Loading...
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