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) $