TR9302-CN 920114 AGENDA REQUEST FORM
CITY COUNCIL I~-RTING Jan. 14, 1992 ITEMNUMBBR
iTEM CAPTION;
Discussion and consideration of approving Traffic Light
Synchronization (TLS) Grant Agreement for contract amount
of $64,257.80 ($48,205.00 from state oil overcharge funds
and $16,052.80 local share) and authorizing the Mayor to
sign.
SUBMITTED BY: ,C~ STAFF REP.: M. Shohre Daneshmand,P.E
~ '(Directors ig~Jture) ..
~ OTHER REP.: Don Glenn, P.E. with
Barton Aschman
EVALUATION OF ITEM: DATE: January 3: ] qq2
The second TLS program supervised by Texas Department of
Transportation, is a program for optimization of traffic
signal timing plans and the replacement of signal systems.
The TLS grant application has been approved by the State and
the related agreement has been forwarded to the City for
consideration of approval.
If approved, the City's participating cost share would be
$16,052.80 (which is $3,952.80 in-kind and $12,100 in cash.)
Staff will be available to answer any questions.
BUDGET ~T. ~T. ES~~D $12,100
~T +/- BUDGET FIN~C~ ~mEW BY~ ~X- ~ / a ;~. /
COMMENTS:
The funds for this project will come from C~P Unallocated Interest.
LEGAL REVIEW BY: REVIEWED BY CM: . ,
AGENDA REQUE.~T FORM REVISED 1/91 ~
Contract Number 582TLF6043
TRAFFlC LIGHT SYNCHRONIZATION
GRANT A G REEM ENT
TILE STATE OF TEXAS **
THE COUNTY OF TP,.AVIS **
TI-IIS 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 Coppell , acting by and
through its duly authorized officers, hereinafter called the Local Government.
WlTNESSETH
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,
WI{EREAS, 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.
Pa~e 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 12 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 $ 48,205.00 . This amount constitutes not more than 75% of
the total project cost of $ 64,257.80
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 te 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 Denton Tap i~oad
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
~uthorized 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 Wafter" 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 i 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.
P~, g nf7
· Article 4. Compensation (cont.)
The State wilt 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 ofby 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.
P~ ~o .~ t~f 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-
fives 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
Articile 12. Termination (cont.)
· For Convenience
If either party to this contract determines that the continuation of the contract in whole
or in part would not produce beneficial results commensurate with the further
expenditure of funds, the determining party shall give notice to the other party of such
determination, including the effective date and the portion to be terminated.
The State may terminate this contract for reasons of its own, not subject to the approval
of the Local Government.
· 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
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 ofbenefits, 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 ofaction 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 STATE OF TEXAS
The City of Coppe!l Executed for the Executive Director and
approved for the Texas Transportation
Under authority of resolution or ordi- Commission under authority of Minute
nance number ~///} 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
Commission.
B
Title p//7 V6~ ,//1 /~~
"! /~ By
Date //]/~[9:4 T~-i~e "Operati~n~ Engineer
A'Iri'EST:
Date
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: For the State (District Office):
Rey Gonzal¢~ James Hu££man
City of Coppell Dallas District
P. 0. Box 478 P. 0. Box 2067
Coppe11: Texas 75Q19 Dallas, Texas 75221-3067
Page 7 of 7
State Department of Highways and Public 'i ransportation
Traffic Light Synchronization Program II
Grant Application
1) LEGAL APPLICANT 2} VENDOR IDENTIFICATION NUMBER:
1-75-11832077001
a. Applicant Name City of Coppell
b. Organization Unit Engineering Department 3] PROJECT TRAFFIC ENGINEER OR MANAGER
c. Street/P.O. Box P.O. Box 478 (Name & Telephone)
d. City Coppell e. County Dallas
f. State Texas g. Zip 75019 Ray Gonzales (214) 462-8495
h. Population (1990 Census Bureau Figure):
16,881 4) NUMBER OF SIGNALIZED INTERSECTIONS:
· In jurisdiction 12
i. Project Grant Manager (Name & Telephone): · In coordinated systems 0
· In proposed project 9
Ray Gonzales (214) 462-8495
5) PROPOSED FUNDING ATTACHMENTS
a. State Oil Overcharge Funds 848,205.00 a. Standard Assurances
b. Local $16,052.80 b. Project Area Maps
c. SDHPT (if signals are maintained c. Description of Project
and operated by SDHPT) $ 0.00
d. Quality of Service
d. Other (Specify) $ 0.00
e. Budget
e. Total $64,257-80~
f. Project Task Responsibility
NOTE: The oll overcharge amount for equipment shall not exceed
60% of the total amount of oil overcharge funds requested, g. Debarment Certification
6) GENERAL INFORMATION
a. Are any of your project signals operated or maintained by other agencies? Yes~ No X
If yes, describe
b. Who currently makes the decisions on how to set your signals? Street Superintendent
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. 1 - street superintendent and 1-technician
Comments:
d. Who is currently responsible for maintaining your signals? Private Contractor
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 retiming effort? Yes X No
Explain: see attached page.
6) GENERAL INFORMATION (cont'd)
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: See attached page.
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.
See attached page.
i. List below specific 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 and PASSER signal timing programs, and role
in this project. Attach extra page if needed. (NOTE: Prior experience with TRANSYT-7F and PASSER is not
required).
See attached page.
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.
k. Was your city involved in the first TLS or the Traffic Management program? Yes No X
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 X January 28-30, 1992 2 # of people (! local staff ~ consultant)
TRANSYT-7F February 11-13, 1992 __//of people ( t local staff t 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 a~y existing local funding .presently dedicated to signal timing
efforts. ~.~ ~ ,
/
Typed or Printed Name and Title Alan D. Ratliff, Ci nager
Date August 15, 1991
GENERAL INFORMATION (cont'd)
GRANT APPLICATION FOR CITY OF COPPELL
": 6f. The City of Coppell enjoys the distinction of being the second fastest growing
community in North Central Texas over the past ten years (34.1%) and the fastest
:: ~ growing among cities having a population of 10,000 or greater. To go along with this
~ :"! growth, there has been a steady growth in traffic volumes coupled with shifting travel
patterns as new streets are constructed and existing streets are improved and/or
extended.
6g. There is no foreseen slack in the enormous growth experienced by Coppell. To
i ,: accommodate this growth, Coppell recently adopted a revision to their thoroughfare
plan for the west side of the city. This revision involved the realignment of roadways
~-' to accommodate existing development trends. Several of the realigned roadways were
also necessary to coordinate with access revisions for S.H. 121. S.H. 121 is currently
under construction to upgrade the recently widened roadway to a four-lane freeway
with frontage roads (estimated completion date is mid-1992). This improvement will
completely open up the west side of the City and drastically alter travel patterns.
:.: Also, MacArthur Boulevard has recently been extended north across Denton Creek to
join the street forming the western boundary of Vista Ridge Mall. The Belt Line Road
widening within the City of Carrollton (immediately east of Coppell) has recently been
~ completed and opened to traffic.
6h. Denton Tap Road will consist of six (6) signalized intersections within the City of
Coppell (construction of the sixth signalized intersection at Bethel Road will be
~: completed by September 1991). The City is proposing to initiate progression along
Denton Tap by coordinating the timing plans at each intersection through the
: : implementation of a closed-loop system. In order to implement this system, the
~ · addition of a microcomputer station with a printer, 6-pair//19 AWG cable, and a new
controller at one of the intersections are proposed.
: . The extension of MacArthur Boulevard has propagated the need to retiree the
intersection of Sandy Lake Road and MacArthur Boulevard. To upgrade the operation
~ at this intersection to full actuation, a new eight phase, solid state controller is
~ proposed.
i 6i. The primary local staff assigned to this project are Mr. Rey Gonzales, Mr. Per Birdsall,
i' and Ms. Michelle Pearson.
Mr. Gonzales is the Street Superintendent for the City and is responsible for all aspects
regarding maintenance of the streets of Coppell. He has no previous experience with
PASSER-II and TRANSYT-7F.
Mr. Birdsall supports Mr. Gonzales in the capacity of Sign/Signal Technician. Mr.
Birdsall oversees all daily activities involving street signs and signals. He has no
previous experience with PASSER I! and TRANSYT-7F.
Ms. Pearson is a secretary for the Department of Public Works.
don\coppell.~pp
APPLICANT CITY OF COPPELL
ATTACHMENT A
LOCAL GOVERNMENTS'
STANDARD ASSURANCES
The Local Government hereby assures and certifies that it will comply with the regulations,
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 understandings 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
accordance 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
benefits 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 or 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.
10. It will insure that the facilities under its ownership, lease, or supervision' which shall
be utilized in the accomplishment of the project are not listed on the Environmental
Protection Agency's (EPA) list of violating facilities and that it will notify the grantor
agency of the receipt of any communication from the Director of the EPA Office of
Federal Activities indicating that a facility to be used in the project is under
consideration for listing by the EPA.
~-,
11. It will comply with the flood insurance purchase requirements of Section 102(a) of the
Flood Disaster Protection Act of 1973, PL 93-234, 87 Stat. 975, approved December
31, 1976. Section 102(a) requires, on and after March 2, 1975, the purchase of flood
insurance in communities where such insurance is available as a condition for the
receipt of any federal financial assistance for construction or acquisition purposes for
use in any area that has been identified by the Secretary of the Department of Housing
and Urban Development as an area having special flood hazards. The phrase "federal
financial assistance"" includes any form of loan, grant, guaranty, insurance payment,
rebate, subsidy, disaster assistance loan or grant, or any other form of direct or
indirect federal assistance.
12. It will assist the grantor agency in its compliance with Section 106 of the National
Historic Preservation Act of 1966 as amended (16USC 470), Executive Order 11593,
and the Archeological and Historic Preservation Act of 1966 (26 USC 4669a-1 et
seq.) by (a) consulting with the State Historic Preservation Officer to conduct the
investigation, as necessary, to identify properties listed in or eligible for inclusion in the
National Register of Historic Places that are subject to adverse effects (see 36 CFR
800.8) by the activity, and notifying the federal grantor agency of the existence of any
such properties, and by (b) complying with all requirements established by the federal
grantor agency to avoid or mitigate adverse effects upon such properties.
13. It will comply with Texas Civil Statutes, Art. 5996a, by insuring that no officer,
employee, or member of the applicant's governing body or of the applicant's contract
shall vote or confirm the employment of any person related within the second degree
of affinity or third degree by consanguinity to any member of the governing body or
to any other officer or employee authorized to employ or supervise such person. This
prohibition shall not prohibit the employment of a person who shall have been
continuously employed for a period of two years prior to the election or appointment
of the officer, employee, or governing body member related to such person in the
prohibited degree.
It will insure that all information collected, assembled, or maintained by the applicant
relative to this project shall be available to the public during normal business hours in
compliance with Texas Civil Statutes, Art. 6252-17a, unless otherwise expressly
provided by law.
It will comply with Texas Civil Statutes, Art. 6252-17, which requires all regular,
special, or called meetings of governmental bodies to be open to the public, except as
otherwise provided by law or specifically permitted in the Texas Constitution.
APPLICANT CITY OF COPPELL
ATTACHMENT B
PROJECT AREA MAPS
Attach two 8 1/2" x 1 1" 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
Parkway Blvd.
Not to Scale
Sandy Lake Rd.
Bethel
Wrangler
M^~ B
SYSTEM INFORMATION
City of Coppell
APPLICANT CITY OF COPPELL
ATTACHMENT C
DESCRIPTION OF PROJECT
System Name: Denton Tap Road No. of Intersections: 6
System Configuration: Grid Arterial X
System Coordination: Hardwire Proposed Time-Based
System Controller: Type See Below
Maximum # of Time-of-Day Plans:
Current # of Time-of-Day Plans:
Indicate below each time period cycle length:
AM Period Mid-Day Period PM Period
Last Date Timing Plans Revised for the Entire System:
Average Signal Spacing:
All intersections currently operate in fully-actuated mode under isolated control.
The intersection controller models are:
Wrangler - Multi-Sonic 820A
Belt Line - Multi-Sonic 820A
Bethel Rd - Multi-Sonic 820A
Bethel School - Multi-Sonic 820A
Sandy Lake - AC 800 TRAFTECH
Parkway Blvd - Multi-Sonic 820A
APPLICANT CITY OF COPPELL
ATTACHMENT C
DESCRIPTION OF PROJECT
System Name: MacArthur Boulevard No. of Intersections: 1
System Configuration: Grid Arterial
System Coordination: Hardwire Time-Based
System Controller: Type LFE CORP Model 314
Maximum # of Time-of-Day Plans:
Current # of Time-of-Day Plans:
Indicate below each time period cycle length:
AM Period Mid-Day Period PM Period
Last Date Timing Plans Revised for the Entire System:
Average Signal Spacing:
This intersection currently operates in fully-actuated mode under isolated control.
APPLICANT CITY OF COPPELL
ATTACH MENT C
DESCRIPTION OF PROJECT
System Name: Belt Line Road No. of Intersections: 2
System Configu~'ation: Grid Arterial X
System Coordination: Hardwire Time-Based Proposed
System Controller: Type See Below
Maximum # of Time-of-Day Plans:
Current # of Time-of-Day Plans:
Indicate below each time period cycle length:
AM Period Mid-Day Period PM Period
Last Date Timing PLans Revised for the Entire System:
Average Signal Spacing:
All intersections currently operate in fully-actuated mode under isolated control.
The intersection controller models are:
Moore - Eagle DP9000
Mockingbird - Eagle DPg000
APPLICANT CITY OF COPPELL
ATTACHMENT D
QUALITY OF SERVICE
STUDY METHOD
(For Small and Medium Cities ONLY)
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. The arterial, at the
beginning, one-third point, and two-thirds point of the green phase. The driver should then
attempt to 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).
Accompanying the travel time run will be a description of the street geometry for each section
of the street. A section is defined as the portion of the street extending from the stop line
of one controlled intersection to the stop line of the next controlled intersection downstream. .~.
Section length, number of lanes, and posted speed limit should be recorded. If the posted
speed changes in the section, a weighted average should be calculated based on distance.
For example, a section of street is 800 feet long, and is posted for 30 mph in the direction
under consideration for 500 feet and 40 mph for 300 feet. The average posted speed would
be:
(30 mph x 500 feet) + (40 mph x 300 feet)
800 feet -- 33.75 mph
Number of lanes is measured at the stop line at the beginning of the section, not including
turn bays.
For each street, average daily traffic counts should be provided. Data up to five years old is
acceptable as long as significant changes in traffic patterns have not occurred.
Free flow travel time should be calculated assuming no stops and traffic flow at the average
posted speed limit. The free flow travel time for each section is the section length divided by
the speed in feet/sec. Speed in mph is converted to feet/sec by multiplying by 1.47. The
total free flow travel time is the total of the section free flow travel times. The delay is the
difference between free flow travel time and actual travel time, averaged from the travel time
runs. For example, a street contains two sections. Section I is 800 feet and has a 35 mph
average posted speed limit, and Section 2 is 1200 feet long and has a 40 mph average posted
speed limit. The free flow travel time would be:
800 feet 1200 feet
35 mph x 1.47 + 40 mph x 1.47 = 36 seconds
The Quality of Service Summary form has bee provided to allow the convenient organization
of this data. One form should be filled out for each combination of street and direction.
Applicants should duplicate the form as necessary.
Summary
The procedure outlined here will provide a rough synopsis of the existing typical worst case
situation using data that can be collected very quickly. For arterial systems, only data along
the arterial is necessary. The runs have been defined to eliminate the inclusion of boundary ...
conditions (such as side street delay on an arterial), which, though they may inhibit a
complete understanding of the situation, will allow arterial and grid networks to be compared
in a similar light.
.. APPLt~.ANT CITY OF COPPELL
ATTACHMENT D
TRAFFIC LIGHT SYNCHRONIZATION PROGRAM II
QUALITY OF SERVICE SUMMARY
(For Small and Medium Citie~ ONLY)
Agency: City of Coppell
Street Name: Denton Tap Road
Direction Of Travel Time Run: Northbound
Section Cross Street Name Section Avg. Posted Number of Free Flow
Length Speed Lanes Travel Time
1 Wrangler -
2 Belt Line 2,860' 45 6-divided 43
3 Bethel 2,450' 45 6-divided 37
4 Bethel School 2,100' 45 6-divided 32
5 Sandy Lake 3,280' 45 6-divided 60
6 Parkway 2,660' 46 6-divided 40
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Date(s) of Study: 7/23/91 Total Free Flow Travel Time 202s or 3m22s
Time of Study: 5:00 - 6:00 p.m. Measured Travel Time - Run 1 248s or 4m8s
for Street: 20,600 Run 2 255s or 4mlSs
Comments: Run 3 (Arterial Systems) 284s or 4m44s
Average Measured Travel Time 262s or 4m22s
Delay for this Street and Direction 60s or 1 min.
APPL .... .~NT CITY OF COPPELL
ATTACHMENT D
TRAFFIC LIGHT SYNCHRONIZATION PROGRAM II
QUALITY OF SERVICE SUMMARY
{For Small and Medium Citie~ ONLY)
City of Coppell
Name: Denton Tap Road
of Travel Time Run: Southbound
Section Cross Street Name Section Avg. Posted Number of Free Flow
Length Speed Lanes Travel Time
1 Parkway -
2 Sandy Lake 2,660' 45 6-divided 40
3 Bethel School 3,280' 45 6-divided 50
4 Bethel 2,100' 45 6-divided 32
5 Belt Line 2,450' 45 6-divided 37
6 Wrangler 2,860' 45 6-divided 43
7
8
9
10
12
13
14
15
16
17
18
19
20
Study: 7/23/91 Total Free Flow Travel Time 202s or 3m22s
Study: 5:00 - 6:00 p.m. Measured Travel Time - Run 1 257s or 4m17s
Street: 20,600 Run 2 274s or 4m34s
Comments: Run 3 (Arterial Systems) 239s or 3rn59s
Average Measured Travel Time 256s or 4m16s
Delay for this Street and Direction 54s
APPLICANT CITY OF COPPELL
ATTACHMENT D
TRAFFIC LIGHT SYNCHRONIZATION PROGRAM !1
QUALITY OF SERVICE SUMMARY
(For Small and Medium Cities ONLY)
Agency: City of Coppell
Street Name: Belt Line Road
Direction o'f Travel Time Run: Eastbound
Section Cross Street Name Section Avg, Posted Number of I Free
Flow
Length Speed Lanes Travel Time
1 Mockingbird
2 Moore 2,700' 50 2-undivided 37
3
5
6
7
8
9
10
11
12
13
14
15
16
17
20
Date(s) of Study: 7/23/91 Total Free Flow Travel Time 37s
Time of Study: 5:00 - 6:00 p.m. Measured Travel Time - Run 1 44s
Run 2 46s
ADT for Street: 9,100
Comments: Run 3 (Arterial Systems) 47s
Average Measured Travel Time 46s
Delay for this Street and Direction 9s
APPLICANT CITY OF COPPELL
ATTACHMENT D
II
TRAFFIC LIGHT SYNCHRONIZATION PROGP~M II
QUALITY OF SERVICE SUMMARY
(For Small and Medium Citie~ ONLY)
Agency: City of Coppell
Street Name: Belt Line Road
Direction of Travel Time Run: Westbound
Section Cross Street Name Section Avg. Posted Number of Free Flow
Length Speed Lanes Travel Time
1 Moore
2 Mockingbird 2,700' 50 2-undivided 37
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Date(s) of Study: 7/23191 Total Free Flow Travel Time 37s
Time of Study: 5:00 - 6:00 p.m. Measured Travel Time - Run 1 43s
for Street: 9,100 Run 2 48s
Comments: Run 3 (Arterial Systems) 46s
Average Measured Travel Time 46s
Delay for this Street and Direction 9s
APPLICANT CITY OF COPPELL
ATTACHMENT E
Traffic Light Synchronization (TLS) Program II
.: Budget Form
Applicant Financial Contact: Frank Trando Phone: (214) 462-1431
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 SDHPT
Street Superint. $21.21 80 $1,696.80
Sign/Sign Tech. $19.76 90 1,778.40
Secretary 812.96 · 10 129.60
TOTAL PERSONAL SERVICES $ 0.00 $3,604.80
Operating Expenses
Travel: Mileage = 450 x 0.24 = $108.00 $ 348.00
Meals = ~75.00 (~25/day)
Hotel = $165.00 ($55/night)
Other:
Other:
Total Operating Expenses $ 0.00 $ 348.00
Equipment Items (List)
See Attached List
· · Total Equipment Items $ 25,130.00 $12,100.00
*Designate if local match is from the or the SDHPT.
· APF~ ANT CITY OF COPPELL
ATTACHMENT E (page 2)
Subcontracts
Consultant Services*' $ 22,075.00
Other (system training) $ 1,000.00
Total Subcontracts $ 23,075.00 $ 0.00
Other
Total Others $ 0.00 $ 0.00
GRAND TOTAL 948,205.00
Total Local Match $16,052.80
(Indicate % of total project costs) (25%)
Indicate SDHPT % of Local Match ( %)
TOTAL PROJECT COST $ 64,257.80
'Designate if local match is from the City or the SDHPT.
#' Attach detailed cost estimate. -
· "' ~. APPLICANT: CITY OF COPPELL
.. ATTACHMENT E
CITY OF COPPELL
EQUIPMENT ITEMS
Detailed Cost Estimate
Equipment Items:
Oil Overcharge Funds Local
2 ea. - Local Controller,Installed $ 5,000
6 ea. - Communications Interface $ 2,100
$ 1,000
1 ea. - System Software
I ea. - Master Controller, installed 3,000
I ea. - External Modem 100
14,020 LF -Interconnect c~ble 21,030
1 ea. - Microcomputer with Printer 5,000
$25,130 $12,100
?'~ "- . APPLICANT CITY OF COPPELL
· ATTACHMENT E
CITY OF COPPELL
CONSULTANT SERVICES
Detailed Cost Estimate
I
Category I Hours Rate
Total
DIRECT LABOR
Project Director 18 $31 $558
Project Manager 107 $ 23 $2,461
Engineer 122 $18 $2,196
Office Technician 20 $17 $340
Drafter 26 $17 $442
Clerical 23 $12 $276
TOTALS I 3~1.61 .~(~ $6,273
LABOR OVERHEAD
1.855 I $11,636
FEE
10% ] $1,791
DIRECT EXPENSES
Traffic Courts $950
Mileage $175
Printing, Telephone, etc. $500
Computer Costs $750
Ii TOTAL $22,075
. ', .. APPLICANT CITY OF COPPELL
· ATTACHMENT F
PROJECT TASK RESPONSIBILITY
(Please check appropriate agency or if joint responsibility, enter percentage for each)
Responsible Agency Task
Local Staff* Consultant'
50% 50% · Field Check Equipment
100% · Collect Field Data
100% · Attend PASSER and TRANSYT
Workshops
100% · Code data in computer and
complete initial simulation run
100% · Calibrate model
100% · Complete "Before" field evaluation
100% · Complete optimization runs and
selection of plans
50% 50% · Implement timing plans
100% · Fine-tune timing plans
100% (if needed) · Attend Help Session (optional)
100% · Complete simulation of plans
implemented in field
100% · Complete "After" field evaluation
· * Enter "SDHPT" if the task is the Department's responsibility.
APPLICANT CITY OF COPPELL
ATTACHMENT G
DEBARMENT CERTIFICATION
(Negotiated Contracts)
(1) The LOCAL GOVERNMENT 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 tran~ction;
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 indicted 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 LOCAL GOVERNMENT is unable to certify to any of the statements in this
certification, such LOCAL GOVERNMENT shall attach an explanation to this
certification.
*federal, state or local .,
\ -cc,..- t'" jt
~ig~'ature of-~ertif~ing Offi~:ia!/r~,/'
Alan D. Ratliff
City Manager
Title
August 15, 1991
Date