Board of Directors Meeting - August 25, 2022 - Buhl Building 535 Griswold Street, Suite 600 Detroit, MI 48226 - SMART Bus

Page created by Elaine Hunter
 
CONTINUE READING
Board of Directors Meeting - August 25, 2022 - Buhl Building 535 Griswold Street, Suite 600 Detroit, MI 48226 - SMART Bus
Buhl Building ▪ 535 Griswold Street, Suite 600 ▪ Detroit, MI 48226

            Board of
            Directors
            Meeting

                    August 25, 2022
Board of Directors Meeting - August 25, 2022 - Buhl Building 535 Griswold Street, Suite 600 Detroit, MI 48226 - SMART Bus
ROLL CALL

Board of Directors Meeting

Date: August 25, 2022

CHAIRPERSON, MS. VICKI WOLBER

VICE-CHAIRPERSON, MS. HILARIE CHAMBERS

MR. ABDUL HAIDOUS

MR. ROYCE MANIKO

MR. KHALIL RAHAL

MR. BRET RASEGAN

MR. JOHN PAUL REA

Tiffany Martin-Patterson, SMART Board Secretary
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION
                       BOARD OF DIRECTORS MEETING
                         THURSDAY, AUGUST 25, 2022
                                  2:00 PM

                                                                       AGENDA

ITEM:                                                                      ACTION:            PRESENTED BY:

   1. Call to Order                                                                                Vicki Wolber

        A) Pledge of Allegiance

   2. Roll Call                                                                                    Tiffany Martin

   3. Adoption of Agenda                                                        Approval           Vicki Wolber

   4. Certification of Public Notice                                            Information        Tiffany Martin

   5. Minutes
      A) Board Meeting Minutes                                                  Approval           Vicki Wolber
         for June 23, 2022

   6. Public Participation                                                      Discussion         Vicki Wolber

   7. Chairperson’s Report                                                      Information        Vicki Wolber

   8. General Manager’s Report                                                  Information        Dwight Ferrell

   9. Unfinished Business

        A. Resolution: Authorization to Award a Contract for                    Approval           Beth Gibbons
           Schedule Printing Services                                                               Chief of Staff

   10. New Business

        A. Resolution: OCPTA Extension through June 30, 2023                    Approval           Tiffany Gunter
           (This information will be provided under separate cover.)                               Deputy GM

        B. Resolution: DBE Manual                                               Approval           Tiffany Gunter
                                                                                                   Deputy GM

        C. Resolution: SMART Marketing Logo Change                              Approval           Brandon Adolph
                                                                                                  Acting AVP of Marketing

        D. Resolution: FY 2023 Unified Work Program                             Approval           Andy Thorner
                                                                                                   Manager of Planning

        E. Resolution: Authorization to Award a Contract for                    Approval           Mel Evans
           Clever Devices IVN 5 Upgrade & Celrado VOIP                                              AVP of IT
           and hardware and software maintenance

                                                                                                                         1
F. Resolution: Authorization to Award a one-time purchase   Approval      Mel Evans
         for Dell Laptop Computers                                              AVP of IT

      G. Resolution: Authorization to Award a Five-Month          Approval      Amie May
         Contract Extension for Bus Shelter Maintenance                         VP of Transportation
         and Repair Service

      H. Resolution: Authorization for a Contract Extension       Approval      Amie May
         for Swiftly Mobility Platform for Transit Software                     VP of Transportation

      I.   Resolution: Authorization to Award a Contract for      Approval      LeJuan Burt
           Oakland Terminal Pavement Improvements Project                       VP of Maintenance

      J. Information: Litigation Settlement                       Information   Ron Beier
                                                                                General Counsel

      K. Resolution: Selection of a Nominating Committee          Approval      Vickie Wolber

   11. Closed Session                                             Discussion    Vicki Wolber

   12. Board Member Business                                      Discussion    Vicki Wolber

Adjournment

                                                                                                       2
PUBLIC NOTICE

SMART will hold the August 25, 2022 Board of Directors meeting at 2 p.m. in SMART’s Board Room located
on the sixth floor of the Buhl Building, 535 Griswold Street, Detroit, MI 48226.

Virtual attendance is strongly encouraged, and full public participation is still available via Zoom.

All physically present at the meeting must adhere to the following:
   •   Masks are recommended in indoor public transportation settings and encouraged. Please respect anyone
       needing or choosing to wear one.
   •   People with symptoms, a positive test, or exposure to someone with COVID-19 should wear a mask or
       attend virtually.
   •   Pass a temperature check and a complete health screening questionnaire before entering the Board room.

The agenda can be found on SMART’s website: http://www.smartbus.org/About/Our-Organization/Board-of-
Directors/Board-Meeting-Schedule
Members of the public may attend in person, or virtually/via phone. To attend virtually; on a smartphone, tablet,
or computer; please enter this URL in a web browser:

   •   https://smartbus.zoom.us/j/97955560638
   •   Via phone only, please dial: (301) 715-8592
   •   Webinar ID: 979 5556 0638 (no password required)
   •   One-tap mobile: +13017158592,,97955560638#

Members of the public may also submit a written comment to be read during the Public Comment period by
emailing SMARTBoard@smartbus.org by 1:45 p.m. on the day of the meeting.
Requests for reasonable accommodations at SMART require advanced reservations. Individuals with disabilities
requiring assistance should contact SMARTBoard@smartbus.org or 313-223-2110 as soon as possible. If you
have difficulties joining the virtual session, contact SMARTBoard@smartbus.org or 248-419-7912 and we will
assist you to the best of our abilities.

Public Comment will proceed as follows:

   •   All comments: 5-minute limit per member of the public. Kindly state your name and city of residence.
   •   Public comments will be received in the following order

           •   Members of the public who attend in person
           •   Members of the public on Zoom/phone
           •   Written comments via email. The Board Secretary will read any submitted comments
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL
                      TRANSPORTATION

                          BOARD OF DIRECTORS MEETING

                         PROPOSED MINUTES – June 23, 2022

A meeting of the Board of Directors of the Suburban Mobility Authority for Regional
Transportation (SMART) was held on Thursday, June 23, 2002 at 2:01 PM. The meeting was held
at 535 Griswold, Suite 600, Detroit, MI 48226 and via a digital public video conference.

ATTENDANCE

SMART Board of Directors:          Chairperson          Ms. Vickie Wolber
                                   Vice- Chairperson    Ms. Hilarie Chambers
                                                        Mr. Abdul Haidous
                                                        Mr. Royce Maniko
                                                        Mr. John Paul Rea

Absent Board Members:                                   Mr. Khalil Rahal
                                                        Mr. Bret Rasegan

SMART General Manager:                                  Mr. Dwight Ferrell

SMART Board Administrator:                              Ms. Tiffany Martin-Patterson

SMART Staff Present:                                    Ms. Laura Bieniek
                                                        Mr. Ryan Byrne
                                                        Ms. Sabrina Clay
                                                        Mr. Robert Cramer
                                                        Mr. Melvin Evans
                                                        Ms. Melissa Hightower
                                                        Ms. Lynette Hurt
                                                        Ms. Carol Jones
                                                        Ms. Angie Kelley
                                                        Ms. Nicole Mack
                                                        Ms. Laila Malki
                                                        Ms. Anika Parker
                                                        Ms. Jacqueline Payne
                                                        Ms. Nichole Peters
                                                        Ms. Michele Pollock
                                                        Ms. Sara Price
                                                        Mr. Sean Riopelle
                                                        Ms. Shana Shore
                                                        Mr. Darrell Taylor

      1   SMART Board Meeting June 23, 2022
Mr. Andy Thorner
                                                          Mr. Mark Watson
                                                          Ms. Dea Weathers
                                                          Mr. D’Andrae Whitley
                                                          Ms. Vickie Jordan

Public Registered:
                                                          Mr. Steven Hawring
                                                          Mr. Robert Palowski

   1. Call to Order

      A) Pledge of Allegiance

   2. Roll Call

      Present: Chairperson Vicki Wolber, Vice-Chairperson Ms. Hilarie Chambers, Mr. Abdul
      Haidous, Mr. John Paul Rea & Mr. Royce Maniko

      Absent: Mr. Khalil Rahal & Mr. Bret Rasegan

      A quorum was present.

   3. Adoption of Agenda

      MOTION: Moved by Mr. Royce Maniko, seconded by Mr. John Paul Rea, to approve the
      agenda for the June 23, 2022 Board meeting.

      DISCUSSION
      None

      VOTE: THE MOTION CARRIED.

   4. Public Notice and Rules of Order

      The Secretary read the Public Notice and Rules of Order into the record.

      2   SMART Board Meeting June 23, 2022
5. Minutes

   A. Board Meeting Minutes for May 26, 2022

       MOTION: Moved by Mr. John Paul Rea, seconded by Mr. Abdul Haidous, to approve
       the Board meeting minutes for May 26, 2022.

       DISCUSSION:
       None

       VOTE: THE MOTION CARRIED.

6. Public Participation

   Chairperson Ms. Vickie Wolber declared the meeting open for Public Participation.

    Ms. Patty Fedawa
    Mr. Steven Hawring
    Mr. Robert Palowski

7. Chairperson’s Report

   DISCUSSION:
   None

8. General Manager’s Report

   Dwight Ferrell, General Manager & Robert Cramer, Deputy General Manager provided
   their report to the Board.

9. New Business

       DISCUSSION:
       None

       VOTE: THE MOTION CARRIED.

   3   SMART Board Meeting June 23, 2022
A. Resolution: SMART FY2022 5310, CRRSSAA and ARP Program of Projects

    MOTION: Moved by Mr. Royce Maniko, seconded by Mr. Abdul Haidous, that the
    Board of Directors of SMART authorizes the General Manager of SMART to submit
    the Program of Projects for FY 2022 to FTA in compliance with the requirements of
    49 U.S.C. Section 5310, as amended.

    DISCUSSION:
    None

    VOTE: THE MOTION CARRIED.

B. Resolution: Amendment to the FY2021/22 General Operating Budget Pension &
   Healthcare OPEB Budget Reclassification

    MOTION: Moved by Mr. Royce Maniko, seconded by Mr. Abdul Haidous, that the
    Board of Directors of the Suburban Mobility Authority for Regional Transportation
    hereby approves the budget amendment outlined in the Director of Finance
    communication to the Board dated 6/23/2022 and hereby increases the line items as
    follows: Expenses – Various $0

    DISCUSSION:
    None

    VOTE: THE MOTION CARRIED.

C. Resolution: Authorization to File and Execute the Applications, Contracts and
   Amendments for SMART’s FY2023 Annual Application for Michigan Capital
   and Operating Financial Assistance

    MOTION: Moved by Mr. Abdul Haidous, seconded by Mr. John Paul Rea, that the
    Board of Directors of SMART authorizes the Director of Finance, Ryan Byrne, to
    provide such information as deemed necessary by MDOT to make an official
    determination of the eligibility for funds under the provision of Section 10e of Act no.
    51 of the Public Acts of 1951, as amended; and be it further

    That SMART does hereby make its intensions known to provide transportation services
    and to apply for state financial assistance with this annual application, in accordance
    with Act 51. SMART does hereby establish the intent to file an application, execute
    contracts and amendments allowing for execution of Sections 5307 and 5339 Formula
    Capital including the Governor’s Apportionments for Monroe, Congestion Mitigation
    and Air Quality (CMAQ), Section 5310, Section 5311, and Specialized Services for
    financial assistance under the provisions of Section 10e of Act No. 51 of the Public
    Acts of 1951, as amended; and be it further

4   SMART Board Meeting June 23, 2022
That the Board of Directors of SMART authorizes the Director of Finance, Ryan Byrne,
    to provide such information as deemed necessary by MDOT to make an official
    determination of the eligibility for funds under the provision of Section 10e of Act no.
    51 of the Public Acts of 1951, as amended; and be it further

    That the Board of Directors of SMART authorizes SMART to submit the Annual
    Application for FY 2023 to MDOT in compliance with the requirements of Section 10e
    of Act No. 51 of the Public Acts of 1951, as amended, and provide such information as
    deemed necessary by the commission or MDOT for its administration.

    DISCUSSION:
    None

    VOTE: THE MOTION CARRIED.

D. Resolution: Authorization to Award a Contract for Schedule Printing Services

    MOTION: Moved by Mr. Abdul Haidous, seconded by Mr. John Paul Rea, that the
    General Manager of Suburban Mobility Authority for Regional Transportation is hereby
    authorized to award a three-year contract for an amount not to exceed $165,000.00 to
    Accuform Printing & Graphics. There are two one-year renewal options in the amount not to
    exceed $60,000.00 a year to be exercised at SMART’s discretion. The estimated total cost
    for the contract is $285,000.00

    DISCUSSION:
    None

    VOTE: POSTPONED

E. Resolution: Authorizing the General Manager to Award a Contract for Bus
   Shelter, Benches & Trash Containers

    MOTION: Moved by Mr. Abdul Haidous, seconded by Mr. John Paul Rea, that the
    General Manager of the Suburban Mobility Authority for Regional Transportation is
    hereby authorized to award a one-time purchase for an amount not to exceed
    $191,900.00 to Brasco International for Bus Shelters Benches & Trash Containers

    DISCUSSION:
    None

    VOTE: THE MOTION CARRIED.

5   SMART Board Meeting June 23, 2022
F. Resolution: FY2023 Board of Directors Meeting Schedule

      MOTION: Moved by Mr. Abdul Haidous, seconded by Mr. John Paul Rea, that the
      that the Board of Directors of the Suburban Mobility Authority for Regional
      Transportation, hereby adopts the foregoing schedule as its own for FY2023.

      DISCUSSION:
      None

      VOTE: THE MOTION CARRIED.

10. Board Member Business

   DISCUSSION:
   None

   VOTE: All in attendance voted in the affirmative. THE MOTION CARRIED.

   Adjournment
   There being no further business to come before the Board, upon motion made by Mr. John
   Paul Rea Rahal, seconded by Mr. Abdul Haidous, and unanimously carried, the meeting
   adjourned at 2:37 PM.

   Respectfully submitted,

   Tiffany Martin-Patterson
   Board Administrator

  6   SMART Board Meeting June 23, 2022
agenda item
DATE:           August 25, 2022                       DISPOSITION SOUGHT:           Board Approval
TO:             SMART Board of Directors              SUBMITTED BY:                 General Manager
FROM:           Purchasing Department                 APPROVED BY:                  Certification Committee

SUBJECT:        Authorization to Award a Contract for Schedule Printing Services

RECOMMENDATION
That the Board adopts the attached resolution authorizing the award of a contract:
   • for the purchase of Schedule Printing Services
   • to Accuform Printing & Graphics, Inc. at 7231 Southfield Fwy., Detroit, MI 48228
   • at a total cost of $275,000.00

DISCUSSION
SMART is the regional bus system in southeast Michigan connecting people to work, school, shopping,
medical appointments, cultural sites and events. SMART schedules are an important piece of information
customers need to ride the bus. SMART is seeking a vendor that can print these schedules on demand.

PROCUREMENT PROCESS
        Procurement Method:      ☐ Sealed Bid ☐ Proposal ☒ Quotes ☐ Sole Source
        Advertising:             Michigan Chronicle and Michigan Inter-governmental Trade Network
        # of downloads:          Seventy six (76) firms viewed the project, Twenty five (25) of the
                                 potential vendors downloaded the solicitation.
        Number of offerors:      2 Quotes
        Rationale for award:     The quote submitted by Accuform Printing & Graphics, Inc. was
                                 determined to be the lowest, responsive, and responsible bidder. Price
                                 was determined to be fair and reasonable.

FUNDING & COSTS:
Funding for this service is available through the Authority’s general fund.
The contract costs are summarized as follows:

         Schedule Printing Services               Estimated Cost
         3-Year Contract                          $165,000.00
         Option Year 1                            $ 60,000.00
         Option Year 2                            $ 60,000.00
         Total Estimated Cost                     $285,000.00
ATTACHMENTS:
    •   Resolution
    •   Bid Tab
/AJB
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                           RESOLUTION

        Authorizing the General Manager to Award a Contract for Scheduling Printing Services

Whereas,      SMART schedules are an important piece of information customers need to ride the
              bus; and

Whereas,      A Request for Quotation (RFQ) was advertised and published on Michigan
              Intergovernmental Trade Network (MITN). Two quotes were received; and

Whereas,      Accuform Printing & Graphics, Inc. submitted the lowest, responsive, responsible bid.
              Price was determined fair and reasonable; and

Whereas,      Adequate funding is available in the Authority’s general fund; and

Whereas,      The Director of Finance is satisfied that Accuform Printing & Graphics, Inc. has the
              potential to perform under the terms and conditions of the contract; and

Whereas,      The EEO Department is satisfied that Accuform Printing & Graphics, Inc. is in
              compliance with the equal opportunity and affirmative action laws and policies of the
              Federal and State governments and the affirmative action policies of SMART; now,
              therefore be it

Resolved,     That the General Manager of the Suburban Mobility Authority for Regional
              Transportation is hereby authorized to award a three-year contract for an amount not to
              exceed $165,000.00 to Accuform Printing & Graphics. There are two one-year renewal
              options in the amount not to exceed $60,000.00 a year to be exercised at SMART’s
              discretion. The estimated total cost for the contract is $285,000.00.

                                          CERTIFICATE

The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation held
on August 25, 2022.

________________________________             _______________________________
Date                                         Board Secretary

No.__________
Bid Tabulation - RFQ# 22-3576 SMART Schedule Printing
Minimum print order will be 5,000 and four times a year; Price includes shipping                                      Purchasing Agent: Andre J. Baldwin

                      Accuform Printing & Graphics, Inc.                                                        Image Printing, Inc.
Contract Year 1:                                                                 Contract Year 1:
# of Panels     Trim Size        5,000       7,000     10,000     12,000         # of Panels     Trim Size        5,000        7,000       10,000     12,000
     12        21” x 15.25”      $1,469.00 $1,779.00 $2,269.00 $2,529.00              12        21” x 15.25”    $1,950.00     $2,225.00    $2,650.00 $2,950.00
     10       17.5” x 15.25”     $1,120.00 $1,398.00 $1,699.00 $1,899.00              10       17.5” x 15.25”   $1,575.00     $1,800.00    $2,050.00 $2,200.00
      8        14” x 15.25”      $1,100.00 $1,359.00 $1,659.00 $1,998.00               8        14” x 15.25”    $1,510.00     $1,750.00    $2,100.00 $2,150.00
      6       10.5” x 15.25”       $879.00    $898.00 $1,198.00 $1,298.00              6       10.5” x 15.25”   $1,400.00     $1,650.00    $1,910.00 $2,080.00
      5       17.5” x 7.63”        $898.00    $998.00 $1,189.00 $1,289.00              5       17.5” x 7.63”    $1,400.00     $1,615.00    $1,850.00 $1,990.00
      4        14” x 7.63”         $899.00    $989.00 $1,189.00 $1,298.00              4        14” x 7.63”     $1,310.00     $1,530.00    $1,805.00 $1,995.00
      3       10.5” x 7.63”        $559.00    $698.00    $759.00    $869.00            3       10.5” x 7.63”    $1,050.00     $1,140.00    $1,310.00 $1,450.00
      2         7” x 7.63”         $498.00    $559.00    $649.00    $879.00            2         7” x 7.63”        $950.00    $1,075.00    $1,260.00 $1,390.00
Year 1 Totals                    $7,422.00 $8,678.00 $10,611.00 $12,059.00       Year 1 Totals                 $11,145.00    $12,785.00   $14,935.00 $16,205.00
Contract Year 2:                                                                 Contract Year 2:
# of Panels     Trim Size        5,000       7,000     10,000     12,000         # of Panels     Trim Size        5,000        7,000       10,000     12,000
     12        21” x 15.25”      $1,760.00 $2,140.00 $2,498.00 $2,998.00              12        21” x 15.25”    $2,050.00     $2,325.00    $2,750.00 $3,050.00
     10       17.5” x 15.25”     $1,350.00 $1,680.00 $2,040.00 $2,280.00              10       17.5” x 15.25”   $1,675.00     $1,900.00    $2,150.00 $2,300.00
      8        14” x 15.25”      $1,300.00 $1,680.00 $1,989.00 $2,400.00               8        14” x 15.25”    $1,610.00     $1,850.00    $2,200.00 $2,250.00
      6       10.5” x 15.25”     $1,055.00 $1,139.00 $1,420.00 $1,559.00               6       10.5” x 15.25”   $1,500.00     $1,750.00    $2,010.00 $2,180.00
      5       17.5” x 7.63”      $1,049.00 $1,298.00 $1,410.00 $1,560.00               5       17.5” x 7.63”    $1,520.00     $1,730.00    $1,995.00 $2,120.00
      4        14” x 7.63”       $1,050.00 $1,198.00 $1,410.00 $1,560.00               4        14” x 7.63”     $1,450.00     $1,670.00    $1,960.00 $2,060.00
      3       10.5” x 7.63”        $669.00    $849.00    $899.00 $1,040.00             3       10.5” x 7.63”    $1,180.00     $1,270.00    $1,485.00 $1,580.00
      2         7” x 7.63”           $3.00    $698.00    $770.00 $1,050.00             2         7” x 7.63”     $1,060.00     $1,185.00    $1,410.00 $1,500.00
Year 2 Totals                    $8,236.00 $10,682.00 $12,436.00 $14,447.00      Year 2 Totals                 $12,045.00    $13,680.00   $15,960.00 $17,040.00
Contract Year 3:                                                                 Contract Year 3:
# of Panels     Trim Size        5,000       7,000     10,000     12,000         # of Panels     Trim Size        5,000        7,000       10,000     12,000
     12        21” x 15.25”      $1,959.00 $2,350.00 $2,749.00 $3,298.00              12        21” x 15.25”    $2,160.00     $2,450.00    $2,875.00 $3,195.00
     10       17.5” x 15.25”     $1,498.00 $1,959.00 $2,249.00 $2,490.00              10       17.5” x 15.25”   $1,775.00     $2,000.00    $2,250.00 $2,400.00
      8        14” x 15.25”      $1,450.00 $1,740.00 $2,189.00 $2,650.00               8        14” x 15.25”    $1,710.00     $1,950.00    $2,300.00 $2,350.00
      6       10.5” x 15.25”     $1,155.00 $1,250.00 $1,560.00 $1,699.00               6       10.5” x 15.25”   $1,640.00     $1,860.00    $2,210.00 $2,385.00
      5       17.5” x 7.63”      $1,149.00 $1,430.00 $1,550.00 $1,698.00               5       17.5” x 7.63”    $1,620.00     $1,830.00    $2,095.00 $2,220.00
      4        14” x 7.63”       $1,150.00 $1,320.00 $1,550.00 $1,698.00               4        14” x 7.63”     $1,550.00     $1,770.00    $2,060.00 $2,160.00
      3       10.5” x 7.63”        $789.00    $935.00    $989.00 $1,190.00             3       10.5” x 7.63”    $1,280.00     $1,370.00    $1,585.00 $1,680.00
      2         7” x 7.63”         $729.00    $778.00    $849.00 $1,090.00             2         7” x 7.63”     $1,160.00     $1,285.00    $1,360.00 $1,490.00
Year 3 Totals                    $9,879.00 $11,762.00 $13,685.00 $15,813.00      Year 3 Totals                 $12,895.00    $14,515.00   $16,735.00 $17,880.00
Contract Year 4: (Option Year 1)                                                 Contract Year 4: (Option Year 1)
# of Panels     Trim Size        5,000       7,000     10,000     12,000         # of Panels     Trim Size        5,000        7,000       10,000     12,000
     12        21” x 15.25”      $1,469.00 $1,779.00 $2,269.00 $2,529.00              12        21” x 15.25”    $2,025.00     $2,325.00    $2,750.00 $3,050.00
     10       17.5” x 15.25”     $1,120.00 $1,398.00 $1,699.00 $1,899.00              10       17.5” x 15.25”   $1,675.00     $1,900.00    $2,150.00 $2,300.00
      8        14” x 15.25”      $1,100.00 $1,359.00 $1,659.00 $1,998.00               8        14” x 15.25”    $1,610.00     $1,850.00    $2,200.00 $2,250.00
      6       10.5” x 15.25”       $879.00    $898.00 $1,198.00 $1,298.00              6       10.5” x 15.25”   $1,500.00     $1,750.00    $2,010.00 $2,180.00
      5       17.5” x 7.63”        $898.00    $998.00 $1,189.00 $1,289.00              5       17.5” x 7.63”    $1,500.00     $1,715.00    $1,950.00 $2,090.00
      4        14” x 7.63”         $899.00    $989.00 $1,189.00 $1,298.00              4        14” x 7.63”     $1,420.00     $1,640.00    $1,925.00 $2,120.00
      3       10.5” x 7.63”        $559.00    $698.00    $759.00    $869.00            3       10.5” x 7.63”    $1,150.00     $1,250.00    $1,420.00 $1,560.00
      2         7” x 7.63”         $498.00    $559.00    $649.00    $879.00            2         7” x 7.63”     $1,050.00     $1,175.00    $1,360.00 $1,490.00
Year 4 Totals                    $7,422.00 $8,678.00 $10,611.00 $12,059.00       Year 4 Totals                 $11,930.00    $13,605.00   $15,765.00 $17,040.00
Contract Year 5: (Option Year 2)                                                 Contract Year 5: (Option Year 2)
# of Panels     Trim Size        5,000       7,000     10,000     12,000         # of Panels     Trim Size        5,000        7,000       10,000     12,000
     12        21” x 15.25”      $1,760.00 $2,140.00 $2,498.00 $2,998.00              12        21” x 15.25”    $2,125.00     $2,425.00    $2,850.00 $3,150.00
     10       17.5” x 15.25”     $1,350.00 $1,680.00 $2,040.00 $2,280.00              10       17.5” x 15.25”   $1,775.00     $2,000.00    $2,250.00 $2,500.00
      8        14” x 15.25”      $1,300.00 $1,630.00 $1,989.00 $2,400.00               8        14” x 15.25”    $1,710.00     $1,950.00    $2,300.00 $2,650.00
      6       10.5” x 15.25”     $1,055.00 $1,139.00 $1,420.00 $1,559.00               6       10.5” x 15.25”   $1,600.00     $1,850.00    $2,110.00 $2,485.00
      5       17.5” x 7.63”      $1,049.00 $1,298.00 $1,410.00 $1,560.00               5       17.5” x 7.63”    $1,720.00     $1,815.00    $2,050.00 $2,286.00
      4        14” x 7.63”       $1,050.00 $1,198.00 $1,410.00 $1,560.00               4        14” x 7.63”     $1,520.00     $1,740.00    $2,025.00 $2,220.00
      3       10.5” x 7.63”        $669.00    $849.00    $899.00 $1,040.00             3       10.5” x 7.63”    $1,250.00     $1,350.00    $1,520.00 $1,660.00
      2         7” x 7.63”         $599.00    $698.00    $770.00 $1,050.00             2         7” x 7.63”     $1,180.00     $1,290.00    $1,480.00 $1,600.00
Year 5 Totals                    $8,832.00 $10,632.00 $12,436.00 $14,447.00      Year 5 Totals                 $12,880.00    $14,420.00   $16,585.00 $18,551.00
agenda item
DATE:         August 25, 2022                   DISPOSITION SOUGHT: Board Approval
TO:           SMART Board of Directors          SUBMITTED BY:       Brandon Adolph
FROM:         Marketing Department              APPROVED BY:        General Manager

SUBJECT:      Authorization to seek Board approval to update and change the SMART stylized logo.

RECOMMENDATION
That the Board adopt the attached Resolution authorizing SMART to update and change the
SMART logo from the current stylized logo that has been in use since 1989 to the new modernized
logo attached as Exhibit A. The new logo updates and modernizes the current stylized logo in
order to represent SMART with an updated and modernized logo that will coincide with SMART
being the future of mobility in Southeast Michigan as SMART proceeds through the twenty-first
century.

DISCUSSION
Southeastern Michigan Transportation Authority (SEMTA) transitioned to the Suburban
Mobility Authority for Regional Transportation (SMART) in 1989. At that time, SMART
adopted and began using the current stylized logo. The current SMART stylized logo has not
been updated since it was introduced in 1989. The current stylized SMART logo was
trademarked in June of 2019. The process of trademarking the new modernized SMART logo
will begin shortly after Board approval of the attached Resolution authorizing SMART to change
the logo.

Attachments
   •    Resolution
   •    New Modernized SMART logo
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                          RESOLUTION

Authorization to adopt a new modernized SMART logo to represent the future of transportation
services in Southeast Michigan.

Whereas,       Board authorization is requested to authorize the adoption of the attached new
               modernized SMART logo; and
Whereas,       The current stylized logo has been in use since SEMTA transitioned to SMART in
               1989; and
Whereas,       The current stylized logo is in need of an update in order to represent SMART as
               the future of mobility in Southeast Michigan; and
Whereas,       The current stylized logo was trademarked in June of 2019;
Whereas,       The process for trademarking the new modernized logo will begin after adoption of
               this Resolution; now, therefore be it
Resolved,      That SMART is hereby authorized to adopt and begin use of the new logo attached
               as Exhibit A.

                                          CERTIFICATE
The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation
held on August 25, 2022.

Date                                           Board Secretary
No.
Exhibit A
agenda item
DATE:       August 25, 2022                     DISPOSITION SOUGHT:             Board Approval
TO:         SMART Board of Directors            SUBMITTED BY:                   Director of Transportation
FROM:       Manager of Planning                 APPROVED BY:                    General Manager

SUBJECT: FY 2023 Unified Work Program

RECOMMENDATION:
That the board approve the attached resolution,
   • approving the proposed Unified Work Program in the amount of $389,500; and
   • approving an additional FTA grant Under the Areas of Persistent Poverty Program;
   • authorizing the General Manager to certify the required local match of $70,694, to modify the
        submission if required upon further negotiations with FTA, and to execute a project agreement with
        SEMCOG for FTA technical studies dollars.

DISCUSSION:
In order to remain eligible for federal and state capital improvement and operating grants, SMART develops
required planning justifications through technical studies. SMART is required to submit its proposed program
of technical study tasks to SEMCOG for the region’s annual Unified Work Program (UWP), to be eligible for
Federal Transit Administration (FTA) funding, primarily 5303 Metropolitan Planning Program funds for
81.85% of the studies’ cost.

Consistent with the requirements of this process, staff have submitted a FY 2023 SMART Unified Work
Program submission to SEMCOG, with the understanding that the Board maintains the right to modify the
submission based on the Board’s concerns and any other factors which may arise. A summary is attached. If
priorities change, SMART has the ability to add or change projects to accomplish needed work.

The general objectives of the UWP are:
   • To provide planning documents to fulfill federal planning requirements;
   • To update and monitor plans which met the requirements of the Americans with Disabilities Act;
   • To update the regional public transportation data base and plan;
   • To analyze current and proposed transit services to ensure that they are being provided in the most
       effective and efficient manner possible; and
   • To perform regional data gathering in conjunction with the SEMCOG Long Range Transportation Plan.

FUNDING SOURCE:
The budget for the proposed UWP totals $389,500 of which $318,806 would be provided through a FTA
technical study grant (passed through SEMCOG) and $70,694 would be provided from SMART’s operating
funds as the required local match. This is the same amount received in FY 2022. The FTA grant Under the
Areas of Persistent Poverty Progam totals $200,000 which $180,000 is provided by the FTA and the 20% match
is provided by the state of Michigan.

ATTACHMENTS:
   1. Resolution
  2. Summary of Proposed FY 2023 Unified Work Program and Budget
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                                RESOLUTION

                                 Approval of FY 2023 Unified Work Program

Whereas,        The Suburban Mobility Authority for Regional Transportation is charged with the planning,
                operation, and improvement of regional public transportation in southeastern Michigan; and

Whereas,        Monies to support the conduct of urban mass transportation planning in southeastern Michigan,
                are made available annually by the Federal Transit Administration (FTA) through SEMCOG to
                SMART in order to financially assist the Authority in its mass transportation planning and
                related responsibilities; and

Whereas,        In order to receive these technical funds, the Suburban Mobility Authority for Regional
                Transportation must prepare an annual work program of proposed planning projects, commonly
                termed a “Unified Work Program” and submit this program to SEMCOG for inclusion into the
                region’s annual Overall Work Program; and

Whereas,        The Authority has submitted to SEMCOG a Unified Work Program for FY 2023 which contains
                a budget amount of $389,500 including $70,694 of required local match; and

Whereas,        SEMCOG and FTA review and subsequent negotiation of the Authority’s work program could
                result in a situation where the scope, cost and emphasis of these programs could be different
                from those originally submitted; now, therefore, be it

Resolved,       That the Authority’s FY 2023 Unified Work Program referred to herein is approved and the
                General Manager is authorized to execute a negotiated project agreement with SEMCOG for
                $318,806 of FTA Section 8 technical studies funds; represent that $70,694 is available for the
                local match of these funds; and to negotiate, as may be required, the scope, cost, emphasis, etc.
                of the content of this program.

                                                CERTIFICATE

The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies that the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation held on July
28, 2022.

___________________________                      ___________________________________
Date                                             Board Secretary

No.___________________
SMART FY 2023 UWP Summary and Budget

FY 2023 UWP 5303 PLANNING GRANT
                                                      FTA      Match
     1 DATA COLLECTION AND ANALYSIS                  5303      Local     TOTAL
 W9100 Data Collection and Analysis                 $2,821      $626     $3,447
       Program Area Subtotal                        $2,821      $626     $3,447
     2 PLAN AND POLICY DEVELOPMENT
 W9200 Plan for Comm. Transit / Conn. Services    $118,490    $26,275   $144,765
 W9300 Fixed Route Planning                       $162,512    $36,037   $198,549
 W9400 Long Term Planning                          $22,569     $5,005    $27,574
       Program Area Subtotal                      $303,571    $67,317   $370,888
     3 PLAN IMPLEMENTATION
 W9500 Fiscal Project Development/TIP               $6,771     $1,501     $8,272
       Program Area Subtotal                        $6,771     $1,501     $8,272
     4 SUPPORT SERVICES
 W9600 Public Participation/Outreach                $2,821       $626     $3,447
 W9700 Unified Work Program Design & Monitoring     $2,821       $626     $3,447
       Program Area Subtotal                        $5,645     $1,252     $6,894
       TOTALS                                     $318,806    $70,694   $389,500

FY 2021 SDNT / FTA POVERTY PLANNING GRANT
                                                      FTA      Match
       PLAN AND POLICY DEVELOPMENT                   5304      MDOT      TOTAL
       Operation and Service Policy/Procedural
 W1100                                            $320,000    $80,000   $400,000
       Development (FUNDED FY'21)
 W2300 Pontiac Mobility Hub (FUNDED FY'22)        $180,000    $20,000   $200,000
       Program Area Subtotal                      $500,000   $100,000   $600,000
       TOTALS                                     $500,000   $100,000   $600,000
W9100 DATA COLLECTION AND ANALYSIS
Purpose/Outcome
To continue to develop and maintain a comprehensive and up-to-date database of SMART patron trip patterns and
opinions, and inventory bus stop and shelter locations. SMART will also maintain/update its business/employer
database.

W9200 PLAN FOR COMMUNITY TRANSIT / CONNECTOR SERVICES
Purpose/Outcome
To continue the development, coordination, and enhancement of community transit services within the SMART
region including the implementation of paratransit services in compliance with the Americans with Disabilities Act
(ADA) of 1990.

W9300 FIXED ROUTE PLANNING
Purpose/Outcome
The objectives of this project are to develop various strategies to make SMART Fixed Route services more
productive, through the evaluation and development of appropriate service modifications and maintenance
strategies and the refinement of a database for monitoring SMART Fixed Route performance.

W9400 LONG TERM PLANNING
Purpose/Outcome
The objectives of this task is to continue to identify capital improvement strategies and service expansion. The
projects developed as a result of this task will tend to be longer in terms of time of study initiation and projected
project impact (at least 20 year duration). The projects will be more capital intensive, in terms of dollar investment,
than the relatively low cost short term planning projects. Projects conducted under this task will include both
operating and capital improvement strategies. This project updates and builds on previous plans to lessen the
financial impacts of issues in the future.

W9500 FISCAL PROJECT DEVELOPMENT/TIP
Purpose/Outcome
The objective of this project is to identify and apply for all feasible methods of funding available through federal or
state sources.

W9600 PUBLIC PARTICIPATION/OUTREACH
Purpose/Outcome
The objective of this task is to broaden the knowledge and understanding of the general public regarding public
transportation programs and initiatives by attending public meetings or forums. This program is designed to
coordinate with transit advocates, riders, and the general public to develop a general consensus for improving public
transportation in this region.

W9700 UNIFIED WORK PROGRAM DESIGN AND MONITORING
Purpose/Outcome
The objective of this task is to provide for the administration, evaluation and close-out of existing SMART Unified
Work Program (UWP) tasks and the preparation of the FY’2024 work program document.

W23000 Pontiac Mobility Hub Project (FUNDED)
Purpose/Outcome
SMART received funds to support the design and engineering work for the installation of a mobility hub in
downtown Pontiac, Michigan. The project will identify 3 locations that are available to develop into a mobility hub.
Over 30% of Pontiac's residents live in poverty and need access to transit to get to work, shop and medical
appointments. This mobility hub project will include activities that improve access to transit, increase the number
and type of transit services available and add transit amenities that are not currently available in Pontiac.
agenda item
DATE:           August 25, 2022                    DISPOSITION SOUGHT:         Board Approval
TO:             SMART Board of Directors           SUBMITTED BY:               General Manager
FROM:           Purchasing Department              APPROVED BY:                Certification Committee

SUBJECT:       Authorization to Award a Contract for Clever Devices IVN 5 Upgrade & Celrado VOIP and
hardware and software maintenance

RECOMMENDATION
That the Board adopts the attached resolution authorizing the award of a contract:
   • for Clever Devices IVN 5 Upgrade & Celrado VOIP
   • to Clever Devices Ltd. located at 300 Crossways Park Drive, Woodbury, New York 11797
   • at a total cost of $4,213,823.00

DISCUSSION
The Clever Devices Automatic Vehicle Locations (AVL) system went onto production August 2013.
Included in the solution was the INV3 and Clever’s VoIP solution. The upgrade to the IVN5 system will
provided a hardware refresh as well as additional software, turn by turn navigation for example. The
upgrade to the Celrado VOIP system will allow our VoIP communication system to act the same as a
Land Mobile Radio system. This technology will be used by the Operations and Maintenance
departments.

PROCUREMENT PROCESS
     Procurement Method:       ☐ Sealed Bid     ☐ Proposal      ☐ Quotes     ☒ Sole Source

        Rationale for award:   The Clever Devices has proprietary hardware and software IVN 5 Upgrade
                                & Celrado VOIP and can only be purchased from the sole owner Clever
                                Devices Ltd. Procurement determined the purchase can only be made
                                from one source that meets the sole source procurement method.
                                Therefore, the purchase of Clever Devices IVN 5 Upgrade & Celrado
                                VOIP is authorized as non-competitive for the following reasons allowed
                                by FTA. Price was determined fair and reasonable.
           •   FTA Circular 4220.1F “... Procurement by noncompetitive proposals may be used only
               when the award of a contract is infeasible under small purchase procedures, sealed
               bids...and at least one of the following circumstances apply: (a) The items is available
               only from a single source.

FUNDING & COSTS:

The purchase is funded via: Project TBD & 42680; Federal Grant FY 2022-5307 & MI-2022-032; State
Grant TBD & N/A

The four-year maintenance will be funded via: Operating funds
agenda item
The contract costs are summarized as follows:
                                       Description                                  Cost
Purchase of IVN 5 Upgrade & Celrado VOIP – hardware, materials, software,       $3,838,915.00
installation, configuration, testing, training and one year warranty
Software Maintenance for the Onboard Maps & Text to Speech and Celrado Radio    $374,908.00
Hardware Warranty & Software Maintenance for four-years to begin after the 1-
year warranty
Total MAX                                                                       $4,213,823.00

ATTACHMENTS:
   • Resolution
   • Price Tab
/CJB
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                             RESOLUTION

Authorizing the General Manager to Award a Contract for Clever Devices IVN 5 Upgrade & Celrado
                         VOIP and hardware and software maintenance

Whereas,      The Clever Devices Automatic Vehicle Locations (AVL) system went onto production
              August 2013. Included in the solution was the INV3 and Clever’s VoIP solution.

Whereas,      The upgrade to the IVN5 system will provided a hardware refresh as well as additional
              software. The upgrade to the Celrado VOIP system will allow our VoIP communication
              system to act the same as a Land Mobile Radio system; and

Whereas,      Procurement determined the purchase can only be made from one source that meets the
              sole source procurement solicitation. Therefore, the contract of Clever Devices IVN 5
              Upgrade & Celrado VOIP is authorized as non-competitive allowed by the FTA. Price
              was determined fair and reasonable; and

Whereas,      The project is funded via Project TBD & 42680; Federal Grant FY 2022-5307 & MI
               2022-032; State Grant TBD & N/A. The hardware and software maintenance will be
               funded via operating funds; and

Whereas,      The Director of Finance is satisfied that Clever Device Ltd. has potential to
              perform under the contract terms and conditions; and

Whereas,      The EEO Department is satisfied that Clever Device Ltd. is in compliance with
              the equal opportunity/affirmative action policies of the Federal and State governments
              and the affirmative action policies of SMART; now, therefore be it

Resolved,     That the General Manager of the Suburban Mobility Authority for Regional
              Transportation is hereby authorized to award a contract in the amount not to exceed
              $3,838,915.00 for Clever Devices IVN 5 Upgrade & Celrado VOIP and a four year
              hardware and software maintenance to begin after the one-year warranty in the amount
              not to exceed $374, 908.00 for a total cost of $4,213,822.72 to Clever Device Ltd.

                                             CERTIFICATE

The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation held
on August 25, 2022.

_________________________________              _____________________________________
Date                                           Board Secretary

No. _________
SS 22-3578 Clever Device Pricing

                             IVN3 to IVN5 Upgrade for 264 buses
Includes:
IVN5 Controller; harness adpater module; design, configuration & testing
                                                                                                $    2,703,360.00
Onboard Maps for TurnByTurn Directions; Text to speech for one voice - includes one year
warranty, maintenance & support
IVN5 Early Upgrade Program Discount                                                             $     (330,797.28)
Subtotal Cost                                                                                   $    2,372,562.72
Installation                                                                                    $      308,352.00
                              Total Cost of IVN3 to IVN5 Upgrade                                $    2,680,914.72
Celrado Radio Solution for 264 buses
Hardware Includes:
URLC4 with VOIP Module; Ethernet Cable; AudioSears Handsets; Covert Microphone
Includes one year warranty
Celrado Dispatch Console Includes:
Celrado dispatch Client Software; Logitech Z200 Stereo Speakers; PTT Footswitch & Gooseneck
                                                                                                $    1,278,000.00
Mic.
Plantronics HW261N Dual ear headset; Plantronics DA-80; Plantronics Encore 520D Headset
Viewsonic 22" Touchscreen; Dell Workstation w/Windows 10; mouse & keyboard
Implementation Includes: Design, configuration/setup, testing, training, installaton, project
management
One year Hardware Warranty and Software Maintenance included
Management Discount                                                                             $     (120,000.00)
                              Total Cost of Celrado VOIP Upgrade                                $    1,158,000.00

               Total Cost of IVN3 to IVN5 Upgrade and the Celrado VOIP Upgrade                  $    3,838,914.72

        Software Maintenance for the Onboard Maps & Text to Speech for 264 buses                    Total Price
           Annual Software Maintenance – Year 1 to begin after the one year warranty            $       16,509.00
                           Annual Software Maintenance – Year 2                                 $       16,616.00
                           Annual Software Maintenance – Year 3                                 $       16,726.00
                           Annual Software Maintenance – Year 4                                 $       16,839.00

Hardware Warranty & Software Maintenance for 264 Buses                                              Total Price
   Celrado Radio Hardware Warranty and Software Maintenance to begin after 1 year warranty      $       73,490.00
            Celrado Radio Hardware Warranty and Software Maintenance – Year 2                   $       75,940.00
            Celrado Radio Hardware Warranty and Software Maintenance – Year 3                   $       78,220.00
            Celrado Radio Hardware Warranty and Software Maintenance – Year 4                   $       80,568.00

Software Maintenance for the Onboard Maps & Text to Speech and
Celrado Radio Hardware Warranty & Software Maintenance                                          $     374,908.00

        Total Cost for the Project and 4 years of warranty, software maintenance                $ 4,213,822.72
agenda item
DATE:           August 25, 2022                      DISPOSITION SOUGHT:           Board Approval
TO:             SMART Board of Directors             SUBMITTED BY:                 General Manager
FROM:           Purchasing Department                APPROVED BY:                  Certification Committee

SUBJECT:        Authorization to Award a one-time purchase for Dell Laptop Computers

RECOMMENDATION
That the Board adopts the attached resolution authorizing the award of a one-time purchase:
   • for the purchase for Dell Laptop Computers
   • to Avalon Technologies, Inc. located at 39533 Woodward Ave. #125 Bloomfield Hills, MI 48304
   • at a total cost of $86,250.00

DISCUSSION
SMART’s IT department has a need for the purchase of twenty-five (25) Dell Precision 5570 Laptop
Computers. SMART uses mobile computing for staff that do not have report to the office daily. To
maintain a state of readiness it is necessary for IT to have mobile computers available on hand. These
devices will be for new staff and spares for units requiring repair.

PROCUREMENT PROCESS
     Procurement Method:        ☐ Sealed Bid ☐ Proposal ☒ Quotes ☐ Sole Source
     Advertising:               Michigan Chronicle and Michigan Inter-governmental Trade Network
     # of downloads:            One Hundred Thirteen (113) vendors viewed the solicitation, thirty-three
                                (33) vendors downloaded the solicitation.
        Number of offerors:     Seven (7) Quotes were received.
        Rationale for award:    The quote submitted by Avalon Technologies was determined to be the
                                lowest priced, responsive, and responsible bidder. Price was determined
                                to be fair and reasonable.

FUNDING & COSTS:
The purchase is funded via: operating funds

The contract costs are summarized as follows:

                                                        Cost
         Twenty-Five (25) Dell Laptop Computers         $86,250.00
         Total Cost                                     $86,250.00

ATTACHMENTS:
  • Resolution
  • Bid Tabulation

/MLB
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                             RESOLUTION

     Authorizing the General Manager to Award a one-time Purchase for Dell Laptop Computers

Whereas,      SMART’s IT department requires a one-time purchase for twenty (25) Dell Precision
              5570 Laptop Computers; and

Whereas,      A Request for Quote (RFQ) was advertised and posted on MITN. Seven quotes were
              received; and

Whereas,      The bid submitted by Avalon Technologies, Inc. was determined to be the lowest
               priced, responsive and responsible bidder. Price was determined fair and reasonable;
               and

Whereas,      The project is funded via operating expense; and

Whereas,      The Director of Finance is satisfied that Avalon Technologies, Inc. has potential to
              perform under the contract terms and conditions; and

Whereas,      The EEO Department is satisfied that Avalon Technologies, Inc is in compliance with
              the equal opportunity/affirmative action policies of the Federal and State governments
              and the affirmative action policies of SMART; now, therefore be it

Resolved,     That the General Manager of the Suburban Mobility Authority for Regional
              Transportation is hereby authorized to award a contract for a one-time purchase in the
              amount not to exceed $86,250.00 for Dell Laptop Computers to Avalon Technologies,
              Inc.

                                             CERTIFICATE

The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation held
on August 25, 2022.

_________________________________              _____________________________________
Date                                           Board Secretary

No. _________
Bid Tab RFQ 22‐3638 Dell Mobile Precision Workstation 5570 CTO

                                            Avalon                   Aita
                                  Quantity Technologies Vprime       Technologies Sunflower Lab
Dell laptop computer                     25    $86,250.00 $87,999.50    $93,142.00      $88,277.28
                                                                           Dell Mobile
                                                             Dell Mobile Precision
                                              Dell Precision Precision     workstation 5570 Dell Precision
Model                                         5570           5570          CTO              5570
shipping                                                           $200.00
TOTAL COST                                        $86,250.00 $88,199.50        $93,142.00          $88,277.28
                                                                                            as provided by
warranty                                      5 years        36 months     1 year           OEM
delivery                                      3‐4 weeks      2 weeks       20 days          Mid August

                                                                                           *shipping and
                                                                                           taxes not
                                                                                           included in price

                                  Quantity                   Ave Solutions Rocketdrop     Tiles in Style
Dell laptop computer                     25                   $142,000.00 $104,299.75           $105,975.25
                                                             Precision     Dell Precision Dell Mobile
Model                                                        5570          5570           Precision 5570
shipping
TOTAL COST                                                    $142,000.00 $104,299.75      $105,975.25
                                                             12 months‐               pro support 3
warranty                                                     on site     5 years      years

                                                             10‐14
delivery                                                     business days 3‐4 weeks       4‐5 weeks leadtime
agenda item
DATE:           August 25, 2022                      DISPOSITION SOUGHT: Board Approval
TO:             SMART Board of Directors             SUBMITTED BY:       General Manager
FROM:           Procurement Department               APPROVED BY:        Certification Committee

SUBJECT:       Authorization to Award a Five-Month Contract Extension for Bus Shelter Maintenance and
Repair Service

RECOMMENDATION
That the Board adopts the attached resolution authorizing the award of a five-month contract extension:
   • for Bus Shelter Maintenance and Repair Service
   • to Allied Building Service Co. of Detroit, Inc. located at 1801 Howard Street, Detroit, MI 48216
   • for Five-Month Contract Extension
   • at a Total cost of $46,875.00

DISCUSSION
SMART has a contract with Allied Building Service Co. of Detroit, Inc. for Bus Shelter Maintenance and
Repair Service. The contract expires on August 31, 2022. A five-month contract extension will allow time
to update the specifications to a turnkey solution for bus shelter maintenance and repair services to
include parts and services for the enhanced shelters, the solicitation process, evaluation of the proposals
and the award of a new contract. The contract extension pricing, terms and conditions for the service shall
remain the same as the current contract, RFP Control No # 17-2341.

FUNDING & COSTS:
The project is funded via: Operating Funds
                                                                                      Cost
 Five-Month Contract Extension for Bus Shelter Maintenance and Repair Service         $46,875.00
 Total Max                                                                            $46,875.00

ATTACHMENTS:
    •   Contract Extension Agreement with Allied Building
    •   Resolution
/AJB

{03883871}
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                           RESOLUTION

     Authorizing the General Manager to Award a Five-Month Contract Extension for Bus Shelter
                                 Maintenance and Repair Services

Whereas,      Board authorization is requested to award a five-month contract extension to
              Allied Building Service Co. to allow time to update specifications to include parts and
              services for the enhanced shelters, solicitation process, evaluation and the award of a
              new contract; and

Whereas,      Adequate funding is available in the Authority’s general fund; and

Whereas,      The Director of Finance is satisfied that Allied Building Service Co. has the potential
              to perform under the terms and conditions of the contract; and

Whereas,      The EEO Department is satisfied that Allied Building Service Co. is in compliance with
              the equal opportunity and affirmative action laws and policies of the Federal and State
              governments and the affirmative action policies of SMART; now, therefore be it

Resolved,     That the General Manager of the Suburban Mobility Authority for Regional
              Transportation is hereby authorized to award a five-month contract extension to Allied
              Building Service Co. for an amount not to exceed $46,875.00 starting September 1,
              2022 through January 31, 2023. The contract extension pricing, terms and conditions
              for the service shall remain the same as the current contract, RFP Control No # 17-2341.

                                          CERTIFICATE

The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation held
on August 25, 2022.

________________________________             _______________________________
Date                                         Board Secretary

No.__________
CONTRACT EXTENSION AGREEMENT BETWEEN THE SUBURBAN MOBILITY
  AUTHORITY FOR REGIONAL TRANSPORTATION AND ALLIED BUILDING
    SERVICE FOR BUS SHELTER MAINTENANCE AND REPAIR SERVICE

This Agreement (“Agreement”) is made between Suburban Mobility Authority for Regional
Transportation (“SMART”), an entity organized under the provisions of Act 204 of the Public
Acts of 1967, as amended, and Allied Building Service (“Vendor”) to issue a Contract to Allied
Building Service to provide SMART with Bus Shelter Repair Service for the entire authority.
The term of the Agreement shall be from September 1, 2022 through January 31, 2023, at which
time SMART expects that a new, competitively solicited contract will be awarded.
All terms and conditions of SMART’s RFP 17-2341 Bus Shelter Maintenance and Repair
Service and Vendor’s Offer for that work shall govern this Agreement and are incorporated by
reference. All terms and conditions in that original offer shall remain unchanged.
This Agreement shall constitute the entire Agreement between the parties hereto and supersede
any and all prior agreements, oral or written, except as for otherwise stated herein. Waiver of
any breach of this Agreement shall not be construed as a continuing waiver of other breaches of
the same or other provisions of this Agreement. This Agreement shall be governed by the laws of
the State of Michigan.
The Parties acknowledge and agree that this Agreement may be executed by electronic signature,
which shall be considered as an original signature for all purposes and shall have the same force
and effect as an original signature. The Parties agree that the electronic signatures appearing on
this Agreement are the same as handwritten signatures for the purposes of validity, enforceability
and admissibility. Without limitation, “electronic signature” shall include faxed versions of an
original signature or electronically scanned and transmitted versions (e.g., via pdf) of an original
signature.
The Parties acknowledge that they have read and understand this Agreement and that the
signatories below have affixed their signatures and affirmed that they are authorized to execute
this Agreement, for the purpose of binding their respective Principals.
IN WITNESS WHEREOF the parties have executed this Agreement by their properly authorized
signatories:

ALLIED BUILDING SERVICE                                      SMART

___________________________                                  ___________________________
By:                                                          By: Dwight Ferrell
Its:                                                         Its: General Manager

Date: ______________________                                 Date: ______________________
StopId County         City         Direction    OnStreet   Position
    233    W    Dearborn           WB          MICHIGAN       0
    261    W    Dearborn           EB          MICHIGAN       0
    262    W    Dearborn           EB          MICHIGAN       0
  12424    W    Dearborn           WB          MICHIGAN       F
  12763    W    Dearborn           EB          MICHIGAN       F
  12767    W    Dearborn           WB          MICHIGAN       F
    241    W    Inkster            WB          MICHIGAN       0
  11531    W    Inkster            EB          MICHIGAN       N
  19430    W    Inkster            WB          MICHIGAN       F
  21888    W    Westland           EB          MICHIGAN       F
  21888    W    Westland           EB          MICHIGAN       F
    253    W    Dearborn           EB          MICHIGAN       0
  23030    M    Chesterfield Twp   SB          GRATIOT        0
    934    M    Eastpointe         NB          GRATIOT        0
  18380    M    Eastpointe         SB          GRATIOT        F
  20146    M    Eastpointe         NB          GRATIOT        F
  22442    M    Macomb Twp         NB          GRATIOT        0
  19804    M    Mount Clemens      NB          GRATIOT        F
  22444    M    Mount Clemens      SB          MAIN           0
    939    M    Roseville          SB          GRATIOT        0
    939    M    Roseville          SB          GRATIOT        0
    939    M    Roseville          SB          GRATIOT        0
  20123    M    Roseville          SB          GRATIOT        F
  20167    M    Roseville          NB          GRATIOT        F
  20168    M    Roseville          NB          GRATIOT        F
  22443    M    Clinton Twp        SB          GRATIOT        0
    961    M    Clinton Twp        SB          GRATIOT        0
    966    M    Eastpointe         SB          GRATIOT        0
    935    M    Eastpointe         NB          GRATIOT        0
  12019    O    Berkley            SB          WOODWARD       F
  22172    O    Berkley            DB          WOODWARD       0
  12084    O    Birmingham         NB          WOODWARD       F
  23830    O    Birmingham         SB          WOODWARD       0
     19    O    Ferndale           NB          WOODWARD       0
   1594    O    Ferndale           SB          WOODWARD       0
  10394    O    Pontiac            OB          WOODWARD       M
    704    O    Royal Oak          NB          WOODWARD       0
  20326    O    Royal Oak          SB          WOODWARD       F
  20347    O    Royal Oak          NB          WOODWARD       F
  23406    O    Royal Oak          NB          WOODWARD       0
  23880    O    Royal Oak          SB          WOODWARD       0
   1236    O    Royal Oak          SB          WOODWARD       0
     17    O    Royal Oak          NB          WOODWARD       0
  20335    O    Royal Oak          SB          WOODWARD       F
11596   O   Pontiac        IB   WOODWARD   M
 9254   O   Auburn Hills   NB   BALDWIN
 9257   O   Auburn Hills   NB   BALDWIN
19934   O   Auburn Hills   NB   HOPE
 9468   O   Auburn Hills   SB   BALDWIN
 1721   O   Auburn Hills   SB   BALDWIN
 1715   O   Auburn Hills   SB   BALDWIN
19921   O   Auburn Hills   SB   HOPE
agenda item
DATE:            August 25, 2022                      DISPOSITION SOUGHT: Board Approval
TO:              SMART Board of Directors             SUBMITTED BY:       General Manager
FROM:            Procurement Department               APPROVED BY:        Certification Committee

SUBJECT:         Authorization for a Contract Extension for Swiftly Mobility Platform for Transit
                 Software

RECOMMENDATION
That the Board adopt the attached resolution authorizing a purchase change order action:
   • For a nine-month contract extension
   • to Swiftly, Inc. located at 2261 Market Street #4151, San Francisco, CA 94114
   • at a cost of $268,914.00

DISCUSSION
SMART currently has a sole source contract with Swiftly for Mobility Transit Platform modules for real-
time passenger predictions, service adjustments and rider alerts, GPS playback and run times. The
contract expires September 30, 2022. A nine-month contract extension is requested to allow time for
operational consistency and data analysis to determine the continuation of this platform.

FUNDING & COSTS:
The additional funds for this project are funded via operating funds.

The summary of the contract extension.
 Stage                Date Board               Work                                     Cost
                      Approval/Requested
 nine-month              August 25, 2022       Swiftly Mobility Platform for Transit    $268,914.00
 contract extension                            software modules

                                               Cumulative TOTAL                         $268,914.00

ATTACHMENTS:
      •   Resolution
      •   9-month Agreement
      •   Swiftly Quote

/MP
SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION

                                           RESOLUTION

  Authorizing the General Manager to Award a Nine-Month Contract Extension for Swiftly Mobility
                              Platform for Transit Software Modules

Whereas,      Board authorization is requested to award a nine-month contract extension to
              Swiftly Inc. to allow time for operational consistency and data analysis to determine the
              continuation of this platform; and

Whereas,      Adequate funding is available in the Authority’s general fund; and

Whereas,      The Director of Finance is satisfied that Swiftly Inc. has the potential to perform under
              the terms and conditions of the contract; and

Whereas,      The EEO Department is satisfied that Swiftly Inc. is in compliance with the equal
              opportunity and affirmative action laws and policies of the Federal and State
              governments and the affirmative action policies of SMART; now, therefore be it

Resolved,     That the General Manager of Suburban Mobility Authority for Regional Transportation
              is hereby authorized to approve a nine-month contract extension for an amount not to
              exceed $268,914.00 to Swiftly, Inc. starting October 1, 2022 through June 30, 2023.
              The contract terms and conditions shall remain the same as SS control no. 21-3213.

                                          CERTIFICATE

The undersigned duly qualified Board Secretary of the Suburban Mobility Authority for Regional
Transportation certifies the foregoing is a true and correct copy of a resolution adopted at a legally
convened meeting of the Board of the Suburban Mobility Authority for Regional Transportation held
on August 25, 2022.

________________________________             _______________________________
Date                                         Board Secretary

No.__________
CONTRACT EXTENSION AGREEMENT BETWEEN THE
    SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION
                         AND SWIFTLY INC.
   FOR SWIFTLY MOBILTIY PLATFORM FOR TRANSIT SOFTWARE SERVICE

This Agreement (“Agreement”) is made between Suburban Mobility Authority for Regional
Transportation (“SMART”), an entity organized under the provisions of Act 204 of the Public
Acts of 1967, as amended, and Swiftly Inc. (“Vendor”) to issue a Contract Extension to Swiftly
Inc. to provide SMART with Mobility Platform for Transit Software Modules for the Authority.
The term of the Agreement shall be from October 1, 2022 through June 30, 2023, at which time
SMART expects to determine the operational consistency and data analysis for the continuation
of this platform.
All terms and conditions of SMART’s Sole Source 20-3213 Swiftly Mobility Platform for
Transit Software Service and Vendor’s Offer for that work shall govern this Agreement and are
incorporated by reference. All terms and conditions in that original offer shall remain unchanged.
This Agreement shall constitute the entire Agreement between the parties hereto and supersede
any and all prior agreements, oral or written, except as for otherwise stated herein. Waiver of
any breach of this Agreement shall not be construed as a continuing waiver of other breaches of
the same or other provisions of this Agreement. This Agreement shall be governed by the laws of
the State of Michigan.
The Parties acknowledge and agree that this Agreement may be executed by electronic signature,
which shall be considered as an original signature for all purposes and shall have the same force
and effect as an original signature. The Parties agree that the electronic signatures appearing on
this Agreement are the same as handwritten signatures for the purposes of validity, enforceability
and admissibility. Without limitation, “electronic signature” shall include faxed versions of an
original signature or electronically scanned and transmitted versions (e.g., via pdf) of an original
signature.
The Parties acknowledge that they have read and understand this Agreement and that the
signatories below have affixed their signatures and affirmed that they are authorized to execute
this Agreement, for the purpose of binding their respective Principals.
IN WITNESS WHEREOF the parties have executed this Agreement by their properly authorized
signatories:

SWIFTLY                                                      SMART

___________________________                                  ___________________________
By:                                                          By: Dwight Ferrell
Its:                                                         Its: General Manager

Date: ______________________                                 Date: ______________________
You can also read