HomeMy WebLinkAboutResolution - 5761 - Supplemental Agreement - TXDOT - Traffic Signal Installation_Operation - 02_12_1998RESOLUTION NO.5761
Item #23
February 12, 1998
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Supplemental
Agreement to the Installation and Reimbursement for the Operation and Maintenance
of Traffic Signals for the City of Lubbock, by and between the City of Lubbock and
the State of Texas acting by and through the Texas Department of Transportation, and
any related documents. Said agreement is attached hereto, and incorporated in this
resolution as if fully set forth herein and shall be included in the minutes of the City
Council.
Passed by the City Council this 12th day of February 1998.
WINDY SI ON, MAYOR
ATTEST:
taypf Darnell
City cretary
APPROVED AS TO CONTENT:
J`eryl D'. Hart, Jr.
City Traffic Engineer
APPROVED AS TO FORM:
William de Haas
Assistant City Attorney
RESOLUTION NO. 576
Af Texas
December 18, 1997
Department of Transportation
F.O. BOX 771 LUBBOCK, TEXAS 7940"771 (906) 745-411
Jeryl D. Hart, P.E.
Traffic Engineer - City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457-2000
RE: Supplemental Agreement for Existing Traffic
Signal - Type R Agreement
Dear Jere:
Enclosed please find the Supplemental Type R Agreement for maintenance of traffic signals and
flashing beacons on the frontage roads of expressways and freeways within the city limits of Lubbock.
This document has been reviewed approved by the Traffic Operations Division in Austin. Most of
the changes the City of Lubbock suggested to the original draft were incorporated into the document.
Please take any action necessary to have this agreement executed by the City of Lubbock. The
District will execute the agreement and forward the original to the city. Since payment of this
agreement is to be made on a quarterly basis, the effective date will be March 1, 1998. This coincides
with the department's fiscal year (quarters) which began September 1, 1997.
If you have any questions or need additional information, please advise.
Sincerely,
Teddy J. Copeland, P.E.
Traffic Engineer M
An Equal Opportunity Employer
RESOLUTION NO. 5761
Item #23
February 12, 1998
SUPPLEMENTAL AGREEMENT NO..R
TO
AGREEMENT FOR THE INSTALLATION AND REIMBURSEMENT FOR THE
OPERATION AND MAINTENANCE OF TRAFFIC SIGNALS
WITHIN A MUNICIPALITY
WHEREAS, on the _11 th dayofAugust, 1994, an Agreement for the Installation and
Reimbursement for the Operation and Maintenance of Traffic Signals within a Municipality was
entered into by and between the Texas Department of Transportation, hereinafter called the
"State," and the City of Lubbock , hereinafter called the "City," and subsequently identified the
agreement as contract No. Agreement - TXpe R; and
WHEREAS, the parties to this agreement have mutually determined that it is necessary to
amend the original agreement due to the following reason/reasons: addition of two (2) Diamond
Interchange Signals with one controller and conversion of two (2) Diamond Interchange Signals
with one controller to Overhead Flashing Beacons and correction of reimbursement costs for
Diamond Interchange Signals with one controller.
NOW, THEREFORE, Contract No.- Agreement - Type R is amended as follows:
EXHIBIT 1 is amended to add/delete the traffic signal(s) installation(s) at the intersection(s) of
82nd Street with U.S. 87 frontage roads and 66th Street with IH27 frontageroads and revisine
42nd Street and Municipal Drive frontage road intersections to Overhead Flashing Beacons. A
copy of the revised EXHIBITS 1, 2 and 3 is attached hereto and made a part of this agreement.
The maximum amount payable under this agreement is increased/deer-eesed from S 44-702.00 per
year to S 45, 704.00 per year in accordance with the above changes. Calculations for the
increase/decrease to the maximum amount payable are as follows:
AMOUNT OF THIS SUPPLEMENTAL AGREEMENT
ORIGINAL MA)MvIUM AMOUNT PAYABLE PER YEAR
TOTAL PREVIOUS SUPPLEMENTAL AGREEMENTS
REVISED AMOUNT PAYABLE PER YEAR
SUPPLEMENTAL - LOCATION 1 of 2
TRAFFIC SIGNAL - TYPE R
KIT#f
1-97
The amount of this supplemental agreement shown above shall be a prorated amount based on the
cost for the type of installation calculated on EXX HI BIT 3 of the original agn mnent and any
increases or decreases caused by any subsequent supplemental agreements. The (nwnft/
quarterly/) payment shall be adjusted accordingly.
All other terms or conditions are unchanged and remain in full force and effect.
IN U TI'NESS WHEREOF, THE PARTIES HAVE EXECUTED DUPLICATE
COUNTERPARTS TO EFFECTUATE THIS AGREEMENT.
Windy Sitton, Mayor
(Title)
February 12. 1998
(Date)
A ST:
City secretary
APPROVO AS TO CONTENT:
Jere rt
Tr 27 is Engineer
APPROVED AS TO FORM:
William de Haas
Assistant City Attorney
THE STATE OF TEXAS
Executed for the Executive Director and
approved for the Texas Transportation
Commission under the Authority of Minute
Order 100002 and Stand Alone Manual
Notice 96-6, for the purpose and effect of
activating and/or carrying out the orders,
established policies or work programs by the
Texas Transportation Commission.
APPROVED -
By: /,, Z4
District eer
//J 6 B 0District
Date:
SUPPI.EhEENTAL - LOCATION 2 of 2 1-97
TRAFFIC SIGNAL - TYPE F.
Signalized intersections on frontage roads of Freeways located within the City of Lubbock. Texas
LOCATION
TYPE OF SIGNAL (See Exhibit 3)
South Loop 289 frontage roads with:
1) University Avenue
1) Type III
2) Indiana Avenue
2) Type III
3) Quaker Avenue
3) Type III
4) Slide Road (FM 1730)
4) Type III
West Loop 289 frontage roads with:
5) Brownfield Highway (U.S. 62-82)
5) Type IV
6) 34th Street
6) Type III
7) 4th Street
7) Type III
North Loop 289 frontage roads with:
8) Quaker Avenue
8) Type III
9) Clovis Road (U.S. 84)
9) Type I
10) University Avenue (FM 1264)
10) Type III
Tahoka Highway (U.S. 87) frontage roads with:
11) 82nd Street
11) Type III
Interstate Highway 27 frontage roads with:
12) 66th Street
12) Type III
13-14) Slaton Highway (U.S. 84) and Avenue A
13-14) Type III - Type III
(Business U.S. 87)
15) 50th Street
15) Type III
16) 42nd Street
16) Type VI
17) 34th Street
17) Type III
18) 19th Street (U.S. 62-S.H. 114)
18) Type III
19) Avenue E and 13th Street
19) Type I
20) 4th Street (U.S. 82)
20) Type III
EXHIBIT 1- LOCATION 1-2 8-96
TRAFFIC SIGNAL - TYPE R
EXHIBIT 1
Signalized intersections on frontage roads of Freeways located within the City of Lubbock_ Texas
LOCATION
TYPE OF SIGNAL (See Exhibit 3)
21) Municipal Drive
21) Type VI
22) Erskine Street
22) Type VI
23-24) North Loop 289 frontage roads
23-24) Type VI - Type VI
25) Regis Street (FM 2641)
25) Type VI
EXHIBIT 1- LOCATION 2-2 8-96
TRAFFIC SIGNAL - TYPE R
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).
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. Group relamp 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.
EXHIBIT 2 - MAINTAIN AND OPERATE 6-97
TRAFFIC SIGNAL - TYPE R 1-2
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.
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 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 of 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 main lanes.
Power costs shall be billed directly to the State.
EXHIBIT 2 - MAINTAIN AND OPERATE 6-97
TRAFFIC SIGNAL - TYPE R 2-2
Type I -Actuated Signals at conventional intersections and at Tee intersections shall be
reimbursed at S 1.900.00 per intersection per year.
Calculations: Engineering -
$ 494
Labor -
589
Equipment -
266
Materials -
551
$1,900
Type II -Fixed Time Signals shall be reimbursed at $ 1.900.00 per intersection per year.
Calculations: Engineering -
$ 494
Labor -
589
Equipment -
266
Materials -
551
$1,900
Type III -Diamond Interchange Signals with one controller shall be reimbursed at S 2,244.00
per intersection per year.
Calculations: Engineering - $ 597
Labor - 690
Equipment - 312
Materials - 645
$2,244
Type IV -Diamond Interchange Signals with two or more controllers shall be reimbursed at _
$3,000.00 per intersection per year.
Calculations: Engineering -
$ 780
Labor -
930
Equipment -
420
Materials -
870
$3,000
EXHIBIT 3 - COST 1-2 8-96
TRAFFIC SIGNAL - TYPE R
Type V -Sign Mounted Flashers shall be reimbursed at S 500.00 per unit per year.
Calculations: Engineering -
$ 130
Labor -
155
Equipment -
70
Materials -
145
$ 500
Type VI -Overhead Flashing Beacons shall be reimbursed at S 500.00 per intersection per year.
Calculations: Engineering -
$ 130,
Labor -
155
Equipment -
70
Materials -
145
$ 500
EXHIBIT 3 - COST 2-2 8-96
TRAFFIC SIGNAL - TYPE R
No Text