Loading...
HomeMy WebLinkAboutCC Resolution 8852 (Traffic Signal Management Program)RESOLUTION NO. 8852 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING A FUEL EFFICIENT TRAFFIC SIGNAL MANAGEMENT PROGRAM GRANT APPLICATION WHEREAS, "Fuel Efficient Traffic Signal Management" by the City of San Rafael 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 Energy Commission for grants to local governments for efficient traffic signal management projects. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael authorizes the Director of Public Works of the City of San Rafael to execute an agreement with the State of California to implement and carry out the purposes specified in this resolution. I, JEANNE. M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on Monday, the 5th day of April, 1993, by the following vote, to wit: AYES: COUNCILMEM 3ERS: Cohen, Shippey, Thayer & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEM 3ERS: Breiner JEA NE M. LEONCI�CityClerk ORIGINAL ,y9sz STATE OFC 1.F31qNu STANDARD AGREEMENT- APPROVED BY THE CDNTRACTFAMMER I ML No. ATTORNEY GENERAL STD.: (REvser) 51 U4 5 8 TAXPAYERS FEDEW I TFLTt7r WiNKA THIS AGREEMENT. made and entered int- thi. 1st day of March 19 93 N/A in the State of California, by and between State of California. through its duly elected or appointed, qualified and acting TITLE OF OFFICER ACTINO FOR STATE AGENCY Director Transportation haeaftrr aUed ft Soft, and CONTRACTOR'S NAME City of San Rafael ,berediacalledThe Cmtracar. V/1TNESSETH: That the Contractor for and in Consideration of the covertants, conditions, apoemcnts. and stipulations of the State heteatafta expressed, does hereby agree to furnish to the Sate services and materials as follows: (Ser forth service to be rendered by Contractor, oRossrr to be paid Contractor. tune for performance or completion, aid attach plans and speciftcatioat, #!my.) Article I - Statement of Work A. Contractor will retime the 50 signalized intersections detailed in Attachment A 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 Contractor's proposal, Attachment A, attached hereto and made a part of this Agreement. B. The Contract Manager for the State is: Richard Macaluso, FETSIM Program Manager Division of Traffic Operations 1120 N Street, Room 4110 Sacramento, CA 95814 (916) 654-2391 The Project Manager for the Contractor is Nader Mansourian (415) 485-3355. 5 CONTINUED ON SHEETS, EACH BEARING NAME OF CONTRACTOR AND CONTRACT NUMBER. The provisions on the reverse side hereof constitute a part of this agrttmenL N WITNESS WHEREOF, this agreement has been executed by the panics hereto, upon the date first above written. STATE OF CALIFORNIA 1GENCY _Department of Transvortation IY (AUTMOREZED SIGNATURE) RNnD NAME OF PERSON SGNND Hely Jones RLE Headouarters Contract Officer MOUNT ENCUMBERED NY TMIs PROD RAMIC ATEOORY (CODE AND TITLE) 3CLIM$ ENT 50,000.00 TRANSPORTATION OPTIONAL USE) 41OR AMOUNT ENCUMBERED FOR 16 CONTRACT CONTRACTOR CONTRACTOR p eNow MMn an ..f.+Aa( MMr dnM,. • p, I Prrn.Ma! Ci t.V Pf FAn h (AUDiJ D Sa a uw) ` u D PRP ED NAYS AND TITLE OF PERSON SR)NNO DAVTI) PITrIUR OF PUBLIC WORKS ADORli-P.'.ox l b i 60 San Rafael., CA 94915-1560 SrFUND ITILE Depar&mnr of t7eneral SorvkYs rATE HWY.ACCT. U"0* B• —0— REM I CHAPTER ITALAMOUNT ENCUMSEREDTO 2660-001-853 1 587 ITE OBJECT OF EXPENDITURE (CODE AND T(nE) S 50.000.00 51393- -7032 1 Aaaby amity upon my own pa=pal kraw'Ndge Sher bread kinds TAA NO trio avadsb4 for Ow psnod and purpose Of she axpend nws statod above :NATURE OF ACCOUNT NO OFFCER STATUTE I FISCAL HEAR 92 1992-93 I eta MD DATE —1 CONTRACTOR M BTATE AGENCY n DEPT OF GEN SER rl e...a M COPY Contract No. 51U458 Sheet 2 of 6 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 nonemployees of Caltrans exceed 55,000.00. Article II - Performance Period A. This agreement shall begin on March 1, 1993, contingent upon approval by the State, and terminate on' February 28, 1994, unless extended by supplemental agreement. B. The specified products of the contract and their final due dates are as follows: 1. TRANSYT Simulation Data Sets for three time -of -day plans (submit floppy disk)....... August 1, 1993 2. Final Report (Caltrans to provide ' format)......................................February 1994 (Evaluation Meeting) Article III - Allowable Costs and Payment A. The basis of payment for the services provided under this agreement shall be actual cost. 1. State will reimburse Contractor for actual costs incurred by 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. State will make monthly 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 Manager. 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. After satisfactory completion and acceptance of each product listed in Article II by the Contract Manager and receipt of an itemized invoice, in triplicate, the Contractor will be paid. The invoice shall be approved and signed by the Project Manager for the Contractor. Contract No. 51U458 Sheet 3 of 6 4. The State will retain ten percept (10X) of each payment due the Contractor until the State has evaluated the Contractor's performance and made a determination that all contract requirements have been satisfactorily fulfilled. 5. Contractor's invoices shall reference this agreement number and project title. Invoices shall be submitted monthly to the Contract Manager at the following address: Division of Traffic Operations Department of Transportation P. O. Box 942874 Sacramento, CA 94274-0001 6. Final invoice will be due within 90 days following the completion date of this contract. 7. The total amount payable by the State shall not exceed $50,000.00. 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. C. The title pages of the report shall bear an appropriate inscrip- tion acknowledging the sources of funds used to produce the report. D. The report shall contain the follow:Lng 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 High- way 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 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. Contract No. 51U458 Sheet 4 of 6 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 Contract Manager. 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 insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination. 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 Code of Regulations, 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 Code of Regulations are incorporated into this contract by reference and made a part 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. B. Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this contract. Article VIII - MBE/WBE/DVBE Requirements Caltrans Division of Civil Rights has determined that Minority Business Enterprise, Women Business Enterprise, and Disabled Veterans Business Enterprise (MBE/WBE/DVBE) participation goals on this contract shall be zero (0). Article IX - Cost Principles A. The Contractor agrees that the Contract Cost Principles and Proce- dures, CFR 48, Federal Acquisition Regulations System, Chapter 1, Part 31, shall be used to determine the allowability of individual items of cost. Contract No. 51U458 Sheet 5 of 6 B. The Contractor also agrees to comply with -Federal procedures in accordance with 49 CFR, Part 18,`Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C. Any costs for which payment has been made to Contractor that are determined by subsequent audit to be unallowable under Office of Management and Budget Circular A-87 are subject to repayment by Contractor to State. Article X - Retention of Records/Audits For the purpose of determining compliance with Public Contract Code 10115, et seq., Sections 999 et seq. of the Military and Veterans Code and Title 2, California Code of Regulations, Section 1896.60 et seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code 10532, the Contractor, subcontractors, and the State shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including 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 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. Article XI - Disputes A. :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. B. 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 XII - Subcontracting A. 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 Manager. Contract No. 51U458 Sheet 6 of 6 B. Any subcontract in excess of $25,060, as a result of this contract, shall contain all of the provisions stipulated in this contract. Article XIII - Statement of Compliance Contractor's signature affixed hereon and dated shall constitute a certification under penalty of perjury under the laws of the State of California that the Contractor has, unless exempted, complied with the nondiscrimination program requirement of Government Code Section 12990 and Title 2, California Code of Regulations, Section 8103. Article XIV - Funding Requirements A. It is mutually understood between the parties that this contract may have been written before ascertaining the availability of congressional or legislative appropriation of funds, for the mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the contract were executed after that determination was made. B. This contract is valid and enforceable only if sufficient funds are made available to the State by the United States Government or the California State Legislature for the purpose of this program. In addition, this contract is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress or the State Legislature that may affect the provisions, terms or funding of this contract in any manner. C. It is mutually agreed that if the Congress or the State Legislature does not appropriate sufficient funds for the program, this contract shall be amended to reflect any reduction in funds. D. The State has the option to void the contract under the 30 - day cancellation clause or to amend the contract to reflect any reduction of funds. Contract No. 51U458 CITY OF SAN RAFAEL ATTACHMENT A Page 1 of 11 Application summary 1. Applicant Name and Address: CITY CF SAN RAFAEL DEPARIM24T OF PUBLIC IVOM P. O. BOX 151560 SAN RAFAEL. rA 94915-1560 2. Applicant Population: 50.000 3. Project Technical Contact: Nader Mansourian Phone: (415)485-3355 4. Project Contract Manager: Nader Mansourian Phone: (415)485-3355 5. Grant Request: $1,000 x 50 intersections = $ 5.0,000 6. Will data collection be contracted out? X Yes No 7. Do you plan major geometric improvements, anticipate upgrading the signal hardware, or anticipate significant changes in traffic levels in the proposed project area? X Yes No If Yes, please present details: Upgrading 13 controllers on Fourth Street & 5th Avenue to Solid State controllers, install interconnect for the remainder of Fourth Street and Fifth Avenue. S. List below local agency staff that would be assigned to this project. Outline prior training in and use of the TRARTSYT model and/or the QUICK 7F preprocessor. Nader Mansourian (Assistant Civil Engineer/Traffic), no prior training in Transyt Model or Quick 7F. 4b t Contract No. 51U4 - ATTACHMENT A Page 2 of 11 i L tract T]p. 511345$ ConA A NTT page 3 Of a w poo E'L���a 101 H91 M •. ... r J E aft 7 f ; Q .• •`'`fes cd p d G C O �� >fi r1oQ �`,• � 0 ul C C C X r +�: r , • O A�•at G• t �w �0 i I �� 9 A FAE1V k� J AffjW°A 51U ) A/ Page 4 of 11 � 0 N }� Q� �i 3 L800 _ J � / a NANUE L i • I a E,T ? J� K � Cad j ' 0(n City of San Rafael Traffic Signal Network LEGEND - Actuated / Interconnected - Actuated / Independent a -Fixed Time / Interconnected — Q - Fixed time / Independent xxxx - ADT and Direction n / A-V Ko. 51[1455 .. •`�,,.,� i �' = �` � Con A aA A'I`r ag11 . � ;-�f �� � � ''�•. .Pe 5 of .. 1 �r 18 0 4 L� rA -�z of it Y ' 41 R ' C`tyc' tcl�I� C I - Zone Monitor IV System Name: 2 - 0. S.A. M. Contract No. 51U4 -')b ATTACHMENT A Page 6 of 11 System 1:42 System 2:5 No. of Intersections: System Configuration - Grid: x Arterial: Crossing/Arterials: System Coordination - Hardwire: X Time -Based: Other: System Controller Type: Solid State # of Time -of -Day Plans - Maximum: 24 Current: 1 Indicate below each time period cycle length or insert "free" if not coordinated: AM Period Mid -Day Period PM Period X Last Date Timing Plans Revised for the Entire System: 1983 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 pre- empt feature, etc. Continue items on other sheet if necesary. (List isolated signals, if any, at the end of this attachment). Interserction Pretimed/ No. of Controller Special (Street Names) Actuated Phases Tvoe Features S E E A T T A C H E D S H E E T CITY OF SAN RAFAEL PWD TRAFFIC ENGINEERING SYSTEM NAME: ZONE MONITOR IV ECONOLITE, AND OSAM MULTISONICS SYSTEM CONFIGURATION: GRID SYSTEM COORDINATION: HARDWIRE -TELEPHONE LEASE UNE SYSTEM CONTROLLER TYPE: KFT 1800, ASC8000, TYPE F. 820A OF TIME -OF -DAY PLANS- MAXIMUM: 24 CURRENT: 1 IN DOWNTOWN PM PERIOD LAST DATE TIMING PLANS REVISED FOR THE ENTIRE SYSTEM: 1983 FETSIM GRANT NO. INTERSECTION 1 4TH & GREENFIELD 2 2ND & 4TH 3 2ND 8 G 4 2ND h SHAVER 5 2ND 8 E 6 12ND 8 D 1 7 12ND & C J 8 12ND & 8 9 12ND 6 A 10 12ND & LINDARO 1 11 2ND & LINCOLN 1 12 2ND 8 TAMALPAIS J 13 2ND 8 HETHERTON 14 2ND d IRWIN J 15 2ND 8 GRAND 16 3RD & GRAND 1 17 13RD & IRWIN 1 18 13RD d HETHERTON 1 19 1380 6 TAMALPAIS 1 20 13RD 9 LINCOLN 1 21 3RD 8 LINDARO J 22 3RD & A J 23 3RD 8 8 i 24 3RD a C 25 3RD 8 D J 26 13RD & E 1 27 13RD & SHAVER 1 28 14TH 8 E 1 29 14TH a D 30 14TH & C 1 31 14TH 8 8 1 32 14TH 8 A 1 33 14TH & COURT 1 34 14TH & LOOTENS J 35 14TH & CIJOS 1 36 14TH d LINCOLN 1 37 14TH d HETHERTON 1 38 14TH d IRWIN 1 39 14TH & GRAND J 40 15TH d IRWIN 1 41 15TH d HETHERTON 1 42 15TH 8 LINCOLN J 43 1MISSION a IRWIN 1 44 1MISSION & HETHERTON 1 45 JMISSION 3 LINCOLN J 46 1FREITAS & DEL PRESIDIO J 47 JFREITAS & NORTHGATE I 48 1FREITAS 8 LAS GALLINAS i 49 INORTHGATE b LAS GALLINAS J PRETIMED/ NO. OF ACTUATED PHASES ACTUATED 4 ACTUATED 4 ACTUATED 3 PRETIMED 2 PRETIMED 2 PRETIMED 1 2 PRETIMED J 2 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED J 2 PRETIMED J 2 PRETIMED 2 PRETIMED J 3 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED I 2 PRETIMED + 2 PRETIMED 2 PRETIMED J 2 PRETIMED 2 PRETIMED 2 PRETIMED 2 PRETIMED J 2_ PRETIMED 2 PRETIMED 2 PRETIMED 1 2 PRETIMED 1 2 PRETIMED 1 2 PRETIMED J 2 PRETIMED J 2 PRETIMED J 2 PRETIMED J 2 PRETIMED 2 PRETIMED 2 PRETIMED J 2 PRETIMED J 2 PRETIMED J 3 PRETIMED 1 2 PRETIMED 3 ACTUATED 2 ACTUATED 5 ACTUATED 5 ACTUATED 5 50 1LAS GALLINAS & DEL PRESIDI 1 ACTUATED CONTROLLER TYPE SOLID STATE SOLID STATE SOLID STATE SOLID STATE SOLID STATE SOLID STATE SOLID STATE 1SOLID STATE 1SOLID STATE SOLID STATE 1 SOLID STATE 1SOLID STATE JSOLID STATE 1 1SOLID STATE JSOLID STATE + JSOLID STATE 1 JSOLID STATE 1SOLID STATE 1SOLID STATE (SOLID STATE 1 J OLID STATE J JSOLID STATE SOLID STATE SOLID STATE 1 JSOLID STATE SOLID STATE SOLID STATE JELECTROMECH. JELECTROMECH. JELECTROMECH. JELECTROMECH. JELECTROMECH. JELECTROMECH. JELECTROMECH. J JELECTROMECH. J JELECTROMECH. J JELECTROMECH. J JELECTROMECH. J JELECTROMECH. 1 JSOLID STATE I 1SOLID STATE 1 JSOLID STATE 1 1SOLID STATE JSOLID STATE JSOLID STATE Contract No. 51U458 ATTACHMENT A Page 7 of 11 SPECIAL FUTURE FREE FREE MASTER GREEN LAG FREE FREE FREE FREE FREE FREE FREE FREE GREEN LAG 1SOLID STATE J PRE-EMPT, FREE JSOLID STATE PRE-EMPT, FREE JSOLID STATE I PRE-EMPT, FREE JSOLID STATE ' FREE JSOLID STATE MASTER,FREE,O.L Contract No. 51U458 ATTACHMENT A Page 8 of 11 RESOLUTION NO. 8684 A RESOLUTION OF THE CTTS COUNCIL, OF THE CITY OF SAN RAFAEL AUTHORIZING FUEL EFFICIENT TRAFFIC SIGNAL MANAGEMENT PROGRAM GRANT APPLICATION WHEREAS, the City of San Rafael 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 emclent traffic signal management by the City of San Rafael will provide benefits to the'local community in the form of improved traIDc 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 Energy Commission for grants to local governments for efficient traffic signal management projects. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael authorizes the submittal of an application to the California Department of Transportation for a Fuel EMclent Traffic Signal Management Grant and the Director of Public Works of the City of San Rafael is hereby authorized and empowered to execute. in the name of the City of San Rafael, all necessary applications. contracts, and agreements to implement and carry out the purposes specified in this resolution. 1. JEANNE. M. LEONCVG, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly Introduced and adopted at a regular meeting of the Council of said City on Monday, the 15th day of June. 1992, by the following vote, to wit: AYES: COUNCnMMEMBERS: Breiner, Cohen, Shippey, Thayer i Mayor Boro NOES: COUNCIIMBERS: Clone ABSENT: COUNCII.&MMBERS: None rhe foregoing document is a r;,rrert COPY of tht: 00' -al on file in this cffice. a�N` E hi. LEOIX11,11, City Clerk LEO CINrI, City Clerk COPY .6wsy i.Ibyli� VIv�Ylil'1 )r+L FiJJi-JJIIILId 1 1AISU "JV 1 lot-1LA I IU1,11 I -or the fol ing project, this fore serves as a: Notice of Exemption 0 tle3ative Declaration Contract No. 51U458 ATTACHMENT A Notice of Completion Notice of Determination, page 9 of 11 z Project Clang Traffic Signal Tinunc for Fuel EM ciencv O Address/Location City of San'Rafael, CA }— Land Owner ' City of San Rafael �- Authorized Representative David 13. Bernardi, Director of Public Works lr City File No, Assessors Parcel Uri. N/A iU Description of Project Adjust interconnected traffic signals throughout LLJ San Ra#aei for fuel efficient operation ' G aced upon a thorough review, the City staff recorvn2nds the project is within the Z n J'. Uegative Declaratior opprov.d by: Date 0a An EIR was prepared and certified in accordance with C.E.Q.A. by: . Date < Tl,e determined that the project: Will G hili Not: Have a significant effect upon the environment. Z The project wasl_.J Approved Disapproved by the Citv Council Da t C: 6/15192 LiJ A Statement of Overriding Concerns Elaas (copy attached) D was not issued I— by . Date LS.I Mitigation measures adopted by the Date 0 are attached. Ping. Form 40 (6/79) Ap,,rovcgd by Cit)- rtLorn�_y ,V Date, ar 30 92— A,• -a,: ov"-cl by I11.t,a,ing DopL. - --- Vi: LL: o�2- or - Z or. _. following environacntal reporting categury: from environmental repnrting.by the following section of aExempted the EIR Guidelines: l-- MINISTERIAL (Sec. 15073) EttERGEIICY (Sec. 15071) X CATEGORICAL (Sec. 15101 Class 1 " ) L I— X Reasons exempt:' Baintenance•of existing facility. z LJ UJBy David M. Bernard: Title Director Date 6/30/92 Cn Negative Declaration. On the basis of an initial Study, the Project is found to have no significant effect on the environment. `, Reasons: Cn n G7 v Q LJ The initial Study is on file with the Department of Z Public Works, 1400 Fifth Avenue, San Rafael, CA. Contact Title Date is required. On the basis of an Initial Study, it has been ❑EIR determined that the project may have a significant effect on the environment. Copies of the EIR will be available for revie.-i at Cr the San P.afael Planning Department, 1400 Fifth Avenue, San Rafael, California 94902; Telephone 415/,456-1112, Ext. 311. Lt! The Draft EIR review period in which cowents should be forwarded to the City will end on Contact Z n J'. Uegative Declaratior opprov.d by: Date 0a An EIR was prepared and certified in accordance with C.E.Q.A. by: . Date < Tl,e determined that the project: Will G hili Not: Have a significant effect upon the environment. Z The project wasl_.J Approved Disapproved by the Citv Council Da t C: 6/15192 LiJ A Statement of Overriding Concerns Elaas (copy attached) D was not issued I— by . Date LS.I Mitigation measures adopted by the Date 0 are attached. Ping. Form 40 (6/79) Ap,,rovcgd by Cit)- rtLorn�_y ,V Date, ar 30 92— A,• -a,: ov"-cl by I11.t,a,ing DopL. - --- Vi: LL: o�2- or - Z or. _. Contract No. 51U458 ATTACHMENT A Page 10 of 11 Fuel Efficient Traffic Signal Management (FETSIM) Program Budget Form Applicant Financial Contact: Phone: DIRECT COSTS State Share Local Share Personnel Services Salaries and Wages (List by position, salary 5,970 rate, and hours) Benefits (at20 %) Total Personnel Services Miscellaneous (List) Software Counters & Software Total Miscellaneous Items SUBCONTRACTS Consultant Services Data Collection Contract Total Subcontracts Total State Share Total Local Share TOTAL PROJECT COST 27,900 22,100 50,000 M 58,860 1,190 7.160 M 1.500 1.700 m CITY OF SAN RAFAEL Contract No. 51U458 ATTACHMENT A Page 11 of 11 PROJECT PHASE RESPONSIBILITY/ PRODUCT DELIVERY SCHEDULE Please check appropriate agency to complete each phase or if joint responsibility, enter a percentage for each. Responsible Aaencv Local Staff Consultant 1007 40% 60% 30% 707 100% 50% Due Date August 1, 1993 February 1994 (Evaluation Meeting) 50p FETSIM Proiect Phase Data Collection TRANSYT Analysis Before and After Field Studies Signal Timing Implementation Project Evaluation PRODUCT DELIVERY SCHEDULE Product - TRANSYT Simulation Data Sets for three time -of -day plans (Submit Floppy Disk) Final Report (Caltrans to provide format)