Board of Directors Meeting - August 25, 2022 - Buhl Building 535 Griswold Street, Suite 600 Detroit, MI 48226 - SMART Bus
←
→
Page content transcription
If your browser does not render page correctly, please read the page content below
Buhl Building ▪ 535 Griswold Street, Suite 600 ▪ Detroit, MI 48226 Board of Directors Meeting August 25, 2022
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