HomeMy WebLinkAboutResolution - 2013-R0256 - PO - Urban Transportation Associates - Automatic Passenger Counter System - 08/08/2013Resolution No. 2013-RO256
August 8, 2013
Item No. 5.19
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Purchase Order No. 27106962 for the
purchase of an automatic passenger counter system as per RFP 13 -11363 -DG, by and
between the City of Lubbock and Urban Transportation Associates of Cincinnati, Ohio,
and related documents. Said Purchase Order is attached hereto and incorporated in this
resolution as if fully set forth herein and shall be included in the minutes of the City
Council.
Passed by the City Council on August 8, 2013 _
GLOeRZOBIEERTSON, MAYOR
ATTEST:
p—A� _
Rebe ca Garza, City Secret
APPROVED AS TO CONTENT:
Quincy White, Wstant City Manager
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vwxcdocs. RES.t rban Transportation-PurchaseOrd
July 24, 2013
Page - I
Date - 07/24/2013
Order Number 27106962 000 OP
Branch/Plant 271
TO: URBAN TRANSPORTATION ASSOCIATES IN SHIP TO: CITIBUS
4240 AIRPORT RD SUITE 212 PO BOX 2000
CINCINNATI Ohio 45212 LUBBOCK Texas 79457
INVOICE TO: CITY OF LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 Y.Wl"Q
Mana.Alyarez,_Direcrncnf asing.and-Contrast-Management
Ordered 08/08/2013 Freight
Requested 09/09/2013 Taken By D GAMBOA
Delivery PER KENNEDY_P REQ 41829 RFP 13 -11363 -DG
Description 'Supplier Item Ordered Unit Cost UM Extension Request Date
Automatic Passenger Counter System 1.000 90,248.0000 LS 90,248.00 09/09/2013
Installation Training Total Order
I erms NET DUE ON RECEIPT 90,248.00
INRT TR ANC`R rP..RTTFTC'ATF. RRCIT TTRFI) PRInR Tn INRTAT.T.ATTON-
Commercial General Liability, per occurrence- $1,000,000
Worker's Compensation — Statutory Amounts or Employer's
General Aggregate.
Liability and/or Occupational Medical and Disabilities. Copies of
Automotive Liability- Combined Single limit for Any Auto -
endorsements are required.
$1,000,000
City of Lubbock is named as an additional insured on a primary and non contributory basis with a Waiver of subrogation in favor of the
City of Lubbock on all coverages. To include products of completed operations endorsements.
This purchase order encumbers funds in the amount of $90,248 and is awarded to Urban Transportation Associates, Inc. of Cincinnati,
Ohio on August 8, 2013.. The following is incorporated into and made part of this purchase order by reference: RFP 13 -11363 -DG.
Price quotation dated July 11, 2013 from Urban Transportation Associates Inc., from Cincinnati, Ohio. Resolution# 201 9-80256
CITY OF LUBBOCK:
Glen C. Ro ertson, Mayor
ATTEST:
R�Gar�a,ecretary
J
Proposer's Name:
City of Lubbock, TX
Purchasing & Contract Management
RFP 13 -11363 -DG
Automatic Passenger Counter System ( APC )
PROPOSAL PRICE SHEET
1. Model of APC System VrA �
2. Cost of Base Unit Complete Installation
3. Wire Eight Buses for APC Installation
4. Install four APC Units, wiring/monitoring
on four buses.
5. List any additional costs:
$ 4-
OVERALL TOTAL $ Qd/ 4: ra
Prepared by: vu,zV"AS `-mw+��-S�t
Title:
Date: 716
C�" Yi.,�r�.y�o C "4--)
06/17/2013NQ PURCHASEWD DOCS\BUYER-DAVMM3-11767-DG AUTOMATIC PASSENGER COUAfi SYSTEM (APC)
1.
2.
3.
4.
S.
6.
7.
B
J
lubbock_apc_software_costs_070813
To the An equipment costs, the following APC Software costs would be applicable for Lubbock, Tx:
Item
APC Reporting Software
Data Transfer Module
Diagnostic Module
Automated Assi nment Module
File Creation ?Matchin /Correlation)
Report Generation (60+�
IBM/SPSS (1/Site)
NTD Statistical/Reporting Module
Training/Documentation
Total APC Software Cost
Total Cost
$ 45,850
1,900
4,500
4,500
11,500
10,750
6,200
6,500
$ 4,500
$ 50,350
IN
d'
N
Ln
a�
L
L
m
u
CL
a
1
N
O
u
N
3
m
L
a
m
O
F-
Ln
qt
Ln
Ln
Ln
Ln
Ln
Ln
Ln
Ln
Ln
O
Ln
Ln
Ln
Ln
1-
V)-
r -I
q:ll
Q1
O
Ol
01
1-
I-
00
r -I
Ct
V)-
N
r -
Lo
00
N
ih
r -I
i/}
V).
Rt
Ct
r -I
i/?
V).
r -I
V).
O
u
N
m
L
a
N
X
D
Q
X
O
X
4-0
N
`~
Y
D
N
E
L
0
CL
m0
�..�
�
of
tip
+,
M
N
_
-a
N
m
O
Ln
3
Ln
w
0
_
N
—
0
4J
m
+-
M
+J
4
VI
N
M
bA
cC
L
cu
O
LA
=O
Z
N
N
O
N
N
°-
C
2
LL.
�
U
a
x
D
+r
N
�_
c0
LLI
V
fD
�
rn
c
Q
u
0
D
d
L
.�
L
V
E
E
m
°
iC
L
0=
L
z
Q
E
°
s
0
L
c
0
g
N""
°
E
o
a
v
�0
v
�
�
�
�
0°
m
EL
4-0
n
vii
cn
C�7
Q
Q
V°
•�
O
L
L
cu
Q�
0
0
Q�cu
U
CU
"
c
H
C
L
m
Z
Z
C
C
42
E
M
c
*=
-0
G
V
am
N
2
Li
w
U
U
Ln
Ln
Q
u
U
Ln
V
Ct
m
lD
1-
r -I
N
w
Ln
1-
00
m
t-
00
I�
m
Ct
Ln
Ln
m
Ln
Ct
Ct
Ln
Ln
O
O
m
m
Ln
N
N
Ct
OO
O
O
O
O
O
O
O
O
O
O
O
O
O
O
i
1
1
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
z
lD
W
W
LO
w
LO
LO
LD
LO
w
W
to
lD
to
lD
lD
n.
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
lD
lD
w
lD
to
lD
lD
to
lD
lD
lD
w
to
lD
lD
W
It
%*
C7
a-1
ri
r -I
ri
ri
a-♦
r -I
r -I
a-1
r-1
r -I
r -I
r -I
r -I
r -I
r -I
m
Ln00
U
X
C)
1
d
N�
X
X
Z
LUn
m
WWg�'mmLL
a�YN
�-
a
m
VV
1
�
m
w
lD
0
0
m
U-
Q
m
m
C7
rm-1
N
m
c -I
ri
ri
r -I
r -I
r -I
r -I
r -I
r -I
ri
r -I
r -I
ri
'a'
r -I
r -I
�+ L
Cl a
d'
N
Ln
a�
L
L
m
u
CL
a
1
N
O
u
N
3
m
L
a
m
O
F-