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