Loading...
HomeMy WebLinkAboutContract 44231 (2)Contract No. 02=1XXM5003 STATE tE T ) AS COUNTY OF Ta'AVJJS G R IF FM H Il \J `1 INSTALL kl A&\3 IREEIMIHURSEMENIT PERATOON MID MAINTI ,G`jANC h TRAFFIC SIGNALS ITHON A �f�UII IC IL r CITY SECRETARY, r, COM4IRACT WO. "I R THE ` HOS GR1h,HiVIENT by and between the State of Texas, acting by and through the Texas Department of Transportation, called the "State," and the City of Fort Worth, Tarrant County, Texas, acting by and through its duly authorized officials, called the "City." This agreement becomes effective when signed by the last party whose signing makes the agreement fully executed The City, acting by and through its duly authorized officers under Attachment "A", Ordinance / Resolution, dated November 6, 2012 which is attached to and made part of this agreement. ITNESSFTH WHEREAS, by virtue of a Municipal Maintenance Agreement entered into by the City and the State on the 14 day of December, 2007, the State has been authorized to maintain certain highway routes within the City; and WHEREAS, from time to time the City requests the State to install traffic signals on certain highways within the City; and WHEREAS, in accordance with Texas Administrative Code: Title 43 Texas Administrative Code Section 25.5, on the 7th day of January, 2011, the State Highway and Public Transportation Commission, now the Texas Transportation Commission, passed Commission Minute Order No. 112570, authorizing the State to install, operate, and maintain traffic signals on (a) highway routes not designated as full control of access inside the corporate limits of cities, having a population less than 50,000 (latest Federal Census); and (b) highways designated as full control of access in all cities; and WHEREAS, the City has a population of more than 50,000 population according to the latest Federal Census; and WHEREAS, the City requests the State to assume the installation, operation, and maintenance responsibilities of the signalized intersections as shown in EXHIBIT 1, attached hereto and made a part of this Agreement; and WHEREAS, the City agrees to maintain and operate the signalized intersections with the State reimbursing the City for all maintenance and operations costs at a flat rate per location as shown on I 'XHIBIT 3. RECEIVED WiAk 6 OFFICIAL RECORD CITY SECRETARY 1 Traffic-Traffic_TEA6 1 STD INti':-,ks Supplemental - Cost - Traffic Signal - T_ype R _ 0124 _ � 3 P03 : "l Rev. 05/02/2008 Contract No. 02-1XXM5003 NOW, THEREFORE in consideration of the premises and of the mutual covenants and agreements of the parties hereto to be by them respectively kept and performed, as hereinafter set forth, it is agreed as follows: AGREEMENT Article 1. CONTRACT PERIOD This Agreement voids all previous Agreements and Supplemental Agreements and becomes effective when fully executed by the City and the State and shall remain in force for a period of one year from the date of final execution by the State and shall be automatically renewed annually for a one year period, unless modified by mutual agreement of both parties, or terminated as hereinafter provided. Article 2. CONSTRUCTION RESPONSIBILITIES A. The State shall prepare or cause to be prepared the plans and specifications, advertise for bids, let the construction contract, or otherwise provide for the construction of new traffic signals and/or reconstruction of existing traffic signals (including, at the State's option, any special auxiliary equipment interconnect and/or communication material, and equipment), and will supervise construction, reconstruction, or betterment work as required by said plans and specifications. As a project is developed to construction stage, either as a unit or in increments, the State will submit plans and specifications of the proposed work to the City and will secure the City's consent to construct the traffic signal prior to awarding the contract; said City consent to be signified by the signatures of duly authorized City officers in the spaces provided on the title sheet of the plans containing the following notion: "Attachment No. " " to "Agreement for the Installation and Reimbursement for the Operation and Maintenance of Traffic Signals Within a Municipality,' dated `mm/dd/vvvv". The City -State construction, maintenance, and operation responsibilities shall be as heretofore agreed to, accepted, and specified in the Agreement to which these plans are made a part." B All costs of construction and/or reconstruction of new and existing traffic signals will be. borne by the State, and the traffic signal system will remain the property of the State. Article 3. MAINTENANCE, OPERATION, AND POWER RESPONSIBILITIES A. The State shall be responsible for all electrical power costs for the operation of the traffic signals covered by this Agreement and shown on EXHIBIT 1. Power costs shall be billed as specified in EXHIBIT 2, "Traffic Signal Maintenance and Operations Provisions." B. The City will provide a trained staff to maintain and operate the traffic signals shown on EXHIBIT 1, and the State will reimburse the City at the flat rate shown in EXHIBIT 3 for parts and labor. All repairs shall be prioritized based on public safety and made as soon as possible. Traffic-Traffic_TEA6 Page 2 of 5 Supplemental - Cost - Traffic Signal - Type R Rev. 05/02/2008 Contract No 02-1XXM5003 C. The City shall maintain and operate the traffic signals in accordance with the minimum requirements specified in EXHIBIT 2. D. The City shall maintain at least one log of all emergency calls and all routine maintenance. E Routine maintenance will be performed by the City as specified in EXHIBIT 2 Article 4. COMPENSATION A. The maximum amount payable under this Agreement is $198,012.00 per year. B Calculations for the above lump sum amount shall be shown in EXHIBIT 3, attached and made a part of this Agreement for maintaining and operating the traffic signal installations covered under this Agreement. C. The addition or deletion of traffic signals shall be made by supplemental agreement. Article 5. PAYMENT A. The State agrees to reimburse the City at the flat rate shown in EXHIBIT 3 for maintenance and operations costs for the traffic signals described in EXHIBIT 1. The City shall submit to the State Form 132, ` Billing Statement," to the State on a quarterly basis. An original Form 132 or acceptable invoice and four copies shall be submitted to the following address: 2501 S.W. Loop 820, Fort Worth, TX 76133 B The City shall maintain a system of records necessary to support and establish the eligibility of all claims for payment under the terms of this Agreement. These records may be reviewed at any time to substantiate the payment by the State and/or determine the need for an adjustment in the amount paid by the State. C. The State shall make payment to the City within 30 days from receipt of the City's request for payment, provided that the request is properly prepared. D Knockdowns or damage resulting from an accident or an act of God and which require emergency replacement of major equipment shall not be included in the quarterly payments. For eligibility of payment for emergency replacement of major equipment, actual cost shall be submitted to the State for review and determination of reimbursement eligibility. E. Payment for the addition or deletion of a traffic signal installation shall be made by supplemental agreement. Article 6. INDEMNIFICATION The City acknowledges that it is not an agent, servant or employee of the State and, thus, is responsible for its own acts and deeds and for those of its agents or employees during the performance of the work defined in this agreement. Article 7. TERMINATION A. This Agreement may be terminated by any of the following conditions: (1) By mutual agreement and consent of both parties. Traffic-Traffic_TEA6 Page 3 of 5 Supplemental - Cost - Traffic Signal - Type R Rev. 05/02/2008 Contract No. 02-1XXM5003 (2) By the State upon thirty (30) days written notice to the City for failure of the City to provide adequate maintenance and operation services for those traffic signal installations which the City has agreed to maintain and operate. (3) By the State upon sixty (60) days written notice to the City that the State will assume operation and maintenance at the end of the one (1) year period of this contract. (4) By the City upon one hundred twenty (120) days written notice to the State. B In the event this Agreement is terminated by any of the above conditions the maintenance and operation of the traffic signal systems shall become the responsibility of the State. Any State owned equipment being held by the City shall be promptly returned within 30 calendar days to the State upon termination of this Agreement. Article 8. SUBLETTING The City shall not sublet or transfer any portion of the work under this Agreement unless specifically approved in writing by the State. All subcontracts shall include the provisions required in this contract and shall be approved in writing by the State. Article 9. AMENDMENTS Changes in the character, costs, provisions, in the attached exhibits, responsibilities, or obligations authorized herein shall be enacted by written amendment. An amendment to this Agreement must be executed by both parties. Article 10. SUCCESSORS AND ASSIGNS The State and the City bind themselves, successors, assigns, and legal representatives to the other party to this Agreement and the successors assigns, and legal representatives of such other party to all covenants and provisions provided herein. Furthermore, the City shall not assign, sublet, or transfer any interests in this Agreement without the written consent of the State. Article 11. LEGAL CONSTRUCTION In the case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Article 12. STATE AUDITOR The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the Traffic-Traffic_TEA6 Page 4 of 5 Supplemental - Cost - Traffic Signal - Type R Rev. 05/02/2008 Contract No. 02-1 XXM5003 legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. Article 13. DOCUMENTS At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State. aide 14. PQIOR AG I' Raid NYS SUP RSEDI:--1D This Agreement constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral agreements between the parties respecting the within subject matter. IN WITNESS WHE E ; F, the State and the City have signed duplicate counterpart agreement. THE CITY olE FORT WORTH xecuted on behalf of the City by: By Typed or Printed Name and Title APRO = i ' S TO FORM AND ! EGAUTY" 6ITY AT 0^.NEY 0. Lm)) THE STA`IF, t, F TEXAS r3 Executed for the Executive Director and approved for the Texas Transportation Commissis: for the purpose and effect of activating and/or carrying out the orders, established policies 4., a Date /62/3 Fernando ct*-;t i -sg-0.3afteko C'_ C$j` `1f h\l-lii' o! ii work programs heretofore approved and authorized by the Texas Transportation Commission. ,f 4 00 /00% 4(00 By Fort Worth District Engineer -At rt.., Date - 2 (o ' �3 Traffic-Traffic_TEA6 Page 5 of 5 Supplemental - Cost - Traffic Signal - Type R trAt4kA QOOOO► 004v% g� t` siwP /2'g '0QOo40 OQ 1 & ‘444V-mo OFFICIAL RECaIVIM CITY SECRETARY FT. WOR7'He `u, ___--------- Rev�5/02/2008 Contract No. 02-1 XXM5 003 ATTACHMENT "A" Resolution/Ordinance — M&C No. C-25951 STATE OF TEXAS FORT WORTH COUNTIES OF TARRANT, DENTON, PARKER AND WISE § I, MARY J. KAYSER, City Secretary of the City of Fort Worth, Texas do hereby certify that the above and foregoing is a true and correct copy of Mayor and Council Communication No. C-2595 l , duly presented and adopted by the City Council of the City of Fort Worth, Texas, at a regular meeting held on the 6th day of November, 2012, as same appears of record in the Office of the City Secretary. WITNESS MY HAND and the Official Seal of the City of Fort Worth, Texas, this the 20th day of December, 2012. ary . Kays City of Fort y "ecre r y of the h, Texas City Secretary's Office City of Fort Worth* 1000 Throckmorton Street*Fort Worth, Texas 76102 (817) 392-6150*FAX (817) 392-6196 • Page 1 of 1 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/6/2012 DATE Tuesday, November 06, 2012 LOG NAME: 20TXDOT SIGNAL MAINTENANCE AGREEMENT SUBJECT: Authorize Execution of an Agreement Between the Texas Department of Transportation and the City of Fort Worth for Installation, Operation and Maintenance of Traffic Signals Located on State Rights -of -Way Within the Fort Worth City Limits at an Annual Cost to the State in the Amount of $198 012 00 (ALL COUNCIL DISTRICTS) REFERENCE NO.: **C-25951 RECOMMENDATION: It is recommended that the City Council authorize the execution of the attached Agreement between the Texas Department of Transportation and the City of Fort Worth for the installation, operation, and maintenance of traffic signals located on State rights -of -way within the Fort Worth City limits at an annual cost to the State in the amount of $198,012.00. DISCUSSION: In 1987, the Texas Transportation Commission revised the State's policy that permitted the Texas Department of Transportation (TxDOT) district offices to establish a method of reimbursement to cities over 50 000 population for the installation, operation, and maintenance of traffic signals located on State rights -of -way. City Council approved M&C C-13942 on August 3, 1993. This Mayor and Council Communication authorized execution of an Agreement between TxDOT and the City of Fort Worth for TXDOT to pay a portion of the installation operation and maintenance costs of 60 traffic signals within the Fort Worth City Limits at an annual cost to the State of $113,484.00. Since this Agreement there have been 12 supplemental Agreements to include additional signal locations. Texas Department of Transportation is requesting a new Agreement to consolidate the previous contracts into one that will provide for shared costs for 100 signals throughout the city. Under this Agreement, the State will continue to partially reimburse the City for installation operation, and maintenance of signalized intersections on State routes inside the corporate limits of the City. The reimbursement rate ranges from $25.00 to $250.00 per month per location depending on the complexity of the signal equipment. FISCAL INFORMATION / CERTIFICATION.. The Financial Management Services Director certifies that the Transportation/Public Works Department will be responsible for the collection and deposit of funds due to the City. FUND CENTERS: Logname: 20TXDOT SIGNAL MAINTENANCE AGREEMENT lb Fund/Account/Centers FROM Fund/Account/Centers GS93 451942 020930318010 $198,012.00 CERTIFICATIONS: Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS 1. Cltv of Ft Worth Type R Aareement.odf (Public) Fernando Costa (6122) Douglas W. Wiersig (7801) Alonzo Linan (7861) Logname: 20TXDOT SIGNAL MAIN PENANCE AGREEMENT Page 2 of 2 Contract No. 02-1XXM5003 EXHIBIT 1 Signalized Intersections on "Controlled Access Highways" CITY 1 FORT WORTH 2 FORT WORTH 3 FORT WORTH 4 FORT WORTH 5 FORT WORTH 6 FORT WORTH 7 FORT WORTH 8 FORT WORTH 9 FORT WORTH 10 FORT WORTH 11 FORT WORTH 12 FORT WORTH 13 FORT WORTH 1 FORT WORTH 2 FORT WORTH 3 FORT WORTH 4 FORT WORTH 1 FORT WORTH 2 FORT WORTH 3 FORT WORTH 4 FORT WORTH 5 FORT WORTH 6 FORT WORTH 7 FORT WORTH 8 FORT WORTH 9 FORT WORTH 10 FORT WORTH 11 FORT WORTH 12 FORT WORTH 13 FORT WORTH 14 FORT WORTH 15 FORT WORTH 16 FORT WORTH 17 FORT WORTH 18 FORT WORTH 19 FORT WORTH 20 FORT WORTH 21 FORT WORTH 22 FORT WORTH 23 FORT WORTH HWY IH 30 IH 30 IH 30 S H 183 S H 183 S H 183 S H 183 S H 183 S H 183 S H 183 S H 199 S H 199 U S 287 LOCATION & Brentwood Stair Rd//Holt St. & Bridge St./Blue Lake Dr. & Henderson St. & Fairchild Dr. & Green Oaks Rd. & IH 30 EB Ramps/ Calmont Ave. & Ridgemar Meadow & W. Vickery Blvd. & Garza Ave. & Overhill Rd. & N. Surfside Dr. & Roadrunner Circle & Miller Ave.nWilbarger St. IH 30 & Bridgewood Dr./Bridge St Connection IH 30 & Camp Bowie Blvd. IH 820 SB FTG & Quebec St.. U S 287 & Vaughn Blvd IH2O IH 20 IH 20 IH 2O IH 20 IH 20 IH 20 IH 20 IH 20 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 30 IH 35W & Crowley Rd./FM 731 & Edgecliff Rd./Hemphill St. & James St. & McCart Ave. & Oak Grove Rd. & Old Granbury Rd. & S. Hulen St. & South Dr. & Trail Lake Dr. & Ashland Ave. & Bryant Irvin Road NJ Gifford Rd. & Cooks Ln. & Eastchase Parkway & Forest Park Blvd. & Hulen St. & Lackland Rd./Green Oaks Rd. & Las Vegas Trail & Montgomery St. & Ridglea Ave./Ridgmar Blvd. & Roaring Springs Rd./Horne St. & S. Cherry Ln & Summit Ave. & Allen Ave. Located in the City of Fort Worth TYPE ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS I ACTUATED SIGNALS ACTUATED SIGNALS I ACTUATED SIGNALS I ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS ACTUATED SIGNALS DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND Traffic-Traffic_TEA6a Page 1 of 3 Exhibit 1 - Location Controlled Access Traffic Signals - Type R TYPE CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL CONVENTIONAL TEE TEE TEE TEE ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER 1 1 1 MAP 65W 65W 76H 74A 74A 74J 74A 74X 74S 74W 45Q 45P 78D 66W 75J 60B 77T 90U 90V 90U 90T 91Q 89Q 89J 89J 89R 75L 74M 67W 67X 76F 75K 74E 73F 75M 74K 74M 73G 76G 77P Rev. 06/13/2012 1 1 Contract No. 02-1XXM5003 EXHIBIT 1 Signalized Intersections on "Controlled Access Highways" CITY 24 FORT WORTH 25 FORT WORTH 26 FORT WORTH 27 FORT WORTH 28 FORT WORTH 29 FORT WORTH 30 FORT WORTH 31 FORT WORTH 32 FORT WORTH 33 FORT WORTH 34 FORT WORTH 35 FORT WORTH 36 FORT WORTH 37 FORT WORTH 38 FORT WORTH 39 FORT WORTH 40 FORT WORTH 41 FORT WORTH 42 FORT WORTH 43 FORT WORTH 44 FORT WORTH 45 I FORT WORTH 46 FORT WORTH 47 FORT WORTH 48 FORT WORTH 49 I FORT WORTH 50 FORT WORTH 51 FORT WORTH 52 FORT WORTH 53 FORT WORTH 54 FORT WORTH 55 FORT WORTH 56 FORT WORTH 57 FORT WORTH 58 FORT WORTH 59 FORT WORTH 60 FORT WORTH 61 FORT WORTH 62 FORT WORTH 63 I FORT WORTH 64 I FORT WORTH HWY LOCATION IH 35W & Altamesa Blvd IH 35W & Berry St. IH 35W & E. Felix St. IH 35W & E Vickery Blvd. IH 35W & Everman Pkwy. IH 35W & Golden Triangle IH 35W & Hattie IH 35W & Meacham Blvd. IH 35W & Morningside Dr. IH 35W & N. Tarrant Pkwy. IH 35W & North Side Dr./Yucca Ave. IH 35W & Ripy Ave. IH 35W & Seminary Dr. IH 35W & Sycamore School Rd. IH 35W IH 35W IH 35W IH 35W & W. Rosedale St. & Western Center & Heritage Tace Pkwy. & SH170 IH 820 & Beach St. N. IH 820 & Berry St. IH 820 & Brentwood Stair Road IH 820 & Bridge St./John T. White IH 820 & Marine Creek Parkway IH 820 & Meadowbrook Dr. IH 820 & Ramey IH 820 & Randol Mill Road IH 820 & Silver Creek IH 820 & SP 303(Rosedale St.) IH 820 & Sun Valley S H 121 & Beach St. N. S H 121 & Riverside Dr. S H 121 & Sylvania Ave. S S H 170 & Alta Vista Blvd. S H 183 & Bryant Irvin Rd. S H 183 & SPUR 580 (Camp Bowie Blvd W.) S H 199 & Nine Mile Bridge Rd. S H 199 & Tenderfoot Trail/Hanger Cutoff Rd. S H 360 & Trinity Blvd. U S 287 & Berry St. U S 287 & E. Rosedale St. U S 287 & E. Vickery Blvd. Located in the City of Fort Worth TYPE DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND Traffic-Traffic_TEA6a Page 2 of 3 Exhibit 1 - Location Controlled Access Traffic Signals - Type R I I 1 TYPE ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER ONE CONTROLLER MAP 91X 77X 91P 77F 105K 21K 77F 49Q 77T 35B 63K 91B 91K 105F 77K 35Y 21X 7Y 50E 79Y 66W 66S 470 79D 79R 79M 59N 66N 93K 64N 63V 63U 8T 88H 74N 44G 30W 56T 77T 77M 77H Rev. 06/13/2012 Contract No. 02-1XXM5003 EXHIBIT 1 Signalized Intersections on "Controlled Access Highways" CITY HWY LOCATION 65 II FORT WORTH I US 287 l& S. Riverside Dr. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1 FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH FORT WORTH IH 20 IH 20 IH 30 IH 30 IH 30 IH 30 IH 35W IH 35W IH 35W IH 820 IH 820 IH 820 IH 820 IH 820 S H 170 S H 170 SH 183 1 II FORT WORTH I US 287 & Bryant Irvin Rd. & Campus Dr. & Beach Street & Bridgewood Dr. & Oakland Blvd. & University Dr.Nickery Blvd & FM 1187(Rendon-Crowley Rd.) & SH 183 (28Th St.) & Basswood Blvd & Clifford St. & Mark IV Pkwy & SPUR 580 (Camp Bowie West) & Trinity Blvd & White Settlement Rd. & Independence Pkwy. & Park Vista Pkwy. & Amon Carter Blvd. & Erath St. 1 Traffic-Traffic_TEA6a Page 3 of 3 Exhibit 1 - Location Controlled Access Traffic Signals - Type R Located in the City of Fort Worth TYPE DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND DIAMOND FLASHER TYPE MAP I ONE CONTROLLER I 77H II TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS TWO CONTROLLERS 88M 92S 78A 66W 64Z 76J 119K 63K 35P 59S 49F 72R 66A 59W 9J 8R 56L 78Y II Rev. 06/13/2012 Contract No 02-1XXM5003 EXHIBIT 2 TRAFFIC SIGNAL MAINTENANCE AND OPERATION PROVISIONS The maintaining and operating city agrees to: 1. Unless specifically noted elsewhere in this agreement, the signal timing and operational phasing shall be the responsibility of the city. 2. Inspect the highway traffic signal system a minimum of once every 12 (twelve) months and replace burned out lamps or damaged sockets as may be required. Police, citizen, or other reports of burned out lamps or other damage, which could jeopardize safety, shall be repaired or replaced as soon as possible after the report depending on the nature of the report. Otherwise, appropriate steps shall be taken to protect the public. The reflector and lens should be cleaned each time a lamp is replaced. All replacement lamps shall equal the wattage and type of the existing lamp. 3. Keep signal poles, controller pedestals, and foundations in alignment. 4. Keep signal poles and controller cabinets tight on their foundation(s) or pedestal(s). 5. Keep traffic and pedestrian signal heads aligned and properly adjusted. Repair back plates where needed. 6. Check the controllers, conflict monitors, detector units, relays, pedestrian push buttons, and detectors a minimum of once every 12 (twelve) months to ascertain that they are functioning properly and make all necessary repairs and replacements. 7. Keep interior of controller cabinets in a neat and clean condition at all times. 8. Clean reflectors, lenses, and lamps a minimum of once every twelve months. 9. Repaint all corrosive susceptible highway traffic signal components exposed to weather with a non -lead based paint as needed in order to maintain a well -kept appearance in the opinion of the Texas Department of Transportation's representative. Plastic signal heads and galvanized and aluminum components are excluded. 10 Group relamp and incandescent lamps of all highway traffic signal heads at the expiration of the average rated lamp life or replace the lamps on a burn out basis. 11. Repair or replace any and all equipment that malfunctions or is damaged. 12. Provide alternate traffic control during a period of failure or when the controller must be repaired. This may be accomplished through installation of a spare controller, placing the intersection on flash manually operating the controller, or manually directing traffic through the use of proper authorities. In addition, barricades and warning signs shall be Traffic-Traffic_TEA6b Page 1 of 2 Exhibit 2 — Maintain & Operate Traffic Signal - Type R Rev. 09/18/2006 Contract No. 02-1XXM5003 EXHIBIT 2 TRAFFIC SIGNAL MAINTENANCE AND OPERATION PROVISIONS provided in accordance with the requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices. 13. Provide maintenance personnel trained in the maintenance of traffic signal equipment who will be available to respond to emergency calls from authorized parties 24 (twenty- four) hours a day, including Saturdays, Sundays, and holidays. 14. Provide the State and local law enforcement agencies the location and respective names and telephone numbers of individuals responsible for emergency maintenance. 15 Document routine observations during the year by trained City personnel of the traffic signal operation at each traffic signal during various times of the day to assure fair distribution of time and for all traffic movements (phases) during varying traffic conditions. 16. Check cabinet filter a minimum of once every 6 (six) months and clean if necessary. Cabinet filter shall be replaced every 2 (two) years. 17. Document all checks and corrective actions in a separate log book for each intersection. 18. In metropolitan cities where Intelligent Transportation Systems and/or incident management systems are being implemented the signal timing will be the responsibility of the City in cooperation with the Texas Department of .Transportation. Traffic accidents, inclement weather, special events maintenance, and construction activities are a few of the causes of nonrecurrent congestion. Nonrecurrent congestion often changes the normal traffic demand patterns Effective and efficient movement of traffic through the transportation network during periods on nonrecurrent congestion must be considered in the design and operation of all traffic management systems including traffic signal systems. Priority should be given to freeway or expressway frontage roads when nonrecurrent congestion occurs on freeway or expressway mainlanes. Power costs shall be billed directly to the State. Traffic-Traffic_TEA6b Page 2 of 2 Exhibit 2 — Maintain & Operate Traffic Signal - Type R Rev. 09/18/2006 Contract No. 02-1XXM5003 EXHIBIT 3 Cost Summary of Signalized Intersections City of Fort Worth Actuated Signals at Conventional Intersections shall be reimbursed at $1704.00 per intersection per year. Calculations: $142 00/month x 12 = $1704.00/year $1704.00 x 13 intersections = $22,152.00/year Actuated Signals at Tee Intersections shall be reimbursed at $1500.00 per intersection per year. Calculations: $125 00/month x 12 = $1500.00/year $1500.00 x 4 intersections = $6000.00/year Diamond Interchange Signals with one controller shall be reimbursed at $1824 00 per intersection per year. Calculations: $152 00/month x 12 = $1824 00/year $1824 00 x 65 intersections = $118,650.00/year Diamond Interchange Signals with two or more controllers shall be reimbursed at $3000.00 per intersection per year. Calculations: $250.00/month x 12 = $ 1500.00/year $1500.00 x 17 intersections = $ 51,000.00/year Overhead Flashing Beacons shall be reimbursed at $300.00 per intersection per year. Calculations: $25 00/month x 12 = $300.00/year $300.00 x 1 intersection = $300.00/year Traffic-Traffic_TEA6c Exhibit 3 - Cost Traffic Signal - Type R Page 1 of 2 Rev. 09/18/2006 Contract No 02-1XXM5003 EXHIBIT 3 Cost Summary of Signalized Intersections City of Fort Worth Cost Summary of signalized intersections on State Highways within the City of Fort Worth. TYPE OF SIGNAL Conventional Tee Diamond w/one Controller Diamond w/two Controllers Flasher MONTHLY QUANTITY COST $142.00 $125.00 $152.00 $250.00 $25 00 TOTALS: 13 4 65 17 1 TOTAL MONTHLY COST $1, 846.00 $500.00 $9,880.00 $4,250.00 TOTAL ANNUAL COST $22,152 00 $6, 000.00 $118, 560.00 $51,000.00 $25 00 $300.00 100 $16,501.00 $198,012 00 Traffic-Traffic_TEA6c Exhibit 3 - Cost Traffic Signal - Type R Page 2 of 2 Rev. 09/18/2006