Loading...
R7D-Execute Amendment 1 Turnkey Trolley Operations And Maintenance ServicesCOMMISSION ITEM SUMMARY Gondensed Title: A Resolution Of The MayorAnd City Commission Of The City Of Miami Beach, Florida, Authorizing The MayorAnd City Clerk To Execute Amendment No. 1 (Amendment) To The Contract Between The City And Limousines Of South Florida, lnc., Executed As Of May 8,2014, For Turnkey Trolley Operations And Maintenance Services; Said Amendment Approving An lncrease ln The Contract Price, ln An Amount Not To Exceed $150,000, ln Connection With The Acquisition And Maintenance Of Optional Equipment, !ncluding Automatic Passenger Counters, Automated Voice lnformation Systems, Wl-Fl Services, GPS Tracking Services, And Additional Automatic Stop Announcement Equipment (With The Capabilitv Of Public Advertisements The lnitial Five (5)YearTerm Of The Contract. lntended Outcome Su Ensure Comprehensive Mobility Addressing All Modes Throughout The City. Supporting Data (Surveys, Environmental Scan, etc.): As recently indicated in the 2014 City of Miami Beach Community Satisfaction Final Report,54% o'f the City of Miami Beach residents would be willing to use local bus circulators. Item Summary/Recommendation : On April 30,2014, the City Commission approved the award of lnvitation to Bid (lTB) No. 2014-154-5R for North Beach Turnkey Trolley Operations and Maintenance Services to Limousines of South Florida lnc. (LSF). Following the approval of the lTB, an Agreement between the City and LSF was executed on May8,2014. The aforementioned Agreement provided an option to procure optional equipment including Global Positioning Systems (GPS) with capabilities to report, Automated Passenger Counters (APC), Wi-Fi services, and Automated Voice lnformation Systems (AVIS). The ITB required the contractor to not consider the optional equipment and related services in the Bid price and further denoted that the City, at its sole discretion may choose to exercise this option through the contractor (LSF), directly with a vendor or Miami-Dade Transit (MDT), in all of which cases the costs would be negotiated. As both negotiations and research of the options were needed, no cost information was included for optional equipment in the Agreement. After executing the Agreement, it was also noted that Automated Stop Announcers (not to be confused with AVIS equipment which provides information by telephone) would be advantageous to the City to improve the accuracy and reliability of stop announcement which provides guidance to the visually and/or hearing impaired (otherwise stop announcementwould have to be performed by drivers, in which case reliability is poor), furthermore, enhanced Automated Stop Announcement equipment with capabilities to provide advertisement can generate revenue to the City and is therefore recommended. THE ADMINISTRATION RECOMMENDS APPROVING THE RESOLUTION. Financial lnformation: FY 20131142 106-6260-000300 Transportation Quality of Life Fund Future annual costs subject to annual budget appropriations Financial Impact Summary: Future annual costs subject to annual budget appropriations Departmejrt Director Assistant Cifl4lanager citv;li.arftdg JRG )t(-(,KGB_ ZUU_JLtultlll,s_ 14\Julv\Julv 3O\Amendment No1 to Turnkev f rolWOoerailons and Malntenance Services Agreement.doc AGEI.IBT ITEifr N.7 D- vL|{e 1-y-lq201 g MtA& IsffiAch{ Clty of Mioml Beoch, l70O Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM DATE: July 30,2014 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND ctTY GLERK TO EXECUTE AMENDMENT NO. 1 (AMENDMENT) TO THE CONTRACT BETWEEN THE CITY AND LIMOUSINES OF SOUTH FLORIDA, INC., EXECUTED AS OF MAY 8, 2014, FOR TURNKEY TROLLEY OPERATIONS AND MAINTENANCE SERVICES; SAID AMENDMENT APPROVING AN INCREASE IN THE CONTRACT PRICE, IN AN AMOUNT NOT TO EXCEED $15O,OOO, IN CONNECTION WITH THE ACQUISITION AND MAINTENANCE OF OPTIONAL EQUIPMENT, INCLUDING AUTOMATIC PASSENGER COUNTERS, AUTOMATED VOICE INFORMATION SYSTEMS, WI.FI SERVICES, GPS TRACKING SERVICES, AND ADDTTIONAL AUTOMATED STOP ANNOUNCEMENT EQUTPMENT (WITH THE CAPABILITY OF DISPLAYING PUBLIC ADVERTISEMENTS) DURING THE INITIAL FIVE (5) YEAR TERM OF THE CONTRACT. FISCAL IMPACT Funding Source - Funding for optional and additional equipment will be provided from 106-6260- 000300 Transportation Quality of Life Fund. Gost -The cost to the City for the procurement of this optional and additional equipment and related services shall not exceed a cumulative total of $150,000 over the initial five (5) year term of the contract (including capital and operating/maintenance costs). LSF requires that the capital cost of the equipment (included in FY2014i 15 shown below) be paid up front; the cost of said equipment is approximately $40,000. Both, the one-time capital cost and recurrent monthly maintenance fees will be invoiced on a monthly basis separately from the turnkey service monthly fee. Below is a breakdown by Fiscal year of the cost impact on the aforementioned funding source: o FY2014115 .. .. . .. . .. . ..$91 ,000o FY2015116 . ...$15,000 o FY2016117.... .........$15,000 . FY2017118. ...$15,000 o FY2018119.... .........$14,000 Please note that the aforementioned cost includes $12,564.00 (9% increase) in addition to the overall cost quoted by the contractor in an effort to account for potential after the fact modification to vehicle structure (i.e. additional reinforcement to support equipment), which may not be determined until vehicles are delivered. 202 Commission Memorandum - Amendment No. 1 to Turnkey Trolley Operations and Maintenance Services Agreement July 3oth, 2014 Page 2 of 3 BACKGROUND On April 30,2014, the City Commission approved the award of lnvitation to Bid (lTB) No. 2014-154- SR for North Beach Turnkey Trolley Operations and Maintenance Services to Limousines of South Florida lnc (LSF). Following the approval of the lTB, an Agreement between the City and LSF was executed on May 8,2014. The aforementioned Agreement provided an option to procure optional equipment including Global Positioning Systems (GPS)with capabilities to report, Automated PassengerCounters (APC), Wi-Fi services, and Automated Voice lnformation Systems (AVIS). The ITB required the contractorto not consider the optional equipment and related services in the Bid price and further denoted that the City, at its sole discretion may choose to exercise this option through the contractor (LSF), directly with a vendor or Miami-Dade Transit (MDT), in all of which cases the costs would be negotiated. As both negotiations and research of the options were needed, no cost information was included for optional equipment in the Agreement. After executing the Agreement, it was also noted that Automated Stop Announcers (not to be confused with AVIS equipment which provides information by telephone) would be advantageous to the City to improve the accuracy and reliability of stop announcement which provides guidance to the visually an/or hearing impaired (otherwise stop announcement would have to be performed by drivers, in which case reliability is poor), furthermore, enhanced Automated Stop Announcement equipment with capabilities to provide advertisement can generate revenue to the City and is therefore recom mended. ANALYSIS Three options to procure the aforementioned equipment and services were provided in the Agreement and evaluated in the following order of priority: 1. Through Miami-Dade Gounty During and upon completion of the execution of the Agreement, the Administration held discussions with MDT in an effort to accomplish what the Administration believed was the best option in regards to trolley tracking services, the inclusion of the North Beach Trolley in MDT's existing tracking service and platform as this option would ensure all available transit information was accessible to the end user under one platform. Upon meeting and discussing with MDT aboutthis possibility, MDT highlighted the potential challenges and liabilities related to performing maintenance by MDT on equipment stored at LSF's facility or bringing privately owned vehicles (trolleys) into MDT's facility. 2. Through the current contractor (LSF) This option ensures the efficient operation and maintenance of the equipment, while maintaining the City's right to impose performance penalties included in the contract for malfunction of equipment or omissions to report them. 3. Directly with the vendor This option, while resulting in the lowest cost to the City, does not hold the contractor responsible for the efficient and proper coordination of the tracking services, and performance penalties related to tracking services provided in the Agreement with the contractor would not apply. The Administration pursued option 2 listed above and asked LSF to provide a quote for cost of optional equipment and related services. Since LSF is not a transportation electronics company, they have proposed to subcontract a company that has sufficient expertise in this area. LSF 203 Commission Memorandum - Amendment No. 1 to Turnkey Trolley Operations and Maintenance Services Agreement July 3oth, 2014 Page 3 of 3 provided quotes for two potential candidates to provide this service, TSO Mobile, which is the company currently providing tracking services for the Alton-West Trolley, and REl, the company currently providing similar services for City of Miami Trolleys. Each of the quotes includes a 1Oo/ofee for additional installation efforts, on-going training, contract administration and other miscellaneous items to be provided by LSF directly. Please note that the Administration separately requested quotes directly from each vendor prior to reviewing the quotes submitted by LSF in an effort to ensure the integrity of the quoted costs. The Administration reviewed both quotes and would like to highlight the following: . REI has capabilities to provide a great end product, including an aesthetically pleasing interface for mobile application, efficient algorithms fortracking purposes resulting in less lag of icon movement, good report format structure, innovative equipment, and 2417 technical support. Although this company is based out of state, it has a satellite support center in Boca Raton. The tracking interface developed by REI for the City of Miami can be seen at miami.etaspot.net. o TSO Mobile is a locally based companywith competitive solutions. Currently, this company provides tracking services for City of Doral and City of Hollywood directly and City of Miami Beach (through LSF). TSO Mobile's customer service for the Alton-West Trolley has been excellent, though limited to office hours (not necessarily matching the trolley's hours of operations, 16 hours, 7 days per week). This company does not currently support a module for integrated advertisemenVautomated announcement equipment, and its automated passenger counter service is outsourced. Please note that LSF's quote using RElequipmentwas $3,185.91 higherthan using TSO Mobile's equipment. Upon review, the Administration considered REI to be the most advantageous option for the North Beach Trolley service. ln addition to the optional equipment, the Administration is recommending the approval to acquire Automated Stop Announcers with Capabilities to display Public Advertisement. This equipment is intended to accommodate visually and hearing impaired passengers, in addition to provide an additional source of revenue to the City through its advertising capabilities. RECOMMENDATION Based on staff's analysis of the available options, the Administration recommends that the Mayor and City Commission authorize the Mayor and City Clerk to execute Amendment No. 1 to the Turnkey Trolley Operations and Maintenance Services Agreement, executed as of May 8,2014, between the City and Limousines of South Florida, lnc.; said amendment attached hereto and incorporated herein approving an increase in the contract price, in an amount not to exceed $150,000, in connection with the acquisition and maintenance of optional equipment, including automatic passenger counters, automated voice information systems, Wi-Fi services, realtime GPS tracking services, and additional automated stop announcement equipment with capabilities to display public advertisements (with the capability of displaying public advertisement) during the initial (5) year term of the contract. Attachment A: Amendment No. 1 Turnkey Trolley Operations and Maintenance Services Agreement Attachment B: Quote provided by LSF for total cost of optional and additional equipment and services fr vcN, JLM/KGB/JRGroFG T:\AGENDA\2014UulylJuly 30\Amendment No1 to Turnkey Trolley Operations and Maintenance Services Agreement MEMO.doc 204 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY GOMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AMENDMENT NO. 1 (AMENDMENT) TO THE CONTRACT BETWEEN THE CITY AND LIMOUSINES OF SOUTH FLORIDA, INC., EXECUTED AS OF MAY 8, 20'14, FOR TURNKEY TROLLEY OPERATIONS AND MAINTENANCE SERVICES; SAID AMENDMENT APPROVING AN INCREASE IN THE GONTRACT PRICE, IN AN AMOUNT NOT TO EXCEED $15O,OOO, IN CONNECTION WITH THE ACQUISITION AND MAINTENANCE OF OPTIONAL EQUIPMENT, INCLUDING AUTOMATIC PASSENGER COUNTERS, AUTOMATED VOICE INFORMATION SYSTEMS, WI-FI SERVICES, GPS TRACKING SERVICES, AND ADDITIONAL AUTOMATED STOP ANNOUNCEMENT EQUTPMENT (W|TH THE CAPABILTTY OF DTSPLAYING puBLrc ADVERTTSEMENTS) DURTNG THE rNrflAL FIVE (5) YEAR TERM OF THE CONTRACT. WHEREAS, on April 30,2014, the City Commission approved the award of lnvitation to Bid (lTB) No. 2014-154-SR for North Beach Turnkey Trolley Operations and Maintenance Services to Limousines of South Florida lnc. (LSF); and WHEREAS, following the approval of the lTB, the City and LSF executed a contract, dated as of May 8,2014 (Contract); and WHEREAS, the aforementioned Agreement provided an option to procure optional equipment including without limitations, Global Positioning Systems (GPS) with capabilities to report, Automated Passenger Counters (APC), Wi-Fi services, and Automated Voice lnformation Systems (AVIS); and WHEREAS, the Administration recommended the addition of Automated Stop Announcers which would improve the accuracy and reliability of stop announcement, provide guidance to the visually and/or hearing impaired, and further provide advertisement which would generate revenue to the City; and WHEREAS, pursuant to the Contract, the Clty, at its sole discretion, may choose to purchase optional equipment and related services through the contractor (LSF), directly with a vendor, or through Miami-Dade County, in all of which cases the costs would be negotiated; and WHEREAS, pursuant to Article 3, Section 1 of the Contract, the City Manager has the authority to approve subcontracts through our Contractor, LSF, and based upon the proposals submitted from LSF, the Administration is recommending that the City secure the optional equipment through LSF, for a sum not to exceed $150,000, during the initial five (5) year term of the Contract. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute Amendment No. 1 to the Turnkey Trolley Operations and Maintenance Services Agreement, executed as of May 8, 2014, between the City and Limousines of South Florida, lnc.; said Amendment approving an increase in the contract price, in an amount not to exceed $150,000, in connection with 205 the acquisition and maintenance of optional equipment, including automatic passenger counters, automated voice information systems, Wi-Fi services, real time GPS tracking services, and additional automated stop announcement equipment (with the capability of displaying public advertisement) during the initial (5) year term of the contract. PASSED AND ADOPTED this day of 2014. ATTEST: Rafael E. Granado, City Clerk Philip Levine, Mayor T:\AGENDA\2014\July30\ Amendment Nol to Turnkey Trolley Operations and Maintenance Seruies Agreement RESO.doc ,8E"i8YiRSlB, & FOR EXECUTION 7/15/// -l Dote 206 Attachment A AMENDMENT NO, 1 TO THE CONTRACT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND LIMOUSINES OF SOUTH FLORIDA, INC CONTRACT NO. ITB 2014.154.SR, DATED MAY 8,2014 FOR THE TURNKEY TROLLEY OPERATIONS AND MAINTENANCE SERVICES ("coNTRACT") This Amendment No. 1 (Amendment) to the Contract is made and entered into this dayof-,2014,byandbetweentheCityofMiamiBeach,Florida (City), and Limousines of South Florida, lnc. (Contractor), and hereby amends the Contract as follows: WHEREAS, at the April 30, 2014 City Commission meeting, pursuant to Resolution Number the Commission approved the award of lnvitation to Bid (lTB) No. 2014-154-SR for North Beach Turnkey Trolley Operations and Maintenance Services to Limousines of South Florida, lnc. (LSF); and WHEREAS, on or about May 8, 2014, the City and Contractor executed the Contract with respect to the North Beach Trolley Operations and Maintenance Services, which services include all inclusive transportation services, meaning that the selected contractor will provide all necessary vehicles, equipment, personnel, fuel, licenses and insurances necessary to operate and maintain the service, as set forth in Exhibits A through C of the Contract; and WHEREAS, Section 4 of Exhibit "A" of the agreement reads as follows: "OPTIONAL EQUIPMENT. lt is the CITY's intent to have all vehicles used for this trolley system to be equipped at some point in the future with the following equipment, including but not limited to: Automatic Passenger Counters (APC), Automated Voice lnformation Systems (AVIS ), Wi-Fi services, real time GPS tracking services (with capabilities to provide mileage, service hours and ridership reports, and capabilities to provide data in a format that is compatible with Miami-Dade County's mobile application "Miami Dade Bus Tracked'). The CITY at its sole discretion may have this option provided separately by the CONTRACTOR, Miami Dade County, or may directly supply this equipment for installation to the CONTRACTOR and the CITY will negotiate any cost impacts with the CONTRACTOR. The CONTRACTOR shall not include the cost of the above equipment and related maintenance fees in the hourly rate for this Agreement."; and WHEREAS, on July 30,2014, the Mayor and City Commission passed Resolution No.authorizing the City to secure Optional Equipment for a price not to exceed $150,000: Automatic Passenger Counters (APC), Automated Voice lnformation Systems (AVIS ), Wi-Fi services, realtime GPS tracking services (with capabilities to provide mileage, service hours and ridership reports, and capabilities to provide data in a format that is compatible with Miami-Dade County's mobile application "Miami Dade Bus Tracked'), and additional automated stop announcement equipment, with the capability of displaying public advertisements; and WHEREAS, pursuant to Article 3, Section 1 of the Contract, the City Manager has the authority to approve subcontractors under the Contract. 207 NOW THEREFORE, in consideration of the mutual promises and conditions contained herein, and other good and valuable consideration, the sufficiency of which is hereby acknowledged, the City and Contractor hereby agree as follows: 1. The above recitals are true and correct and are incorporated as part of this Amendment No. 1. 2. Section 4 of Exhibit "A" of the Contract is amended to add the following paragraph: Pursuant to this Section 4, the City has opted to initially equip its trolley system with the following optional equipment: Automatic Passenger Counters (APC), Automated Voice lnformation Systems (AVIS), Wi-Fi services, real time GPS tracking services (with capabilities to provide mileage, service hours and ridership reports, and capabilities to provide data in a format that is compatible with Miami-Dade County's mobile application "Miami Dade Bus Trackei') and additional automated stop announcement equipment, with the capability of displaying public advertisements through the CONTRACTOR'S subcontractor, REl, pursuant to the attached contract, in the amount of $ 3. Except as amended herein, all other terms and conditions of the Contract shall remain unchanged and in fullforce and effect. lN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first entered above. FOR CITY: ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Gity Glerk Rafael Granado Mayor Philip Levine Date FOR CONTRACTOR: ATTEST: Date LIMOUSINES OF SOUTH FLOR!DA, INC By: Secretary President Print Name Print Name Date Date FITRAN\$ALL\Transportation\Trolley Related\Admin\Tracking Devices.doc 208 Attachment B July 24,2014 Julian Guevara City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 RE: AVL/GPSM|Fi Systems euote Dear Mr. Guevara, Pursuant to the conversations regarding the AVL/GPSA//iF|, etc. for the New North Beach Trolley System, I have received the attached quotes from TSO Mobile and REl. REI -$137,436.16 lf you have any questions, please feetfree to contact me at anytime, 3300 S.W. 11 Avenue Fort Lauderdale, Florida 33315 Phone: (954) 463-0845 TSO Mobile - $134,250.25 Please note that the quotes are for the costs for a five year term and are for thehardware, software and installation for all five trolleys. Additionally, we were abte tonegotiate with both vendors to provide us with lower prices than wfrat tt"re City of MiamiBeach has been able to negotiate through our working relationships with both vendors. Additionally, we were able to negotiate with the vendors to allow us to have additionalhardware inventoried by us and we only have to pay for these parts if they are used.This will cut downtime in waiting for parts, in the event of failures. Please be advised that Limousines of South Florida, lnc. has had both quotes markedup by 10% to cover Limousines of South Florida's costs in assisting in the installation, training, supervision, administration and overseeing of the systems and tneir operations. Vice President 209 RGI 6534 LStreet Omaha, NE tr117 402-339-22N Qude Good For S D.F P:tncnt Tcft: BD tqic Unit Computerwith Navitation, GPS, and Cellular CellularComms, Se.ial, CAN (1939, 1708), andVGA odDut tCD Monitorwfth ables and brackeB A.R.M.O.R. AVL'sotuar€ as a *toac€ MappinS with 10 second vehicle upd.tes at<:50Glls perday Slate Cen;fiad Tay Erempiion C€(ific{o Reqlired fo. r{les tnx to be w.iyed 74,299-50 5,512.46 750.m |Yrs,ifu , l%rtlotkup(sF) S SYwlfiolwkhwup S l2t9{t96 12,4%.20 ,37,ffi.15 210 1 T$S"l$pHle'. Compar:y Address Phone Fax Account Name Bill To Name 779'1 I'll'V .lEth Street Miami, FL 33165 US (877) 477-2922 t305) 500-91 32 LOSF LOSF Suite 3C6 Quote Nuntber Expiration Date Prepared By E-nrail Email Ship To Name LOSI: 00(jc2:1!l 7,':r 11201 4 Die3,l CaPe*lutti ilc,il)ellL, loililsnirabiie, ooni r r:l r::vi lt&i) : t:sl. us APC (0ne Door) APC lnslallation APC Service AVAS AVAS lnstallation Avas Service AVAS Set Up AVIS Service AVIS Set Up Fee AVL Units lnstallation GPS Service-Public Transportati 5 years Service Fee Led Display Led Display LED Display lnstallation Mobile App Android & Apple Sim Card Activation TSO 10200 TSO WiFi TSO WiFi TSO WiFi lnsla!lation 5 years Service Fee Automated Voice Anouncer System (LED Board +2 Speakers) 5 yaars Service Fee AVI$,S Ysars Servrcs fr* 22' Display for Advertisement 5 years service fee LED Display Service 5 years service fee AVUGPS Unit 5 years Wifi Service No data included, requires data plan $3,850.00 $605.00 $21-99 $2,'145.00 $385,00 $32.9S $880"00 $21.9S $1,760.00 s'143,00 $76.99 $2,475.00 $32.99 $200,00 $32.99 $35.00 $522i50 $660.00 $21,99 $110.00 5.00 $19,250.00 5.00: $3,025.00 300.00 $6,597,00 5.00 $10,725.00 5.00 $1,92s.00 300.00 j $s.897.00 1.00 $880.00 300.00 i $6,5s7.00 1.00 $1,760,00 5.oo i $715.00 300.00 $23,097.00 s.oo; $12,s7s.00 I 300.00 $9,897.00 5.00 I $1,000.00 300.00 $9,897,00 5.00 I 9175.00 5.00 $2,612.50 :5.00: $3,300.00 300.00 $6,597,00 5.00, $550.00 Description AVIS service requires a separate Minutes ;:lan, and it is not included irr this proposal, WiFl sohdion requires a separate Dala plan, and il is nol included in this proposal. Tax based on 7% over Hardware. Sutrtotal Total Price Tax Grand Total S r 3o.ti7] so s 1:i0.8i 1 .5C $3,378 75 $1.14.25C :15 211 THIS PAGE INTENTIONALLY LEFT BLANK 212