by the project manager for the contractor. The State will retain ten percent (10 %) of each progress payment due the contractor until such time as a determination is made by the State that all contract requirements have been satisfactorily fulfilled. After satisfactory completion a product listed in Article II by administrator and receipt of an triplicate, the contractor will shall be approved and signed by the contractor. 1d acceptance of each the contract itemized invoice in be paid. The invoice the project manager for 4. Contractor's invoices shall reference this agreement number and project title. Invoices shall be submitted to the contract administrator at the following address: Division of Highway Operations Department of Transportation P. O. Box 942874 Sacramento, CA 94274 -0001 Article IV - Publication A. The contractor shall not copyright the report required by this agreement. B. The report required by this agreement shall become the property of the State, and all publication rights are reserved to the State. Contract No. 55H886 Sheet 4 of 6 C. The title pages of the report shall bear an appropriate inscription acknowledging the sources of funds used to produce the report. D. The report shall contain the following disclaimer in a separate section preceding the main body of the document: "The contents of this report reflect the views of the author who is responsible for the facts and accuracy of the data presented herein. The contents do not necessarily reflect the official views or policies of the State of California or the Federal Highway Administration. This report does not constitute a standard, specification, or regulation." Article V - Termination The State reserves the right to terminate this agreement upon thirty (30) days written notice to the contractor. If the contractor falls behind delivery of a specific product, a notice will be sent by the Department giving 30 days to submit such product or the contract will be terminated. Article VI - Change in Terms A. The terms of this agreement may be amended or modified only by mutual written agreement of the parties. B. There shall be no change in the project manager or members of the project team without prior written approval by the State. Article VII - Nondiscrimination A. During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, age (over 40), or sex. Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12900 et seq) and applicable regulations promulgated thereunder (California Administrative Code, Title 2, Section 7285.0 et seq). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12990, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this contract by reference and made a part of hereof as if set forth in full. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. Contract No. 55H886 Sheet 5 of 6 B. Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this contract. Article VIII - Cost Principals A. The contractor agrees that the Contract Cost Principles and Procedures, CFR 48, Federal Acquisition Regulations System, Chapter 1, Part 31, shall be used to determine the allowability of individual items of cost. B. The contractor also agrees to comply with Federal procedures in accordance with Office of Management and Budget Circular A -102, Uniform Administrative Requirements for Grants -in -Aid to State and local governments. Article IX - Contingent Fee The contractor warrants, by execution of this contract, that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide established commercial or selling agencies maintained by the contractor for the purpose of securing business. For breach or violation of the warranty, the State has the right to annul this contract without liability, pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. Article X - Retention of Records /Audit The contractor, subcontractors, and the State shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract but not limited to the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The State, the State Auditor General, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of the contractor that are pertinent to the contract for audits, examinations, excerpts, and transactions and copies thereof shall be furnished if requested. (Government Code Section 10532) Contract No. 55H886 Sheet 6 of 6 Article %I - Disputes Any dispute concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by the Department's contract officer, who may consider any written or verbal evidence submitted by the contractor. The decision of the contract officer, issued in writing, shall be conclusive and binding on both parties to the contract on all questions of fact considered and determined by the contract officer. Neither the pendency of a dispute nor its consideration by the contract officer will excuse the contractor from full and timely performance in accordance with the terms of the contract. Article %II - Subcontracting Contractor shall perform the work contemplated with resources available within his own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the contract administrator. Any subcontract in excess of $10,000, as a result of this contract, shall contain all of the provisions stipulated in this contract. Article %III - Limitation of Cost Total cost to be incurred under this agreement shall not exceed $16,200. Article %IV - Project Manager for Contractor Ms. Chris Fischer Town of Los Gatos 110 East Main Street P.O. Box 949 Los Gatos, CA 95031 (408) 354 -6863 Attachment I Application Summary 1. Applicant Name and Address: Town of Los Gatos Civic Center 110 East Main Street P.O. Box 949 Los Gatos, CA 95031 2. Applicant Population: 32,000 3. Project Traffic Engineer: Chris Fischer Phone: (408) 354 -6863 4. Project Grant Manager: Chris Fischer Phone: (408) 354 -6863 5. Budget Summary: Total Project Cost: $101,740 State Share (Grant): $ 16,200 Local Share: $ 85,540 Consultant Budget (if applicable): $19,200 6. Number of Signalized Intersections: In Your Jurisdiction: 20 Currently Operating Coordinated: 0 Capable of being Coordinated, but Not Currently Operating Coordinated: 0 In Your Proposed Project: 12 7. Are any of your project signals operated or maintained by other agencies? No Details: A -1 8. Who currently is responsible for maintaining your signals? (SMI Contract) 9. Do you have plans for major capital improvements to upgrade your proposed project network? If "Yes," do you have a schedule, budget proposal or funds already committed? Details: Improvement project awarded and to be completed by December 1988. Project includes upgrading and interconnecting the traffic signals on Los Gatos Boulevard and on Blossom Hill Road utilizing a Traconet signal system 10. Do you anticipate significant changes in traffic levels or patterns in the project area as a result of new development, road improvements, etc.? No Details: A -2 11. List below local agency staff that would be assigned to this project. Outline local staff traffic engineering experience, prior training in and use of the TRANSYT 7F signal timing program, and role in this project. (Note: Prior experience with the TRANSYT model is not required.) Chris Fischer is an Associate Civil Engineer with the town of Los Gatos. She has over 16 years experience in both public and private sectors. Chris will manage the project for the Town. Two junior engineers on staff will assist Chris for data collection and timing implementation. A -3 12. Supply any additional information that would be useful for the State's review of this application. Also, you may use this space to expand any of your answers to the previous questions. Los Gatos Blvd. serves as a major cross -town route for traffic on the State Route 85 origin- destination corridor. A substantial amount of commute traffic, coupled with development along this commercial corridor, creates relatively high traffic volumes. Since many of the signals are closely placed, this traffic would benefit greatly from signal coordination. A -4 13. (For Hardware /Retimine Demonstration Proiects Only) Explain below how the signal hardware needs for this project area were determined, the type and features of the equipment you propose to purchase, and what you hope to accomplish through this hardware /retiming project. (If available, attach current literature on equipment proposed for purchase. A closed loop system was selected to coordinate the signals, as recommended by a consultant in the Los Gatos Boulevard Corridor Study. The Traconet system will be used since it is compatible with Town's Traconex signal controllers. Additionally, the closed loop system will provide the Town with a centralized computer system at Town Hall to change timing plans (separate timing plans for the AM, midday, and PM peak conditions), and response to intersection errors and malfunctions. A -5 ;Associates - 2 - Figuro 1 STUDY-AREA (with Signal Locations) o '9ye o, �a o >� 0 90 /T gym. P of C 0 � 0' `0l Rye 0 my cr Gateway Carlton Ave. Or. Sun Ray Dr. Gatos Almaden Rd. g .os Aq ; gad O`co L Gatos 4` Vr age Square Rd. lossom Hitt ° err o, Shannon Cawwej Sarato a Ave. ye. Ken.,OY Rq, o. y y 0 � v E. Main St. D t!z m��E ® SIGNAL LOCATIONS - 2 - Figuro 1 STUDY-AREA (with Signal Locations) GJ LARK AVENUE i, c I AVENUE A i c 1,400 BLOSSOM HILL ROAD SHANNON ROAD • s AVERAGE DAILY TRAFM VOUAM Attachment 3 Description of Project Signal System System Name: Los Gatos System Configuration: System Coordination: No. of Intersections: 12 Grid: Arterial: x Hardwire: x Time - Based: System Controller (Type): Traconet Maximum # of Time -of -Day Plans: 12 Current # of Time -of -Day Plans: 0 Other: Indicate below each time period cycle length or insert "operating free" if not coordinated: Operating Free AM Period: Mid -Day Period: Last Date Timing Plans Revised for the Entire System: PM Period: Complete the items below for the system. Under "Special Features" indicate any special phasing (split, lead -lag, etc.), signals owned by other agencies, master controller, special preempt feature, etc. Continue items on another sheet if necessary. Intersection (Street Names) Pretimed/ No. of Special Actuated Phases Features Los Gatos Blvd. /Saratoga Ave. Actuated /Kennedy Road Actuated /Van Meter Actuated /Roberts Road Actuated /Blossom Hill Rd. Actuated /Los Gatos /Almaden Rd. Actuated /Los Gatos Village Sq. Actuated /Gateway Drive Actuated /Lark Avenue Actuated Blossom Hill Road /Roberts Road Actuated /Camellia Terrace Actuated /Cherry Blossom Rd. Actuated A -7 3 Master 2 2 6 8 5 3 5 5 3 4 4 Attachment 4 Fuel Efficient Traffic Signal Management (FETSIM) Program Budget Form Applicant Financial Contact: Chris Fischer Phone: (408) 354 -6863 DIRECT COSTS Personnel Services Salaries and Wages (list by position, salary rate, and hours) Associate Civil Engineer ($29.00) 80 Junior Engineer (520.25) 80 Secretary ($15.00) 20 Benefits (at 35 %) Included above. Total Personnel Services O peratine Expenses Travel Other Other Total Operating Expenses Miscellaneous Items (List) Modification of Controller Assemblies (2) Replacement of Controller Assemblies (5) Master Controller Total Miscellaneous Items SUBCONTRACTS Consultant Services Data Collection Contract Slate Share (Grant) Local Share (Indicate % of total project cost: 847) TOTA L P R OJ ECT COST A -8 State Share Local Share $2,320 51,620 $300 $4,240 $200 $200 $9,600 $55,000 513,500 $78,100 $16,2J3 $3,000 $16,203 $101,740 $85,540 Attachment 5 Project Task Responsibility (Please check appropriate agency or if joint responsibility, enter percentage for each.) RESPONSIBLE AGENCY TASK Local Staff Consultant X o Field check equipment x o Attend Orientation Workshop A -9 x o Develop network diagram showing node numbers, link numbers and link lengths X o Collect field data (Includes data for timing, speeds, volumes, saturation flows, lost time, green extension, midblock flow profiles, and queue lengths) x o Complete data reduction sheets x o Complete initial simulation run x 0 Attend calibration workshop x o Calibrate model x o Attend Implementation Workshop x o Complete TRANSYT optimization runs and selection of plans x o Complete "before" field evaluation 50% 50% o Implement timing plans 50% 50% o Fine tune timing plans X 0 Complete "after" field evaluation x o Complete TRANSYT simulation of plans implemented in field x o Complete final report per Caltrans guidelines x x o Attend User Workshop, make presentation of project results, and turn in final report A -9 W W 2 V Y E W m Y a O w a V, W LL 0 m m N W m •!'i W co 0 I O 0 ......_ a0 0) W m co 0 i •,o m Wco m co N to U7 . W �. m y W' 10 O C \ d L p C c +' q C = ++ N\ 44 > a� > a Y .jr w t+ a c m m c E c 'b " c v E v a- q L U O °-� °'c d° LO O O O Y 44 41 4. C y,� LL C- C q O N U Z 0 to > o w L E f yc C0 c0 C .a •Cd C N c O 'C d d— _ L cd _ L R) C fd L L G L d — G7 C 4- C c C O p J 0 I— c.) I— E I— 00 E ii << S LL O I a W W � W W r W r a^ Imo m a � E m a m .- ro O � Z � d C c � m O � � m a W - a o rn0 ro 9 y 9 LL O O N C LL Er g roan m o m 7 N � a CO CC m 7 c O a9 m O a Z ¢ ro A c m ro E c �C)0 n LL -orrect copy of the original /n file in this office. C ATTEST: Rose E. Aldag SR. DEPUTY CLEi;K OF THE TOWN OF LOS GATOS RESOLUTION N0. 1988 -168 3Y �S�_��•, S/r�I�4 RESOLUTION AUTHORIZING FUEL EFFICIENT TRAFFIC — SIGNAL 13, 1988 SIGNAL MANAGEMENT PROGRAM GRANT APPLICATION WHEREAS, the Town of Los Gatos 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, fuel efficient traffic signal management by the Town of Los Gatos 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 flow; and WHEREAS, funds have been established and are available through the California Department of Transportation for grants to local governments for efficient traffic signal management projects; NOW, therefore, be it resolved that the Town of Los Gatos authorizes the submittal of an application to the California Department of Transportation for a Fuel Efficient Traffic Signal Management grant and the Town Manager of the Town of Los Gatos is hereby authorized and empowered to execute in the name of the Town of Los Gatos all necessary applications, contract, and agreements to implement and carry out the purposes specified in this resolution. PASSED AND ADOPTED at a regular meeting of the Town Council of the Town of Los Gatos held on the 6 day of September , 1988 by the following vote: AYES: COUNCIL MEMBERS Joanne Benjamin, Thomas J. Ferrito, Robert L. Hamilton, Brent N. Ventura & Mayor Eric D. Carlson NOES: COUNCIL MEMBERS None ABSTAIN: COUNCIL MEMBERS ABSENT: COUNCIL MEMBERS None SIGNED: MAYOR OF THE TOWN OF LOS GATOS ATTEST: SR. DEPUTY CLERCO TOWN OF LOS GATOS (ENDORSED) FltFD P 1 GRACE K YAMWWA NDTICE OF E�TIQI s°�a�caeer T0: _ Office of planning and Research PW1[: Town of Los Gatos 1400 Tenth Street P.O. Bos 949 Sacramento, CA 96814 Los Gatos CA 95031 x County Clerk County of Santa Clara 191 N. First Street San Jose, CA 95113 Pro ect Title Fuel Efficient Traffic Signal Management Grant Project Location — t);pecillc Los Gatos Boulevard and Blossom Hill Road Project Location - City Project Location y Exempt Status: Check One) X Ministerial (Sec. 21080(b)(1); 15268); Declared Emergency (Sec. 2108O(b)(3); 15269(a)); Emergency Project (Sec. 21O80(b)(4); 15269(b)(c)). Reasons why project is-exempt: This project qualifies for a Categorical Examption pursuant to Section 15301(C) of the California Environmental Quality Act Guidelines Contact Person Area (ode Telephone Extension Ronald J. Zapf, Town Engineer (408) 354 -6863 Ii filed by applicant: 1. Attach certified document of exemption finding. 2. Ras a notice of exemption been filed by the public agency approving the project? Yes No _ Date Received for Filing: Signature —Title I I� Q