Loading...
HomeMy WebLinkAbout01-08-2019 Item 07 - Contract Amendment w First Transit for AVL System purchase Department Name: Public Works Cost Center: 621 (Transit) For Agenda of: January 8, 2018 Placement: Consent Estimated Time: N/A FROM: Daryl Grigsby, Director of Public Works Prepared By: Gamaliel Anguiano, Transit Manager SUBJECT: CONTRACT AMENDMENT – FIRST TRANSIT – AUTOMATIC VEHICLE LOCATION SYSTEM PURCHASE RECOMMENDATION 1. Amend the Transit Automatic Vehicle Locator (AVL) Replacement CIP Budget (2017-19 Financial Plan) by: a. Appropriating $11,492 in additional Proposition 1B for the project ; and b. Programming $45,000 in unappropriated Transit Fund working capital for the local match on the project. 2. Authorize the City Manager to execute a contract amendment with First Transit Inc., not to exceed $373,000 for the purchase of an AVL System as proposed (Attachment A – Contract Amendment and Attachment B – Exhibit to Contract Agreement ) DISCUSSION Background AVL System In 2009, the City of San Luis Obispo sole-source purchased an Automatic Vehicle Location (AVL) System from a company known as Digital Record ers using, then available, Federal American Recovery and Reinvestment Act of 2009 (ARRA) funds. The Digital Recorders (DR) company has since been bought out by another company called Clever Devices that has notified all DR clients that they will no longer support DR technology and will soon discontinue support. This will affect SLO Transit’s AVL system and potentially cause a significant disruption to operations and passengers. As of now, SLO Transit signed a sole-source year-to-year agreement with Clever Devices to keep the system activated until a long-term solution can be found. Operations & Maintenance Contract On June 16, 2016, the City of San Luis Obispo entered into an agreement with First Transit Inc. for the operations and maintenance of the City’s public transit system (SLO Transit). The contract is for four base years with three possible one-year extensions. The original contract has been amended once in April 2018 to reflect the increased service changes brought about by the recommended service c hanges of the City’s adopted Short-Range Transit Plan. Packet Pg. 89 Item 7 Automatic Vehicle Locations System First Transit and the City rely on an AVL system to safely and successfully deliver public transit services. This contract amendment would be for a one-time purchase of an AVL system via First Transit, to be used for the safety and operational management of SLO Transit (see Attachment A – First Transit AVL Proposal). An automatic vehicle location system provides real-time information on the location and performance of each transit vehicle in service and informs the public and operator of routing and status of vehicles. Having a live feed and data on the whereabouts of each in service vehicle is crucial as “events” can be monitored and responded to quickly based on the location and nature of the incident. Further, an AVL system also plays an essential function in managing the operations of the public transit system. The AVL system becomes the basis by which vehicles log-on to specific route patterns, program public destination sign information, make ADA required audible “next stop” announcements, populate public smart phone applications, track individual drivers and vehicles, measure their on-time performance and passenger loads, amongst other things (see Attachment A – First Transit AVL Proposal). Contract Amendment AVL Systems have become an almost indispensible tool for transit agencies and their contractors. Primarly, these systems provide Operations Contractors, such as First Transit, the ability to effectively c arry out their contractural obligations and gives the City the ability to monitor and address performance issues. Therefore it is essential that the aged DR AVL system be replaced in the near future. One option excercised by some Transit Agencies is to have the Operations Contractors include such technology in their Operations & Maintenance contract bids, as they are primary users. The City did not pursue this during its 2015 Request for Proposals for an Operations & Maintenance Contractor as it wanted to acount for these costs seperately. However, there is benefit for the contractor to have some ownership in which AVL system is used, so that there is little dispute or disruption in the transit system they have idenditified. First Transit Inc. uses Bishop Peak Technology - a San Luis Obispo based transit software company - as a “preffered vendor” for current and potential clients around the country. Incidently, Bishop Peak technology already has a service agreement with SLO Transit to provide the smart phone bus tracking applications. Some of the software that provides the public smart phone application also doubles as the dispatching software of the proposed AVL system, making the transition almost turn-key and much easier to adapt to because of the familiarity. First Transit’s attach proposal provides for a complete and yet scalable replacement of the current AVL system using Bishop Peak Technology as the provider. Bishop Peak uses open source and “best in breed” agnostic hardware that is scalable to addre ss current and future SLO Transit technological needs. At the end of the contract with First Transit, the City of San Luis Obispo will retain ownership of the AVL hardware and service agreement with Bishop Peak Technology. Packet Pg. 90 Item 7 Public Engagement No public engagement was done as this is an administrative item. CONCURRENCE This proposed project has been reviewed by the Finance, Legal and City Administration before submission to City Council. ENVIRONMENTAL REVIEW The California Environmental Quality Act does no t apply to the recommended action in this report, because the action does not constitute a “Project” under CEQA Guidelines Sec. 15278. FISCAL IMPACT Budgeted: Yes Budget Year: 2017-19 Funding Identified: Yes Fiscal Analysis: Funding Sources Current FY Cost Annualized On-going Cost Total Project Cost Transit Fund $45,000 $35,000 Per Year* State Prop 1B 15-16 $147,492 State Prop 1B 16-17 $173,802 State SGR 18-19 $7,064 Federal N/A Fees N/A Other: N/A Total $373,058 $35,000* *To be accounted for in annual operating budget There is no impact to the General Fund regarding this item. The City has received substantial state funding to assist with the purchase of the system but must contribute a local match for those funds. California Proposition 1B is also known as the Highway Safety, Traffic Reduction, Air Quality, and Port Security Bond Act of 2006. Proposition 1B authorized the State of California to sell $19.925 billion of general obligation bonds to fund transportation projects "to relieve congestion, improve the movement of goods, improve air quality, and enhance the safety and security of the transportation system." Packet Pg. 91 Item 7 The City has been awarded two years’ worth of Prop 1B funds. In FY 15-16, the City was awarded $173,802 and in FY 16/17 SLO was awarded $147,492, totaling $321,492, along with $45,000 in local match, to be used toward a replacement of the City’s AVL System as a qualifying safety and security project. Additionally, in FY 18-19, the Road Repair and Accountability Act (SB 1) included a program called the State of Good Repair, which allocated $7,064 to the City’s Transit Program for this project. The replacement of the current AVL system is also an approved CIP in the City’s 2017-19 Financial Plan originally budgeted for $310,000 (pages E-85,86). Staff is recommending that Council appropriate the additional $11,492 in Proposition 1B for the project as well as approve $45,000 in unappropriated Transit Fund working capital (approximately $1.5 million is available) to the project to serve as a local match and contingency for the project. The City has three years, from the award of these grants, to expend the funds. ALTERNATIVES • Deny the request and direct staff to proceed with a Request for Proposals. This is not recommended because the primary user of this system is the contractor, First Transit. A product uncertainty is likely in an RFP process for this type of purchase . • Deny the request . This is not recommended as this will leave the transit program without an operable AVL and will have to revert to cumbersome manual operational oversight and management. Attachments: a – Amendment No. 2 (2019) First Transit AVL Proposal b - Exhibit A - AVL ITS Hardware Proposal From First Transit - 10.03.2018 Packet Pg. 92 Item 7 AMENDMENT TO AGREEMENT NO. 2 THIS AMENDMENT TO AGREEMENT No. 2 is made and entered in on January 8, 2019, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred to as City, and FIRST TRANSIT INC., a Delaware corporation , hereinafter referred to as Con tractor. WITNESSETH: WHEREAS, on June 16, 2015, the City entered into an Agreement with Contractor for Transit Operations & Maintenance services; and WHEREAS, on April 5, 2018, the parties made and entered into Amendment to Agreement No.1; and WHEREAS, the City desires to amend the scope of services to reflect the pass-thru purchase of an Automatic Vehicle Location System; and WHEREAS, the Contractor has submitted a proposal for this purpose that is acceptable to the City. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. Contractor shall be responsible for providing an Automatic Vehicle Locator System (“AVL System”). TheContractor’s scope of services and related compensation is hereby amended to include the equipment, software and services as set forth in Exhibit A attached hereto. Contractor agrees to maintain the AVL System in good working order at all times. Upon termination of the 2015 Agreement for Transit Operations and Maintenance services, the AVL System, and any service agreements or licenses or software, shall automatically become the sole property of the City. Contractor shall execute and agreements and oth erwise cooperate to transfer title to the AVLS System and any supporting software, service agreement or licenses to City. 2. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the par ties hereto have caused this instrument to be executed the day and year first written above. CITY OF SAN LUIS OBISPO: CONTRACTOR: By: __________________________________ By: ____________________________________ Packet Pg. 93 Item 7 City Manager, Derek Johnson Senior Vice President, Fadi Chakbazof City of San Luis Obispo First Transit Inc. APPROVED AS TO FORM: By: _____________________________________ City Attorney, Chr istine Dietrick City of San Luis Obispo Packet Pg. 94 Item 7 PROPOSAL SAN LUIS OBISPO | ITS UPGRADE 31 October 2018 1 10/03/2018 FirstTransit ITS Upgrade Proposal for San Luis Obispo EXHIBIT A Packet Pg. 95 Item 7 PROPOSAL SAN LUIS OBISPO | ITS UPGRADE 31 October 2018 2 Date: October 3, 2018 FirstTransit Inc. Created By: Christina Bock 600 Vine St Director Ops Support/Tech Services Suite 1400 Cincinnati, OH 45202 To: Gamaliel Anguiano Transit Manager, SLO Location : 55575 San Luis Obispo Quotation RE: ITS Upgrade Hardware and Software Item Qty Hardware/ Install (on-time) Subscription/ Lease (monthly) Data (monthly) Total Monthly Cost Total Annual Cost GTFS Real-Time Data Feed 1 $0 $500 $0 $500 $6,000 Mobile Data Terminals - Tablets (24 mo lease) - Mounts/wiring - Installation 17 16 16 $0 $600 $141 $59 $0 $0 Incl $0 $0 $1,003 $0 $0 $12,036 $9,600 $2,256 Automatic Voice Annunciation System - Waysine Software - Waysine Hardware - Installation 17 19 18 $0 $3,000 $473 $10 $0 $0 $0 $0 $0 $170 $0 $0 $2,040 $57,000 $8,514 Cellular Router & Infotainment - LILEE T-Cloud Software - Unlimited LTE Cellular Data - STS-1020 Router - Passenger Display - Installation 17 17 20 20 18 $0 $0 $3,500 $1,600 $756 $20 $35 $0 $0 $0 $0 $0 $0 $0 $0 $340 $595 $0 $0 $0 $4,080 $7,140 $70,000 $32,000 $13,608 Digital Passenger Information Signage - Software & Data Plan - WaySine 2-line LED, solar powered, pole mounted - Installation 5 5 5 $0 $5,900 $800 $15 $0 $0 $0 $0 $0 $75 $0 $0 $900 $29,500 $4,000 Automatic Passenger Counting (APC) - Iris IRMA MATRIX - Installation 1 1 $3,000 $600 $0 $0 $0 $0 $0 $0 $3,000 $600 Single Sign-On - TwinVision J1708 & Hanover RS232 Interface Modules - GFI Odyssey Farebox J1708 Interface - Installation 18 18 18 $700 $700 $280 $0 $0 $0 $0 $0 $0 $0 $0 $0 $12,600 $12,600 $5,040 Safety Enhancements - Reactive Interior LED Floor Lighting - Installation 18 18 $750 $200 $0 $0 $0 $0 $0 $0 $13,500 $3,600 Onsite Proof of Concept 1 $2,800 $0 $0 $0 $2,800 Year 1 Total Price $312,414 Recurring Annual Costs $32,196 Packet Pg. 96 Item 7 PROPOSAL SAN LUIS OBISPO | ITS UPGRADE 31 October 2018 3 Notes: - Recurring annual costs are billed monthly - Onsite visit for SLO Transit to verify proof of concept to be provided by Bishop Peak - Hardware installation, training and configuration to be provided by Bishop Peak Additional Notes Regarding Hardware and Associated Features: - MDTs o 24-month lease with extended warranty, new iPads upon lease renewal every 24 months and accidental damage protection with $50 copay/incident (up to 2 incidents) o Backup LTE cellular data plan included - AVAS o WaySine AVAS - Cellular Routers o High-accuracy Telematics (GPS tracking), APC / AVAS Data Communications, Passenger Wi-Fi, Infotainment o LILEE STS-1020 routers with T-Cloud Management Software o Unlimited LTE cellular data plan o Includes antennas, wiring, mounting hardware and 2 spare units o Display either 22” or 24” and vandal resistant and includes hardware and cables - Digital Passenger Information Signs o WaySine 2-line, 24 characters, LED, ADA annunciator, Solar Power o 5 pole mounted units - Automatic Passenger Counting (APC) o Iris IRMA MATRIX sensor system (2 sensors) for Alexander Dennis ENVIRO 500 Double Deck Bus - Single Sign-On (SSO) o Proposed GFI Odyssey interface assumes farebox is already licensed to use J1708 interface - Safety Enhancements o Integrated with AVAS Stop Request Trigger & Door Contacts Nothing in this quotation obligates FirstTransit to provide the detailed products or services without a dully executed Purchase Order. This quotation is valid for 60 days from the date of issuance. Packet Pg. 97 Item 7