Loading...
HomeMy WebLinkAboutAGR-6164.A - CITY OF ANAHEIM - BALL ROAD, TAFT AVENUE TRAFFIC SIGNAL SYNCHRONIZATION PROJECTCZ- AGO-IS(oq COOPERATIVE AGREEMENT BY AND BETWEEN THE CITY pi At OF ANAHEIM AND CITY OF ORANGE FOR THE BALL ROAD- TAFT AVENUE TRAFFIC SIGNAL SYNCHRONIZATION PROJECT This Cooperative Agreement ("Agreement") is made and entered into this '2 day of DCWOCC 2025, by and between the CITY OF ANAHEIM, a municipal corporation ANAHEIM") and the CITY OF ORANGE, a municipal corporation ("ORANGE"). ORANGE and ANAHEIM are collectively referred to herein as "CITIES". RECITALS: A.ANAHEIM applied for a grant from the Orange County Transportation Authority ("OCTA") as part of the Renewed Measure M (M2) Regional Traffic Signal Synchronization Program ("RTSSP") (Project P), aimed to coordinate traffic signals across multiple jurisdictions to enhance countywide traffic flow and reduce congestion (the APPLICATION"). B.The Ball Road-Taft Avenue Traffic Signal Synchronization Project (the PROJECT") was selected by OCTA as one of the RTSSP projects to be funded in Fiscal Year 2024-2025, based on an application submitted by ANAHEIM on behalf of CITIES. C.OCTA and ANAHEIM entered into a Master Funding Agreement Agreement No. C-1-2754) defining the terms and conditions for approved Measure M2 projects. D.CITIES desire to initiate and implement the PROJECT, with ANAHEIM as the lead agency. E.CITIES desire to enter into this Agreement to demonstrate their commitment to improving traffic signal synchronization opportunities for Orange County and to develop and implement the PROJECT. F.CITIES desire to set the specific terms, conditions and funding responsibilities between the CITIES for the implementation of the PROJECT. NOW, THEREFORE, it is mutually understood and agreed by the CITIES as follows: 1. TERM This Agreement shall commence on the Effective Date and continue in full force and effect until December 31, 2030. This Agreement may be extended for up to two additional one-year periods upon the mutual written consent of the CITIES' project liaisons. 2. SCOPE OF PROJECT A. The PROJECT includes improvement at thirty-seven (37)traffic signals along Ball Road-Taft Avenue corridor as described in and at an estimated cost as set forth in the PROJECT Application ("APPLICATION") attached as Exhibit "A" and incorporated herein by this reference. B. The PROJECT includes elements identified in the APPLICATION, including certain hardware and software upgrades to traffic controllers, traffic telecommunications, master controllers and associated systems (collectively referred to as "Traffic Control Elements"), and these Traffic Control Elements will be constructed and/or installed and implemented as part of the PROJECT as identified in the APPLICATION, attached as Exhibit"A." 3. SHARED RESPONSIBILITIES A. CITIES agree to coordinate the inclusion of other Traffic Control Elements and in- kind services to be integrated during the construction of the PROJECT that are not included in the project application and that the applicable city will have the responsibility for verifying and coordinating during the course of the PROJECT. All costs associated with the inclusion of other Traffic Control Elements, if any, are the sole responsibility of the city owning each and any of those other elements during the PROJECT. B. CITIES agree to implement the PROJECT based on Exhibit"A," including a match of approximately Three Hundred Forty-Two Thousand, Six Hundred Forty-Nine Dollars and 50/100 Cents ($342,649.50), which equals twenty percent (20%) of the PROJECT cost split with the following cost contribution of cash and in kind services: Agency M2 Request City Match Project Total PI* O&M** PI* O&M** PI* O&M** 1,035,238.00 $89,280.00 $258,809.50 $22,320.00 $ 1,294,047.50 $111,600.00 Anaheim 1,124,518.00 281,129.50 1,405,647.50 228,800.00 $17,280.00 $57,200.00 $4,320.00 $ 286,000.00 $21,600.00 Orange 246,080.00 61,520.00 307,600.00 1,264,038.00 $106,560.00 $316,009.50 $26,640.00 $1,580,047.50 $133,200.00 TOTAL 1,370,598.00 342,649.50 1,713,247.50 Primary Implementation Phase Operations and Maintenance Phase CITIES agree the final amount and corresponding match may vary and will be based on the 20% of actual cost of implementing all timing, improvements, and maintenance, as identified in the project application. OCTA will fund the remaining 80% of the project cost estimated at One 2 Million, Three Hundred Seventy Thousand, Five Hundred Ninety-Eight Dollars and 00/100 Cents 1,370,598.00). C. Upon issuance of a Notice to Proceed to the consultant that is selected by ANAHEIM through a Request for Proposal, ANAHEIM may issue invoices to CITIES for up to eighty percent (80%) of the cash match amount identified in Section 3.B, above, and Exhibit "A." The remaining cash match amount will be invoiced after the completion of the Primary Implementation Phase of the PROJECT. D. CITIES agree that unused PROJECT funds from one city may be used by another city (with matching fund responsibility) upon mutual written agreement of CITIES. E. In the event the cost of the PROJECT exceeds the estimates as submitted in the APPLICATION, ANAHEIM shall meet with the affected city to determine revisions to the PROJECT. Any revisions necessitating an increase to the budget(s) or revised funding proposal(s) are subject to advanced written approval by the affected city. Any cost overruns shall be the financial responsibility of the jurisdiction where the work improvement occurs or as the case may be, causes the required improvement. F. CITIES agree to: 1) Designate a technical lead person to act as the liaison for the PROJECT. The liaison and any other required personnel shall attend and participate in all PROJECT-related meetings and participate on the OCTA Traffic Forum. 2) Participate, cooperate and coordinate with contractors, consultants, vendors and staff in good faith using reasonable efforts to resolve any unforeseen issues and disputes arising out of the PROJECT to the extent practicable with respect to the performance of the PROJECT. 3) Participate and support the PROJECT implementation within the timeframe outlined in the APPLICATION and consistent with OCTA's Comprehensive Transportation Funding Programs ("CTFP") Guidelines. 4) Provide ANAHEIM all current intersection, local field master, and/or central control system timing plans and related data upon request. 5) Identify and verify the upgrades to Traffic Control Elements to be constructed and installed as part of the PROJECT and as identified in the project application for each city. 3 6) Coordinate the inclusion of other Traffic Control Elements and in-kind services, where necessary, that CITIES require for the implementation of the PROJECT but are not included in the project application. Each city shall be responsible for the inclusion of such elements within reason. 7) Maintain PROJECT-related signals and telecommunications equipment with high priority during the PROJECT and be responsible for repair of the signal control systems in CITIES' own jurisdiction. 8) Provide on-site support for signal control systems, timing plans, detection systems and related equipment during construction, installation and integration, and be available to change or make adjustments to timing plans at a central or field location when necessitated by the PROJECT. 9) Waive all fees associated with any local agency permits that may be required of the consultant, sub-consultants, contractors and/or service or equipment providers in the performance of the PROJECT. 10) Document in-kind match or dollar match funding as identified in the project application and provide verification of such expenditures as part of any required review or audit process, which may include payroll records, contracts and purchase orders. 11) Maintain and operate the traffic signals and improvements for a period of two (2) years following the completion of the Primary Implementation Phase of the PROJECT. 12) Maintain a complete set of records in accordance with generally accepted accounting principles. Upon reasonable notice, CITIES shall permit the authorized representatives of ANAHEIM to inspect and audit all work, materials, payroll, books, accounts, and other data and records of CITIES for a period of four (4) years after final payment, or until any on-going audit is completed, whichever is later. For purposes of audit, the date of completion of this Agreement shall be the date of ANAHEIM's payment of CITIES' final billing (so noted on the invoice), if applicable, under this Agreement. ANAHEIM shall have the right to reproduce any such books, records, and accounts. The above provision with respect to audits shall extend to and/or be included in contracts with CITIES' contractor(s). 4. RESPONSIBILITIES OF CITY OF ORANGE A. CITY of Orange agrees to the following responsibilities for implementation and funding of the PROJECT: 1) To designate ANAHEIM as the Administering Agency for the PROJECT, authorizing ORANGE to manage, procure and implement all aspects of the PROJECT. 4 2) To authorize OCTA to distribute its grant allocation of approximately One Million, Three Hundred Seventy Thousand, Five Hundred Ninety-Eight Dollars and 00/100 Cents 1,370,598.00) to ANAHEIM in order to pool the CITIES' grant funds to effect completion of a more thorough PROJECT than could be accomplished by each city individually. 3) To contribute CITIES' cash match as set forth in Section 3.B, above. Payment shall be within thirty (30) days of receipt of invoice from ANAHEIM. 4) To provide detailed documentation supporting any in-kind match set forth in Section 3.B, above, to the reasonable satisfaction of ANAHEIM. 5) To help develop the PROJECT scope, attend team meetings, and review all consultant and administrative reports pertaining to the scope of work in their individual jurisdictions. 6) To provide required updates as requested by OCTA as part of the semi- annual review process until the completion of the three-year grant period. Documents to be provided include but are not limited to payroll records, contracts, and purchase orders related to the PROJECT. 5.RESPONSIBILITIES OF ANAHEIM ANAHEIM agrees to the following responsibilities for implementation and funding of the PROJECT: A. To manage the PROJECT for CITIES, ANAHEIM shall act as the Administering Agency for the work for all CITIES. Within ten (10) days after this Agreement has been executed, ANAHEIM will provide an executed copy of this Agreement to OCTA, pursuant to the terms and conditions set forth herein. B. To contribute its match share of cash as set forth in Section 3.B, above. C. To enter into any required Cooperative Agreement with Caltrans regarding Caltrans Improvements in CITIES; to comply with all the terms and conditions of said Cooperative Agreement; to pay invoices for such Caltrans Improvements as required by Caltrans; and to invoice CITIES in a timely manner with detailed documentation of said Caltrans Improvements. D. To work cooperatively with CITIES; to ensure that CITIES have the opportunity to provide meaningful input into all phases of the PROJECT; to ensure that CITIES' staff has adequate time to review all draft reports, contracts, the proposed scope of work, and any other 5 pertinent information; and to convene regular meetings of staff representatives from CITIES to provide a regular process of input from CITIES to the consultant team. E. To enter into an agreement with a qualified consultant and contractor to assist in the completion and monitoring of the PROJECT. F. To coordinate the work effort of the PROJECT, provide the day to-day management of the consultant, and manage all consultant administration and contracting. ANAHEIM shall review and pay the consultant's invoices accordingly after ensuring that the work has been satisfactorily performed. G. To provide ongoing maintenance and operation of optimized signal timing after the Primary Implementation phase of the PROJECT is completed and to continue such maintenance until the end of the grant period and provide verification of such activities as required by Measure M2 program funding. H. To comply with all of the terms and conditions of its Cooperative Agreement with OCTA, including the project reporting and auditing requirements contained therein. ANAHEIM, or its authorized representatives, may upon close-out of PROJECT under this Agreement, perform an audit and or technical review to ensure that the CTFP Guidelines policies and procedures were followed. Such an audit shall be performed within one hundred eighty(180) days after the PROJECT's grant period is complete. If the audit or technical review determines that any of the activities performed are ineligible for CTFP funding, the city that incurred the ineligible expense must return the amount of funding used to perform the ineligible activity to ORANGE. 6. MUTUAL INDEMNIFICATION ANAHEIM AND ORANGE (PARTNERS) agree to indemnify, defend and hold harmless all PROJECT partners, their elected officials, officers, agents and employees from and against all claims (including attorney's fees and reasonable expenses for litigation and settlement) for any loss or damages, bodily injuries, damage to, or loss of property caused by negligent acts, omission or willful misconduct of the PARTNERS, their officers, agents and employees in connection with or arising out of the performance of this Agreement. 7. INSURANCE A. CITIES shall each maintain and keep in full force and effect during the term of this Agreement insurance or a program of self-insurance against claims for injuries to persons or damages to property which may arise in connection with CITIES' performance of their obligations hereunder. 6 B. CITIES shall require their consultants and contractors performing work in connection with this Agreement to obtain and maintain the following minimum amount of insurance during the term of this Agreement as described below: 1) General liability insurance in the amount of$2,000,000 per occurrence and 4,000,000 in the aggregate. Such insurance shall: (a) cover bodily injury, death and property damage; (b)name CITIES, and their elected officials, officers, employees, agents,volunteers and representatives as additional insured(s); and (c) be primary and not contributory with respect to insurance or self-insurance programs maintained by the city. 2) Business automobile liability with a combined single limit of $2,000,000. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. 3) Workers' compensation insurance as required by law with any required employer's liability insurance with limits not less than $2,000,000 per accident. 4) Professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of$2,000,000 per claim. Contractor shall agree to keep such policy in force and effect for PROJECT duration. C. The insurance policies maintained by a consultant or contractor shall be primary insurance and no insurance held or owned by CITIES shall be called upon to cover any loss under the policy. A consultant or contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. D. Before a consultant or contractor performs any work or prepares or delivers any materials, it shall furnish certificates of required insurance and endorsements to CITIES, evidencing the aforementioned minimum insurance coverages on forms acceptable to ANAHEIM, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten (10) days' prior written notice to CITIES. E. If a consultant or contractor maintains broader coverage and/or higher limits than the minimums described above, the CITIES shall require and shall be entitled to the broader coverage and/or higher limits maintained by the consultant or contractor. 8. GENERAL PROVISIONS A. Complete Agreement. This Agreement, including any attachments incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of 7 the terms and conditions of the agreement among CITIES and it supersedes all prior representations, understandings and communications among the parties. B. Representatives. CITIES each designate their City Manager or his/her designee to be the representative of CITIES for purposes of this Agreement. The City Manager may issue all consents, approvals, directives, and agreements called for by this Agreement, except as otherwise expressly provided in this Agreement. C. Waiver. The delay or failure of any city at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the city against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. D. Severability. If any term, provision, covenant or condition of this Agreement is held to be invalid, void or otherwise unenforceable, to any extent, by any court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby, and each term, provision, covenant or condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law. E. Compliance with All Laws. CITIES shall comply with all applicable federal, state and local laws, statutes, ordinances and regulations of any governmental agency having jurisdiction over the PROJECT. F. Force Majeure. CITIES shall not be responsible for delays or lack of performance resulting from acts beyond their reasonable control. Such acts include, but are not limited to, any incidence of fire, flood, acts of God, commandeering of material, products, plants or facilities by the federal, state or local government, national fuel shortage, pandemic, and any other conditions beyond the reasonable control of a city. G. Assignment. Neither this Agreement, nor any of the CITIES' rights, obligations, or duties hereunder may be assigned in whole or in part by any city without the prior written consent of the other CITIES in their sole and absolute discretion. Any attempted assignment shall be deemed void and of no force and effect. Consent to one assignment shall not be deemed consent to any subsequent assignment, nor the waiver of any right to consent to such subsequent assignment. H. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California and applicable local and federal laws, regulations and guidelines. In the event of any legal action to enforce or interpret this Agreement, the parties agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California. 8 Attorneys' Fees. If litigation is brought by any city in connection with this Agreement, the prevailing party(ies) shall be entitled to recover from the opposing party(ies) all costs and expenses, including reasonable attorneys'fees, incurred by the prevailing party(ies) in the exercise of its rights and remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. J. Notices. Any notices, requests, or demands made among the CITIES pursuant to this Agreement are to be directed as follows: To ORANGE:To ANAHEIM: City Clerk City Clerk City of Orange City of Anaheim 300 E. Chapman Ave. 200 S. Anaheim Blvd. Orange, CA 92866 2nd Floor, Room 217 Anaheim, CA 92805 K. Order of Precedence:' In the event of an inconsistency between this Agreement and the attached Exhibit, the terms set forth in this Agreement shall prevail. If, and to the extent this Agreement incorporates by reference any provision of any document, such provision shall be deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and conditions of this Agreement and those of any such provision or provisions so incorporated by reference, this Agreement shall govern over the document referenced. L. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. M. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. N. Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. O. Counterparts of Agreement. This Agreement may be executed and delivered in any number of counterparts, each of which, when executed and delivered shall be deemed an original and all of which together shall constitute one agreement. 9 P. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and year first above written: CITY OF ORANGE, a California municipal CITY OF ANAHEIM, a California municipal corporation corporation By: BY: D iel R. Slater, Mayor ATTEST: ro 142 eft 44" a to-‘ mela C leman, City Clerk The -sa ass, City Clerk highs- ,vj. ,%,pir . GkbED ugh APPROVED AS TO FORM: APPROVED AS TO FORM: ROBERT FABELA, CITY ATTORNE Nat alie Adourian BY: Senior Assistant City Attorney Bryn r e Deputy Attorne 10 Exhibit A: Project Application FY 2024 Call for Projects Regional Traffic Signal Synchronization Program Project P Supplemental Application Ball Road-Taft Avenue Traffic Signal Synchronization Project 10/26/2023 Application Deadline Project Overview Length of Corridor(mi): 10.1 Number of signals: 37 Total Project Cost: $1,713,247.50 M2 funds requested: $1,370,598.00 Total Match: $342,649.50 Cash Match: $342,649.50 In-kind Match: $0.00 Participating Agencies: Anaheim Orange Caltrans Applicant Agency: City of Anaheim Contact Name: John Thai Contact Number: (714) 765-5202 Contact Email: jthai c(Danaheim.net Project P Regional Traffic Signal Synchronization Program Table of Contents Project P Supplemental Application Checklist Page RTSSP Online Application —submitted through OCFundTracker a. Transportation Significance b. Economic Effectiveness c. Project Characteristics Online d. Project Scale e. Number of Jurisdictions f. Current Project Status g. Funding Match h. Cabinet photos, equipment specifications, as-built drawings, cabinet drawings, etc. Online only Section 1: Key Technical Information a. Name of Project Corridor/Grid/Route 1 b. Project Limits 1 c. Project Length 1 d. Number of Signalized Intersections Along Corridor 1 e. Participating Agencies/Traffic Forum Members 1 f. Lead Agency 1 g. Designation of the corridor to synchronize 1 h. Project Start and End Date 1 i. Previous funding 1 j. Contact Information 1 k. Signalized intersections that are part of the project 2 I. Offset signalized intersections that are part of the project m. Project Map Depicting the Project Limits 3 Section 2: Regional Significance 4 Section 3: Acknowledgement of Required Tasks 5 Section 4: Funding Needs/Costs for Proposed Project by Task a. Summary of Project Cost 8 b. Summary of Cost by Agency 9 c. Summary of Intersection Improvement Costs 10 Section 5: Detailed Local Match Commitment 11 Section 6: Project Schedule by Task a. Project Start and End Dates 12 b. Project Schedule by Task 12 Appendices A. Calculations and Estimated Points 13 B. Agency Improvement Calculations 15 C. Vehicle Miles Traveled (VMT) 20 D. Agency Resolutions and Letters of Support 32 E. Additional Information (Optional) 37 SECTION 1: KEY TECHNICAL INFORMATION Ball Rd-Taft Av Traffic Signal Synchronization Project a. Project Corridor Ball Road -Taft Avenue Regional Traffic Signal Synchronization Project b. Project Limits: from Knott Avenue to Tustin Street c. Project Length (miles): 10.1 d. Number of signalized intersections along the corridor(include all Caltrans intersections): 37 number of signals on project corridor(s) 0 number of offset signals included in this project e. Participating agencies/Traffic Forum Members (including applicant agency): 0 San Juan Capistrano O Aliso Viejo 0 Cypress 0 La Habra 0 Los Alamitos 0 Santa Ana o Anaheim Dana Point 0 La Palma 0 Mission Viejo 0 Seal Beach Brea 0 Fountain Valley Laguna Beach 0 Newport Beach 0 Stanton O Buena Park 0 Fullerton Laguna Hills 0 Orange 0 Tustin O Caltrans 0 Garden Grove Laguna Niguel 0 Placentia 0 Villa Park O Costa Mesa 0 Huntington Beach 0 Laguna Woods 0 Rancho Santa Margarita 0 Westminster County of Orange 0 Irvine Lake Forest 0 San Clemente 0 Yorba Linda f. Lead Agency o Anaheim g. Designation of the corridor to synchronize: O Signal Synchronization Network Corridor/Priority Corridor 0 Master Plan of Arterial Highways Corridor h. Project Start Date: September 1, 2024 Project End Date: August 31, 2027 i. Select any that apply: Re-timing at least 75%of previous project 0 Timing at least 75%of new eligible project None o All participating agencies are participating in the Countywide Baseline Project j. Contact Information (Include name, title, agency, phone, email, and address) John Thai, Principal Traffic Engineer Gabrielle Hayes, Senior Civil Engineer 714) 765-5202 714) 744-5561 jthai@anaheim.net ghayes@cityoforange.org City of Anaheim City of Orange 201 S. Anaheim BI Suite 502 300 E Chapman Ave Anaheim CA 92805 Orange CA 92866 Pauline Nguyen, Branch Chief Traffic Signals/Ramp Metering/Census Caltrans District 12 6681 Marine Way Irvine CA 92618 1 SECTION 1: KEY TECHNICAL INFORMATION Ball Rd-Taft Av Traffic Signal Synchronization Project k. Signalized intersections that are part of the project: Main Corridor Cross Street 1 Ball Road Knott Av 2 Ball Road Western Av 3 Ball Road Beach BI* 4 Ball Road Gaymont Dr 5 Ball Road Dale Av 6 Ball Road Magnolia Av 7 Ball Road Webster Av(Ped) 8 Ball Road Gilbert St 9 Ball Road Perdido St 10 Ball Road Brookhurst St 11 Ball Road Empire St 12 Ball Road Nutwood St 13 Ball Road Trident Rd 14 Ball Road Euclid St 15 Ball Road Loara St 16 Ball Road Gilbuck Dr 17 Ball Road Walnut St 18 Ball Road Flore St 19 Ball Road Disneyland Dr 20 Ball Road Ox Rd 21 Ball Road Harbor BI 22 Ball Road Lemon St 23 Ball Road Anaheim BI 24 Ball Road Metrolink 25 Ball Road Lewis St-East St 26 Ball Road State College BI 27 Ball Road Bellhaven St(Firestation) 28 Ball Road Sunkist St 29 Ball Road SB-57 Off Ramp* 30 Ball Road NB-57 On Ramp* 31 Ball Road Phoenix Club Dr 32 Ball Road Main St 33 Ball Road Batavia St 34 Ball Road Glassell St Legend 35 Ball Road Shaffer St Anaheim 36 Ball Road Cambridge St Orange 37 Ball Road Tustin St Caltrans 2 SECTION 1: KEY TECHNICAL INFORMATION Ball Rd-Taft AY Traffic Signal Synchronization Project m. Project Map Depicting the Project Limits and Offset Signals Knott Ave a Empire St Lewis St/ 0 Nutwood St East St C Western Ave V Trident Rd tuclid State College BI r St c Relihaven St11111 BeaLli 0BI41110 I nnara St* Sunkist St O SB-57 Ramp 0 O GaymutA Dr E 0 Gilbuck Dr 0 NB-57 Ramp Plwenia Club D, Dale Ave Walnut St 0 Main St y !lore St Disneyland Dr Ratavia St Magnolia Ave Ox Rd Webster Ave • Harbor BI Glassell St libels St Lemon St Shaffer St Anaheim BI Perdido St Cambridge St Met rolink BrookhurstSt Legend: City of Anaheim Ball Road Corridor caltrany at nRe O cal trans Tustin St C) 3 Ball Rd-Taft Av Traffic Signal Synchronization Project SECTION 2: REGIONAL SIGNIFICANCE Explain why this project is regionally significant: Ball Road-Taft Avenue is a primary corridor that travels across multi-jurisdictional cities. This corridor was last funded by the M2 RTSSP (Project P) in 2013, over 10 years ago, which upgraded some of the traffic signal infrastructure and communications. For this project, there are 37 signals included along the 10.1 miles of the Ball Road —Taft Avenue corridor. The project starts at Ball Road and Knott Avenue at the City of Anaheim and ends at Ball Road and Tustin Street at the City of Orange. There are 28 intersections within the City of Anaheim and 6 intersections within the City of Orange. Caltrans is a participating agency and has 3 signalized intersections included in this project. This corridor handles traffic volumes from 14,000 to 52,000 vehicles per day. It has a mixed land use with residential, commercial, and businesses and is a major route for major event generators such as Disney Theme Parks and Honda Center, site of the Anaheim Ducks and volleyball events of the 2028 Olympic Games. Additionally, with the new development, OCVibe, around the Honda Center, traffic delays and vehicle emission will increase in the near future. There is a need to upgrade the existing signal infrastructure along the corridor to accommodate the new current technologies and new standards. 4 Ball Rd-Taft Av Traffic Signal Synchronization Project SECTION 3: ACKNOWLEDGEMENT OF REQUIRED TASKS a. PROJECT TASKS o By checking this box,the Applicant Agency, on behalf of all the participating agencies, agree to the following tasks: Primary Implementation (PI) Phase, lasting approximately one year shall include the following: Task 1: Project Management- PI Phase This task is ongoing throughout the duration of the PI Phase of the project. It includes day-to-day project management, such as meetings, progress reports, tracking of schedules, tracking of cost by agency, invoicing, and overall administration of the PROJECT. The following list is a minimum of what is required of this task: A running record of project cost broken down by Participating Agency shall be part of this task. This information will be used by the Lead Agency to bill Participating Agencies for their respective project match. A running record of all scope changes and/or any deviations from the final approved application. This information will be used by the Lead Agency to request for Scope Changes at the Semi-Annual Review(SAR). Task 2: Data Collection and Field Review This task shall include collecting seven-day, 24-hour machine counts, including vehicle and bike classifications, along each 1-mile segment of the corridor(s). The project shall also produce weekday and weekend peak period intersection turning movement(ITM) counts at every signalized intersection, including pedestrian and bicycle counts. ITM counts shall be conducted for two hours of each weekday peak period(AM, mid-day, and PM) and a single four-hour Saturday mid-day peak period. All counts shall be summarized in Microsoft Excel format. All data will adhere to the CTFP Guidelines for data compatibility. Data collection also includes field review of before and after conditions. The floating car method shall be utilized with software and GPS for the 'Before'Study to fine-tune the corridor operation and verify integrity of system intersection clocks. Synchronized Video shall be used to compare actual conditions to anticipated conditions dictated by the time-space diagram so that any anomalies may be corrected prior to the 'After'studies task. Field review conducted as part of this task will document the existing conditions for all signal timing, infrastructure, and system improvements on the project. This includes pre-construction pictures for comparison during the post-construction walkthrough, should there be any questions or discrepancies noted by any parties. Data Collection and Field Review Memos shall be provided to all participating agencies. o Check this box to indicate all agencies on this application will opt out of the data collection portion of Task 3 due to participation in the Countywide Baseline Project. A Before/After study is still required.A memorandum shall be submitted to indicate completion of this task. Task 3: System Design and Construction The Lead Agency will hire a consultant(s), licensed contractor(s), and/or use city staff, or extension of staff, to design, procure, install, construct, and implement all desired components of the project as described in this application in accordance with the CTFP Guidelines. All work and equipment supplied for the project shall comply and be done in accordance with the latest standards and provisions of each Participating Agency or latest approved California Department of Transportation (Caltrans) Standard Plans and Standard Specifications. 5 Ball Rd-Taft Av Traffic Signal Synchronization Project SECTION 3: ACKNOWLEDGEMENT OF REQUIRED TASKS As-built plans shall be provided to match the improvements. This task is not complete until all participating agencies approve the improvements implemented in their jurisdiction. Task 4: Signal Timing Optimization and Implementation Synchronization will be interjurisdictional in nature. All existing traffic patterns, flows, and conditions will be taken into account. At a minimum, synchronized timing plans will be developed for a weekday AM, Mid-day, PM, and a Weekend peak period. Special generators such as schools and businesses along with cross street traffic will be considered as part of the project. Timing plans that will be developed will assist traffic in getting to its destination without regard to physical or jurisdictional boundaries. The following list is a minimum of what is required of this task: r A review of the basic timing parameters Concept of Operations documenting the recommended coordination strategies (e.g. segments, cycle lengths, etc.) based on existing data collection and simulations Existing and Optimized simulation networks in Synchro (version 10) that is also shared with OCTA using the OCTA designated ID numbers Implementation and fine-tuning of proposed timing plans This task will not be complete until all participating agencies approve the new timing plans Check this box to indicate all agencies on this application will opt out of the Signal Timing Optimization and Implementation task(Task 4) due to participation in the Countywide Baseline Project. The Final Pt Report shall still include a section on timing optimization and implementation from the Baseline Project. Task 5: Final PI Report A Final PI Report, with an executive summary, shall provide complete documentation of the project, including, but not limited to: Project scope, objectives, locations, findings, and recommendations Data collected: counts, travel time studies, and project benefits achieved in terms of fuel savings, travel time, and other measurable parameters For each intersection:lane configurations, signal phasing, turning movement data, and cycle lengths for existing and proposed timings for all peak periods All work performed for system construction and signal timing optimization Implementation schedule and improvements accomplished, including dates Procedures for continuing maintenance, surveillance, and evaluation of the coordinated signal system The report shall document all planned and programmed improvements on the study corridor as well as recommendations based on PI tasks for further infrastructure improvements that would likely improve the corridor signal coordination project results. The report shall be completed in accordance with the current CTFP Guidelines. Finally, the report shall provide recommendations with cost and benefit estimates for future improvements to traffic signal infrastructure (signal controllers, vehicle detection, communications, etc.), intersection capacity(appropriate signal phasing, lane geometrics, and alleviation of physical bottlenecks that curtail arterial capacity), and traffic management strategies. These proposed improvements should be useful in determining future enhancements to the corridor. A Project Summary Sheet, one sheet front and back, that describes the project and improvements gained shall be provided to OCTA. This sheet will be used by OCTA and Participating Agencies to present to the Board and elected officials. 6 Ball Rd-Taft Av Traffic Signal Synchronization Project SECTION 3: ACKNOWLEDGEMENT OF REQUIRED TASKS o By checking this box, the following additional PI task(s) and/or exceptions will be made: There are three (3) Caltrans intersections within City of Anaheim city limits in the project. If these three Caltrans intersections are not included in OCTA's Baseline Signal Coordination Project, then the City, as part of this project, will perform all required counts at these locations and Anaheim staff coordinate these three locations with OCTA's project upon receipt of the signal coordination model. In addition, Anaheim will enter into a Coop Agreement with Caltrans and bear the cost of Caltrans encroachment permit fees, if any. ONGOING OPERATIONS AND MAINTENANCE (O&M) PHASE, lasting approximately two (2)years, shall include the following: Task 6: Project Management- O&M Phase This task includes day-to-day project management, such as meetings, tracking of schedules, invoicing, and overall administration of the project. This task shall continue in full force as specified in the Primary Implementation Phase. Task 7: Continuing Support During this 24-month period, the signal timing along the corridor/route/grid shall be observed and fine- tuned. This task shall also include the monitoring, maintaining, and repair of detection and communication implemented as part of this project. Monthly drives shall be conducted along the length of the project during all designated corridor synchronization timing plan hours of operation in order to verify that the synchronization timing is working as designed and complete any necessary adjustments. This is followed by a monthly memorandum summarizing the status and trends of the corridor based on the runs conducted. Trip logs for the month shall be provided to the Participating Agencies. The memorandum shall include all additional tasks requested and completed during that month. Performance metrics comparisons from ATSPM, where available, shall also be included in the memorandum. Task 8: Final O&M Report At the end of the O&M Phase, a Final O&M Report documenting the Ongoing Operations and Maintenance efforts and procedures for continuing maintenance shall be prepared. At the minimum, the memorandum shall include when travel runs were conducted and issues and solutions throughout the phase. The memorandum shall document all planned and programmed improvements on the study corridor as well as recommendations for further infrastructure improvements that would likely improve the corridor signal coordination project results. o By checking this box, the following additional O&M task(s)and/or exceptions will be made: In addition, the City will also conduct signal timing runs in the O&M phase at the three Caltrans intersections for the two year O&M period and include the results in the O&M Final Report. b. ENVIRONMENTAL CLEARANCE AND OTHER PERMITS o By checking this box, the Applicant Agency, on behalf of all the participating agencies, agree to obtain environmental clearance and other permits (if needed)for this project c. ACKNOWLEDGMENT OF MEETING CTFP GUIDELINES o By checking this box, the Applicant Agency, on behalf of all the participating agencies, certify that all current CTFP guidelines were met for this project. 7 Ball Rd-Taft Av Traffic Signal SECTION 4: FUNDING NEEDS / COSTS FOR PROPOSED PROJECT BY TASK Synchronization Project a. Summary of Project Cost Project Tasks Total Cost Task 1: Project Management - PI Phase 92,500.00 Task 2: Data Collection 37,000.00 Task 3: System Design and Construction 1,400,047.50 Task 4: Signal Timing Optimization and Implementation 13,500.00 Task 5: Project Report 37,000.00 Task 6: Project Management - O&M Phase 18,500.00 Task 7: Continuing Support 103,600.00 Task 8: Final Technical Memorandum 11,100.00 Total Project Cost: $1,713,247.50 Match Commitment: 20% minimum 20%) Total Project Cost (PI and O&M for a total of 3 years): Project Total Total M2 Request: $1,370,598.00 Total Agency Match: $ 342,649.50 Total Project Cost: $ 1 ,713,247.50 PI Total Total M2 Request for PI Phase: $1,264,038.00 Total Agency Match for PI Phase: $ 316,009.50 Total PI Cost: $1,580,047.50 O&M Total Total M2 Request for O&M Phase: $ 106,560.00 Total Agency Match for O&M Phase: $ 26,640.00 Total O&M Cost: $ 133,200.00 8 Ball Rd-Taft Av Traffic Signal SECTION 4: FUNDING NEEDS / COSTS FOR PROPOSED PROJECT BY TASK Synchronization Project b. Summary of Cost by Agency Anaheim Agency Caltrans Offset Total Number of Signals:28 0 28 Project Tasks (Anaheim) Cost/ Int Total Cost Task 1: Project Management - PI Phase 2,500.00 $ 70,000.00 Task 2: Data Collection 1,000.00 $ 28,000.00 Task 3: System Design and Construction 1,400,047.50 Task 4: Signal Timing Optimization and Implementation Task 5: Project Report 1,000.00 $ 28,000.00 Task 6: Project Management - O&M Phase 500.00 $14,000.00 Task 7: Continuing Support 2,800.00 $ 78,400.00 Task 8: Final Technical Memorandum 300.00 $ 8,400.00 M2 Requested Match Total Cost PI $1,220,838.00 $ 305,209.50 $ 1,526,047.50 O&M $ 80,640.00 . $ 20,160.00 $ 100,800.00 15%PI $ 228,907.13 Orange Agency Caltrans Offset Total Number of Signals: 6 0 0 6 Project Tasks (Orange) Cost/ Int Total Cost Task 1: Project Management - PI Phase 2,500.00 $15,000.00 Task 2: Data Collection 1,000.00 $ 6,000.00 Task 3: System Design and Construction Task 4: Signal Timing Optimization and Implementation Task 5: Project Report 1,000.00 $ 6,000.00 Task 6: Project Management - O&M Phase 500.00 $ 3,000.00 Task 7: Continuing Support 2,800.00 $16,800.00 Task 8: Final Technical Memorandum 300.00 $ 1,800.00 M2 Requested Match Total Cost PI $ 21,600.00 $ 5,400.00 $27,000.00 O&M $ 17,280.00 $ 4,320.00 $21,600.00 9 Ball Rd-Taft Av Traffic Signal SECTION 4: FUNDING NEEDS / COSTS FOR PROPOSED PROJECT BY TASK Synchronization Project c. Summary of Intersection Improvement Costs TASK 3 IMPROVEMENT TOTALS LOC. AGENCY PROJECT CROSS STREETS Average Design Construction TOTAL Score 1 Anaheim Knott Av 75,900.00 $ 75,900.00 30.3 2 Anaheim Western Av 2,900.00 $ 87,575.00 $ 90,475.00 28.2 3 Anaheim Beach BI` 3,162.50 $ 3,162.50 50.0 4 Anaheim Gaymont Dr 13,915.00 $ 13,915.00 25.5 5 Anaheim Dale Av 44,275.00 $ 44,275.00 27.0 6 Anaheim Magnolia Av 45,540.00 $ 45,540.00 30.3 7 Anaheim Webster Av (Ped) 7,590.00 $ 7,590.00 50.0 8 Anaheim Gilbert St 500.00 $ 56,975.00 $ 57,475.00 27.8 9 Anaheim Perdido St 13,915.00 $ 13,915.00 25.5 10 Anaheim Brookhurst St 45,540.00 $ 45,540.00 30.3 11 Anaheim Empire St 44,275.00 $ 44,275.00 27.0 12 Anaheim Nutwood St 44,275.00 $ 44,275.00 27.0 13 Anaheim Trident Rd 2,400.00 $ 44,515.00 $ 46,915.00 27.0 14 Anaheim Euclid St 500.00 $ 58,240.00 $ 58,740.00 30.3 15 Anaheim Loara St 2,400.00 $ 74,875.00 $ 77,275.00 27.8 16 Anaheim Gilbuck Dr 2,400.00 $ 74,875.00 $ 77,275.00 27.8 17 Anaheim Walnut St 13,915.00 $ 13,915.00 25.5 18 Anaheim Fiore St 45,540.00 $ 45,540.00 30.3 19 Anaheim Disneyland Dr 45,540.00 $ 45,540.00 30.3 20 Anaheim Ox Rd 45,540.00 $ 45,540.00 30.3 21 Anaheim Harbor BI 500.00 $ 58,240.00 $ 58,740.00 30.3 22 Anaheim Lemon St 2,400.00 $ 74,875.00 $ 77,275.00 27.8 23 Anaheim Anaheim BI 500.00 $ 26,615.00 $ 27,115.00 27.0 24 Anaheim Metrolink 2,400.00 $ 38,190.00 $ 40,590.00 40.0 25 Anaheim Lewis St-East St 13,915.00 $ 13,915.00 25.5 26 Anaheim State College BI 2,400.00 $ 69,815.00 $ 72,215.00 40.0 27 Anaheim Bellhaven St(Firestation) $ 2,400.00 $ 38,190.00 $ 40,590.00 40.0 28 Anaheim Sunkist St 500.00 $ 58,240.00 $ 58,740.00 30.3 29 Anaheim SB-57 Off Ramp* 2,500.00 $ 2,500.00 50.0 30 Anaheim NB-57 On Ramp* 2,500.00 $ 2,500.00 50.0 31 Anaheim Phoenix Club Dr 13,915.00 $ 13,915.00 25.5 32 Orange Main St 10,980.00 $ 139,995.00 $ 150,975.00 40.0 33 Orange Batavia St 11,880.00 $ 151,470.00 $ 163,350.00 40.0 34 Orange Glassell St 1,880.00 $ 23,970.00 $ 25,850.00 50.0 35 Orange Shaffer St 4,000.00 $ 51,000.00 $ 55,000.00 30.0 36 Orange Cambridge St 2,580.00 $ 32,895.00 $ 35,475.00 28.3 37 Orange Tustin St 6,280.00 $ 80,070.00 $ 86,350.00 40.0 49 0 50 0 Anaheim TMC Improvements 94,875.00 $ 94,875.00 40.0 0 TMC Improvements 0 TMC Improvements 0 TMC Improvements SIGNAL IMPROVEMENT TOTAL = IL$ 1,917,047.50 I 33.2 10 Ball Rd-Taft An Traffic Signal Synchronization Project SECTION 5:DETAILED LOCAL MATCH COMMITMENT PART 1:AGENCY TOTAL MATCH SUMMARY CASH IN-KIND TOTAL MATCH Agency PI OMM PI OMM PI OMM 305,209.50 20,160.00 305,209.50 20,160.00 Anaheim 325,369.50 0.00 325,369.50 5,400.00 4,320.00 5,400.00 4,320.00 Orange 9,720.00 0.00 9,720.00 5,400.00 2,160.00 5,400.00 2,160.00 Caltrans 7,560.00 0.00 7,560.00 0.00 0.00 0.00 0.00 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 0.00 0.00 0.00 316,009.50 26,640.00 0.00 0.00 316,009.50 26,640.00 TOTAL MATCH 342,649.50 0.00 342,649.50 PART 2:MATCH BREAKDOWN(CASH vs IN-KIND SERVICES) A. Cash Match Agency Funding Source Amount of Cash Contribution Anaheim Gas Tax,Traffic Impact $ 325,369.50 Fees Orange Gas Tax,M2 Fair Share $9,720.00 TOTAL CASH MATCH: $342,649.50 B. In-Kind Services i. Specific Improvements(List items and Cost): Agency Description Expenditure None Total Specific Improvements(i): $0.00 ii. Staffing Commitment: Agency Staff Position Type of Service to Project No.of Hours Fully Burdened Total* Hourly Rate None 0.00 Select a City 0.00 0.00 0.00 Total for City of Select a City: $0.00 Total Staffing Commitment(ii): $0.00 TOTAL IN-KIND MATCH*(i+Ii: $0.00 Total amount is the required participation by the identified agency.The number of hours and hourly rate will be based on each agency's actual fully burdened billing rates.which must collectively equal the same value of the assigned-Total"dollars.Each agency will be responsible for keeping detailed records of hours worked and description of work.An accounting record of personnel,hours at fully burdened rate shall be included with the in-kind report submittals.Records will be subject to auditing.In-kind match can be converted to Cash Match,but Cash Match cannot be converted to in-kind match. 11 Ball Rd-Taft Av Traffic Signal SECTION 6: PROJECT SCHEDULE BY TASK Synchronization Project a. Projected Start and End Dates: Project start date: September 1, 2024 Project end date: August 31, 2027 b. Projected Schedule by Task Task Starting Date Ending Date Task 1: Project Management - PI Phase September 1, 2024 August 31, 2025 Task 2: Data Collection October 1, 2024 May 31, 2025 Task 3: System Design and Construction October 1, 2024 May 31, 2025 10/1/2024 (based on 5/31/2025(based on Task 4: Signal Timing Optimization and Implementation Countywide Baseline Countywide Baseline Project)Project) Task 5: Project Report June 1, 2025 June 30, 2025 Task 6: Project Management- O&M Phase July 1, 2025 June 30, 2027 Task 7: Continuing Support July 1, 2025 June 30, 2027 Task 8: Final Technical Memorandum August 1, 2027 August 31, 2027 El By checking this box, the Applicant Agency, on behalf of all the participating agencies, agree to implement this project within 12 months. (This means the project will be ineligible for delays and timely use funds extensions. This is not applicable to projects requesting OCTA to lead and Baseline Project participants.) 12 Ball Rd-Taft Av Traffic Signal Synchronization Project Appendix A CALCULATIONS AND ESTIMATED POINTS 13 Bail Rd-Taft Av Traffic Signal Synchronization Project APPENDIX A: CALCULATIONS AND ESTIMATED POINTS Criteria (Max Points) Estimated Points 1. Transportation Significance (25 points) Yes All agencies are participating in the Countywide Baseline Project Inclusion of offset signals w/in 2,700' 25 of offset signals on project/total#of offset signals: 0 / 0 100.0% 10 Vehicle Miles Traveled (VMT): 376,682 15 2. Economic Effectiveness (Cost to Benefit Ratio): (10 points) 9 Calculation for Total Project Cost/VMT= $1,713,248 / 376,682 = 4.55 3. Project Characteristics: (20 points) 10 Average project improvement score = 33.2 4. Project Scale: (20 points) of signals along entire length of corridor: 37 6 14 of signals being synched/total#of corridor signals: 37 / 46 = 80.4% 8 5. Number of Jurisdictions: (10 points) 6 3 Participating Jurisdiction(s) 6. Current Project Status (10 points) Yes Retiming 75% of previous project 5 5 Not Timing 75% of new eligible project 0 Not Implementing within 12 months 0 7. Funding Match: (5 points) 0 342,649.50 / $1,713,247.50 = 20.00% Total Estimated Points: 69 14 Ball Rd-Taft Av Traffic Signal Synchronization Project Appendix B AGENCY IMPROVEMENT CALCULATIONS 15 APPENDIX B:AGENCY IMPROVEMENT CALCULATIONS Ball Rd-Taft Av Traffic Signal Synchronization Projec Is this a timing-only project(no improvements)? Has improvements TABLE I:AGENCY IMPROVEMENT PREFERENCES r, zi fE UNIT PRICE(MATERIAL+LABOR) 4PPLICABLE DESIGN COST PER UNI'VENDOR/BRAND 8 ADDITIONAL NOTES CATEGORIES ID ITEM DESCRIPTION Anaheim Orange Anaheim Orange Anaheim Orange Encore Radio.Fiber 1 Above ground(e.g.wireless.cellular.etc.) 18.800 1,880 Switch 8 power supply. SFPs Comm 2 Fiber Optic underground 0 Ethernet Switch, Fiber Switch&power 3 All other(e.g.copper,aerial fiber.GPS.etc.) 5,000 6,800 680 SFPs.FDU.Fiber supply.SFPs.Fiber Patch Panels Patch Panel Econolite 2070 Econolite Cobalt w/4 ATC signal controller 6,000 7,000 SO 700 w/EOS software ASC3 Use existing foundation 5 Signal cabinet on existing foundation 24.000 40,000 2.400 4 00p Western Systems as is.Econolite TS Type Type P+ II P Cabinet,reuse existing SCE service Field 10 CCTV S10.000 12,000 500 _ $1.200 Axis Elements 13 Vehicle detection+bicycle detection S24.000 SO Econolite 14 Vehicle detection 44,000 4,400 Gddsmart w/mounting brackets 16 Pedestrian detection(audible) Polara APS 20 EVP(hybrid or GPS) S12.000 59.000 SO 900 DDL Opticom GTT GPS 24 Signal Performance Monitoring_ 25,000 a, Server modu)es and addtl licenses to TMC/TOC 27 Central System(server,licenses,workstations) $75.000 support SPMs from field devices.The number is a NTE estimate Caltrans 34 Caltrans Cooperative Agreement 2,500 16 Ball Rd-Taft Av Traffic Signal Synchronization Project APPENDIX B:AGENCY IMPROVEMENT CALCULATIONS TABLE It DESCRIPTION OF WORK BY INTERSECTION DESCRIPTION OF WORK TUZ a U' 3 'o n a rri c 4 rn n c t o i 0 s "o 0 0 0 . = Z v u u ..c E E Y n F rnm c 8 _ -. v o S `8 Z Z 2 d N c t rn N N u zmq0mOat(3 - m 9 > m - - t - _ - c" E Q I o g U c c ~ - - - n -E m 5 -J LL t t a 0 d Q 3 Q< Q fn r U >L 7 1, W z f U- U Q 0 E PROJECT CROSS STREETS 1 2 3 4 s 10 13 14 16 20 24 27 34 1 Anaheim Knott Av 1 1 1 2 Anaheim Western As 1 1 3 Anaheim Beach Bl* 1 4 Anaheim Gaymont Dr 1 1 5 Anaheim Dale Av 1 1 6 Anaheim Magnolia Av 1 1 1 7 Anaheim Webster As tiled) 1 8 Anaheim Gilbert St I 1 1 1 9 Anaheim Perdido St 1 1 10 Anaheim Brookhurst St 1 1 1 11 Anaheim Empire St 1 1 12 Anaheim Nutwood St 1 1 13 Anaheim Trident Rd 1 1 1 14 Anaheim Euclid St 1 1 1 1 15 Anaheim Loara St 1 I 1 16 Anaheim Gilbuck Dr 1 1 1 17 Anaheim Walnut St 1 1 18 Anaheim Fiore St 1 1 1 19 Anaheim Disneyland Dr I 1 1 20 Anaheim Ox Rd 1 1 1 21 Anaheim Harbor BI 1 1 1 1 22 Anaheim Lemon St 1 1 23 Anaheim Anaheim BI 1 1 1 24 Anaheim Metrolink 1 1 25 Anaheim Lewis St-East St 1 1 26 Anaheim State College BI I 1 1 27 Anaheim Bellhaven St(Firestation) 1 28 Anaheim Sunkist St I 1 1 29 Anaheim SB-57 Off Ramp* 1 30 Anaheim NB-57 On Ramp* 1 31 Anaheim _Phoenix Club Dr 1 1 32 Orange Main St 1 1 1 1 33 Orange Batavia St 1 1 1 1 1 34 Orange Glassell St 1 35 Orange Shaffer St 1 36 Orange Cambridge St 1 1 1 37 Orange Tustin St 1 1 Anaheim TMC Improvements 1 QUANTITY TOTAL= 4 0 25 31 11 7 9 3 0 1 10 1 3 17 Ball Rd-Taft Av Traffic Signal Synchronization Project APPENDIX B:AGENCY IMPROVEMENT CALCULATIONS TABLE II:DESCRIPTION OF WORK BY INTERSECTION SIGNAL IMPROVEMENT COSTS U2W0Q 0 z H p W Construction W Management rJ a Inspection Contingency 0 f PROJECT CROSS STREETS Design Construction 15% 10% TOTAL NOTES 1 Anaheim Knott Av 60,000.00 $ 9,000.00 $ 6,900.00. $ 75,900.00 2 Anaheim Westem Av 2,900.00 $ 69,000.00 $ 10,350.00 $ 8,225.00 $ 90,475.00 3 Anaheim Beach BI' 2,500.00 $ 375.00 $ 287.50 $ 3,162.50 4 Anaheim Gaymont Dr 11,000.00 $ 1,650.00 $ 1,265.00 $ 13,915.00 5 Anaheim _Dale Av 35,000.00 $ 5,250.00 $ 4,025.00 $ 44,275.00 6 Anaheim -Magnolia Av 36,000.00 $ 5,400.00 $ 4,140.00 $ 45,540.00 7 Anaheim Webster Av(Ped) 6,000.00 $ 900.00 $ 690.00 $ 7,590.00 8 Anaheim Gilbert St 500.00 $ 45,000.00 $ 6,750.00 $ 5,225.00 $ 57,475.00 9 Anaheim Perdido St 11,000.00 $ 1,650.00 $ 1,265.00 $ 13,915.00 10 Anaheim Brookhurst St 36,000.00 $ 5,400.00 $ 4,140.00 $ 45,540.00 11 Anaheim Empire St 35,000.00 $ 5,250.00 $ 4,025.00 $ 44,275.00 12 Anaheim Nutwood St 35,000.00 $ 5,250.00 $ 4,025.00 $ 44,275.00 13 Anaheim Trident Rd 2,400.00 $ 35,000.00 $ 5,250.00 $ 4,265.00 $ 46,915.00 14 Anaheim Euclid St 500.00 $ 46,000.00 $ 6,900.00 $ 5,340.00 $ 58,740.00 15 Anaheim Loara St 2,400.00 $ 59,000.00 $ 8,850.00 $ 7,025.00 $ 77,275.00 16 Anaheim Gilbuck Dr 2,400.00 $ 59,000.00 $ 8,850.00 $ 7,025.00 $ 77,275.00 17 Anaheim Walnut St 11,000.00 $ 1,650.00 $ 1,265.00 $ 13,915.00 18 Anaheim Flore St 36,000.00 $ 5,400.00 $ 4,140.00 $ 45,540.00 19 Anaheim Disneyland Dr 36,000.00 $ 5,400.00 $ 4,140.00 $ 45,540.00 20 Anaheim Ox Rd 36,000.00 $ 5,400.00 $ 4,140.00 $ 45,540.00 21 Anaheim Harbor BI 500.00 $ 46,000.00 $ 6,900.00 $ 5,340.00 $ 58,740.00 22 Anaheim Lemon St 2,400.00 $ 59,000.00 $ 8,850.00 $ 7,025.00 $ 77,275.00 23 Anaheim Anaheim BI 500.00 $ 21,000.00 $ 3,150.00 $ 2,465.00 $ 27,115.00 24 Anaheim Metrolink 2,400.00 $ 30,000.00 $ 4,500.00 $ 3,690.00 $ 40,590.00 25 Anaheim Lewis St-East St 11,000.00 $ 1,650.00 $ 1,265.00 -$ 13,915.00 26 Anaheim State College BI 2,400.00 $ 55,000.00 $ 8,250.00 $ 6,565.00 $ 72,215.00 27 Anaheim Bellhaven St(Firestation) 2,400.00 $ 30,000.00 $ 4,500.00 $ 3,690.00 $ 40,590.00 28 Anaheim Sunkist St 500.00 $ 46,000.00 $ 6,900.00 $ 5,340.00 $ 58,740.00 29 Anaheim SB-57 Off Ramp' 2,500.00 $ - $ - $ 2,500.00 30 Anaheim NB-57 On Ramp' 2,500.00 $ - $ - $ 2,500.00 31 Anaheim Phoenix Club Dr 11,000.00 $ 1,650.00 $ 1,265.00 $ 13,915.00 32 Orange Main St 10,980.00 $ 109,800.00 $ 16,470.00 $ 13,725.00 $ 150,975.00 33 Orange Batavia St 11,880.00 $ 118,800.00 $ 17,820.00 $ 14,850.00 $ 163,350.00 34 Orange Glassell St 1,880.00 $ 18,800.00 $ 2,820.00 $ 2,350.00 $ 25,850.00 _ 35 Orange Shaffer St 4,000.00 $ 40,000.00 $ 6,000.00 $ 5,000.00 $ 55,000.00 36 Orange Cambridge St 2,580.00 $ 25,800.00 $ 3,870.00 $ 3,225.00 $ 35,475.00 37 Orange Tustin St 6,280.00 $ 62,800.00 $ 9,420.00 $ 7,850.00 $ 86,350.00 Anaheim TMC Improvements 75,000.00 $ 11.250.00 $ 8.625.00 $ 94,875.00 QUANTITY TOTAL= SIGNAL IMPROVEMENT TOTAL= $ 1,917,047.50 18 LOCATION D b N`t`w m rn m m g20939°? 6 g 4.4.4.4"g?gg''''.?4.4.?gig 2 QIIIIIIIII IIIIIIII.IIIIII.II a X A 3 n ' fe o n 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 O IMPLEMENTING AGENCY N m a znm < T E m d T-z w i;n 1 O o o F.- m;c pp A 9 F g° m ; ci v o 3 %H E _ g a m 2 -c ,.^ '4 3 . o 3 —C ro o n 03 X v.g H`, m 3 3- o v m OO 3 y - y_ n O 0- - i'L -to-, N y o - a :N'°1 '•y O 0 m p — [ AA ._. u — D O • T O ; P. n m z 0 3 %2,m Cr> O r 0 m 0 0 0 C V' x IT ti mm z N N o Above ground(e g wools". o cellular.etc.) ur Fiber Optic underground e All other(e.g.copper.aerial fiber,GPS,etc.) x' 8 0 0 8888888888888888888888888 88 ATCsignalcontrccer Signal cabinet on existing Cr'0 0 0 0 0 0 0 0 o rounmfion o so csi 0 0i.0 0 0 0 0 CCTV V e Vehicle detections bicycle ti 0 0 0 0 0 0 0 CO !deleclron z O 0 o e f Vehicle detection F O P•destrian detection A 1audible) A y S e EVP(hybrid or GPS) mA g signal Performance0ooeeo00oe Monitoring my oe Central System(server, o licensee,workstations) O III 8 ion o i Caltrans Cooperative Agreement u AVERAGE IMPROVEMENT ti oo W o o o o in oo W oou,o o 6 ro Lerow u,600r0000 ie u mo rr oreor.r SCORE z0Hmm zInmn v 7 Co Ball Rd-Taft Av Traffic Signal Synchronization Project Appendix C Ball Rd-Taft Av Traffic Signal Synchronization Project APPENDIX C: VEHICLE MILES TRAVELED (VMT) Segment ADTs Distance VMT West City Limit- Brookhurst St 28,969 2.98 86,260 Brookhurst St - Harbor BI 44,574 2.51 112,001 Harbor BI - Phoenix Club Dr 52,384 2.50 130,960 Phoenix Club Dr- Main St 34,100 0.30 10,256 Main St - Batavia St 28,900 0.29 8,489 Batavia St- Glassell St 26,000 0.53 13,788 Glassell St- Cambridge St 14,300 0.44 6,256 Cambridge St - Tustin St 15,900 0.55 8,673 Total Project VMT:10.10 376,682 Source: See Attached Counts. Ball Rd-Taft Av Traffic Signal Synchronization Project Appendix D AGENCY RESOLUTIONS AND LETTERS OF SUPPORT NW& Ball Rd-Taft Av Traffic Signal Synchronization Project Appendix E ADDITIONAL INFORMATION ELIGIBLE IMPROVEMENTS SCORE BASED ON STATUS Signal Timing (No Capital) Online Offline Timing Only 50 30 Timing + Traffic Responsive (license only) 50 15 Timing + Peer-to-Peer(configuration only) 50 40 Timing + Traffic Adaptive (license only) 40 1 Signal Communication No Time Source Time Source Above ground (e.g. wireless, cellular, etc.) 50 30 Fiber Optic underground 25 15 All other (e.g. copper, aerial fiber, GPS, etc.) 5 1 Field Elements None/5+ Years Within 5 Years ATC signal controller 50 10 Signal cabinet on existing foundation 30 10 Signal cabinet on new foundation 15 5 BBS/USP (attached) 20 10 BBS/UPS on existing foundation 10 5 BBS/UPS on new foundation 5 1 CCTV 30 10 Vehicle detection (ATSPM inputs + counts) 50 30 Vehicle detection (ATSPM inputs) 40 20 Vehicle detection + bicycle detection 30 15 Vehicle detection 30 15 Bicycle detection 30 15 Pedestrian detection (audible) 50 30 Pedestrian detection 30 15 Active transportation/pedestrian safety 50 30 Transit Signal Priority 50 25 EVP (hybrid or GPS) 40 10 EVP (infrared) 30 10 Speed feedback signs (existing post) 40 10 Speed feedback signs (new post) 20 10 Signal Performance Monitoring 40 10 Minor Signal Operational Improvements None/5+ Years Within 5 Years Channelization 40 20 Signal phasing improvement 50 25 TMC/TOC None/10+Years Within 10 Years Central System (server, licenses, workstations)40 20 Display (video wall, VMS, etc.) 30 10 UPS for TMC 20 5 Caltrans Participation With Coop Without Coop Caltrans Cooperative Agreement 50 25 Knott Avenue O 0 of om 0. 40 C i c 1 d 0Icoiw a 0 coa. i O i O 0 r Phoenix Club Drive Main Street. 1 i i ... 0.Batavia Street i P---//: VI ro m 0 Glassell Street O Shaffer Street D Cambridge Street l z 0 s 0 Legend: City of Anaheim Map of Ball Road/Taft Avenue 9 City of Orange 0 Regional Traffic Signal Caltrans 1 Tustin Street Synchronization Program Corridor