Loading...
HomeMy WebLinkAboutResolution - 1023 - Contract - KHC Systems - Traffic Signal System - 01/28/1982SMH:mck R VA07.TTT TOW RESOLUTION 1023 — 1/ 28/82 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 contract between the City of Lubbock and KHC Systems, Inc., attached herewith which -shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City. Council this. 98tb day of Jan ry ,1982. ALAN HENRY, R PRO TEM 1 -.ATTEST: E�velyn Gaf ga, City S r a Treasurer 1. APPROVED AS TO CONTENT: 5,tl B. H. Mcbaniel, Traffic Engineering Director APPR ED AS TO FO 7� - U� Susan M. Horton, Assistant City Attorney CITY OF LUBBOCK MEMO TO: Jim Bertram, Director of Planning FROM: David W. Reagan, Assistant City Attorney SUBJECT: Contract with KHC Systems, Inc. DATE: January 20, 1982 I have reviewed the proposed agreement for engineering -services between KHC Systems, Inc., and the City of Lubbock. I find that this contract tech- nically meets all of the legal requirements to form a binding contract between the parties. Further, I find that this contract technically meets all of the State and Federal requirements for a professional service contract. However I would like to point out that there are several clauses in this contract which essentially provide that agreements will be reached at a future date. For example the last sentence of the first paragraph on page 8 states that the design of system interconnect cable to rectify deficiencies which are discovered by this checking will be negotiated, if necessary, when the magnitude of the task is known. The courts of this State have firmly held that an agree- ment to agree is no agreement at all. This is esentially what you have with this clause on page 8. This type'of clause can also be found in paragraph H on page 20, in paragraphs B & C on page 22, and in paragraph X on page 27. If the work which you are agreeing to agree on at a future date is important to this contract, it would be best to reach some type of more firm agreement at this time. Otherwise, as to these specific clauses you have no agreement in any respect. Further, I would like to point out that this entire contract provides for the City to be working with KHC Systems, Inc., and for the City to be making recommendations and decisions to KHC Systems. 'However, this contract does not specify who will represent the City in this capacity. Therefore, I pose the question of who would be legally capable of performing these duties on behalf of the City unless that individual is named in this contract or somehow specified by the City Council. I merely wanted to point out these weaknesses and problem areas of this contract. However, I do not find anything technically deficient with this contract from a legal standpoint. Should you wish to discuss this matter further, please feel free to contact me. DWR:cl Attachment r LEGAL OPINION TO: Jim Bertram, Director of Planning FROM: Ken Johnson, Assistant City Attorney SUBJECT: Agreement between KHC Systems, Inc. and City of Lubbock, Texas /Need for Bid Proposals DATE: December 1, 1981 Regarding your inquiry of whether or not you must request numerous proposals from various engineers for the system design and supervision of construction of the digital traffic system or negotiate solely with KHC: Vernon's Ann. Civ. St. art. 664-4 states "No... municipality... shall make any contract for, or engage the professional services of, any... registered engineer... selected on the basis of competitive bids submitted for such contract or for such services to be performed, but shall select and award such contracts and engage such services on the basis of demonstrated competence and qualifications for the type of professional services to be performed and at fair and reasonable prices..." Assuming then KHC is a "registered" engineer and its fees are not higher than the published recommended fees of its professional association and does not exceed the maximum provided by any state law, you may deal only with KHC without requesting any other bids. Actually, art. 664-4, section 4, mandates such non - bidding to be the appropriate selection method or else any resulting contract would be "void as contrary to public policy". KJ:mck s Sheet 3 of 4 PHASE I LUBBOCK TRAFFIC SIGNAL SYSTEM DESIGN COST ESTIMATE DIRECT EXPENSES Kimley-Horn Division, Continued 8. Sepia 178 Sepias 9. Mylar 253 Mylars 10. Photo Mylar 10 Mylars 11. I-TECS 40 I-TECS 12. Postage - 13. Telephone 14. Computer 8 Hours @ $50/hour 1,500 Records @ $0.15/record 15. Parking 85 Parking Days @ $10/day 16. Print Plans 12 Sets @ $118 17. Printing Specifications 12 Books @ $85 18. Architect Kimley-Horn Division Sub -Total Computran Division 1. Airfare 29 Hackensack Round Trips 2. Lodging 69 Days @ $45/day 3. Meals 82 Meal Days @ $30/day $ 480 $ 1,709 $ 230 $ 400 $ - 620 $ 840 $ 425 $ 850 $ 1,416 $ 1,020 $ 4,000 $ 59,292 $ 24,215 $ 3,105 $ 2,460 PHASE I LUBBOCK TRAFFIC SIGNAL SYSTEM DESIGN COST ESTIMATE DIRECT EXPENSES Computran Division 4. Xerox 6,600 Copies @ $0.20/copy 5. Postage 6. Telephone 7. Parking 49 Parking Days @ $10/day Computran Division Sub -Total COST COMPUTATION Sheet 4 of 4 $ 1,320 $ 220 $ 860 $ 490 $ 32,670 Kimley-Horn Computran Division Division A. Total Direct Salaries $ 65,514.72 $ 70,725.20 B. Multiplier (overhead and payroll burden) 2.39 2.36 C. Total Personnel Costs (A x B) $156,580.18 $166,911.47 D. Non -Salary Direct Expenses $ 599292 $ 32,670 E. Total Estimated Costs $215,872.18 $199,581.47 F. Fee $ 23,487.02 $ 25,036.72 G. Total Estimated Costs Plus Fee $239,359.20 $224,618.19 SAY $239,360.00 $224,620.00 TOTAL ESTIMATED CONTRACT PRICE $463,980.00 IL401 rn W W W dP i W In rn O i i i I t%) Iy rn r co tv n O n Arn >r ` iVI rn< f rn v rn EA C) Z N 3 w W I.- > �O 00 N W QV� ►- •� W N �--- O �O Oo V Q� Vi W N r-• W �O rn I? N N 4-- ►-� 4-- N O� y n 10 CPn cn (A ►o `0 r► C S O n � .< � • vl i o p '� •-• 050. c3a �' vrni ► ° go L4n CO 77 to wF n `•I N r+ ro p 3 y p H .-►iw 'v �o X' y ° o. a H � h 0) (A .0.+ n y m 3 � ° a o ' .... 0 _ p� ~ r C �. C ; N � i N N i i i i i i 1 � N IL401 rn W W W dP i W In rn O i i i I t%) Iy rn r co tv n O n Arn >r ` iVI rn< f rn v rn EA C) Z N 3 w W I.- > �O 00 N W ►- O n 4--W •— 4 N � �O rn I? N N 4-- ►-� IL401 rn W W W dP i W In rn O i i i I t%) Iy rn r co tv n O n Arn >r ` iVI rn< f rn v rn EA C) Z N 3 w W �O W A� �O I? 4-- N O� N N W w n � � • vl i N �... %I) L4n to I N ►r N ►- N IL401 rn W W W dP i W In rn O i i i I t%) Iy rn r co tv n O n Arn >r ` iVI rn< f rn v rn EA C) Z N 3 w Sheet 2 of 4 DIRECT EXPENSES Kimley-Horn Division 1. Project Office 2. Airfare 44 Dallas Round Trips 3 Raleigh Round Trips 6 West Palm Beach Round Trips 3 Hackensack Round Trips 3. Auto Rental 19-1/2 weeks at $260/week 4. Lodging 136 Days @ $45/day 5. Meals 150 Meal Days @ $30/day 6. Xerox 52,220 copies @ $0.20/copy 7. Blue Line Prints 7,816 Prints r $ 4,200 $ 11,730 $ 5,070 $ 6,120 $ 4,500 $ 10,444 $ 5,238 PHASE I LUBBOCK TRAFFIC SIGNAL SYSTEM DESIGN " COST ESTIMATE DIRECT SALARY COSTS Kimley-Horn Division Computran Division 14-3/4 Principal E'4s' @ $210.64 = $ 3,106.94 31 CSA Days @ $277.45 = $ 8,600.95 87-3/4 Associate Days @ $176.88 = $15,521.22 115 SSI Days @ $161.75 = $18,601.25 173 Sr. Eng. Days @ $159.28 = $279555.44 162-1/2 SE3 Days @ $123.43 = $20,057.38 48-1/2 Analyst Days @ $100.80 = $ 4,888.80 140 SE2 Days @ $107.96 = $15,114.40 137 Technician Days @ $ 71.20 = $ 91754.40 45-1/2 SEI Days @ $ 84.75 = $ 3,856.13 76-1/2 Secretary Days @ $ 61.28 = $ 4,697.92 61 SEC Days @ 73.69 = $ 4,495.09 TOTAL DIRECT SALARIES $659514.72 TOTAL DIRECT SALARIES $70,725.20 DIRECT EXPENSES Kimley-Horn Division 1. Project Office 2. Airfare 44 Dallas Round Trips 3 Raleigh Round Trips 6 West Palm Beach Round Trips 3 Hackensack Round Trips 3. Auto Rental 19-1/2 weeks at $260/week 4. Lodging 136 Days @ $45/day 5. Meals 150 Meal Days @ $30/day 6. Xerox 52,220 copies @ $0.20/copy 7. Blue Line Prints 7,816 Prints r $ 4,200 $ 11,730 $ 5,070 $ 6,120 $ 4,500 $ 10,444 $ 5,238 l / RESOLUTION 1023 - 1/28/82 CITY SECRETARY -TREASURER AGREEMENT FOR ENGINEERING SERVICES Between KHC SYSTEMS, INCORPORATED and THE CITY OF LUBBOCK, TEXAS THIS AGREEMENT, made and entered into this 28th day of January , 19_02 , by and between the City of Lubbock, Texas, hereinafter referred to as the CITY, and KHC Systems, Incorporated, a corporation organized and existing under and by virture of the laws of the State of North Carolina and using offices at Suite 120 -Box 116, 5310 Harvest Hill Road, Dallas, Texas 75230, hereinafter referred to as the CONSULTANT. WITNESSETH, THAT WHEREAS the CITY deems it essential to have an efficient Traffic Signal System in the Lubbock urban area; and WHEREAS, the CITY desires to employ the CONSULTANT to perform the professional services required to design and implement the aforementioned Traffic Signal System Improvement; - NOW, THEREFORE, in consideration of the services to be performed and the compensation to be paid for such services, the parties hereto agree to be bound by the terms, conditions, and regulations as set forth hereinafter. At the request of the CITY,. the CONSULTANT agrees to perform the services described below in order to aid the CITY in the development of a modernized signal system for. Lubbock by developing a final design including plans, specifications, software design and cost estimates, and assisting the CITY during implementation. The CONSULTANT will be responsible to the CITY for the conduct of the work described in this Agreement, and the CONSULTANT agrees to perform the required engineering services to complete the work described below: -1- t I. SCOPE OF WORK - PHASE I A. Project Administration The CONSULTANT will provide the necessary expertise for program management and" control and the associated liaison functions required by the program throughout the entire life of this Lump Sum Agreement. Project administration, as well as the conduct of the work, will be closely coordinated with the CITY at all times, and CITY personnel will be intimately involved in each phase of the project. The CONSULTANT will maintain only those records necessary and appropriate for a Lump r• Sum Agreement. 1. Program Management and Control The CONSULTANT will establish a project management system which will provide adequate control and be responsive to input from the CITY and other agencies as appropriate. 2. Liaison for Program Control The CONSULTANT will work jointly with the CITY in establishing, adequate and efficient project liaison. The CONSULTANT will develop a framework for project coordination with the following - agencies: 1. ^ Lubbock Traffic Engineering Department 2. Telephone and Power Companies 3. Texas State Department of Highways and Public Transportation To accomplish the required coordination, the CONSULTANT will provide adequate manpower to meet mutually acceptable schedules of the agencies involved. 3. Review Meetings The CONSULTANT will schedule formal review meetings in Lubbock for appropriate participating agencies throughout the design phase of the project. In order to expedite the work, the CITY will be prepared to render decisions and approvals, as required, at the review meetings. -2- 1 4. Work -Level Liaison To ensure maximum input and complete knowledge of the design and implementation of the project, appropriate CITY personnel will be integrated into the "team" approach. Depending upon the phase of work, CITY traffic engineers and CITY operations and maintenance personnel will participate with the CONSULTANT'S personnel in the design process. When requested by the CONSULTANT, CITY personnel will provide expeditious review and comment on aspects of the design so that the CONSULTANT may proceed to finalize such items. 5. Prepare Progress Reports and Invoices The CONSULTANT will prepare monthly progress reports which will accompany the CONSULTANT's invoices for the work accomplished to date. The progress reports will be brief memoranda which will outline those tasks enumerated in the project schedule which have been completed and those which are currently underway. r B. Project Schedule At the beginning of the design phase of the project, the CONSULTANT will develop a detailed critical path project schedule which will clearly integrate the design activities of the CONSULTANT, the CITY and other agencies as appropriate. This • schedule will show estimated completion time, free slack time and total slack time for each task and will show anticipated completion dates for each Task of the project. The CONSULTANT and the CITY will conduct their activities in accordance with the project schedule. C. Physical Design As recommended in the Preliminary Lubbock Signal System Traffic Engineering Study Report (hereafter referred to as the STUDY REPORT), the project will be designed using a system management approach to the implementation. Using this approach, the basic -3- 1 3 - installation services will be provided by construction contractors. Software development and system integration will be provided by the CONSULTANT. The intersections to be included in this work are those listed in Attachment A. 1. Plans and Specifications The CONSULTANT will provide the necessary design services to prepare plans and technical specifications for the contract acquisition and installation or construction of the items listed below. In order to expedite the work and save on costs, the plans and technical specifications will be prepared in such a manner as to allow the work to be bid in up to four (4) separate contracts. Plans, specifications, and bid documents will be prepared such that bid costs can be identified for the 26 intersections which are in addition to the original 108 intersections identified in the Lubbock Signal System Traffic Engineering Study of May 23, 1991. Wherever practical, reference will be made to standard CITY or Texas State Department of Highways and Public Transportation (DEPARTMENT) specifications and special provisions. The CONSULTANT will include in the specifications necessary descriptions of the methods of measurement and payment for the bid items. a. Central Equipment including: Central Processing Unit Two (2) Dual Disc Units Magnetic Tape Drive Two (2) Cathode Ray Tube Displays with Keyboards Teleprinter High Speed Printer Map Display Operator's Console Digital Clock with Battery Backup Two (2) Central Modems Controller Integration Cabinet Miscellaneous Control Center Furnishings as appropriate b. Loop detectors will be used for system detectors and for intersection detectors. For all detectors, new digital amplifiers will be specified. All intersection detectors will be designed to operate on existing loops which are assumed -4- to be in working order. Up to 250 system detectors will be designed. In determining the placement of the system detectors, the CONSULTANT will utilize the 1979 traffic volume map provided by the CITY to develop the preliminary system detector requirements. These will be reviewed with the City Traffic Engineer and revised as needed. C. Remote detector cabinets for system detectors (up to 15), :.. as necessary, including conduit and power service. d. Pretimed and actuated intersection controllers and cabinets for 134 locations. Design will be based on phasing and signal displays as they exist when the inventory is made. The intersections and actuated or pretimed operation of each will be those listed in Attachment A. All existing controllers and cabinets require replacement. Existing CITY and DEPARTMENT specifications and special provisions will be used as applicable. e. Central Communications Equipment. f. Local Communications/Interface Units. g. Surge Protection for communications equipment. h. Operational Adjustment Center Equipment including: CRT Display/Keyboard with ,Modem Printer with Modem Two (2) Control and Display Panels for Controllers Environmental Adjustment Cabinet Detector Diagnosis Cabinet Dual -trace Oscilloscope with Cart Two (2) Electronic Multimeters NEMA Controller Tester NEMA Conflict Monitor Tester i. Solid State Load Switches for the control of special functions. -5- I 1 i j. Loop wire, Loop Lead-in, Signal Cable, Messenger Cable, Detector Interconnect Cable, School Speed Limit Beacon Interconnect Cable and System Interconnect Cable, as necessary. k. . Meter -type Pull Boxes. 1. Conduit connecting links and stub -ups. M. Communications Test and Diagnosis Unit for use in installing, integrating and periodically checking the local communications/interface units. n. Railroad Pre-emptors for existing locations at: 19th Street and Brownfield Road Slide Road and Brownfield Road Brownfield Road and Quaker Avenue Brownfield Road and Toledo Avenue Brownfield Road and 29th Drive o. Terminal Boxes. It is understood that no design work will be provided for signal suspensions or displays. All plans will be prepared in summary form to the extent practical, making maximum utilization of typical drawings, sketches and tables. Detailed. plans will be drawn only for those locations which are not amenable to summary or sketch treatment. The specifications will cover the, following general installation and construction related items: Public Safety Public Convenience Working Time Restrictions Geographical Staging of Construction Connection of all Devices Protection of Utilities Sidewalk Restoration -6- 1 3 1 Street Restoration Curb and Gutter Restoration Restoration of Walls and Grassed Areas General Electrical and Wiring Requirements New Controller Locations Maintaining New and Modified Systems Maintaining Existing and Temporary Electrical Systems Existing Detection Salvaging Electrical Equipment, Conduit, Wire and Cable Stockpiling Salvaged Electrical Equipment Metal Pole Mounted Control Equipment Cabinet Removal Pull Boxes and Conduit It is understood that, in most cases, new controller cabinets will be located and mounted in the same manner and in the same place as the existing cabinets (pole mounted for pole mounted, etc.). Where this cannot be accomplished, at up to 35 locations, the new cabinets will be designed for ground mounting within 25 feet of the existing cabinet locations. The CONSULTANT will design a "moving window" type emergency vehicle pre-emption system which will accommodate up to 20 routes from the central fire station. These runs will be^ initiated via either of two CRT display/keyboards (with modems) located at the fire dispatcher's office and will be implemented by the computer. No backup capability for periods when the computer is unavailable will be provided. No field hardware will be required to implement the emergency vehicle pre-emption except special feature load switches to control the "distinctive indication" referred to in paragraph 4B-2 of the Federal Highway Administration's Manual On Uniform Traffic Control Devices. Design of these indications and of their installation and operation is not included in this work. Communications between the control center and the fire dispatcher's office will be via leased telephone lines. It is understood that the existing system interconnect cable is adequate for use in the system; however, as an early step in the design, the CONSULTANT will thoroughly check this existing -7- system interconnect cable to verify its usability. The actual checking will require that the existing systems be inoperative while the cable is being checked. It is understood that the CONSULTANT will be *performing this checking during all daylight hours, including week -ends and including, but not limited to, normal working hours. The CITY will provide at least one qualified traffic signal technician to assist the CONSULTANT during all times that the CONSULTANT is checking the system interconnect cable. The design of system interconnect cable to rectify deficiencies which are discovered by this checking will be negotiated, if necessary, when the magnitude of the task is known. The CONSULTANT will design a backup coordination system for use during those periods when the computer is unavailable. It shall be possible to initiate systemwide backup control on a scheduled basis via the computer and manually via the operator's console. Both pretimed and actuated controllers will be. coordinated under backup control. Single -dial, electromechanical coordinating units will be used at the actuated locations. Up to ten (10) cycle lengths will be provided by the backup master coordinating unit, which will be made up of electromechanical dial units. Each system interconnect cable will accommodate up to four (4) backup cycles. When any portion of the system is operating in the back up mode, the entire system will operate in the backup mode. The CONSULTANT will design the interconnection of the existing school speed limit beacons, shown in Attachment B, to the system and the control of these by the system. The method of interconnection of each will be as shown in Attachment B. No back-up control of the school speed limit beacons will be provided. -9- The plans will contain a location -specific quantity tabulation. Totals by items will also be given. No differentiation will be made of quantities or locations by roadway classification or anticipated funding categories. The specifications will contain a description of the measurement and payment of the bid items. The plans and the quantities will contain provisions for spares for the following: Cc --.--.rollers System detector amplifiers Intersection detector amplifiers Central communications modems Local communications/interface units Field master disconnect units, if any Dial -type coordinating units The specifications will address the following administrative subjects: 1. Prosecution and progress of work _ 2. Regulations, codes and specifications 3. Intent of the project 4. Miscellaneous bidding instructions which are unique to the project 5. General design requirements 6. Guarantees and warranties 7. Maintenance requirements S. Facilities locations 9. Shipment 10. Testing and quality assurance 11. Engineering assistance by contractor 12. Submittal data and final documentation 13. Training by contractor 14. Project schedule and liquidated damages 15. Project office 16. Bid form 17. Contract 19. Surety 19. Contract definitions Other general administrative requirements will be the responsibility of the CONSULTANT with support from the CITY. -9- I 1 i The specifications will contain a system description and an overview of the work. The CONSULTANT will provide liaison with the Southwestern Bell Telephone Company with regard to the technical requirements for the leased lines between the control center and the Operational Adjustment Center and the fire dispatcher's office. The CONSULTANT will provide liaison with the power company with regard to new or revised power service. 2. Building Design and Renovations The CONSULTANT will retain an architect to schematically design the modifications to City Hall in order to accommodate the control center and to schematically design the modifications and additions to the existing Operational Adjustment Center building, subject to written authorization to proceed from the CITY. The Architectural services under this Agreement shall not. include services beyond the schematic design phase. At the completion of the schematic design phase, a Supplemental Agreement will be negotiated to complete the building design and renovation plans and specifications and provide construction services. The CONSULTANT and his architect will cooperate with the CITY as set forth below to ensure that these buildings will adequately accommodate the signal system features. a. The CONSULTANT will attend an initial meeting with the CITY and the architect to discuss the functional and space requirements of the buildings. b. The CONSULTANT will sketch the functional requirements for the buildings (one alternative for City Hall renovations and up to four alternatives for the Operational Adjustment Center) on sepias, provided by the CITY, which have the -10- existing buildings or appropriate portions of the buildings and the shells of any proposed additions drawn to scale. C. The CONSULTANT will review with the CITY the architect's schematic plans for all buildings up to three (3) times. These meetings will be at times when the appropriate CONSULTANT'S personnel are in Lubbock for other purposes on the project. d. The CONSULTANT shall develop a scope of work and negotiate a contract for final design and construction services with the architect following approval of the schematic plans by the CITY. The work and fee required of the CONSULTANT and the architect by this contract shall be treated as a Supplemental Agreement to this Agreement as defined in Article V herein. 3. Engineer's Estimate The CONSULTANT will furnish the CITY with an engineer's estimate for the construction contracts for the signal system. These estimates will be furnished only at the completion of the plans and specifications. The cost of the control center modifications will be treated as a single lump sum. The CONSULTANT will also furnish a separate, single lump sum estimate for the Operational Adjustment Center Building(s). The CITY will furnish the CONSULTANT with recent unit prices to be used for those items which are normally used by the CITY. 4. Base Mapping a. The CONSULTANT will prepare a good -quality, mylar, reproducible map of Lubbock at a suitable scale for a title sheet for the plans, showing only major streets. -11- b. The CONSULTANT will prepare a good -quality, reproducible mylar map of Lubbock to an appropriate scale. This map will not show minor streets which have no relationship to the signal system and will show only that detail which is necessary for use in the plans. D. Software Design Specifications for the standard commercially available software (compilers, assemblers, interpreters, etc.) and for the equipment handling software will be included in the specifications for the Central Equipment. The traffic control logic will be based upon the Urban Traffic Control System (UTCS) as modified by the CONSULTANT for the State of Tennessee for use in Knoxville, which has many of the same features required for Lubbock. 1. The following features are essentially contained in the base software package: a. On-line data base updating and listing b. Monitoring and controlling pretimed controllers with . changeable phase sets. C. Operating pretimed controllers as actuated controllers. d. Supervisory control of actuated controllers (force -off and yield/hold). e. Permissive yield. f. Implementation of timing plan changes as often as every three (3) minutes. g. Time -of -day, day -of -week timing plan and ancillary function selection with five-minute resolution. -12- h. Scheduling of implementation and cessation of special timing plans and ancillary functions for holidays and special events (partial). i. Variable subsystem boundaries. j. Monitoring of all greens, yellows and up to two phases of pedestrian indications. k. Supervisory control of pretimed and actuated controllers. 1. Scheduled recall and maximum timing. M. Recognize the occurrence of railroad and emergency vehicle preemption of certain traffic control signals. n. Accommodate two coordinated phases at certain actuated intersections. o. Control of up to SO variable speed -of -progression signs without the need for additional hardware or CPU memory expansion. p. Retrieve location numbers by entering location names. q. Conversational English (partial). It r. Ability to process traffic engineering assistance programs in a background partition from the Control Center and the Operational Adjustment Center (one at a time) while the system is performing its traffic control function. . S. One second response time, generally. -13- I t. Recognize the occurrence of pedestrian actuations for up to two phases at actuated controllers and inhibit the reporting of error messages which would otherwise result because the minimum pedestrian timing causes the controller minimums to exceed the background cycle length. 2. The CONSULTANT will prepare detailed descriptions for the traffic and special feature control software, including the software to provide for additional conversational English language operator interaction with the system and the software to provide operational adjustment diagnostics, for use in the implementation phase of the work. These software descriptions will primarily be in the form of detailed logic flow charts with text descriptions and illustrations used as appropriate. The software descriptions will be in sufficient detail to: o Enable CITY traffic engineers to understand how the software will provide the auxiliary functions; and 0. o Enable the actual software code to be developed for those elements of the proposed Lubbock system design which do not currently exist. The software design and flowcharting will be complete; it will encompass relevant areas including: o Conversational English• language commands, messages, questions and responses o Operational adjustment diagnostic logic o The formats of reports and messages to be provided by the system -14- o Content, description and approximate sizing of arrays and tables In particular, software design and flowcharting effort will be provided for the following items: . a. Expansible Capacity The base software package will be adjusted by the CONSULTANT to accommodate the following without modification: (1) Up to 250 Intersections (2) Up to 500 System Detectors (3) Up to 40 Subsystems b. Monitor Railroad Crossings The CONSULTANT will modify the base software package to monitor up to thirty (30) railroad crossings and initiate. queue clearance timing plans. C. Operational Adjustment Diagnostics The CONSULTANT will modify the base software package to provide practical diagnostics on equipment failures; including the monitoring of the control and display panels, the environmental adjustment cabinet and the controller integration cabinet, all of which will be treated as fictitious intersections and monitored as such. d. Operational Adjustment Center Control Capability The CONSULTANT will modify the base software package to enable the degree of control of the system from the Operational Adjustment Center specified in the STUDY REPORT. -15- e. Multi -day Scheduler The CONSULTANT will modify the base software package to schedule the implementation and cessation of timing plans and special functions using a multi -day scheduler. f. Equipment Failure Log The CONSULTANT will modify the base software package to print an equipment failure log on the printer at the Operational Adjustment Center showing the unit failed, the time of failure and a code indicating the detected reason for the failure. g. Daily History File and Reports of Volume and Occupancy The CONSULTANT will modify the base software package to process the daily history file to obtain a summary report of the observed volume and occupancy for any and all links. Fifteen (15) minute resolution with hourly and daily totals and averages, as applicable, will be provided. The period• covered by the report will be selectable from one (1) to seven (7) days. h. Railroad Activity Reports The CONSULTANT will modify the base software package to _process the daily history file to obtain a summary report of railroad activity with related queue build-up information and resultant special timing plan selection information. The CITY will have input to the format of this report. Fifteen (15) minute resolution with hourly and daily totals and averages, as applicable, will be provided. The period covered by the report will be selectable from one (1) to seven (7) days. -16- i. OAC Pick -Up Capability The CONSULTANT will modify the base software package to allow locations which have failed and been repaired to be placed on-line from' the Operational Adjustment Center and the control center. j. OAC Parameter Adjustment Capability The CONSULTANT will modify the base software package to permit personnel at the Operational Adjustment Center to change all parameters related to the control and display panels and the environmental adjustment cabinet. Means shall also be provided to permit these personnel to query the system for the status of any location. k. Emergency Pre=empt Capability The CONSULTANT will modify the base software package to provide a "moving window" type of emergency vehicle preemption system as described under Physical Design. 1. Transfer to Back -Up The CONSULTANT will modify the base software package to transfer control of the signal system to backup control during the execution of a commanded, orderly termination of computer control. m. Exercise and Monitor Back -Up The CONSULTANT will modify the base software package to periodically exercise and monitor the backup system. n. Timing Plan Generation The CONSULTANT will modify the base software package to generate, upon operator request, subsystem timing plans in a background partition, in real-time, utilizing automatically collected data from system detectors and -17- historical data. This timing plan generation will be provided using the CONSULTANT'S FORCAST Timing Plan Generation Program. o. Load Timing Plan The CONSULTANT will modify the base software package to load timing plans, generated by the FORCAST Program, into the data base, on-line upon operator request. p. Log on Tape The CONSULTANT will modify the base software package to write a daily history file on magnetic tape. The history file will contain system timing changes, failures, preemptions and railroad activity with the time of each such event. In addition, the volume and occupancy for each detector will be recorded for every fifteen -minute period. q. Multiple Terminals The CONSULTANT will modify the base software package to monitor and operate multiple terminals, some of which are remote. r. Pedestrian Recall The CONSULTANT will modify the base software package to permit the scheduling of pedestrian recall on up to two phases of actuated controllers independently. The implementation of this feature may require that one or two of the special feature circuits of the communications interface units be utilized. E. Documentation The CONSULTANT will provide to the CITY the originals (mylar sheets) and two (2) sets of prints of the plans and the originals and two (2) copies of the specifications. The title sheets of one set of prints and -Is- the specification originals shall be sealed by the Engineer(s) responsible for the work. The CONSULTANT'S Title block will appear on each plan sheet. Plans may be drawn in pencil and may be diazo reproduced mylars. The plan sheets shall be 22" x 36". The CONSULTANT will provide to the CITY two (2) bound copies of the software description. One (1) set of these will be sealed for record purposes by the Engineer responsible for the work. The CONSULTANT will provide the telephone line requirements to the CITY in letter form. F. ' _Attend Coordination and Review Meetings The CONSULTANT will schedule all meetings for coordination and review of the project in cooperation with the CITY. Formal meetings will be required in Lubbock as follows: Maximum Number of Meetings Purpose 1 Begin Project Administration, Review Project Schedule, Obtain information to be provided by the CITY I Review building requirements with CITY and architect I Review cable testing results and recommendations 2 maximum Review software design 3 maximum Review plans, specifications and communications requirements 3 maximum Review schematic building plans 2 maximum Coordination for next phase of work G. Assist CITY in Determining Manpower Requirements The CONSULTANT will provide up to five (5) man -days of assistance to the CITY in defining job descriptions and necessary compensation for -19- the new personnel recommended in the LUBBOCK SIGNAL SYSTEM TRAFFIC ENGINEERING STUDY REPORT. This assistance will be provided when the CONSULTANT is in Lubbock for other purposes related to the project. H. Phase II Considerations The scope of services for the construction and implementation phase (Phase II) of the project shall be determined in the latter stages of Phase I. The scope of services shall generally include construction services, installation/adjustment of UTCS software, system timing and fine tuning, and training of the CITY staff. The CONSULTANT will . provide guidance to the CITY in how to effectively undertake Phase 1I and will cooperate with the CITY in developing the scope of work for up to a maximum fee of $599, 0DITfor Phase II, provided the CITY awards a construction contract within 18 months of the beginning of design (Phase I) or within 6 months of the end of design (Phase I), whichever is later. for 134 intersections designed in Phase I. II. INFORMATION MATERIALS AND SERVICES TO BE PROVIDED TO THE CONSULTANT _ The following information and services will be provided by the CITY to the CONSULTANT without cost to the CONSULTANT: A. Two (2) copies of all standard specifications (road, bridge and traffic signal), special provisions .and all applicable installation details and indices of both the CITY and the Texas State Department of Highways and Public Transportation. B. Decisions as necessary at the review. meetings. C. The as -built architectural plans for the control center area and other required areas of the City Hall Building. -20- D. The as -built architectural plans, including buildings and site improvements, for the Traffic Signal Shop (Operational Adjustment Center) facilities. E. A map showing the routing of all existing interconnect cable, coded to show whether it is aerial, direct burial, or in conduits; the number of conductors in each link, the A.W.G. size of conductors and the condition (good, fair, poor). F. The services of at least one qualified traffic signal technician to assist in checking system interconnect cable during all hours the CONSULTANT is working. The CITY will provide a radio equipped vehicle and a portable radio on the same frequency as the vehicle. G. Wiring diagrams and equipment manuals for existing equipment as needed and as available. H. Reproducible mylar copies of all available base mapping and reproducible copies of aerial photography as needed and available. I. A map or maps showing the locations of: 1. School speed limit beacons. 2. Other devices which operate on a time�zof-day basis (blank -out signs, etc.). 3. Fire dispatcher's office. J. A map or maps showing all planned fire runs used by the Fire Department to get from the Central Fire Station to each of the general areas to which It normally responds. K. Unit cost data to be used in developing the engineer's estimate. L. A good quality reproducible mylar drawing of the Fire dispatcher's office at a scale to be specified by the CONSULTANT showing: all -21- equipment; outlet locations and availability; and verification that telephone lines can be brought into the room. M. Copies of all existing movement and 24 hour traffic counts for the most recent three (3) year period. . N. Prints of selected, existing planimetric maps as requested by the CONSULTANT. O. General Administrative specifications of the CITY. III. TIME OF PERFORMANCE A. The CONSULTANT shall begin work on Phase I within 15 days of receipt of written Notice to Proceed. Assuming no delays or other circumstances beyond the CONSULTANT'S control and assuming that the information and materials which the CITY is to furnish to the CONSULTANT, as set forth in Article II, are provided in a timely manner, work on Phase I will be completed within 360 calendar days of receipt of Notice to Proceed. The CONSULTANT shall not begin work until he receives a written Notice to Proceed with the work. B. All work will be based upon the Lubbock .Signal System Traffic Engineering Study Report by KHC Systems, Inc. except as otherwise described herein. In the event that the CITY requires the CONSULTANT to deviate from these requirements or from previously approved work or .decisions, appropriate time and compensation adjustments will be made. C. In the event that the existing system interconnect cable is found to require replacement or major repair, in whole or in part, appropriate time and compensation adjustments will be made. -22- IV. COMPENSATION AND METHOD OF PAYMENT A. For the satisfactory performance of the professional services described in Article I, Scope of Work, the CITY agrees to compensate the CONSULTANT fbr services under this Agreement by the total sum of $463,980.00 dollars for Phase I on the basis of monthly progress reports and certified invoices submitted by the CONSULTANT relative to services provided in accordance with the terms of this Agreement. Payment of the above sum shall be considered full compensation for work performed and services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. B. The CONSULTANT may submit monthly invoices to the CITY to request partial payment for the work completed. These invoices shall represent the value of the partially completed work computed on a proportional basis for each work item, and shall reflect a subdivision of the work as shown in Attachment C. No further invoice documentation will be required of the CONSULTANT. C. It is further agreed that the CONSULTANT will organize and undertake this work required under this Agreement in such a manner that no more than $250,000 will be billed -prior to July 1, 1982. The CONSULTANT will proceed beyond this billing limitation only upon written notification ' by the CITY. If written notification to proceed beyond the $250,000 billing limitation is not received by the CONSULTANT prior to July 1, 1982, the CONSULTANT may stop work under this Agreement until such notification is received. In addition, the CONSULTANT may require additional compensation which shall be documented by a Supplementary Agreement to this Agreement if the notification to proceed is not received until after July 1, 1982 to cover the additional work required to stop work and to start up again at some later date, plus the additonal costs related to extending the Time of Performance as specified in Article III which assumes notification to proceed beyond the $250,000 billing limitation prior to July 1, 1982. -23- D. After completion of all services contained in the Agreement and acceptance by the CITY, and after the CI.TY has received all plans, specifications and software documentation required by this Agreement, the CONSULTANT will be paid an amount equal to 100 percent of the total agreement fee, including any adjustments by Supplemental Agreements, less any amounts previously paid. V. EXTRA WORK OR FEE ADJUSTMENT A. The CITY may desire to have the CONSULTANT perform work or render services in connection with this project other than provided for expressly by this Agreement. Such woc�k shall be considered as "Extra . Work", subject to Supplemental Agreement to this Agreement, setting forth the character and scope thereof and the compensation and time adjustments therefore. Work under such change orders shall not proceed until written authorization is given by the CITY. B. Should the CITY find it desirable to have previously satisfactorily completed work efforts or parts thereof revised, the CONSULTANT shall make such revisions as directed, in writing, by the CITY. This work shall be considered as "Extra Work" and shall be paid as such. C. "Extra Work" shall be paid for by the CITY on the basis of the CONSULTANT's then current hourly rates plus direct expenses. VI. DISPUTES Except as otherwise provided in this Agreement, any dispute concerning the amount of payment due the CONSULTANT or any dispute concerning any question of fact of any act to be performed under this Agreement which is not disposed of by agreement between the CITY and the CONSULTANT, shall be submitted to the City Manager of the City of Lubbock, Texas for review. The decision of the City Manager as to the determination of such dispute shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, capricious, arbitrary, or so grossly erroneous as necessarily to imply bad faith. Pending a final decision of a -24- dispute hereunder, the CONSULTANT shall proceed diligently with the performance of the Agreement in accordance with the directions of the CITY. VII. TERMINATION OF AGREEMENT A. It is agreed that either party may terminate this Contract all or in part at any time by written notice by certified mail, with the understanding that work hereunder shall cease within 30 days of the date stipulated in the written notice of termination. Such termination may be effected by either party when it is in the best interest of said party. B. On the part of the CITY, termination action under this clause may also be initiated in the event funds are withdrawn or otherwise made unavailable by the funding sources. C. Any termination notice will specify to what extent performance of work has been terminated and the effective date of termination. D. CONSULTANT shall be compensated for work completed through the date of termination, including work necessitated by the early termination, as provided for in Article IV of this Agreement. E. In case of disputes arising from early termination, the Director of Planning, City of Lubbock; Director of Traffic Engineering, City of Lubbock; H. Nathan Yagoda, KHC Systems, Inc.; Hollis A. Walker, Jr., KHC Systems, Inc. and other persons as may be appointed by these listed shall form a committee and 'resolve such disputes in writing to the satisfaction of all parties. VIII. WARRANTS A. Solicitation The CONSULTANT warrants that he has neither retained nor employed any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he -25- I has neither paid nor agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percent, brokerage fee, gift, or any other consideration contingent upon" or resulting' from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract price on consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. B. Security Clause The CONSULTANT certifies that he shall not at any time release or divulge any information concerning the services covered by this Agreement to any person or any public or private organization except the CITY without prior approval of the CITY. C. Ability The CONSULTANT certifies that he has or will have acquired sufficient personnel, materials, and equipment to prosecute these services within the time limits as shown in this Agreement prior to the issuance of the Notice to Proceed, and further certifies that the present work load of this firm will not interfere with the completion of the services as ' outlined in this Agreement. D. Access to Records The CONSULTANT and his sub -consultants shall maintain all books, documents, papers, accounting records, and other evidence pertaining to cost incurred and make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract for inspection by the CITY and copies thereof shall be furnished at the current billing rate, if requested. -26- E. Non -Discrimination The CONSULTANT in the performance of. this agreement agrees to comply with Title VI of the Civil Rights Act of 1964. IX. VENUE Venue and jurisdiction of any suit, right or cause of action arising under or in connection with the Contract shall lie exclusively in Lubbock County, Texas. X. UNDERSTANDING It is expressly understood by the CITY and the CONSULTANT that the Time of Performance and the Compensation and..Method of Payment as stated herein are based upon the fact that neither the Texas State Department of Highways and Public Transportation nor the Federal Highway Administration is involved in this project in any official capacity. It is expressly agreed that the CONSULTANT will be granted a reasonable time extension and additional compensation, both of which will be negotiated at the time, in the event that either of these agencies becomes involved in the project. IX. PERSONNEL Mr. Hollis A. Walker, Jr., P.E. will serve as the CONSULTANTS Project " Director. He will be assisted by Dr. Jim C. Lee, P.E. and Mr. J.V. Wilding, P.E., both of whom will serve as Co -project Managers. (THIS SPACE NOT USED) -27- IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be executed on the aforementioned date. ATTEST: KHC C%1C'r=1&C ? ll') By: Assistant Secretary KHC Systems, Inc. ATTEST:.- -- Elyn Gaffga, City SecretdryJlffurer APPROVED AS TO CONTENT: 7 Bill H. McDaniel Traffic Engineering Director APPROVED AS TO FORM: � &dw-- Susan Horton Assistant City Attorney -28- President CITY OF LUBBOCK By A/, 6 � ��2 L • M yor pr Tem Intersection ATTACHMENT A LUBBOCK SIGNAL SYSTEM DESIGN PROJECT 1. Avenue T - Broadway Street 2. Avenue T - Main Street 3. Avenue T - 10th Street 4. Avenue S - Broadway Street 5. Avenue S - Main Street 6. Avenue S - 10th Street 7. Avenue O - Broadway Street S. Avenue N - 13th Street 9. Avenue N - Broadway Street 10. Avenue N - Main Street 11. Avenue M - 16th Street 12. Avenue M - 15th Street 13. Avenue M - 14th Street 14. Avenue M - 13th Street 15. Avenue M - Broadway Street 16. Avenue M - Main Street 17. Avenue M -10th Street 18. Avenue L - 16th Street 19. Avenue L - 15th Street 20. Avenue L - 14th Street 21. Avenue L - 13th Street 22. Avenue L - Broadway Street 23. Avenue L - Main Street 24. Avenue L - 10th Street 25. Avenue K - 16th Street 26. Avenue K - 15th Street 27. Avenue K - 14th Street 28. Avenue K - 13th Street 29. Avenue K - Broadway Street 30. Avenue K - Main Street 31. Avenue K - 10th Street 32. Avenue K - 9th Street 33. Avenue J - 15th Street 34. Avenue J - 14th Street 35. Avenue J - 13th Street 36. Avenue J - Broadway Street 37. Avenue J - Main Street 38. Avenue J - 10th Street 39. Avenue J - 9th Street 40. Texas Avenue - 18th -Street { Sheet 1 of Railroad Fire Interconnect Pretimed Actuated Preemption Preemption Required X X no X no X no X X no X no X no X X no X no X X no X no X no X no X no X no X X no X no X no X no X no X no X no X X no X no X no X X no X • X no X X no X X no X ' X no X X no X X no X X no X no X no X no X no X no X no X no X no Sheet 2 of ATTACHMENT A, Continued LUBBOCK SIGNAL SYSTEM DESIGN PROJECT Railroad Fire Interconnect Intersection Pretimed Actuated Preemption Preemption Required 41. Texas Avenue - 16th Street X no 42. Texas Avenue - 15th Street X no 43. Texas Avenue - 14th Street X no 44. Texas Avenue - Broadway St. X no 45. Texas Avenue - Main Street X no 46. Texas Avenue - 10th Street X no 47. Texas Avenue - 9th Street X no 48. Texas Avenue - 8th Street X no 49. Avenue H - 16th Street X X no 50. Avenue H - 15th Street X X no 51. Avenue H - 14th Street X X no 52. Avenue H - Broadway Street X X no 53. Avenue H - Main Street X X no 54. Avenue H - 10th Street X X no 55. Avenue H - 9th Street X X no 56. Avenue H - 8th Street X X no, 57. Avenue G - 16th Street X no 58. Avenue G - 15th Street X no _ 59. Avenue G - Broadway Street X X no 60. 19th St. - Oxford Ave. - Brownfield X X ' no 61. 19th St. -Miami Ave. - Brownfield X no 62. 19th Street - Memphis Ave. X no 63. 19th Street - Indiana Ave. X no 64. 19th Street - Flint Ave. X no 65. 19th Street - Boston Ave. X no 66. 19th Street - Avenue U X X no 67. 19th Street - Avenue T X X no 68. 19th Street - Avenue S X X no 69. 19th Street -'Avenue Q X X no 70. 19th Street - Avenue L X X no 71. 19th Street - Avenue K X no 72. 19th Street - Texas Ave. X X no 73. 19th Street - Avenue H X X no 74. 19th Street - Avenue G X X no 75. Avenue H - 23rd Street X no 76. Avenue Q - 22nd Street X no 77. Avenue Q - 16th Street X no 78. Avenue Q - 15th Street X no Intersection ATTACHMENT A, Continued LUBBOCK SIGNAL SYSTEM DESIGN PROJECT 79. Avenue Q - 13th Street 80. Avenue Q - Broadway St. 81. Avenue Q - Main Street 82. Avenue Q - 10th Street 83. Avenue Q - 6th Street 84. Slide Road - 34th Street 85. Slide Road - Brownfield 86. 34th Street - Quaker St. 87. 34th Street - Memphis St. 88. 34th Street - Indiana Ave. 89. 34th St. - Flint Avenue 90. 34th St. - Boston Ave. 91. 34th St. - University Ave. 92. 34th Street - Avenue Q 93. 34th Street - Avenue L 94. 34th Street - Avenue H 95. 50th Street - Utica Ave. 96. 50th Street - Quaker Ave. 97. 50th Street - Memphis Ave. 98. 50th Street - Indiana Ave. 99. 50th Street - Gary Avenue 100. 50th Street - Flint Ave. 101. 50th Street - Elgin Ave. 102. 50th Street - Boston Ave. 103. 50th St. - University Ave. 104. 50th Street - Avenue U 105. 50th Street - Avenue L 106. 50th Street - Avenue H 107. 30th Street - Avenue H 108. Avenue Q - 50th Street 109. Avenue Q - 38th Street 110. Avenue Q - 32nd Street 111. Avenue Q - 4th Street 112. No. Avenue Q - Clovis Rd. 113. South Avenue Q - South Avenue P 114. 4th Street - Avenue U 115. 4th Street - University Ave. 116. 4th Street - Boston Avenue Sheet 3 of X yes X yes X yes X yes Railroad Fire " Interconnect Pretimed Actuated Preemption Preemption Required X no X X no X no X no X no x no X X no X no X no X no X no X no X no X no X no X no X no X no _ X no X no X no X no X no K no X no X no X no X no K ' yes X no X yes X yes X yes X yes X yes X yes X yes X yes Intersection ATTACHMENT A, Continued LUBBOCK SIGNAL SYSTEM DESIGN PROJECT 117. University Avenue - 6th Street 118. University Avenue - Main Street 119. University Avenue - Broadway Street 120. University Avenue - 14th Street 121. University Avenue - 15th Street 122. University Avenue - 19th Street 123. University Avenue - 22nd Street 124. 34th Street - 29th Drive 125. 34th Street - Avenue T 126. Brownfield Road - Quaker Avenue 127. Brownfield Road - Toledo Avenue 128. Brownfield Road - 29th Drive 129. 19th Street - Quaker Ave. 130. 19th Street - Slide Road 131. 19th Street - Chicago Ave. 132. 19th Street - Frankford Avenue 133. 4th Street - Avenue H 134. 4th Street - Avenue L Sheet 4 of 4 Railroad Fire Interconnect Pretimed Actuated Preemption Preemption Required X yes X yes X yes X yes X yes x no X yes x yes x yes X X yes X X yes X X yes X yes X yes X yes X yes X X no X X no ATTACHMENT B LUBBOCK SIGNAL SYSTEM DESIGN PROJECT SCHOOL SPEED LIMIT BEACONS 1. Atkins Jr. High on University at 56th Street 2. Smylie Milson Jr. High on Quaker at 32nd Street 3. Bean on 34th at Avenue N 4. Bean . on Avenue L at 30th Street 5. Brown on 34th at Avenue X 6. Dupre on Avenue T at 20th Street 7. Guadalupe on Clovis Road at Avenue R 8. Hardwick on Chicago at 14th Street 9. Harwell on Avenue H at 41st Street 10. Hodges on 50th Street at Avenue P 11. Hodges on Avenue H at 52nd Street 12. Overton on Memphis at 30th Street 13. Stewart on Utica at 46th Street 14. Stubbs on Utica at 36th Street 15. Stubbs on 34th Street at Toledo Sheet 1 of 1 16. Maedgen on Memphis at 43rd Street ATTACHMENT C LUBBOCK TRAFFIC SIGNAL SYSTEM DESIGN PROGRESS STATEMENT AND INVOICE TO: Traffic Engineering Department KHC JOB NO. City of Lubbock, Texas FROM: KHC Systems, Incorporated INVOICE NO. 5110 Harvest Hill Road, Suite 120 - Box 116 DATE Dallas, Texas 75230 RE: Progress During the Month of • PHASE I CONTRACT AMOUNT: $4639980.00 Task 1. Project Administration 2. Project Schedule 3. System Plans 4. System Specifications 5. Interconnect Cable Test 6. Building Design 7. Quantities 8. Cost Estimates 9. Software Design 10. Documentation 11. Meetings 12. Manpower Requirements 13. Phase II Considerations 14. Quality Assurance 15. Utility Liaison TOTALS Percent Task Percent s Is Of Task Project ATTACHMENT C LUBBOCK TRAFFIC SIGNAL SYSTEM DESIGN PROGRESS STATEMENT AND INVOICE TO: Traffic Engineering Department KHC JOB NO. City of Lubbock, Texas FROM: KHC Systems, Incorporated INVOICE NO. 5110 Harvest Hill Road, Suite 120 - Box 116 DATE Dallas, Texas 75230 RE: Progress During the Month of • PHASE I CONTRACT AMOUNT: $4639980.00 Task 1. Project Administration 2. Project Schedule 3. System Plans 4. System Specifications 5. Interconnect Cable Test 6. Building Design 7. Quantities 8. Cost Estimates 9. Software Design 10. Documentation 11. Meetings 12. Manpower Requirements 13. Phase II Considerations 14. Quality Assurance 15. Utility Liaison TOTALS Percent Task Percent Percent Is Of Task Project Project Complete Complete 8 Month Month 2 18 18 6 4 3 2 21 2 8 1 2 4 1 100 --- Sheet 1 of 1 Percent Project Percent Complete Project Through Completed Last This Month Month OUTSTANDING BALANCE $ PAYMENT DUE FOR THIS MONTH'S WORK ($463,980.00 x %)_ TOTAL NOW DUE FOR PHASE I (PLEASE PAY THIS AMOUNT) $