Loading...
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-