Loading...
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.