HomeMy WebLinkAbout064939 - Construction-Related - Contract - Texas Department of Transportation (TxDOT)Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1 XXM5005
STATE OF TEXAS § CSC NO. 64939
COUNTY OF TRAVIS §
AGREEMENT FOR THE
INSTALLATION AND REIMBURSEMENT FOR THE
OPERATION AND MAINTENANCE OF
TRAFFIC SIGNALS WITHIN A MUNICIPALITY
THIS AGREEMENT is made by and through the State of Texas, acting by and through the
Texas Department of Transportation, hereinafter called the "State," and the City of
Fort Worth, hereinafter call the "City," acting by and through its duly authorized officers, as
evidenced by Resolution/Ordinance No. 27448-02-2025, executed on February 11, 2025,
hereinafter acknowledged by reference.
WITNESSETH
WHEREAS, by virtue of a Municipal Maintenance Agreement entered into by the City and the
State on the 11 day of November, 2024, 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, the State under the provisions of Title 43, Texas Administrative Code, Section
25.5 has authority to install, operate and maintain traffic signals on freeway type highways in
all cities and on other highway routes in cities of less than 50,000 population (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 Exhibit 3.
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 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article 1. CONTRACT PERIOD
This Agreement becomes effective when fully executed by the City and the State and shall
remain in force for a period on 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.
Traffic TEA6 Page 1 of 4
Supplemental - Cost - Traffic Signal - Type R
Rev. 02/21 /2019
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
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 . 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.
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 $ 460,503.36 per year.
B. Calculations for the above lump sum amount shall be shown in Exhibit 3, attached hereto
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 2557, "Billing Worksheet," or an invoice statement acceptable to the State
on a quarterly basis. An original Form 2557or acceptable invoice and four copies shall be
submitted to the following address:
Texas Department of Transportation
2501 S.W Loop 820
Fort Worth, TX 76133
Traffic TEA6 Page 2 of 4 Rev. 02/21/2019
Supplemental - Cost - Traffic Signal - Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1 XXM5005
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
(monthly/quarterly/
annual) 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.
(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 of 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.
Traffic TEA6 Page 3 of 4 Rev. 02/21/2019
Supplemental - Cost - Traffic Signal - Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
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
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.
Article 14. PRIOR AGREEMENTS SUPERSEDED
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.
Each party is signing this agreement on the date stated next to that party's signature.
THE CITY OF FORT WORTH
Executed on behalf of the City by:
Signed by:
By Date 10/17/2025
Typed or Printed Name and Title
Jesica McEachern
Assistant City Manager
THE STATE OF TEXAS
Executed for the Executive Director and approved for the Texas Transportation Commission
for the purpose and effect of activating and/or carrying out the orders, established policies or
work programs heretofore approved and authorized by the Texas Transportation
Commission.
DocuSlgned by:
By 1tkk t,S , Pax Date 12/5/2025
0 orth District Engineer
Traffic TEA6 Page 4 of 4 Rev. 02/21/2019
Supplemental - Cost - Traffic Signal - Type R
ACCEPTED AND AGREED:
City:
By: C>9�—�
Name: Jesica McEachern
Title: Assistant City Manager
Date: 03/26/2026
CITY OF FORT WORTH INTERNAL ROUTING PROCESS:
Approval Recommended:
By: Lauren Prieur (Jan 26, 202612:02:00 CST)
Name: Lauren Prieur
Title: Transportation and Public Works
Director
Approved as to Form and Legality:
By: Douglas Black (Feb 19, 2026 00:25:31 CST)
Name: Doug W Black
Title: Senior Assistant City Attorney
Contract Authorization:
M&C: M&C 25-0119 / February 11, 2025
Form 1295#: Not Applicable
Contract Compliance Manager:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all
performance and reporting requirements.
W�
By:
Name: Julius White
Title: Sr. Capital Projects Officer
City Secretary: By
Name: Jannette S. Goodall
Title: City Secretary
gp4vanny
a F FORr °aa
�o
Ovo o=o
land DEaa 54d�
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
EXHIBIT 1
Signalized intersections on "Controlled Access Highways located in the City of Fort Worth.
CITY
HWY
LOCATION
TYPE
TYPE
1
FORT WORTH
IH 20
WB (Frontage Rd) @ Insurance Ln/Chisholm Trail Parkway (CTP) NB (Frontage Rd)
ACTUATED SIGNALS
CONVENTIONAL
2
FORT WORTH
IH 30
& Brentwood Stair Rd//Holt St.
ACTUATED SIGNALS
CONVENTIONAL
3
FORT WORTH
IH 30
& Bridge St./Blue Lake Dr.
ACTUATED SIGNALS
CONVENTIONAL
4
FORT WORTH
IH 30
& Henderson St.
ACTUATED SIGNALS
CONVENTIONAL
5
FORT WORTH
SH 183
& IH 30 EB Ramps/ CalmontAve.
ACTUATED SIGNALS
CONVENTIONAL
6
FORT WORTH
SH 183
& Ridgemar Meadow
ACTUATED SIGNALS
CONVENTIONAL
7
FORT WORTH
SH 183
& W. Vickery Blvd.
ACTUATED SIGNALS
CONVENTIONAL
8
FORT WORTH
US 287
& Miller Ave./Wilbarger St
ACTUATED SIGNALS
CONVENTIONAL
9
FORT WORTH
IH 20
EB (Frontage Rd) & River Ranch Blvd.
ACTUATED SIGNALS
CONVENTIONAL
1
FORT WORTH
IH 30
& Camp Bowie Blvd.
ACTUATED SIGNALS
TEE
2
FORT WORTH
IH 30
& Bridgewood Dr./Bridge St Connection
ACTUATED SIGNALS
TEE
3
FORT WORTH
IH 820
SB FTG & Quebec St.
ACTUATED SIGNALS
TEE
4
FORT WORTH
SH 183
WB (Frontage Rd) @ Chisholm Trail Parkway (CTP) SB (Frontage Rd)
ACTUATED SIGNALS
TEE
5
FORT WORTH
I US 287
& Vaughn Blvd
ACTUATED SIGNALS
TEE
1
FORT WORTH
IH 20
& Crowley Rd./FM 731
DIAMOND
ONE CONTROLLER
2
FORT WORTH
IH 20
EB (Frontage Rd) & Chisholm Trail Parkway (CTP) NB (Frontage Rd)
DIAMOND
ONE CONTROLLER
3
FORT WORTH
IH 20
EB (Frontage Rd) @ Chisholm Trail Parkway (CTP) SB (Frontage Rd)
DIAMOND
ONE CONTROLLER
4
FORT WORTH
IH 20
& Edgecliff Rd./Hemphill St.
DIAMOND
ONE CONTROLLER
5
FORT WORTH
IH 20
& James St.
DIAMOND
ONE CONTROLLER
6
FORT WORTH
IH 20
& Mccart Ave.
DIAMOND
ONE CONTROLLER
7
FORT WORTH
IH 20
& Oak Grove Rd.
DIAMOND
ONE CONTROLLER
8
FORT WORTH
IH 20
& Old Granbury Rd.
DIAMOND
ONE CONTROLLER
9
FORT WORTH
IH 20
& S. Hulen St.
DIAMOND
ONE CONTROLLER
10
FORT WORTH
IH 20
& South Dr.
DIAMOND
ONE CONTROLLER
11
FORT WORTH
IH 20
& Trail Lake Dr.
DIAMOND
ONE CONTROLLER
12
FORT WORTH
IH 30
& Ashland Ave.
DIAMOND
ONE CONTROLLER
13
FORT WORTH
IH 30
& Bryant Irvin Road NJ Gifford Rd.
DIAMOND
ONE CONTROLLER
14
FORT WORTH
IH 30
& Chapel Creek
DIAMOND
ONE CONTROLLER
15
FORT WORTH
IH 30
& Cooks Ln,
DIAMOND
ONE CONTROLLER
16
FORT WORTH
IH 30
& Eastchase Parkway
DIAMOND
ONE CONTROLLER
17
FORT WORTH
IH 30
& Forest Park Blvd.
DIAMOND
ONE CONTROLLER
18
FORT WORTH
IH 30
& Hulen St.
DIAMOND
ONE CONTROLLER
19
FORT WORTH
IH 30
& Lackland Rd./Green Oaks Rd.
DIAMOND
ONE CONTROLLER
20
FORT WORTH
IH 30
& Las Vegas Trail
DIAMOND
ONE CONTROLLER
21
FORT WORTH
IH 30
& Montgomery St.
DIAMOND
ONE CONTROLLER
22
FORT WORTH
IH 30
& Ridglea Ave./Ridgmar Blvd.
DIAMOND
ONE CONTROLLER
23
FORT WORTH
IH 30
& Roaring Springs Rd./Horne St.
DIAMOND
ONE CONTROLLER
24
FORT WORTH
IH 30
& S. Cherry Ln.
DIAMOND
ONE CONTROLLER
25
FORT WORTH
IH 30
& Summit Ave.
DIAMOND
ONE CONTROLLER
26
FORT WORTH
IH 30
& Walsh Ranch Pkwy
DIAMOND
ONE CONTROLLER
27
FORT WORTH
IH 35W
& Allen Ave.
DIAMOND
ONE CONTROLLER
28
FORT WORTH
IH 35W
& Altamesa Blvd
DIAMOND
ONE CONTROLLER
29
FORT WORTH
IH 35W
& Berry St.
DIAMOND
ONE CONTROLLER
30
FORT WORTH
IH 35W
& E. Felix St.
DIAMOND
ONE CONTROLLER
Traffic TEA6a Pagel of 3 Rev. 09/18/2006
Exhibit 1 — Location Traffic Signal — Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
31
FORT WORTH
IH 35W
& E. Vickery Bled.
DIAMOND
ONE CONTROLLER
32
FORT WORTH
IH 35W
& Everman Pkwy.
DIAMOND
ONE CONTROLLER
33
FORT WORTH
IH 35W
& Risinger Rd.
DIAMOND
ONE CONTROLLER
34
FORT WORTH
IH 35W
& Garden Acres/McPherson
DIAMOND
ONE CONTROLLER
35
FORT WORTH
I H 35W
& Golden Triangle
DIAMOND
ONE CONTROLLER
36
FORT WORTH
IH 35W
& Hattie
DIAMOND
ONE CONTROLLER
37
FORT WORTH
IH 35W
& Meacham Bled.
DIAMOND
ONE CONTROLLER
38
FORT WORTH
IH 35W
& Morningside Dr.
DIAMOND
ONE CONTROLLER
39
FORT WORTH
IH 35W
& N.Tarrant Pkwy.
DIAMOND
ONE CONTROLLER
40
FORT WORTH
IH 35W
& North Side Dr./Yucca Ave.
DIAMOND
ONE CONTROLLER
41
FORT WORTH
IH 35W
& Ripy Ave.
DIAMOND
ONE CONTROLLER
42
FORT WORTH
IH 35W
& Seminary Dr.
DIAMOND
ONE CONTROLLER
43
FORT WORTH
IH 35W
& Sycamore School Rd.
DIAMOND
ONE CONTROLLER
44
FORT WORTH
IH 35W
& SH 170 (Alliance Blvd.)
DIAMOND
ONE CONTROLLER
45
FORT WORTH
IH 35W
& Timberland Blvd.
DIAMOND
ONE CONTROLLER
46
FORT WORTH
IH 35W
& Westport Pkwy
DIAMOND
ONE CONTROLLER
47
FORT WORTH
IH 35W
& W. Rosedale St.
DIAMOND
ONE CONTROLLER
48
FORT WORTH
IH 35W
& Western Center
DIAMOND
ONE CONTROLLER
49
FORT WORTH
IH 35W
& Heritage Tace Pkwy.
DIAMOND
ONE CONTROLLER
50
FORT WORTH
IH 820
& Beach St. N.
DIAMOND
ONE CONTROLLER
51
FORT WORTH
IH 820
& Berry St.
DIAMOND
ONE CONTROLLER
52
FORT WORTH
IH 820
& Brentwood Stair Road
DIAMOND
ONE CONTROLLER
53
FORT WORTH
IH 820
& Bridge St./John T White
DIAMOND
ONE CONTROLLER
54
FORT WORTH
IH 820
& Marine Creek Parkway
DIAMOND
ONE CONTROLLER
55
FORT WORTH
IH 820
& Meadowbrook Dr.
DIAMOND
ONE CONTROLLER
56
FORT WORTH
IH 820
& Ramey
DIAMOND
ONE CONTROLLER
57
FORT WORTH
IH 820
& Randol Mill Road
DIAMOND
ONE CONTROLLER
58
FORT WORTH
IH 820
& Silver Creek
DIAMOND
ONE CONTROLLER
59
FORT WORTH
IH 820
& SP 303(Rosedale St.)
DIAMOND
ONE CONTROLLER
60
FORT WORTH
IH 820
& Sun Valley
DIAMOND
ONE CONTROLLER
61
FORT WORTH
SH 121
& Beach St. N.
DIAMOND
ONE CONTROLLER
62
FORT WORTH
SH 121
& Riverside Dr.
DIAMOND
ONE CONTROLLER
63
FORT WORTH
SH 121
& Sylvania Ave. S
DIAMOND
ONE CONTROLLER
64
FORT WORTH
SH 170
& Old Denton Rd.
DIAMOND
ONE CONTROLLER
65
FORT WORTH
SH 170
& Beach st.
DIAMOND
ONE CONTROLLER
66
FORT WORTH
SH 183
& Bryant Irvin Rd.
DIAMOND
ONE CONTROLLER
67
FORT WORTH
SH 199
& Tenderfoot Trail/Hanger Cutoff Rd.
DIAMOND
ONE CONTROLLER
68
FORT WORTH
SH 360
& Trinity Blvd.
DIAMOND
ONE CONTROLLER
691
FORT WORTH
SH 360
& Crewmember/FAA Blvd.
DIAMOND
ONE CONTROLLER
70
FORT WORTH
US 287
& Berry St.
DIAMOND
ONE CONTROLLER
71
FORT WORTH
US 287
& E. Rosedale St.
DIAMOND
ONE CONTROLLER
72
FORT WORTH
US 287
& Mitchell Blvd.
DIAMOND
ONE CONTROLLER
73
FORT WORTH
US 287
& E. Vickery Blvd,
DIAMOND
ONE CONTROLLER
74
FORT WORTH
US 287
& S. Riverside Dr.
DIAMOND
ONE CONTROLLER
75
FORT WORTH
US 287
& Blue Mound Rd. (FM 156)
DIAMOND
ONE CONTROLLER
76
FORT WORTH
US 287
& Blue Mound Rd. West
DIAMOND
ONE CONTROLLER
Traffic TEA6a Page 2 of 3 Rev. 09/18/2006
Exhibit 1 — Location Traffic Signal — Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
1
FORT WORTH
IH 20
& Bryant Irvin Rd.
DIAMOND
TWO CONTROLLERS
2
FORT WORTH
IH 20
& Campus Dr.
DIAMOND
TWO CONTROLLERS
3
FORT WORTH
IH 30
& Beach Street
DIAMOND
TWO CONTROLLERS
4
FORT WORTH
IH 30
& Bridgemod Dr.
DIAMOND
TWO CONTROLLERS
5
FORT WORTH
IH 30
& Oakland Blvd.
DIAMOND
TWO CONTROLLERS
6
FORT WORTH
IH 30
& University Dr./Vickery Blvd
DIAMOND
TWO CONTROLLERS
7
FORT WORTH
IH 30
& Woodhaven Blvd,
DIAMOND
TWO CONTROLLERS
8
FORT WORTH
IH 35W
& FM 1187(Rendon-CroWey Rd.)
DIAMOND
TWO CONTROLLERS
9
FORT WORTH
IH 35W
& SH 183 (28Th St.)
DIAMOND
TWO CONTROLLERS
10
FORT WORTH
IH 35W
& Bassmod Blvd
DIAMOND
TWO CONTROLLERS
11
FORT WORTH
IH 820
& Clifford St.
DIAMOND
TWO CONTROLLERS
12
FORT WORTH
IH 820
& Mark N Pkwy
DIAMOND
TWO CONTROLLERS
13
FORT WORTH
IH 820
& SPUR 580 (Camp BoWe West)
DIAMOND
TWO CONTROLLERS
14
FORT WORTH
IH 820
& Trinity Blvd
DIAMOND
TWO CONTROLLERS
15
FORT WORTH
IH 820
& While Settlement Rd.
DIAMOND
TWO CONTROLLERS
16
FORT WORTH
SH 170
& Independence Pkv✓y.
DIAMOND
TWO CONTROLLERS
17
FORT WORTH
SH 170
& Park Vista Pkvy.
DIAMOND
TWO CONTROLLERS
18
FORT WORTH
SH 183
& Amon Carter Blvd.
DIAMOND
TWO CONTROLLERS
19
FORT WORTH
US 287
& Avondale -Haslet Rd.
DIAMOND
TWO CONTROLLERS
1
FORT WORTH
US 287
& Erath St.
OVERHEAD FLASHING BEACON
2
FORT WORTH
Spur 580
& 130 Frontage Rd.
OVERHEAD FLASHING BEACON
3
FORT WORTH
EB Camp Bovle Blvd.
& Virginia Way Ct.
SIGN MOUNTED FLASHER
4
FORT WORTH
Spur 580
& Diamond Bar Trail NB
SIGN MOUNTED FLASHER
5
FORT WORTH
Spur 580
& 1-30 Frontage Rd. EB
SIGN MOUNTED FLASHER
6
FORT WORTH
Spur 5B0
& 1-30 Frontage Rd. WB
SIGN MOUNTED FLASHER
Traffic TEA6a Page 3 of 3 Rev. 09/18/2006
Exhibit 1 — Location Traffic Signal — Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
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 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 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. Replace LED lamp units of all highway traffic signal heads 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 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 hours a day,
including Saturdays, Sundays, and holidays.
Traffic TEA6b Page 1 of 2 Rev. 09/18/2006
Exhibit 2 — Maintain & Operate Traffic Signal - Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
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 six months and clean if necessary.
Cabinet filter shall be replaced every 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.
20. When replacing equipment, ensure new equipment meets or exceeds state standards,
unless otherwise directed by the State.
Traffic TEA6b Page 2 of 2 Rev. 09/18/2006
Exhibit 2 — Maintain & Operate Traffic Signal - Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
EXHIBIT 3
Cost Summary of Signalized Intersections
City of Fort Worth
Actuated Signals at Conventional Intersections shall be reimbursed at $2,002.68 per
intersection per year.
Calculations: $166.89/month x 12=$2,002.68/year
$2,002.68 x 9 intersections = $18,024.12/year
Actuated Signals at Tee Intersections shall be reimbursed at $1,762.92 per intersection per
year.
Calculations: $146.91/month x 12 = $1,762.92 /year
$1,762.92 x 5 intersections = $8,814.60/year
Diamond Interchange Signals with one controller shall be reimbursed at $4,206.84 per
intersection per year.
Calculations: $350.57/month x 12 = $4,206.84/year
$4,206.84 x 76 intersections = $319,719.84/year
Diamond Interchange Signals with two or more controllers shall be reimbursed at $5,885.76
per intersection per year.
Calculations: $490.40/month x 12 = $5,885.76/year
$5,885.76 x 19 intersections = $111,829.44/year
Overhead Flashing Beacons shall be reimbursed at $352.56 per intersection per year.
Calculations: $29.38/month x 12 = $352.56/year
$352.56 x 2 intersections = $705.12/year
Sign Mounted Flashers shall be reimbursed at $352.56 per unit per year.
Calculations: $29.38/month x 12 = $352.56/year
$352.56 x 4 intersections = $1,410.24/year
Traffic TEA6c Page 1 of 2 Rev. 09/18/2006
Exhibit 3 - Cost Traffic Signal - Type R
Docusign Envelope ID: D8197F70-135F-479E-A437-05041934BDA1
Contract No. 02-1XXM5005
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
MONTHLY
TOTAL MONTHLY
TOTAL
SIGNAL
COST
QUANTITY
COST
ANNUAL
COST
Conventional
$166.89
9
$1,502.01
$18,024.12
Tee
$146.91
5
1 $734.55
$8,814.60
Diamond 1
76
$26,643.32
$319,719.84
Controller
$350.57
Diamond 2
19
$9,319.12
$111,829.44
Controller
$490.48
Overhead
Flashing
2
$58.76
$705.12
Beacons
$29.38
Sign
4
$117.52
$1,410.24
Mounted
:$29.38;;
L
115
$38,375.28
$460,503.36
Traffic TEA6c Page 2 of 2 Rev. 09/18/2006
Exhibit 3 - Cost Traffic Signal - Type R
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
Ordinance No. 27448-02-2025
AN ORDINANCE INCREASING ESTIMATED RECEIPT'S AND
APPROPRIATIONS IN THE INTERGOVERNMENTAL CONTRIBUTION FUND,
IN THE AMOUNT OF $520,503.36, FROM FUTURE REVENUES WITHIN
INTERGOVERNMENTAL REVENUE - TXDOT , FOR THE PURPOSE OF
FUNDING THE FISCAL YEAR 2025 'TEXAS DEPARTMENT OF
TRANSPORTATION SIGNAL MAINTENANCE PROJECT(CITY PROJECT NO.
106078); PROVIDING: FOR A SEVERABILITY CLAUSE; MAKING THIS
ORDINANCE CUMULATIVF. OF PRIOR ORDINANCES; REPEALING ALL
ORDINANCES IN CONFLICTHEREWITH; AND PROVIDING AN EFFECTIVE
DATE.
BE IT ORDAINED BY TH E CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS:
SECTION 1.
That in addition to those amounts allocated to the various City departments for Fiscal Year 2024-2025 in the
Budget of the City Manager, there shall also be increased estimated receipts and appropriations in the
Intergovernmental Contribution Fund in the amount of $520,503.36, from future revenues within
intergovernmental Revenue-I'XDo'1', for the purpose of funding the Fiscal Year 2025 'Texas Department of
Transportation Signal Maintenance project (City Project No. 106078).
SECTION 2.
That should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void
for any reason by a court of competent,jurisdiction, such decision, opinion or judgment shall in no way impair
the remaining portions, sections, or parts of'sections of this ordinance, which said remaining provisions shall
be and remain in full force and effect.
SECTION 3.
That this ordinance shall be cumulative of Ordinance 27107-09-2024 and all other ordinances and
appropriations amending the same except in those instances where the provisions of this ordinance are in
direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of
said prior ordinances and appropriations are hereby expressly repealed.
SECTION 4.
This ordinance shall take effect upon adoption.
APPROVED AS TO FORM AND LEGALITY
Douglas Black (Feb 18 2025 13:02 CST)
Assistant City Attorney
ADOPTED AND EFFECTIVE: February 11, 2025
CITY SECRETARY
��� 11 gUUI-
Jannette S. Goodall
City Secretary
a /1o0oo0U Opn O�*r,,`
0
U d � t�
0o®o0obu�c�,
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 02/11/25 M&C FILE NUMBER: M&C 25-0119
LOG NAME: 20TXDOT SIGNAL MAINT FY 25
SUBJECT
(ALL) Authorize Execution of a Maintenance Reimbursement Agreement with the Texas Department of Transportation and Accept Funds Received
from the Texas Department of Transportation in the Amount of $520,503.36 for Fiscal Year 2025, in Accordance with the Texas Department of
Transportation Signal. Maintenance Agreement for the Routine Operation and Maintenance of State -Owned Traffic Signals and for the Non -Routine
Repair of State -Owned Traffic Signals, Adopt Appropriation Ordinance, and Amend the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a Maintenance Reimbursement Agreement with the Texas Department of Transportation in the amount of
$460,503.36 for the routine operation and maintenance of state-owned traffic signals and $60,000.00 for the non -routine repair of state-
owned traffic signals;
2. Accept funds from the Texas Department of Transportation, in the amount of $520,503.36, in accordance with the Texas Department of
Transportation Signal Maintenance Agreement for routine operation and maintenance of state-owned traffic signals;
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Intergovernmental Contribution Fund in
the amount of $520,503.36, from future revenues within Intergovernmental Revenue - TXDOT, for purpose of funding the routine operation and
maintenance of state-owned traffic signals within the Fiscal Year 2025 Texas Department of Transportation Signal Maintenance project (City
Project No. 106078); and
4. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of an agreement with Texas Department of
Transportation (TXDOT) and appropriate funds and increase receipts for maintenance of the Texas Department of Transportation (TXDOT) signals
for Fiscal Year 2025 In the amount of $520,503.36.
History: In 1987, the Texas Transportation Commission revised the State's policy that permitted the TXDOT district offices to establish a method to
reimburse cities with a population of over 50,000 for the installation, operation and maintenance of state-owned traffic signals.
On August 3, 1993, the City Council approved M&C C-13942 authorizing the execution of an agreement between TXDOT and the City of Fort
Worth (City Secretary Contract No. 19811) for TXDOT to pay a portion of the operation and maintenance costs of state-owned traffic signals within
the Fort Worth City limits. Twelve supplemental agreements were executed to reflect additional traffic signal locations, culminating with City
Secretary Contract No. 37068.
On November 6, 2012, the City Council approved M&C C-25951 authorizing the execution of a new agreement consolidating the previous
agreements into one (City Secretary Contract No. 44231). On February 26, 2013, the first supplemental to that agreement was executed to add six
traffic signal locations and to revise the annual reimbursement amount to $208,392.00. In May, 2019, the second supplement was executed adding
locations and increasing the annual compensation amount to $369,235.32.
Texas Department of Transportation is requesting a new Agreement to consolidate the previous contracts Into one that will provide for shared
costs for 115 signalized intersections 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 agreement with TXDOT also allows for the City of Fort Worth to seek reimbursement for non -routine repairs made to damaged state-owned
traffic signals that result from crashes or acts of God. The amount reimbursed annually for non -routine repairs varies but are typically less than
$60,000.00.
The Transportation and Public Works Department is responsible for the billing and collection of these funds.
A Form 1295 is not required because: This contract will be with a govemmental entity, state agency or public institution of higher education: Texas
Department of Transportation
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations, execution of the contract and adoption of the attached
appropriation ordinance, funds will be deposited into the Intergovernmental Contribution Fund as appropriated. The Transportation and Public
Works Department (and Financial Management Services) Is responsible for the collection and deposit of funds due to the City. Prior to any
Docusign Envelope ID: D8197F7D-135F-479E-A437-05041934BDA1
•expense being incurred, the Transportation and Public Works Department also has the responsibility to validate the availability of funds.
Submitted for City Manager's Office b : Jesica McEachem 5804
Originating Business Unit Head: Lauren Prieur 6035
Additional information Contact: Martin Phillips 7686
Julius White
signature: M-wftuv A. PGA
Martin A. Ph it Pips Jai, 26. 202611.57 52 CST I
Email: Martin.Phillips@fortworthtexas.gov
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
DOCUMENT
TITLE• AGREEMENT FOR THE INSTALLATION AND REIMBURSEMENT
FOR THE OPERATION AND MAINTENANCE OF TRAFFIC SIGNALS
WITHIN A MUNICIPALITY
M&C: 25-0119 CPN: CSO: DOC#:
Date: 01/8/2026
To:
Name
Department
Initials
Date Out
1.
Julius White
TPW - Signature
W
2.
Anna Benavides
TPW — Initial
3.
Martin Phillips
TPW-Initial
1-1 AP
4.
Lauren Prieur
TPW — Signature
xv
5.
Doug Black
TPW — Signature
6.
Jesica McEachern
TPW - Signature
7.
Kathrine Cenicola
CSO - Initial
CC
8.
Jannette S. Goodall
CSO - Signature
9.
Allsion Tidwell
CSO
10.
11.
12.
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all
City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: ®YES ❑No SAME DAY: ❑YES [:]No NEXT DAY: ®YES [:]No
ROUTING TO CSO: ®YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
Thank you!
❑ Attach Signature, Initial and Notary Tabs
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: TEXAS DEPARTMENT OF TRANSPORTATION
Subject of the Agreement: AGREEMENT FOR THE INSTALLATION AND REIMBURSEMENT FOR
THE OPERATION AND MAINTENANCE OF TRAFFIC SIGNALS WITHIN A MUNICIPALITY
M&C Approved by the Council? * Yes 0 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 0
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 0 No ❑
If unsure, see backpage for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 0 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Date of agreement execution
If different from the approval date.
Expiration Date: N/A
If applicable.
Is a 1295 Form required? * Yes ❑ No 0
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. TBD
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 0 No ❑
Contracts need to be routed for CSO processing in the followingorder:
rder:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.