HomeMy WebLinkAbout060623-06.7ADMINISTRATIVE STAFF REPORT 6.7
TO: Mayor and Town Council June 6, 2023
SUBJECT: Resolution No. 45-2023, authorizing the Town Manager to execute a
Funding Agreement with the Contra Costa Transportation Authority for
cost sharing commitments to design and construct the Countywide Smart
Signals Project, and approving an allocation to cover the matching fund
requirement for the One Bay Area, Cycle 3 Program grant award
BACKGROUND
Included in the FY 2022/ 23 Capital Improvement Program is CIP C-634, Townwide Signal
Modernization project. A component of this project is the Countywide Smart Signals
project being led by the Contra Costa Transportation Authority ("Authority") and who is
serving as the project sponsor. The Project will upgrade existing traffic signal systems,
including hardware and communication systems, to provide interconnectivity throughout
the 19 cities/towns and unincorporated Contra Costa County and that will ultimately
provide capabilities to enhance the sharing of real-time information and data between
agencies. Specifically for the Town, the project will provide traffic signal hardware and
operational upgrades along the San Ramon Valley Boulevard and Sycamore Valley Road
corridors through implementation of video/radar vehicle and bicycle detection systems,
battery back-up systems, fiber optic interconnect, and video analytics to improve signal
timing and coordination.
In 2022, the Authority applied for and received a total of $26,555,000 in One Bay Area,
Cycle 3 (OBAG 3) federal funds for the project. The total cost of the project is $30,774,422,
which includes a combination of local matching funds from each of the 19 cities/ towns and
unincorporated Contra Costa County, Local Partnership Program funds, and matching
funds from the Authority. The Town's portion of the grant award is $1,046,162 and
requires an 11.47% local match in the amount of $119,972.
DISCUSSION
As the Authority is the lead agency responsible for the administration, design and
construction project, the Town is required to enter into a Funding Agreement (Attachment
B) that has been forwarded to the Town by the Authority for execution. The attached
resolution (Attachment A) will authorize the Town Manager to execute the agreement on
behalf of the Town together with any subsequent supplemental agreements. The City
Attorney has reviewed the Funding Agreement and concluded that the updated terms and
provisions are reasonable and acceptable to the Town.
As this project consists of several elements including traffic signal vehicle/bicycle video
detection, battery back-up systems and fiber optic interconnect, it is recommended that the
funding match amount of $119,972 be allocated from available appropriated funding in
respective projects in the current Capital Improvement Program consisting of C-634,
Townwide Signal Modernization ($50,000); C-621, Townwide Bicycle Facilities
Improvements ($40,000); and A-620, Townwide Fiber Optic Interconnect ($29,972).
PUBLIC CONTACT
Posting of the meeting agenda serves as notice to the general public.
FISCAL IMPACT
In FY 2023/24, a total of $119,972 is required to cover the OBAG 3 program's 11.47%
funding match requirement. It is recommended that $50,000 in Measure J funds from
Project C-634, Townwide Traffic Signal Modernization; $40,000 in Measure J funds from
Project C-621, Townwide Bicycle Facilities Improvements; and $29,972 in CIP General
Purpose Revenue from Project A-620, Fiber Optic Interconnect be allocated in FY 2023/24
to cover the fund matching requirement.
RECOMMENDATION
Adopt Resolution No. 45-2023, authorizing the Town Manager to execute a Funding
Agreement with the Contra Costa Transportation Authority for cost sharing commitments
to design and construct the Countywide Smart Signals Project, and approving an allocation
to cover the matching fund requirement for the One Bay Area, Cycle 3 Program grant
award.
Prepared by:
AlUk� Ul
Andrew Dillard
Transportation Manager
Reviewed by:
#Ta.Williams
Assistant Town Manager
Attachments: A - Resolution No. 45-2023
B - CCTA Funding Agreement No. 639
C - CCTA Smart Signals Project Information Sheet
Authorizing CCTA Funding
Agreement No. 639 2 June 6, 2023
DocuSign Envelope ID: 6B13A4C9-33EC-4238-A779-F07490F2FA43
RESOLUTION NO. 45-2023
AUTHORIZING THE TOWN MANAGER TO EXECUTE A FUNDING
AGREEMENT WITH THE CONTRA COSTA TRANSPORTATION AUTHORITY
FOR COST SHARING COMMITMENTS TO DESIGN AND CONSTRUCT THE
COUNTYWIDE SMART SIGNALS PROJECT, AND APPROVING AN
ALLOCATION TO COVER THE MATCHING FUND REQUIREMENT FOR THE
ONE BAY AREA, CYCLE 3 PROGRAM GRANT AWARD
WHEREAS, the Town of Danville is eligible to receive Federal and/or State funding for
certain Transportation Projects through the California Department of Transportation
(Caltrans) and the Metropolitan Transportation Commission (MTC); and
WHEREAS, the Contra Costa Transportation Authority (Authority) is the project sponsor
and designated lead agency for implementing the Countywide Smart Signals Project within
Contra Costa County, hereinafter referred to as "Project", which is a program to install
signal system and intelligent transportation system (ITS) equipment upgrades to key
identified intersections within Contra Costa County cities with the objective to coordinate
and synchronize the timing of the signals; and
WHEREAS, the Authority is the recipient of the Metropolitan Transportation
Commissions (MTC's) One Bay Area, Cycle 3 (OBAG 3) funds for design, construction,
and deployment of the Project; and
WHEREAS, the Town and Authority have identified 18 intersections to recommend for
signal system and intelligent transportation system (ITS) equipment upgrades for inclusion
in the Project estimated at $1,046,162 (Exhibit A); and
WHEREAS, the Town agrees to provide the Authority with the minimum 11.47% local
matching funds to the OBAG 3 funds in the amount of $119,972 in Fiscal Year 2023-24 to
pay for the design and installation of upgraded equipment located within the Town right-
of-way and cost of construction as part of the Project; and
WHEREAS, the City Attorney has reviewed the Funding Agreement and concluded that
the updated terms and provisions are reasonable and acceptable to the Town; and
WHEREAS, the Town wishes to delegate authorization to execute the Funding Agreement
and any amendments thereto to the Town Manager; and
WHEREAS, required matching funds in the amount of $119,972 are available in FY
2023/ 24 Capital Improvement Program appropriations in projects C-634, Townwide Traffic
Signal Modernization; C-621, Townwide Bicycle Facilities Improvements; and A-620, Fiber
Optic Interconnect; now, therefore, be it
ATTACHMENT A
DocuSign Envelope ID: 6B13A4C9-33EC-4238-A779-F07490F2FA43
RESOLVED, by the Danville Town Council, that the Town Manager is hereby authorized
to execute a Funding Agreement between the Town and the Authority for cost sharing
commitments to design and construct the Countywide Smart Signals Project, and to return
said executed agreement to the Authority as instructed; and, be it further
RESOLVED, by the Danville Town Council, that $50,0000 in Measure J funds from Project
C-634, Townwide Traffic Signal Modernization; $40,000 in Measure J funds from Project C-
621, Townwide Bicycle Facilities Improvements; and $29,972 in CIP General Purpose
Revenue from Project A-620, Fiber Optic Interconnect totaling $119,972 be allocated in FY
2023/24 to cover the 11.47% matching funds requirement for the OBAG 3 program grant.
APPROVED by the Danville Town Council at a regular meeting on June 6, 2023, by the
following vote:
AYES:
NOES:
ABSTAINED:
ABSENT:
1E V • t
APPROVED AS TO FORM: ATTEST:
DocuSigneed by:
Ep-D. Gt(/0.5
40ADBF4BF
CITY ATTORNEY
CITY CLERK
PAGE 2 OF RESOLUTION NO. 45-2023
FUNDING AGREEMENT NO. 639
BETWEEN
THE CONTRA COSTA TRANSPORTATION AUTHORITY
AND
THE TOWN OF DANVILLE
FOR COST SHARING COMMITMENTS TO DESIGN AND CONSTRUCT THE
COUNTYWIDE SMART SIGNALS PROJECT
This Agreement is made and entered into on , 2023 by the Town of Danville
hereinafter referred to as ("TOWN") and the CONTRA COSTA TRANSPORTATION
AUTHORITY hereinafter referred to as ("AUTHORITY"). TOWN and AUTHORITY are
collectively referred to herein as the "Parties" and each individually as a "Party."
RECITALS
1. AUTHORITY is the project sponsor and designated lead agency for implementing the
Countywide Smart Signals Project within Contra Costa County, hereinafter referred to as
"PROJECT", which is a program to install signal system and intelligent transportation system (ITS)
equipment upgrades to key identified intersections within Contra Costa County cities with the
objective to coordinate and synchronize the timing of the signals.
2. AUTHORITY is the recipient of the Metropolitan Transportation Commission's (MTC's)
One Bay Area Cycle 3 (OBAG 3) funds for design, construction, and deployment of the PROJECT.
3. TOWN and AUTHORITY have identified 18 intersections to recommend for signal system
and intelligent transportation system (ITS) equipment upgrades for inclusion in the PROJECT
estimated at $1,046,162 (See Exhibit A)
4. TOWN agrees to provide AUTHORITY with the minimum 11.47% local matching funds to
the OBAG 3 funds in the amount of $119,972 in Fiscal Year 2023-24 to pay for the design and
installation of upgraded equipment located within TOWN's right-of-way and cost of construction as
part of the PROJECT.
5. TOWN and AUTHORITY agree that the final matching funds requirements may be adjusted
accordingly based on the final actual design and construction costs incurred and will be reconciled at
the completion of the PROJECT as defined in paragraph 6 below.
NOW, THEREFORE, in consideration of the foregoing, the AUTHORITY and TOWN do
hereby agree as follows:
FUNDING AGREEMENT No. 639
Countywide Smart Signals Design and Construction Phases
Pagel of 5
29222494.1/060323.0001 ATTACHMENT B
SECTION I
TOWN AGREES:
To provide AUTHORITY matching funds for upgrading equipment and construction cost
for the Town's portion of the PROJECT in an amount of $119,972, which represents 11.47%
of the OBAG3 funds of $1,046,162, no later than 30 days from receiving an invoice from
AUTHORITY.
2. To work collaboratively with AUTHORITY to implement the PROJECT.
SECTION II
AUTHORITY AGREES:
To lead the development process including planning, design, construction, and deployment of
the PROJECT, as described in Exhibit A and the Operations and Maintenance Agreement
to be negotiated by the TOWN and AUTHORITY following execution of this Agreement.
2. To submit an invoice to TOWN for an amount of $119,972 prior to December 31, 2023.
3. To work collaboratively with TOWN to implement the PROJECT.
SECTION III
IT IS MUTUALLY AGREED:
1. (a) That the cost to complete PROJECT is only an estimate and may require adjustments
depending on the final cost. At the completion of the PROJECT, and if AUTHORITY determines
that the match amount provided by TOWN is exceeded, it will notify and seek approval of TOWN
to provide additional matching funds. Completion of the Project is defined as when AUTHORITY
accepts and certifies that all phases of the PROJECT construction—including but not limited to
installation, deployment, and activation of equipment—are completed.
(b) If AUTHORITY determines that the match amount provided by TOWN exceeded the
amount needed to complete the PROJECT then AUTHORITY will refund TOWN the balance of
the original match amount provided by TOWN and indicated in paragraph 1 of Section I.
2. Term: This Agreement will remain in effect through December 31, 2028, or at the
completion of the PROJECT, whichever occurs first, or until discharged as provided in Paragraph 3
below or as a result of paragraph 12 below.
3. Discharge: This Agreement shall be subject to discharge as follows:
a. Either Party may terminate this Agreement at any time until construction of the
FUNDING AGREEMENT No. 639
Countywide Smart Signals Design and Construction Phases
Page 2 of 5
29222494.1/060323.0001
PROJECT begins, other than for breach. Either Party may terminate by giving written notice of
termination to the other Party which shall specify both the cause and the effective date of termination.
Notice of termination under this provision shall be given at least ninety (90) days before the effective
date of such termination. Once construction of the PROJECT begins, neither party may terminate
this Agreement unless there is a breach as addressed in paragraph 3(b) below.
b. This Agreement may be canceled by a Party for breach of any obligation, covenant, or
condition hereof by the other Party, upon notice to the breaching Party. With respect to any breach
which is reasonably capable of being cured, the breaching Party shall have 30 days from the date of
the notice to initiate steps to cure. If the breaching party diligently pursues cure, such party shall be
allowed a reasonable time to cure, not to exceed sixty (60) days from the date of the initial notice,
unless a further extension is granted by the non -breaching Party. On cancellation, the non -breaching
party retains the same rights as a Parry exercising its right to terminate under the provisions of
paragraph 3(a), except that the canceling Party also retains any remedy for breach of the whole
contract or any unperformed balance.
C. By mutual consent of both PARTIES, this Agreement may be terminated at any time.
d. In the event of termination, AUTHORITY shall reimburse TOWN, if AUTHORITY
deems necessary, for overpayment by TOWN based on the difference between actual cost share and
estimated cost share, which such difference shall be determined in AUTHORITY's sole discretion.
In no event shall the maximum expenditure allowed under this Agreement, as it may be adjusted by a
written amendment signed by both parties, be exceeded.
4. Indemnity: It is mutually understood and agreed, relative to the reciprocal
indemnification of AUTHORITY and TOWN:
a. That neither AUTHORITY, nor any officer or employee thereof, shall be responsible
for, and TOWN shall fully indemnify and hold harmless AUTHORITY against, any damage or
liability occurring by reason of anything done or omitted to be done by TOWN under or in
connection with any work, authority or jurisdiction by TOWN under the Agreement. It is also
understood and agreed that pursuant to Government Code Section 895.4, TOWN shall fully
indemnify and hold the AUTHORITY harmless from any liability imposed for injury as defined by
Government Code Section 810.8 occurring by reason of anything done or omitted to be done by
TOWN under this Agreement or in connection with any work, authority, or jurisdiction delegated to
TOWN under this Agreement.
b. That neither TOWN, nor any officer or employee thereof, shall be responsible for, and
AUTHORITY shall fully indemnify and hold harmless TOWN against any damage or liability
occurring by reason of anything done or omitted to be done by AUTHORITY under or in connection
with any work, authority, or jurisdiction by AUTHORITY under the Agreement. It is also
understood and agreed that pursuant to Government Code Section 895.4, AUTHORITY shall fully
indemnify and hold the TOWN harmless from any liability imposed for injury as defined by
Government Code Section 810.8 occurring by reason of anything done or omitted to be done by
AUTHORITY under this Agreement or in connection with any work, authority, or jurisdiction
delegated to AUTHORITY under this Agreement.
FUNDING AGREEMENT No. 639
Countywide Smart Signals Design and Construction Phases
Page 3 of 5
29222494.1/060323.0001
5. Notices: Any notice which may be required under this Agreement shall be in writing,
shall be effective when received, and shall be given by personal service, or by certified or registered
mail, return receipt requested, to the addresses set forth below, or to such addresses which may be
specified in writing to the parties hereto.
Joseph A. Calabrigo
Town Manager
500 La Gonda Way
Danville, CA 94526
Timothy Haile
Executive Director
Contra Costa Transportation Authority
2999 Oak Road, Suite 100
Walnut Creek, CA 94597
6. Additional Acts and Documents: Each Party agrees to do all such things and take all
such actions, and to make, execute and deliver such other documents and instruments, as shall be
reasonably requested to carry out the provisions, intent and purpose of this Agreement.
7. Integration: This Agreement represents the entire Agreement of the Parties with respect
to the subject matter hereof. No representations, warranties, inducements or oral agreements have
been made by any of the Parties except as expressly set forth herein, or in other contemporaneous
written agreements.
8. Amendment: This Agreement may not be changed, modified or rescinded except in
writing, signed by all Parties hereto, and any attempt at oral modification of this Agreement shall be
void and of no effect.
9. Independent Agency AUTHORITY renders its services under this Agreement as an
independent agency. None of the AUTHORITY's agents or employees shall be agents or employees
of the TOWN.
10. Assignment: This Agreement may not be assigned, transferred, hypothecated, or
pledged by any Party without the express written consent of the other Parry.
11. Binding on Successors, etc.: This Agreement shall be binding upon the successor(s),
assignee(s) or transferee(s) of the AUTHORITY or TOWN as the case may be. This provision shall
not be construed as an authorization to assign, transfer, hypothecate or pledge this Agreement other
than as provided above.
12. Severability: Should any part of this Agreement be determined to be unenforceable,
invalid, or beyond the authority of either Party to enter into or carry out, such determination shall not
affect the validity of the remainder of this Agreement which shall continue in full force and effect;
provided that, the remainder of this Agreement can, absent the excised portion, be reasonably
interpreted to give effect to the intentions of the Parties.
FUNDING AGREEMENT No. 639
Countywide Smart Signals Design and Construction Phases
Page 4 of 5
29222494.1/060323.0001
13. Limitation: All obligations of AUTHORITY under the terms of this Agreement are
expressly subject to the AUTHORITY's continued authorization to collect and expend the sales tax
proceeds provided by MEASURE C and MEASURE J. If for any reason the AUTHORITY's right
to collect or expend such sales tax proceeds is terminated or suspended in whole or part, the
AUTHORITY shall promptly notify TOWN, and the PARTIES shall consult on a course of action
to determine how to accomplish the PROJECT or if this Agreement should be terminated. If, after
sixty (60) working days of the termination or suspension of sales tax proceeds authority, a course of
action is not agreed upon by the PARTIES, this Agreement shall be deemed terminated by mutual or
joint consent; provided, that any obligation to fund from the date of the notice shall be expressly
limited by and subject to (i) the lawful ability of the AUTHORITY to expend sales tax proceeds for
the purposes of the Agreement; and (ii) the availability, taking into consideration all the obligations
of the AUTHORITY under all outstanding contracts, agreements to other obligations of the
AUTHORITY, of funds for such purposes.
14. No Third Party Beneficiaries: This Agreement is not for the benefit of any person or entity
other than the parties.
15. Dispute Resolution: The Parties shall work together in the spirit of good faith and
cooperation to successfully implement this Agreement. Should a substantive disagreement arise
between the Parties, the disagreement shall immediately be raised between the Parties. Prior to
initiating any legal action, the Parties agree to meet in good faith to attempt to resolve any dispute,
including but limited to meetings between executive management and participating in mediation.
The Parties shall jointly select and engage the effort of a mediator to help resolve the dispute. The
Parties shall equally share the costs of the mediator. If the issue is still unresolved, either Party may
bring a legal action seeking resolution of the disagreement. However, any and all legal actions may
only be brought if the preceding dispute resolution process has been satisfied.
16. Venue: This Agreement and all work performed thereunder shall be interpreted under and
pursuant to the laws of the State of California. The Parties agree that the jurisdiction and venue of
any dispute arising under this Agreement shall be the Superior Court of Contra Costa County.
17. Counterparts: This Agreement may be executed in any number of original counterpart
signature pages, and each counterpart signature page shall be attached to and incorporated into this
original Agreement.
CONTRA COSTA TRANSPORTATION
TOWN OF DANVILLE AUTHORITY
By:
By:
Joseph A. Calabrigo, Town Manager Federal Glover, Chair
ATTEST:
FUNDING AGREEMENT No. 639
Countywide Smart Signals Design and Construction Phases
Page 5 of 5
29222494.1/060323.0001
By: By:
Marie Sunseri, City Clerk
APPROVED as to form:
Tarienne Glover, Clerk of the Board
By: By:
Robert B. Ewing, City Attorney Fennemore Wendel, Legal Counsel
FUNDING AGREEMENT No. 639
Countywide Smart Signals Design and Construction Phases
Page 6 of 5
29222494.1/060323.0001
FUNDING AGREEMENT NO. 639
between
The Contra Costa Transportation Authority
and
The Town of Danville
FXNIRIT A
DESCRIPTION OF THE PROJECT
BACKGROUND
The Smart Signals project in Contra Costa County is a CCTA led countywide project to upgrade
traffic signal system and communication systems throughout its 19 cities and unincorporated
communities.
Contra Costa County is home to 19 cities/towns and the County, which includes numerous
unincorporated communities. There are approximately 1400 traffic signals within the County,
Caltrans -owned and various Town -owned. Most of these traffic signals are located either along major
arterials, including State Routes, identified as Routes of Regional Significance (RSS) or other major
and minor arterials in the cities/towns.
The project will develop, manage, and implement Intelligent Transportation System (ITS) initiatives
such as upgrading the existing legacy systems, providing interconnectivity throughout Contra Costa
County signal systems and enhance the sharing of real-time information between agencies and the
public.
The existing traffic signal systems in most jurisdictions located within Contra Costa County are
legacy systems and are outdated or antiquated compared to newer traffic signal systems. These signal
systems currently lack the communication infrastructure such as fiber and cellular/wireless-based
communication, which makes it difficult to implement traffic signal synchronization and
coordination between traffic signals along an arterial. Most corridors do not currently include Signal
Control and Prioritization (SCP) technologies to promote transit usage to reduce delay and travel
times for transit vehicles and reduce response time for emergency vehicles.
These deficiencies result in severe traffic congestion within the cities/towns and may result in
spillover onto freeways and cause a chain reaction of congestion along local arterials. The current
system contributes to overall commuter travel times and delays, increases greenhouse gas emissions
and fuel consumption, as well as incidents and collisions. These deficiencies were documented
following extensive discussions with the cities and towns regarding traffic signal operation within the
Contra Costa County.
CCTA and the project Stakeholders have initially identified these deficiencies, which are translated
as the following project goals: 1) Improve safety and minimize crashes, injuries, and fatalities
between motorists, bicyclists, and pedestrians; 2) Optimize mobility along major corridors and RRS;
and 3) Advance to Smart City and Internet of Things (IOT) solutions.
Exhibit A
29222494.1/060323.0001
FUNDING AGREEMENT No. 639
Town of Danville
Page 1 of 4
PROJECT ELEMENTS
The Smart Signals project will develop, manage, and implement ITS initiatives that improve the
safety and efficiency of multimodal mobility, maximize highway and arterial system throughput, and
improve operational efficiency, safety, and reduce environmental impact throughout the county. By
upgrading the existing legacy systems and providing interconnectivity throughout Contra Costa
County signal systems, the county's traffic signal systems can be prepared for future emerging
technologies including connected and/or autonomous vehicles, big data, integrated corridor
management (ICM), enable implementation of incident management strategies and Smart Cities
initiatives. This solution can enhance the sharing of real-time information between agencies and the
public using existing and next generation ITS technologies.
The upgraded traffic signal systems and signal interconnect will help smooth traffic flow and ease
recurring traffic congestion by expanding mode choice options and reducing travel time on local
streets and roads. Upgraded traffic signals will benefit pedestrians and transit commuters by reducing
wait times at intersections, improving total travel time for all modes while making transit and
pedestrian more viable transportation options. The Smart Signal systems would also improve the
safety of pedestrians, bicyclists, vulnerable road users, and people with disabilities by deployment of
detection systems.
To accomplish these goals, CCTA is applying a Smart Signal approach that will include the
implementation of ITS equipment including upgraded traffic signal controllers and cabinets,
upgraded Advanced Traffic Management System (ATMS) for each agency to provide remote
command and control from a centralized Traffic Management Center (TMC) or Traffic Operations
Center (TOC) location, Closed-circuit Television (CCTV) cameras, SCP for transit and emergency
vehicles, and vehicle detection systems deployed on predefined designated arterials and state routes.
These improvements will provide local cities and Caltrans day-to-day county -wide traffic
management capabilities in addressing recurrent traffic congestion as well as provide CCTA
capabilities for managing the system during non-recurring traffic congestion caused by diverted
traffic due to major incidents on the freeway or during any evacuation efforts.
The PROJECT's key features and benefits include but are not limited to some of the following:
• Providing infrastructure for a countywide traffic management system
• Upgrading local signal controllers and signal system hardware, software, and firmware
• Deploying bicycle and pedestrian detection software for vulnerable road user protection
• Providing SCP, including Transit Signal Priority (TSP) and Emergency Vehicle Preemption
(EVP) capabilities
• Enabling local event management signal timing options
• Taking a proactive approach to safety by identifying "near miss" situations for analysis
• Enabling cities and CCTA to proactively manage day-to-day traffic
• Enabling cities to proactively manage traffic on local streets that has diverted off the freeway
due to a major freeway incident
• Identifying alternative routes with timing optimized for incident management
• Allowing shared control and operation, improving cross jurisdictional traffic management
• Allowing cities/CCTA access to monitor all CCTV cameras and traffic signals for the purpose
of optimizing day-to-day operations
Exhibit A
29222494.1/060323.0001
FUNDING AGREEMENT No. 639
Town of Danville
Page 2 of 4
Deployment of the Smart Signals Project is expected to result in operational and safety improvements
for all modes of transportation, such as:
• Decrease in travel time,
• Decrease in total delay,
• Reduction in number of stops
• Reduction in secondary accidents
• Decrease in fuel consumption and greenhouse gas emissions
• Promotion of transit ridership
• Reduction of response time for emergency vehicles
When operating together, these enhancements increase safety and reliability, and support
environmental sustainability, economic development, and equitable access for all travelers.
TOWN OF DANVILLE ELEMENTS
The signals located at the following intersection are included in the Project and is proposed to receive
Smart Signal upgrades. (See Table 1 and Figure 1 below)
Table 1: Town of DANVILLE PROJECT Intersections
LIST OF INTERSECTIONS
Signal No.
Primary Street
Secondary Street
1
Danville Blvd
El Cerro Blvd
2
Danville Blvd
Railroad Ave/ Hartz Ave
3
San Ramon Valley
Blvd
Rid eland Dr
4
San Ramon Valley
Blvd
Greenbrook Dr
5
San Ramon Valley
Blvd
Fountain Springs Dr
6
San Ramon Valley
Blvd
Elworthy Ranch Rd
7
San Ramon Valley
Blvd
Podva Rd
8
San Ramon Valley
Blvd
Sycamore Valley Rd
9
San Ramon Valley
Blvd
Sycamore Square/Livery-Mercantile
10
San Ramon Valley
Blvd
Town and Country Dr
11
San Ramon Valley
Blvd
Iron Horse Trail
12
San Ramon Valley
Blvd
Railroad Ave/Hartz Ave/Hartz Way
13
Front St
Hartz Way
14
Sycamore Valley
Rd
Camino Ramon/Sycamore Park & Ride
15
Railroad Ave
Church St
16
Diablo Rd
Hartz Ave
17
Diablo Rd
West El Pintado Rd
18
Diablo Rd
Front St
Exhibit A
29222494.1/060323.0001
FUNDING AGREEMENT No. 639
Town of Danville
Page 3 of 4
The recommended upgrades for signals located in Danville include:
• Fiber Optic Communications
• Video/Radar Detection
• Backup Battery System Replacement
• Advanced Traffic Management System (ATMS)/Analytics
• Pan -Tilt -Zoom (PTZ) cameras
• Traffic signal synchronization
• Emergency Vehicle Preemption (EVP), and
• Video Analytics.
Based on preliminary estimates, the upgraded equipment, including cost of construction, is shown
below. The Town is responsible to provide the minimum 11.47% match.
• Total Number of Signals — 18
• Total funding — $1,046,162
• Local match required — $119,972 (11.47%)
Exhibit A
29222494.1/060323.0001
FUNDING AGREEMENT No. 639
Town of Danville
Page 4 of 4
29222494.1/060323.0001
Contra Costa Transportation Authority (CCTA) is leading a Countywide Smart Signals Project (Project) to
upgrade traffic signal and communication systems at 328 intersections within Contra Costa County throughout
the 19 cities/towns and unincorporated communities located along major arterial streets and roads designated
as Routes of Regional Significance.
PURPOSE + NEED I Existing traffic
signal systems in most cities within Contra =,
Costa County consist of outdated legacy '" "••`'�"°`9 �'+��••
: ..n. tL• '+.Pier•
systems that lack fiber and/or ethernet ', --rd
base communication making traffic signal ,,• ••�� • ". .....,. "
synchronization and coordination =•"��� ' "'•`�'
a <;no , a,edwoo°
.01
between traffic signals difficult. '' _"
Additionally, most corridors need Signal
Control and Prioritization (SCP) 6erkeey '
technologies that can promote transit
usage and mode shift. These operational
deficiencies result in severe traffic�""
Oaklantl
congestion within the cities which can •;a.,° °
also lead to spillover on the freeways; .:'
increasing commuter travel times, •_
greenhouse gas emissions, fuel
consumption, and accidents.
SOLUTION I Implementation of the planned Intelligent Transportation System (ITS) elements will unify
Contra Costa County's signal technology and communication systems to optimize traffic flow. It will provide an
interconnected Advanced Traffic Management System (ATMS) with the ability to monitor traffic conditions in
real-time, safely, and efficiently manage incidents, and share information between agencies and the public.
The goals of the project are to improve safety, optimize mobility, prepare for emerging
transportation technologies, and advance Smart Cities.
BENEFITS
SAFETY
Upgrading traffic signal equipment
and applying smart control
systems at intersections will:
► Improve emergency service
response time;
► Help first responders and law
enforcement manage traffic or
crime incidents; and
No. Implement Video analytics
that can identify near miss
situations, prevent future
occurrences, and reduce
secondary accidents.
CONTRA COSTA
01-01
transportation
authority
OPERATIONAL
IMPROVEMENTS
Signal synchronization and
implementation of SCP
technologies will:
► Smooth traffic flow and
reduce idling;
► Increase average speed;
► Decrease travel time and total
delay;
► Reduce greenhouse gas
emissions; and
► Increase transit reliability by
improving on-time service.
TRAFFIC MANAGEMENT
ENHANCEMENTS
Shared control and improved cross
jurisdictional traffic management will:
► Provide cities and Caltrans access to
monitor all videos and signals in
real-time;
► Optimize day-to-day traffic
operations and manage local events
through signal timing options;
► Effectively manage arterial traffic
during major incidents on the
freeway, evacuations, or major
events; and
No. Enable cities to prioritize transit and
emergency vehicles.
ATTACHMENT C
KEY PROJECT FEATURES
► Traffic signal system upgrades
► Shared control and operation to allow cross
► ATMS upgrades for each agency to provide
jurisdictional traffic management
remote command and control at a centralized
► Automated data collection
Traffic Management Center (TMC) location
► SCP for transit and emergency vehicles
► Close Circuit Television (CCTV) cameras
► Vehicle detection system on designated
► Pedestrian and bicycle detection system
arterials and state routes
FUNDING + SCHEDULE
Project Phase Total Cost
Fund Source Start Date
Planning/ Conceptual $250,000
Measure J Jul -22
Environmental Studies (PA&ED) $440,280
Measure Mar -23
Design Engineering (PS&E) $1,651,050
Local Match, OBAG 3* Sep -24
Construction $28,433,092
Local Match, OBAG 3, LPP-F** Sep -25
Total $ 30,774,422
`One Bay Area Grant (OBAG) 3 federal funding provided by Metropolitan Transportation Commission (MTC).
** Local Partnership Program - Formulaic (LPP-F) state funding provided by California Transportation Commission (CTC).
STAKEHOLDERS
Antioch Brentwood Clayton
Concord Danville
EI Cerrito Hercules Lafayette
Martinez Moraga
Oakley Orinda Pinole
Pittsburg Pleasant Hill
Richmond San Pablo San Ramon
Walnut Creek Contra Costa County
The project is being implemented in collaboration with Central Contra Costa Transit Authority (County Connection), Eastern Contra
Costa Transit Authority (Tri Delta Transit), Western Contra Costa County Transit (WestCAT), Alameda -Contra Costa Transit District
(AC Transit), Bay Area Rapid Transit (BART), California Department of Transportation (Caltrans), and MTC.
CONTRA COSTA
CONTACT I John Hoang, Director, Planning - CCTA
Jtransportation
authority
Phone: 925.256.4729 1 E-mail: jhoang@ccta.net