2. Contract Award for Access Svstem Replacement. AGENDA ltel\1 NO. I

Size: px
Start display at page:

Download "2. Contract Award for Access Svstem Replacement. AGENDA ltel\1 NO. I"

Transcription

1 Quorum = 5 AGENDA Operations, Safety & Security Committee Meeting Tuesday, August 14, 2018, 9:00 a.m. DART Conference Room C - 1st Floor 1401 Pacific Ave., Dallas, Texas Approval of Minutes: July 10, 2018 Consent Items: 2. Contract for Meritor Brake Parts for DART s Bus Fleet (Patrick J. Kennedy/Carol Wise) 3. Increase Contract Funding and Extend Contract Term for System-Wide Landscape Management (Patrick J. Kennedy/Tim McKay) Individual Items: 4. Contract Award for Replacement of Synchronous Optical NETwork (SONET) System Software and Equipment (Patrick J. Kennedy/Carol Wise) 5. Contract Award for Bus Automatic Passenger Counter (APC) System (Patrick J. Kennedy/Tim McKay) 6. Contract Award for Transportation Network Company (TNC) Rideshare Services to Supplement DART GoLink Service (Patrick J. Kennedy/Tim McKay) 7. *Briefing on DART Service Standards: ADA Paratransit, On-Time Performance (Patrick J. Kennedy/Tim McKay) 8. *Update on 2018 Security Goal Security Survey Results (Patrick J. Kennedy/Nicole Fontayne-Bárdowell) 9. Identification of Future Agenda Items 10. Adjournment *This is a Briefing Item Only The Operations, Safety, & Security Committee may go into Closed Session under the Texas Open Meetings Act, Section , Consultation with Attorney, for any legal issues or under section , for deliberation regarding the deployment or implementation of Security Personnel or devices, arising regarding any item listed on this Agenda. This facility is wheelchair accessible. For accommodations for the hearing impaired, sign interpretation is available. Please contact Community Affairs at , 48 hours in advance. Chair Patrick J. Kennedy Vice Chair Tim Hayden Members Catherine S. Cuellar, Jonathan R. Kelly, Jon-Bertrell Killen, Michele Wong Krause, Amanda Moreno, Gary Slagel, and Paul N. Wageman Staff Liaison Carol Wise, Gary Thomas, and Tim McKay

2 AGENDA ltel\1 NO. I MINUTES DALLAS AREA RAPID TRANSIT OPERA TJONS, SAFETY, & SECURITY COJ\lfMITTEE MEETING July The Dallas Area Rapid Transit Operations, Safety & Security Committee meeting convened at I :20 p.m., Tuesday, July 10, 2018, at DART Headquarters, 1401 Pacific Avenue, Dallas, Texas, with Chair Kennedy presiding. The following Committee members were present: Patrick J. Catherine S. Cuellar, Jonathan R. Kelly, and Amanda Moreno. Kennedy, Gary Slagel, Other Board members present: Ray Jackson, Lissa Smith, Rick Stopfer, and Dominique P. Torres. Pursuant to Article V. Section 4 to the DART Board Bylaws, amended by Resolution No , dated September 12, 2000, Board Member Ray.Jackson was hereby appointed to the Operations, Safety & Security Committee to serve as an alternate member of the committee for purposes of making a quorum. The above-named Board J\llember shall have all the privileges of other committee members so long as the Board Member's presence is necessary to maintain a quorum. This ap1>ointment shall be effective only until the adjournment of the mee,ting for which the appointment is made. This appointme.nt form shall be filed with the Office of Board Su1>port prior to the convening of the Committee meeting. Others present: Gary Thomas, Scott Carlson, Carol Wise, Tim McKay, Joseph Costello, James Spiller, Rob Smith, Todd Plesko, John Adler, Nancy Johnson, and Josefina Chavira. I. Approval of Minutes: June 5, 2018 Mr. Kelly moved to :1pproved the Minutes from June 5, 2018, Operations, S:,fety & Security Committee M.eeting, to be entered into record, as written. Mr.. Jackson seconded and the Minutes were approved unanimously. Individual Items: 2. Contract Award for Access Svstem Replacement Chief James Spiller, DART Police and Emergency Management, briefed the Committee (slides on file with the Office of Board Support) as follows: Purpose (slide 2) Upgrade Locations (slijd) Contract Information (slide -11 Pricing(slid1!5) Recommendation (slid.: 6) Mr. Slagel moved to fon,,ard this item to the Committee-Of-The-Whole, with a recommendation. stating the President/Executive Director, or his designee, is authorized to award a contract for replacement of an access system at DART administrative and operating facilities and crew rooms at passenger stations with Convergint Technologie.s LLC, for a total authorized amount not to exceed $258, l O SS Mimn<:~.dncx 7/'!, 1/2018: 8:00 A.M.

3 Mr. Kelly seconded and the item was approved unanimously. Approval to Use Board-Authorized Contingencv for the Trinitv Railwav Express (TRE) Operations and Maintenance Contract for Additional Flagging for the TRE Vallev View Project Mr. Tim McKay, Executive Vice President of Grov.rth and Regional Development, briefed the Committee (slides on file with the Office of Board Support) as follows: Project Overview (slid.: 2) Project overview - Contracts,slidd1 Change Request (slid.: -11 Recommendation (slid.: ;i After some discussion, Mr. Jackson moved to forward this item to the Committee Of-The-Whole, with a recommendation, stating the President/Executive Director, or his designee, is authorized to am>rove use of contingency (Resolution No ) for the Trinity Railway Express 01>erations and maintenance contract with Herzog Transit Services, Inc.,!Contract No for additional flagging to support the general contractor for the TRE Valley View Project through completion in the amount of $178,000. This amount will be funded from existing contingency for a total authorized amount not to exceed $324, I 38,868. Mr. Slagel seconded and the item was approve.cl unanimously. Funding for a Portion of a Regional Positive Train Control (PTC) Contract Between F\VTA (Trinih Metro) and Xorail, Inc.. a Subsidiary of Wabtec Corporation. for PTC Hosting Services for Trinity R11ilwav Express Mr. McKay briefed the Committee (slides on file with the Office of Board Suppon) as follows: Background <,ti<.b2-sl Recommendation 1slidd,i Ms. Cuellar moved to forward th is item t o the Committee-Of-The-Whole, with a recommendation, stating the President/Executive Director, or his designee, is authorized to fund DART's portion of a purchase contract between Trinity Metro and Xorail, Inc. a subsidiary of Wabtec, for PTC hosting services in the amount of $714,166, plus a supplemental work contingency of $71,416 for unanticipated expenses, for a total amount: not to exceed $785,583, funded by DART local funds. Mr. Slagel seconded and the item was approved unanimously. Approval of a Site-Specific Shuttle Agreement with Amazon Fulfillment Center FTWl Mr. Todd Plesko, Vice President of Service Planning and Scheduling, briefed the Committee (slides on file with the Otlice of Board Suppon) as follows: Today's Action <Sli,k2) Amazon Fulfillment Center FTW I (slidd> UNT Dallas/Inland Port Map (~lid.:-1, GoLink Can Accommodate All AMAZON Riders 1,Jid.: 5> GoLink Costs For Weekend Service (,lid.:61 Recommendation (sli<l~ 7) OSS Minute.~.<ln.:x 2 71:il/2llll\: 8:0ll A.M.

4 6. After some discussion, Mr. Slagel moved to fonvard this item to the Committce-Of Thc-Whole, with a recommendation, stating the President/Executive Director, or his designee, is authorized to execute an Agreement brtween Dallas Area Rapid Transit (DART) and Amazon Fulfillment Center FTWl, substantially in the form ;ls shown in Exhibit 1, for the operation and funding of a site-specific shuttle for weekend GoLink service, with a net cost to DART not to exceed $20,000, for a one-year term, ending September 30, Mr. Kelly seconded :rnd the item was approved unanimously. *Future Model for Mobilitv Management Services - Follow Up Mr. Doug Douglas, Vice President of Mobility Management Services, briefed the Committee (slides on file with the Office of Board Support) as follows: 7. Agenda (slid.: 2) MMS Model (slitk.,) Current vs Future Contract Model (slide-i> Operator Wages hlidd) Lyft Pilot Background Checks <~lid.:6) Subsidy Per Passenger Comparison, Past vs. Current Model FY 1-19 (slid.: 7> Subsidy Estimate - FY IO vs. FY 18 Financial Plan (slide 8) Industry Review Feedback (slid.:s9-ioj RFQ/RFP Timeline (slide 11) Chair Kennedy questioned, in regards to the industry responses, if they would be available to any Committee Member should they want to see the actual responses instead of a summary. Mr. Douglas responded yes. *Briefing on DART Service Standards: L>irectness of Service Mr. Kelly stepped out of the meeting at I :52 p.m., causing a loss of a quorum. Mr. Rob Smith, Assistant Vice President of Service Planning & Development, briefed the Committee (slides on file with the Office of Board Support) as follows: Past, Current, and Future Briefings 1slidc.2) Background c~lid~ '.I) Current Standard (slid~ 5) Acceptable Travel Time Ratios (slidd,) Guidelines for Route Diversions to Rail Stations,,1i,k 7) City of Dallas Resolution 2.b. t).;1d,.::r 2016,siid~ 8> Mr. Stopfer entered the meeting at I :56 p.m. Directness of Service Principles <,lido 101 Directness oflndividual Routes rsli<l: 111 Route 428 (slid~ J.2) Mr. Kelly reentered the meeting at I :58 p.m., recreating a quorum. Ms. Torres entered the meeting at I :59 p.m. Route 415 1slid~ D) 07. l OSS Minutes.doc:,.; 7/7, : 8:00 A.M.

5 Mr. Jackson noted he had heard from people, in the southern sector of the City of Dallas, complain about DAR T's service in that area. He stated one of the issues they continue to press upon him, as well as other members of the Board, is that there are not enough routes that are getting them to the places they need to go without going through this maze other than the previous route shown where it is going almost directly stop to stop. Mr. Smith agreed this was the downside of all the deviations and many parts of the system, have been done for well-intentioned reasons, because of concern of wanting access to particular locations. Mr. Jackson inquired why DART could not create a system that has more routes instead of trying to catch every particular location that people say they want to get to with one route. Mr. Gary Thomas, President/Executive Director, interjected Mr. Jackson made a good point. He noted, in looking at that route, there is obviously ways that staff can shortcircuit that route to make it more efficient in a timely manner. Mr. Thomas requested the Committee allow staff to look into this to make changes for the next scheduled service change. Chair Kennedy noted, to Mr. Jackson's point, there are ways to serve all these destinations that may not be one route trying to hit all of the destinations, but an interconnected network, which would mean more frequency in those areas to minimize the wait time between buses. Mr. Kelly pointed out, from riding many of the routes in the City of Garland, that many times they, as a Board, lean to the grid system as being the solution, however, he wanted to make sure the Committee was taking riders' feedback into consideration. Chair Kennedy responded, to Mr. Kelly's point, part of this process, as they roll out the new standards, they will be going out to the public with some of these trade-off issues. He noted, for example, if DART can deliver a much better frequency, would a bus rider be willing to walk an extra block, or two, to a location or would DART have to deviate to pick up every rider along the way. Mr. Smith continued with the presentation as follows: Relative Transit Speeds,~lidc 1-') Importance of Speed (slides 15-16) Directness Over the Network <slid.j 11) Directness Over the Network: City of Dallas Approach (slid.: 18) Travel to Top Five Work Centers (~lid019) Simpson Stuart Rd & Highland Hills to Downtown Dallas (slide 20) Simpson Stuart Rd & Highland Hills to Addison (slide 21 ) Simpson Stuart Rd & Highland Hills to LBJ Central tslidc 22) Travel time by Car Vs Transit for Two Neighborhoods in Dallas to Major Activity Centers (slide 24) General Access Over the Network (slide 25) Highland Hills -Simpson-Stuart & Highland l!ill,<slidc 261 Ledbetter Station -Ledbetter& L111cas1Gr(slidc 27) Vickery Meadow -Pnrk Ln & Fair Oaks {slide 28) West End -Pacific & Lamar \~lidc 29) Considering Different Approaches tslidcsji-32) Ms. Moreno entered the meeting at 2:28 p.m., creating a natural quonim OSS Minutes Joe~ 7/:ll/2018: 8:00AM.

6 RefeITing to slide 31, Considering Different Approaches, in regards to Mr. Smith saying DART did not have a way to measure the origin or destination information for all of DART's trips, Ms. Cuellar said, to her understanding, with DART's new fare media and the app, they will have more granularity in terms of knowing where people are tapping on, in terms of the origins of the trips. She noted this information should be available for all but cash fares. She then asked if staff would have data from rolling stock fare boxes if people are paying cash in transit. Mr. Smith responded the fare-box data is one source, however, the best source of information is the on-board surveys that are conducted every 5 years. He noted the last survey was conducted in 2014 and they should be conducting a new survey in the next couple of years. Mr. Smith proceeded to explain the process that has been used in the past. Mr. Stopfer stepped out of the meeting at 2:32 p.m. Ms. Cuellar recommended staff use the cameras located on its rolling stock, to help anonymously and in aggregate, to look at the boarding and exits from the camera feeds. She also recommended, with the understanding that not everybody adds value to their Tap-Card with a credit card, or debit card, staff use the billing zip on that information. Chair Kennedy inquired if there was a standard protocol that a request for deviation has to meet to be considered for the deviation to occur. Mr. Smith responded the Service Standards vaguely addresses the requests for deviation. He noted it talks about looking at the travel time impact on the other customers that are using the service; whether the deviation would require extra service to complete it or not, which does occur on occasion. He continued staff also looks at a series of issues similar to that, however DART has not, traditionally, had formal standards on that issue. Chair Kennedy noted, in his opinion, one of the issues is whether the Committee wants to consider some codification of the standards, because once DART begins to cater to every single request, they may have to add double or triple the amount of mileage which in tum blows out any kind of frequency improvements or speed improvements. He continued, which means individual routes may not be part of the network anymore because those connections may not be easy to make or efficient. In reference to the slides with the individual maps with a travel person in the center, Mr. Slagel questioned if staff had any sense of the average time it takes a person to get from Point A to their destination. Mr. Smith responded this model adjusts for access time if a person is looking from a particular location, although some of the challenges are that in many cases the sidewalk linkages, the streets are not direct to where a person is able to walk a half mile to get to a stop or station He continued, that is often the bigger problem that DART does not have the continuity and the pedestrian network and this is not sophisticated enough to address that issue. Chair Kennedy added, along those lines, DART's member-cities do not have unlimited capital to make improvements everywhere, too, so it is very critical as they develop this high-level of service frequency network to give the member-city a roadmap for where they can prioritize their improvements, as well. 8. *Update on DART Police Quarterly Operations Chief Spiller briefed the Committee (slides on file with the Office of Board Support) as follows: Overview (slide 2) 07. l OSS Minutes.doc;,.; 5 7/31/2018: 8:00 AM_

7 Emergency Preparedness (sliddj Mr. Jackson stepped out of the meeting at 2:41 p.m. Records Requests (slid.;: 4) Hiring and Recruiting 1slid.: s, Mr. Jackson reentered the meeting at 2:45 p.m. Operations (slid.:s6-7) Counter Terrorist/Special Operations Unit (slide K\ Mr. Stopfer reentered the meeting at 2:52 p.m. Criminal Investigations (slij.:9) Department Highlights (slid~ JO) Summary (slitk 111 In regards to the Fatigue Study that Ms. Wong Krause had requested, beginning in July 2017 through September 2017, which was prior to the implementation of all the uniformed presence on the transit system, Ms. Torres inquired if there are any compliance issues with the fatigue requirement for DART's active police officers. Chief Spiller responded no. He then explained part of their deployment is that they have implemented three different shifts, in accordance to the area that is being covered, and the process used for covering the weekend shift 9. Identification of Future Agenda Items There were no future agenda items for this Committee. 10. Adjournment There being no further business to discuss, the meeting adjourned at 3 :05 p. m. Josefina Chavira, CAP Board Committee Secretary t'.ic +Same Night Item * Briefing Item OSS Minnks.docx 6 7/:11/20 18: 8:0IJ AM.

8 AGENDA ITEM NO. 2 Agenda Report Attachments: 1. Contract Award Analysis 2. D/M/WBE Details Voting Requirements: Majority DATE: August 14, 2018 SUBJECT: Contract for Meritor Brake Parts for DART's Bus Fleet RECOMMENDATION Approval of a resolution authorizing the President/Executive Director or his designee to award a two-year contract for Meritor brake parts for DART's bus fleet to The Aftermarket Parts Company, LLC in a total authorized amount not to exceed $282,951. FINANCIAL CONSIDERATIONS. This contract for Meritor brake parts for DART's Bus Fleet is included in the Bus Operations Department s proposed FY 2019 operating budget.. Sufficient funding for this contract in the amount of $282,951 is included in both the Bus Operations Department s proposed FY 2019 Operating Expense Budget and the Operating Expense line item of the FY 2018 Twenty-Year Financial Plan. BUSINESS PURPOSE. DART has a fleet of 643 buses, of which 476 are NABI CNG buses equipped with Meritor brakes. The NABI CNG buses require ongoing replacement of brake parts in accordance with DART's Approved Maintenance Plan.. Approval of this contract will help achieve the Board Strategic Priority 2: Optimize and preserve (state of good repair) the existing transit system. PROCUREMENT CONSIDERATIONS. On September 6, 2017, an Invitation for Bids (IFB) was issued.. This will be a Requirements type contract for a two-year base term.. By the closing date of October 5, 2017, eleven bids were received.. The Aftermarket Parts Company, LLC submitted the lowest responsive and responsible bid for Meritor brake parts for DART's bus fleet. Meritor Brake Parts 1 8/9/2018 2:42:03 PM

9 . They possess the financial capacity to perform this contract. The pricing was determined to be fair and reasonable, and this firm is recommended for the award.. The contract award analysis is provided as attachment 1. D/M/WBE CONSIDERATIONS. The goals for this contract were established in 2004 by the DART Board of Directors at 25% MBE and 5% WBE participation.. The Aftermarket Parts Company, LLC, the prime contractor, has committed to achieve some participation.. The M/WBE analysis and Equal Employment Opportunity (EEO) information are included in Attachment 2. The prime contractor's actual EEO-1 report is available upon request. LEGAL CONSIDERATIONS. Section of the Texas Transportation Code authorizes DART to contract for the provision of goods and services. Meritor Brake Parts 2 8/9/2018 2:42:03 PM

10 Dallas Area Rapid Transit Authority CONTRACT AWARD ANALYSIS (Invitation for Bids) IFB No. B Attachment 1 Contract Information A. Description: Meritor Brake Parts for DART s Bus Fleet B. Contractor: The Aftermarket Parts Company, LLC C. Contract Number: C D. Contract Amount: Not to Exceed $282,951 E. Contract Type: Requirements F. Term of Contract: Two Years G. Options Available: N/A H. Bond Requirement: N/A I. Liquidated Damages: N/A J. Funding Source: Local Solicitation Information A. Issue Date: September 6, 2017 B. Notification Sent to Registered Vendors: Yes C. Date and Time for Bid Receipt: October 5, 2017; 2:00 PM D. Bids Received: Eleven bids were received. Line Firm Total Base Period Price 1. The Aftermarket Parts Company, LLC $282, Neopart, Transit LLC $293, Prevost Car $305, Midwest Bus Corporation $309, American Moving Parts $318, Southern Coach Parts Co, Inc. (*) Technically Unacceptable 7. Muncie Transit Supply (*) Technically Unacceptable 8. Vehicle Maintenance Program (**) Non-Responsive Meritor Brake Parts 1 8/9/2018 2:42:03 PM

11 9. Bremskerl North America (**) Non-Responsive 10. Axletech, LLC (**) Non-Responsive 11. Gillig, LLC (**) Non-Responsive Attachment 1 (*) Product samples submitted by both bidders, Southern Coach Parts Co, Inc. and Muncie Transit Supply were rejected for use by DART Fleet Engineering and determined to be technically unacceptable. E. Discussion of Non-responsive: (**) Exhibit B Page 1 Paragraph 3 (c) All or None Pricing states: Failure of an offeror to provide prices for all line items listed on the Schedule shall be cause for rejection of the entire offer Vehicle Maintenance Program did not submit pricing for following line items in their price schedule: Line item: 2,3,5,6,7,8,9,10,11,12,13,14 and 15. Bremskerl North America did not submit pricing for following line items in their price schedule: Line item: 1,2,3,5,6,7,8,9,10,11,12,13,14 and 15. Axletech LLC did not submit pricing for following line items in their price schedule: Line item: 3,8,12,14 and 15. Price Schedule (Form A) states: Failure to check the box next to the manufacturer part number or the equal manufacturer that will be provided for each line item, will result in a non-responsive bid. Gillig LLC did not check the box next to the manufacturer part number or the equal manufacturer they will provide against each line item. F. Bid Evaluation: The Aftermarket Parts Company, LLC bid was determined to be responsive. G. Price Considerations: Prices were determined to be fair and reasonable based on price competition, historical pricing adjusted for inflation, and the producer price index (PPI). In addition, The Aftermarket Parts Company, LLC s pricing is 21% lower than the independent cost estimate (ICE). H. Determination of Responsibility: Reference and financial surveys were satisfactory. I. Protests received: None J. Determinations Required: Use of Brand Name or Equal Specifications, Nonresponsive Bid Determination and Recommendation The Procurement Department has determined that The Aftermarket Parts Company, LLC is a responsible offeror that submitted a responsive bid with a fair and reasonable price to provide Meritor brake parts for DART s Bus Fleet. They have the capacity to perform this contract and are recommended for award. Meritor Brake Parts 2 8/9/2018 2:42:03 PM

12 Attachment 2 Contract for Meritor NABI Brake Parts M/WBE Considerations The goals for this contract were established in 2004 by the DART Board of Directors at 25% MBE and 5% WBE participation. The Aftermarket Parts Company, LLC, the prime contractor, has committed to achieve some participation through utilization of the following certified firm: VENDOR LOCATION ETHNICITY SERVICE AMOUNT PERCENT Langley Traffic Trevose, PA White Female Freight $8, % TOTAL WBE PARTICIPATION: $8, % NOTE: The goals are based on the not to exceed amount of $282,951. If there are any changes to this amount, the original goals will apply. *The percentage and dollar amount may remain level, increase or decrease depending on the circumstances. Summary of EEO-1 Report The Aftermarket Parts Company, LLC, is located in Delaware, OH and employs 419 individuals. The following is an analysis of their EEO-1 report: ASIAN BLACK HISPANIC NATIVE AMERICAN WHITE TOTAL Percentage MALES % FEMALES % TOTAL % PERCENTAGE 0.00% 2.39% 17.42% 3.34% 76.85% 100% Meritor Brake Parts 1 8/9/2018 2:42:03 PM

13 DRAFT RESOLUTION of the DALLAS AREA RAPID TRANSIT BOARD (Executive Committee) Contract for Meritor NABI Brake Parts WHEREAS, DART has a fleet of 643 buses, of which 476 are NABI CNG buses equipped with Meritor brakes; and WHEREAS, the NABI CNG buses require ongoing replacement of brake parts in accordance with DART's Approved Maintenance Plan; and WHEREAS, a competitive sealed bid procurement for a two-year contract with no options was conducted in accordance with the DART Procurement Regulations; and WHEREAS, the proposed price for this contract is considered to be fair and reasonable; and WHEREAS, funding for this contract is within proposed FY 2019 budget and approved FY 2018 Twenty-Year Financial Plan allocations. NOW, THEREFORE, BE IT RESOLVED by the Dallas Area Rapid Transit Board of Directors that the President/Executive Director or his designee is authorized to award a two-year contract for Meritor brake parts for DART's bus fleet to The Aftermarket Parts Company, LLC in a total authorized amount not to exceed $282,951. Meritor Brake Parts 1

14 Contract for Meritor NABI Brake Parts Prepared by: Carol Wise Executive V:ice President Chief Ope ting Meritor Brake Parts 2

15 AGENDA ITEM NO. 3 Agenda Report Attachments: 1. Procurement Analysis 2. D/M/WBE Details Voting Requirements: Majority DATE: August 14, 2018 SUBJECT: Increase Contract Funding and Extend Contract Term for System-Wide Landscape Management RECOMMENDATION Approval of a resolution authorizing the President/Executive Director or his designee to execute, subject to legal review, a contract increase and contract extension for System-Wide Landscape Management with BrightView Landscape Services, Inc., [Contract No. C ]. The resolution will increase the not-to-exceed amount by $350,000, for a new total authorized amount not to exceed $8,262,753 and extend the contract term from September 30, 2018 through December 31, FINANCIAL CONSIDERATIONS. This increase in contract funding for System-Wide Landscape Management is included in the Rail Operations Department's proposed FY 2019 operating budget.. Sufficient funding for this contract increase in the amount of $350,000 is included in both Rail Operations Department's proposed FY 2019 Operating Expense budget and the Light Rail Operating Expense line item of the FY 2018 Twenty-Year Financial Plan. BUSINESS PURPOSE. The contract extension for System-Wide Landscape Management is requested to provide additional time to revise the statement of work and sourcing strategy to reduce risk, improve competition and increase opportunities for smaller contractors; and. The contract includes, but is not limited to: mowing, edging, weeding, trimming, cultivating, irrigation, soil testing, tree wrapping, drainage system monitoring, and removing debris; and. The contract will cover maintenance services for 61 light rail stations, six commuter rail stations, nine transit centers, two passenger transfer locations (PTL), three patron plazas, two transfer centers, two Park & Ride facilities, and twelve non-public facilities.. Approval of this contract will help achieve the Board Strategic Priority 2: Optimize and preserve (state of good repair) the existing transit system. Contract Mod. System-Wide Landscape Management 1 8/9/2018 6:46:58 PM

16 PROCUREMENT CONSIDERATIONS. The base term of the contract is five-years with no options.. DART Procurement Regulations, 3-103, allows for a 90 day extension at the Authority's discretion.. The term of the contract will be extended from September 30, 2018 through December 31, This is an Indefinite Delivery/Indefinite Quantity Contract.. The pricing for the requested extension is determined to be fair and reasonable.. The Procurement Analysis is provided as Attachment 1. D/M/WBE CONSIDERATIONS. The goals for this contract were established in February 2013 at 25% MBE and 5% WBE participation.. Brightview Landscape Services, Inc., the prime contractor, has committed to meet the MBE goal and exceed the WBE goal.. The M/WBE analysis and Equal Employment Opportunity (EEO-1) information are included in Attachment 2. The prime contractor's actual EEO-1 report is available upon request. LEGAL CONSIDERATIONS. Section of the Texas Transportation Code authorizes DART to contract for the provision of goods and services. Contract Mod. System-Wide Landscape Management 2 8/9/2018 6:46:58 PM

17 Contract Information Dallas Area Rapid Transit Authority PROCUREMENT ANALYSIS Increase Funding/Extend Term Modification No. 5 Attachment 1 A. Contract Description: Systemwide Landscape Management B. Contractor: Brightview Landscape Services, Inc. C. Contract Number: C D. Contractual Action: Extend Contract Term by 90 days and Increase Contract Amount E. Current Contract Amount: Not to Exceed $7,912,753 F. Contract Modification Amount: Not to Exceed $350,000 G. New Contract Amount: Not to Exceed $8,262,753 H. Contract Type: Indefinite Delivery/Indefinite Quantity I. Current Term of Contract/Performance Period: 9/30/2018 J. Remaining Options Available: None K. Price Considerations: The initial contract award was based on full and open competition, and all bids were evaluated. Lot A and B pricing for this modification will remain the same as in the base contract. L. Negotiation Memorandum: N/A M. Determinations Required: Extend Time on Indefinite Quantity Contracts N. Funding: Local O. Determination of Responsibility: Reference Check: Satisfactory Financial Responsibility Survey: Satisfactory Insurance Check: Yes Debarred/Suspended list: Not on debarred /suspended list Determination and Recommendation Brightview Landscape Services, Inc. is determined to be a responsible contractor for the modification described above. Therefore, execution of the contract modification is recommended. Contract Mod. System-Wide Landscape Management 1 8/9/2018 6:46:58 PM

18 Attachment 2 Increase Contract Funding and Extend Contract Term for System-Wide Landscape Management M/WBE Considerations The goals for this contract were established in February 2013 at 25% MBE and 5% WBE participation. This contract increase of $350,000 will increase the contract amount to $8,262,753. Of the proposed modification amount, $120,680 has been committed to the following certified firms: MBE CONSIDERATIONS VENDOR LOCATION ETHNICITY SERVICE AMOUNT Unicorp Services, Inc. Dallas, TX Black Male Labor $80,500 Orr Contractors & Trucking, LLC Dallas, TX Black Male Hauling Services $7,000 TOTAL MBE PARTICIPATION (for this increase): $87,500 WBE CONSIDERATIONS VENDOR LOCATION ETHNICITY SERVICE AMOUNT Luck Lady Oil Company Irrigators Supply, Inc. Ft. Worth, TX McKinney, TX White Female Fuel $22,120 White Female Equipment & Repairs $11,060 TOTAL WBE PARTICIPATION (for this increase): $33,180 For the entire contracting period, Brightview Landscape Services, Inc., the prime contractor, has committed to meet the MBE goal and exceed the WBE goal through utilization of the following certified firms: MBE PARTICIPATION VENDOR LOCATION ETHNICITY SERVICE AMOUNT PERCENTAGE Unicorp Dallas, TX Black Male Labor $1,900, % Services, Inc. Contract Mod. System-Wide Landscape Management 1 8/9/2018 6:46:58 PM

19 Attachment 2 Orr Contractors & Trucking, LLC Dallas, TX Black Male Hauling Services $165, % TOTAL MBE PARTICIPATION: $2,065, %* WBE PARTICIPATION VENDOR LOCATION ETHNICITY SERVICE AMOUNT PERCENTAGE Luck Lady Oil Company Irrigators Supply, Inc. Ft. Worth, TX McKinney, TX White Female Fuel $522, % White Female Equipment & Repairs $261, % TOTAL WBE PARTICIPATION: $783, %* TOTAL M/WBE PARTICIPATION: $2,848, %* NOTE: The goals are based on the not to exceed amount of $8,262,753. If there are any changes to this amount, the original goals shall apply. *The percentages and dollar amounts may remain level, increase or decrease depending on the circumstances. Summary of EEO-1 Report Brightview Landscape Services, Inc. is headquartered in Plymouth Meeting, PA and employs 10,350 individuals. The following is an analysis of their EEO-1 report: ASIAN BLACK HISPANIC NATIVE AMERICAN WHITE TOTAL Percentage MALES , ,937 9, % FEMALES % TOTAL , ,237 10, % PERCENTAGE 0.90% 3.92% 72.81% 0.76% 21.61% 100% Contract Mod. System-Wide Landscape Management 2 8/9/2018 6:46:58 PM

20 DRAFT RESOLUTION of the DALLAS AREA RAPID TRANSIT BOARD (Executive Committee) Increase Contract Funding and Extend Contract Term for System-Wide Landscape Management WHEREAS, DART has facilities requiring landscape management services at regular intervals to maintain the environment and natural surroundings, and to be aesthetically appealing to our customers and neighbors. A comprehensive landscape management services contract ensures that DART facilities are maintained at an acceptable and uniform standard; and WHEREAS, the contract extension for landscape management services is being requested to provide additional time to revise the statement of work and sourcing strategy to reduce risk, improve competition and increase opportunities for smaller contractors; and WHEREAS, the contract for landscape management services includes, but is not limited to: mowing, edging, weeding, trimming, cultivating, irrigation, soil testing, tree wrapping, drainage system monitoring, and removing debris; and WHEREAS, the contract will cover maintenance services for 61 light rail stations, six commuter rail stations, nine transit centers, two passenger transfer locations (PTL), three patron plazas, two transfer centers, two Park & Ride facilities, and twelve non-public facilities; and WHEREAS, the proposed pricing structure for this contract increase is determined to be fair and reasonable; and WHEREAS, funding for this contract increase is within proposed FY 2019 Operating Expense budget and FY 2018 Twenty-Year Financial Plan allocations. NOW, THEREFORE, BE IT RESOLVED by the Dallas Area Rapid Transit Board of Directors that the President/Executive Director or his designee is authorized to execute, subject to legal review, a contract increase and contract extension for System-Wide Landscape Maintenance with BrightView Landscape Maintenance, Inc. [Contract No. C ]. The resolution will increase the not to-exceed amount by $350,000, for a new total authorized amount not to exceed $8,262,753 and extend the contract term from September 30, 2018 through December 31, Contract Mod. System-Wide Landscape Management 1

21 Increase Contract Funding and Extend Contract Term for System-Wide Landscape Management Prepared by: Carol Wise Executive Vice President Chief Operating Officer Approved as to~ rm: ~ ::=::.. o t ~ar}8fa ounsel Approved by: Contract Mod. System-Wide Landscape Management 2

22 AGENDA ITEM NO. 4 Agenda Report Attachments: 1. Updated Contract Analysis 2. D/M/WBE Details Voting Requirements: Majority DATE: August 14, 2018 SUBJECT: Contract Award for Replacement of Synchronous Optical NETwork (SONET) System Software and Equipment RECOMMENDATION Approval of a resolution authorizing the President/Executive Director or his designee to award a nine month contract for replacement of Synchronous Optical NETwork (SONET) System Software and Equipment to Link America, LLC in a total authorized amount not to exceed $3,596,663. FINANCIAL CONSIDERATIONS. This contract for the Replacement of Synchronous Optical NETwork (SONET) System Software and Equipment is included in the Comms SONET System Replacement project budget of the FY 2018 Capital Budget.. Sufficient funding for this contract in the amount of $3,596,663. is included in both the Comms SONET System Replacement project budget and the Light Rail Transit Capital line item of the FY 2018 Twenty-Year Financial Plan. BUSINESS PURPOSE. The current SONET system has reached the end of its life cycle, parts are no longer being produced and are becoming unavailable.. The Agency requires higher bandwidth capacity due to the increased demands of high definition cameras.. The current DART SONET system functions as the data transport system for all of the field operations systems along the DART Right-of-Way (ROW). These systems include CCTV, Fare Collection (Ticket Vending Machines [TVM] and upcoming Validators), field and wayside phones, Supervisory Control and Data Acquisition (SCADA) System, Signal Systems, Traction Power, and Public Address/Visual Message Boards (PA/VMB).. This project will be to procure and implement a turnkey system to replace SONET with an industrial grade, transit oriented network solution providing much greater network speed and longer service life than the typical 5 to 8 years of SONET. SONET Upgrade 1 8/9/2018 6:52:22 PM

23 . Approval of this contract will help achieve the Board Strategic Priority 2: Optimize and preserve (state of good repair)the existing transit system and Board Strategic Priority 6: Innovate to improve levels of service, business processes, and funding. PROCUREMENT CONSIDERATIONS. This will be a Definite Quantity/Definite Delivery firm fixed-price contract with no options for a term of nine months.. On June 20, 2018, an Invitation for Bid (IFB) notification was sent to 275 firms for Replacement of Synchronous Optical NETwork (SONET) System Software and Equipment.. Four bids were received.. Link America, LLC submitted the lowest responsive bid and has the technical and financial capability to perform the contract.. The pricing is determined fair and reasonable, and this firm is recommended for award.. The contract award analysis is provided as Attachment 1. D/M/WBE CONSIDERATIONS. The goals for this contract were established in March 2018 at 25% MBE and 5% WBE participation.. Link America LLC, the prime contractor, is a certified MBE firm; therefore, the MBE goal will be met. Link America LLC, has committed to exceed the WBE goal.. The M/WBE analysis and Equal Employment Opportunity (EEO) information are included in Attachment 2. The prime contractor's actual EEO-1 report is available upon request. LEGAL CONSIDERATIONS. Sections and of the Texas Transportation Code authorize DART to procure goods and services. SONET Upgrade 2 8/9/2018 6:52:22 PM

24 Contract Information Dallas Area Rapid Transit Authority CONTRACT AWARD ANALYSIS (Invitation for Bids) IFB NO. B Attachment 1 A. Description: Replacement of Synchronus Optical NETwork (SONET) System (Software and Equipment) B. Contractor: Link America, LLC C. Contract Number: C D. Contract Amount: Not to Exceed $3,596,663 E. Contract Type: Definite Quantity/Definite Delivery F. Performance Period/Term of Contract: 9 Months from the date of the Notice to Proceed G. Options Available: N/A H. Bond Requirement: N/A I. Liquidated Damages: N/A J. Funding Source: Local Solicitation Information A. Issue Date: June 20, 2018 B. Number of Notifications Sent: 275 C. Date and Time for Bid Receipt: July 11, 2018 at 2:00 PM (Dallas CST) D. Bids Received: Four Firm Name Bid Price Total Price 1. Link America, LLC $3,596,663 $3,596, Signet Electronic Systems, Inc. $3,883,128 $3,883, HSQ Technologies, Inc. $4,482,750 $4,482, Alcatel Lucent USA (Nokia) Nonresponsive E. Discussion of Nonresponsive Bids: Alcatel Lucent USA (Nokia) was determined to be nonresponsive as a result of altering DART s Statement of Work and required parts list. While the bid allowed for brand name or equal parts, proposing an alternate solution is not permitted. F. Bid Evaluation: All bids were received before close and recorded. The apparent low bidder was publicly announced. Each low bid was checked for correctness and completion. A letter was sent the apparent low bidder to verify their bid. SONET Upgrade 1 8/9/2018 6:52:22 PM

25 G. Price Considerations: Based on the competitive bids received, the Independent Cost Estimate, and Historic Pricing the price is determined to be fair and reasonable. H. Determination of Responsibility: Bond Check: N/A Reference Check: 1. North Texas Tollway Authority 2. Dallas County Community College District 3. Wylie Independent School District Financial Responsibility Survey: Insurance Check: Upon Award of Contract On-Site Inspection: N/A Arithmetic Check: Completed Verification of Bid: Completed Buy America Certification and/or Audit, if applicable: N/A Debarred/Suspended list: Not on debarred /suspended list I. Protests received: No protests received. J. Determinations Required: 1. Use of Brand Name of Equal Specifications 2. Nonresponsive Bidder Determination and Recommendation Attachment 1 Link America, LLC is determined to be a responsive and responsible contractor, which submitted the lowest price in full and open competition for (type of product/service). They have the capacity to perform this contract and are recommended for award. SONET Upgrade 2 8/9/2018 6:52:22 PM

26 Attachment 2 Contract Award for Replacement of Synchronus Optical NETwork (SONET) System Software and Equipment M/WBE Considerations The goals for this contract were established in March 2018 at 25% MBE and 5% WBE participation. Link America LLC, the prime contractor, is a certified MBE; therefore, the MBE goal will be met. Link America LLC, has committed to exceed the WBE goal through utilization of the following certified firm: WBE PARTICIPATION VENDOR LOCATION ETHNICITY SERVICE AMOUNT PERCENTAGE Carcon Material Industries & Procurement, Construction, Dallas, TX Female Inventory & $250, % LLC Functionality Verification TOTAL WBE PARTICIPATION: $250, %* NOTE: The goals are based on the not to exceed amount of $3,596,663. If there are any changes to this amount, the original goals will apply. *The percentage and dollar amount may remain level, increase or decrease depending on the circumstances. Summary of EEO-1 Report Link America LLC, is located in Rowlett, TX and employs 28 individuals. The following is an analysis of their EEO-1 report: ASIAN BLACK HISPANIC NATIVE AMERICAN WHITE TOTAL Percentage MALES % FEMALES % TOTAL % PERCENTAGE 3.57% 28.57% 28.57% 0% 39.29% 100% SONET Upgrade 1 8/9/2018 6:52:22 PM

27 DRAFT RESOLUTION of the DALLAS AREA RAPID TRANSIT BOARD (Executive Committee) Contract Award for Replacement of Synchronous Optical NETwork (SONET) System Software and Equipment WHEREAS, the current SONET system has reached the end of its life cycle, parts are no longer being produced and are becoming unavailable; and WHEREAS, the SONET system provides critical infrastructure communications to the Light Rail Transit (LRT) network; and WHEREAS, a competitive sealed bid procurement for a nine month contract with no options was conducted in accordance with the DART Procurement Regulations; and WHEREAS, the proposed price for this contract is determined to be fair and reasonable; and WHEREAS, funding for this contract is within current budget and FY 2018 Twenty-Year Financial Plan allocations. NOW, THEREFORE, BE IT RESOLVED by the Dallas Area Rapid Transit Board of Directors that the President/Executive Director or his designee is authorized to award a nine month contract for Replacement of the Optical Synchronous NETwork (SONET) System Software and Equipment to Link America, LLC, in a total authorized amount not to exceed $3,596,663. SONET Upgrade 1

28 Contract Award for Replacement of Synchronous Optical NETwork (SONET) System Software and Equipment Prepared by: Carol Wise Executive Vice President Chief Op ating Officer Approved as to for Approved by: SONET Upgrade 2

29 AGENDA ITEM NO. 5 Agenda Report Attachments: 1. Contract Award Analysis 2. D/M/WBE Details Voting Requirements: Majority DATE: August 14, 2018 SUBJECT: Contract Award for Bus Automatic Passenger Counter (APC) System RECOMMENDATION Approval of a resolution authorizing the President/Executive Director or his designee to award a one-year contract to Urban Transportation Associates, Inc., (UTA) for a Bus Automatic Passenger Counter (APC) System to include equipment, installation, and retrofit of TransitMaster APCs on DART s entire fleet of 640 buses in the amount of $1,697,160, plus a 5% contingency of $84,858, for a total authorized amount not to exceed $1,782,018. FINANCIAL CONSIDERATIONS. This contract for a Bus Automatic Passenger Counter (APC) System is included in the Equip Bus Fleet with APC project budget of the proposed FY 2019 Capital Budget.. Sufficient funding for this contract in the amount of $1,782,018 is included in both the Equip Bus Fleet with APC project budget and the Bus Capital line item of the FY 2018 Twenty-Year Financial Plan. BUSINESS PURPOSE. Approval of this contract will assist DART in achieving Board Strategic Priority 2: Optimize and preserve (state of good repair) the existing transit system; and Priority 6: Innovate to improve levels of service, business process and funding.. One of the Board goals for FY 2019 is the transition from bus passenger counting using DART fareboxes to automatic passenger counters. In comparative counts between fareboxes and automatic passenger counts, the automatic passenger counts capture on average more than 15% higher ridership. DART has verified the accuracy of automatic passenger counts with special manual counts conducted by specially trained survey consultant staff.. To switch to the APC counts, DART must submit a comparative analysis to the Federal Transit Administration (FTA) National Transit Database (NTD) technician prior to using the counts. The request for the use of APCs for bus, TRE trains, and the Dallas Streetcar will be submitted in August 2018 to FTA. Approval is estimated to take three weeks.. As of today, DART has 175 large buses equipped with APC equipment and will install APC equipment on 25 Smart buses in August and September This equipment will be used to Contract Award for APC System 1 8/9/2018 2:23:15 PM

30 estimate bus ridership beginning in October 2018 following FTA approval.. After approval, DART will begin reporting monthly ridership based upon a random sample of APC-equipped buses providing 30% of all bus trips.. DART received FTA approval to use APC equipment for monthly ridership on the light rail fleet in Approval of the use of APCs to count passengers on the TRE and Dallas Streetcar will also be submitted at the same time as we submit our plan for bus counts.. This procurement will allow DART to install APC equipment on 100% of DART s fleet of buses during FY By using 100% coverage of our fleet, DART will be able to move away from sampling methodology to obtain bus ridership, and use counts collected as the census of all trips. This will reduce sampling errors and allow DART to complete monthly estimates within 15 weekdays following the end of a month. It will also reduce cost and confusion in rotating the APC equipment throughout all routes.. The expanded number of APC units will integrate count data into the Trapeze Transitmaster system including our wireless network at the operating garages. The procurement will insure that 100% of the bus fleet is equipped with the same type of sensor units which will reduce the cost of parts and maintenance.. To maintain FTA compliance to use APCs for passenger counting, DART will conduct annual validation tests and maintenance hardware and software preventive maintenance under an FTA approved plan.. Staff is recommending the UTA proposal which integrates new APC equipment with horizontal sensors (except vertical for ARBOC fleet) into our Trapeze Transitmaster infrastructure for the full fleet. TransitMaster equipment will optimize the interoperability of the APCs with DART s other systems that are components of the comprehensive Trapeze TransitMaster Intelligent Transportation System. PROCUREMENT CONSIDERATIONS. On June 13, 2018, a Request for Proposal was issued and sent to 384 firms for Bus Automatic Passenger Counter (APC) System.. This will be a Definite Quantity/Definite Delivery contract with no options, for one year.. By the closing date of July 12, 2018, four proposals were received.. Urban Transportation Associates, Inc., (UTA) submitted the most advantageous proposal.. They possess the technical and financial capability to perform the contract.. The price is determined fair and reasonable.. The contract award analysis is provided as Attachment 1. D/M/WBE CONSIDERATIONS. The goals for this contract were established in January 2018 at 15% MBE and 6% WBE participation. Contract Award for APC System 2 8/9/2018 2:23:15 PM

31 . Urban Transportation Associates, Inc., the prime contractor, has committed to exceed the WBE goal.. The M/WBE analysis and Equal Employment Opportunity (EEO-1) information are included in Attachment 2. The prime contractor's actual EEO-1 report is available upon request. LEGAL CONSIDERATIONS. Section of the Texas Transportation Code authorizes DART to contract for the provision of goods and service. Contract Award for APC System 3 8/9/2018 2:23:15 PM

32 Dallas Area Rapid Transit Authority CONTRACT AWARD ANALYSIS (Request For Proposals) RFP NO. P Attachment 1 Contract Information A. Description: Bus Automatic Passenger Counter (APC) System B. Contractor: Urban Transportation Associates, Inc. C. Contract Number: C D. Contract Amount: Not to exceed $1,697,160 E. Contract Type: Definite Quantity/Definite Delivery F. Performance Period/Term of Contract: One Year G. Options Available: None H. Bond Requirement: N/A I. Liquidated Damages: N/A J. Funding Source: Local Solicitation Information A. Issue Date: June 13, 2018 B. Number of Firms Notified: 384 C. Date and Time for Proposal Receipt: July 12, 2018, 2:00 P.M. D. Proposals Received: 4 E. Discussion of Proposal Evaluation Process: The proposal was evaluated against the following criteria by a Source Evaluation Committee (SEC) appointed to conduct proposal evaluations: Qualifications of the Firm System Features Cost Effectiveness Project Approach Standards and Warranty Price Total Points 150 Maximum Points 150 Maximum Points 200 Maximum Points 100 Maximum Points 200 Maximum Points 200 Maximum Points 1000 Maximum Points F. Discussion of Unacceptable Proposals: Dilax and Clever Devices did not provide proposals for Base Schedule 2 and Option 1 on the price schedule. Contract Award for APC System 1 8/9/2018 2:23:15 PM

33 Attachment 1 G. Proposal Scoring: Firm Name Total Price Technical Points Total Points for Pricing Total Points Ranking Urban Transportation Associates, Inc. 1 $1,697, Urban Transportation Associates, Inc. 2 $2,237, Clever Devices *No price Dilax *No price System proposed compatible with Transitmaster 2- System proposed is a standalone system *Did not offer prices for requested methods of installation. H. Negotiation Memorandum: Available for review in the contract file. I. Cost & Price Analysis: Price is determined fair and reasonable based on market research, comparison to the independent cost estimate, and historical pricing J. Determination of Responsibility: Reference Check: Satisfactory Financial Responsibility Survey: Satisfactory Insurance Check: Yes Arithmetic Check: Yes Verification of Offer: Yes Debarred/Suspended list: Not on debarred /suspended list. K. Protests Received: None L. Determinations Required: N/A Determination and Recommendation Urban Transportation Associates, Inc. is determined to be a responsible offeror that submitted the best value proposal in full and open competition to provide Bus Automatic Passenger Counter (APC) System. Urban Transportation Associates, Inc. has the capacity to perform this contract and is recommended for award. Contract Award for APC System 2 8/9/2018 2:23:15 PM

34 Contract Award for Bus Automatic Passenger Counter (APC) System M/WBE Considerations Attachment 2 The goals for this contract were established in January 2018 at 15% MBE and 6% WBE participation. Urban Transportation Associates, Inc., the prime contractor, has committed to exceed the WBE goal through utilization of the following certified firm: M/WBE Participation VENDOR LOCATION ETHNICITY SERVICE AMOUNT PERCENT Elite Professionals, LLC Davie, Fl White-Female APC Installation $254, % TOTAL WBE PARTICIPATION: $254, %* NOTE: The goals are based on the not to exceed amount of $1,697,160. If there are any changes to this amount, the original goals will apply. *The percentage and dollar amounts may remain level, increase or decrease depending on the circumstances. Summary of EEO-1 Report Urban Transportation Associates, Inc., is located in Cincinnati, OH and employs 12 individuals. The following is an analysis of their EEO-1 report: ASIAN BLACK HISPANIC NATIVE AM. WHITE TOTAL Percentage MALES % FEMALES % TOTAL % PERCENTAGE 0 8.3% % 100 Contract Award for APC System 1 8/9/2018 2:23:15 PM

35 DRAFT RESOLUTION of the DALLAS AREA RAPID TRANSIT BOARD (Executive Committee) Contract Award for Bus Automatic Passenger Counter (APC) System WHEREAS, Bus Automatic Passenger Counters (APCs) will improve DART s ridership data collection and thereby facilitate the planning of a more effective transit system; and WHEREAS, a competitive proposal procurement for a one-year contract was conducted in accordance with the DART Procurement Regulations; and WHEREAS, the proposed price for this contract is determined fair and reasonable; and WHEREAS, funding for this project is within proposed FY 2019 capital budget and FY 2018 Twenty-Year Financial Plan allocations. NOW, THEREFORE, BE IT RESOLVED by the Dallas Area Rapid Transit Board of Directors that the President/Executive Director or his designee is authorized to award a one-year contract to Urban Transportation Associates, Inc., (UTA) for a Bus Automatic Passenger Counter (APC) System to include equipment, installation, and retrofit of TransitMaster APCs on DART s entire fleet of 640 buses in the amount of $1,697,160, plus a 5% contingency of $84,858, for a total authorized amount not to exceed $1,782,018. Contract Award for APC System 1

36 Contract Award for Bus Automatic Passenger Counter (APC) System Prepared by: Todd Plesko Vice President Plannin and Development Approved by: ~~ L. ~a..,,.j H. McKay, P.E. ~ Executive Vice President Gro Re i nal Development Approved by: Contract A ward for APC System 2

37 AGENDA ITEM NO. 6 Agenda Report Attachments: 1. Contract Award Analysis 2. D/M/WBE Details Voting Requirements: Majority DATE: August 14, 2018 SUBJECT: Contract Award for Transportation Network Company (TNC) Rideshare Services to Supplement DART GoLink Service RECOMMENDATION Approval of a resolution authorizing the President/Executive Director or his designee to award a one-year contract to Uber Technologies, Inc. (Uber) for rideshare services to supplement GoLink, for the amount not to exceed $1,146,053. FINANCIAL CONSIDERATIONS. This contract for rideshare services to supplement GoLink is included in the Mobility Management Services Department s proposed FY 2019 operating budget.. Sufficient funding for this contract in the amount of $1,146,053 is included in both the Mobility Management Services Department s proposed FY 2019 Operating Expense budget and the General Mobility Operating Expense line items of the FY 2018 Twenty-Year Financial Plan. BUSINESS PURPOSE. Approval of this contract will assist DART in achieving Board Strategic Priority 1: Continually improve service and safety experiences and perceptions for customers and the public.. DART was awarded one of eleven FTA Mobility on Demand Sandbox Projects in January The grant provided $1.2 million in federal funds, for a total technology project cost of approximately $1.5 million. The federal funds are being used to develop a new version of DART s GoPass mobile application to incorporate the ability to schedule and pay for new first-last mile services such as bike share, taxi, and TNCs like Uber and Lyft.. The FTA Sandbox grant also mandates conducting a one-year pilot to test the technology.. Since March of 2018, DART has operated a microtransit service branded GoLink in two zones in Plano and three zones in Southern Dallas. The operating plan for this service included the use of MV operated services supplemented by TNC providers. The MV operated portion of the service is underway. The TNC supplementation will be initiated following the award of this contract with Uber. Contract Award for TNC Rideshare Services 1 8/10/ :02:45 AM

38 . The pilot test is estimated to cost approximately $3.5 million with $3.0 million included in the DART operating budgets and $500,000 funded by our grant with Toyota.. The current cost of the MV operated service is estimated to be $1.9 million over a 12-month period for the five zones in operation since February/March It is estimated that the cost of providing this service exclusively under the MV contract will increase costs to approximately $2.587 million when the final zone is implemented and a 63% increase in ridership is projected to reach approximately 148,155 annually.. Pricing based upon TNC or taxi prices offers a substantially lower total cost and cost per passenger than contracting for drivers and vehicles where DART pays by the hour. For example, based upon TNC pricing, 148,155 trips could be provided for a total cost of $1.15 million.. The need to ensure equally responsive service for persons using wheel chair or scooters will require that DART contract for some service where we pay for service by the hour. DART staff estimates approximately 58% of the microtransit demand would be accommodated by TNCs and 42% by the MV contract.. Using TNCs to supplement the microtransit would allow DART to reduce MV costs from $2.587 million annually to $1.087 million. The cost for the TNC services would be $664,238. Therefore, the total cost would be $1.751 million.. The average cost per TNC trip is estimated to be $7.73. The average cost of the service provided under the MV contract would be $ The blended cost would be $ Drug and alcohol requirements, normally required for contracted service, are waived for the pilot test by both DART and FTA. If the pilot test of supplemental TNC service is successful, a long-term contract using TNCs to supplement microtransit will require the use of the taxi exception to meet federal requirements. This means that the DART GoLink scheduling application must offer multiple choices of operators where the customer chooses the provider for the trip.. Integration with GoPass and GoLink microtransit application will be part of the implementation timeline.. If the pilot test is successful, the microtransit model using TNC supplementation will be integrated into DART s future microtransit contracts. PROCUREMENT CONSIDERATIONS. On May 14, 2018, a Request for Proposals (RFP) notification was sent to 1,678 firms for On Demand TNC Services.. This will be an Indefinite Delivery/Indefinite Quantity contract, with fixed pricing for a term of one year with no options.. By the closing date of June 19, 2018, two proposals were received.. Uber Technologies, Inc., received the highest scores among the offerors on both price and technical. They possess the technical and financial capability to perform the contract. Contract Award for TNC Rideshare Services 2 8/10/ :02:45 AM

39 . The pricing was determined to be fair and reasonable, and this firm is recommended for award.. The contract award analysis is provided as Attachment 1. D/M/WBE CONSIDERATIONS. The goal for this contract was established in May 2018 at 12% M/WBE participation.. Uber Technologies, Inc., the prime contractor, has no direct participation. Uber has indicated it is working to formalize its Supplier Diversity Program and currently works with minority and woman-owned business enterprises globally in its everyday business activities.. The M/WBE analysis and Equal Employment Opportunity (EEO-1) information are included in Attachment 2. The prime contractor's actual EEO-1 report is available upon request. LEGAL CONSIDERATIONS. Section of the Texas Transportation Code authorizes DART to contract for the provision of goods and service. Contract Award for TNC Rideshare Services 3 8/10/ :02:45 AM

40 Attachment 1 Dallas Area Rapid Transit Authority CONTRACT AWARD ANALYSIS (Request for Proposals) RFP NO. P Contract Information A. Description: On Demand TNC Services B. Contractor(s): Uber Technologies, Inc. C. Contract Number: C D. Contract Amount: Not to Exceed $1,146,053 E. Contract Type: Indefinite Delivery/Indefinite Quantity F. Performance Period/Term of Contract: One-year from Notice to Proceed G. Options Available: None H. Bond Requirement: None I. Liquidated Damages: None J. Funding Source: Local Solicitation Information A. Issue Date: May 14, 2018 B. Notifications Sent to registered vendors: Yes C. Date and Time for Bid Receipt: June 19, 2018 at 2:00 PM (Dallas CST) D. Proposals Received: Two Firm No. Firm Name 1. Uber Technologies, Inc 2. Irving Holdings, Inc. E. Discussion of Proposal Evaluation Process: The technical and price proposals were independently evaluated during the period of June 21, 2018 through July 3, The purpose of the evaluation was to determine the firm that offered a best value combination of technical and price. The Source Evaluation Committee (SEC) consisted of three diverse voting members who possessed the technical expertise for a complete evaluation. The weighted factors were: Maximum Technical Points 600 Maximum Points Maximum Price Points 400 Maximum Points Contract Award for TNC Rideshare Services 1 8/10/ :02:45 AM

41 Attachment 1 F. Discussion of Unacceptable Proposals: N/A G. Proposal Scoring: Firm Name Technical and Price Points Rank Estimated Revenue Uber Technologies, Inc $ 1,146,053 Irving Holdings, Inc $ 1,594,432 H. Negotiation Memorandum: Available for review in the contract file. I. Cost & Price Analysis: Cost and Price is determined to be fair and reasonable based on competition and market analysis. J. Determination of Responsibility: Bond Check: N/A Reference Check: Satisfactory Financial Responsibility Survey: Satisfactory Insurance Check: Before Notice to Proceed On-Site Inspection: N/A Arithmetic Check: Yes Verification of Bid: Yes Buy America Certification and/or Audit, if applicable: N/A Debarred/Suspended list: Not on debarred /suspended list K. Protests received: None L. Determinations Required: None Determination and Recommendation Uber Technologies, Inc. is determined to be a responsible offeror which achieved the highest overall score considering technical and price factors. They have the capacity to perform the contract and are recommended for award. Contract Award for TNC Rideshare Services 2 8/10/ :02:45 AM

42 Attachment 2 Contract Award for Transportation Network Company (TNC) Rideshare Services to Supplement DART GoLink Service M/WBE Considerations The goal for this contract was established in May 2018 at 12% M/WBE participation. Uber Technologies, Inc., the prime contractor, has no direct participation. Uber has indicated it is working to formalize its Supplier Diversity Program and currently works with minority and woman-owned business enterprises globally as part of its ordinary course of business activities. Summary EEO-1 Report Uber Technologies, Inc., is located in San Francisco, CA and employs 9,382 individuals. The following is an analysis of their EEO-1 report: ASIAN BLACK HISPANIC NATIVE AM. WHITE TWO OR MORE RACES TOTAL Percentage MALES 1, , , % FEMALES , , % TOTAL 2, , , % Percentage 30.12% 8.14% 7.75% 0.30% 49.41% 4.28% 100% Contract Award for TNC Rideshare Services 1 8/10/ :02:45 AM

43 DRAFT RESOLUTION of the DALLAS AREA RAPID TRANSIT BOARD (Executive Committee) Contract Award for Transportation Network Company (TNC) Rideshare Services to Supplement DART GoLink Service WHEREAS, DART received one of eleven federally funded Mobility On Demand (MOD) Sandbox Grants; and WHEREAS, the Federal Transit Administration has mandated that DART operate a 12-month pilot test of its Sandbox Technology including microtransit supplemented by TNCs or taxi service providers; and WHEREAS, a competitive sealed bid procurement for one-year contract with no options was conducted in accordance with the DART Procurement Regulations; and WHEREAS, Uber Technologies, Inc., was selected for this pilot test based upon technical and price evaluation criteria, and supply of shared-ride service independent contractors; and WHEREAS, the proposed pricing is determined to be fair and reasonable; and WHEREAS, funding for this project is within proposed FY 2019 budget FY 2018 Twenty-Year Financial Plan allocations. NOW, THEREFORE, BE IT RESOLVED by the Dallas Area Rapid Transit Board of Directors that the President/Executive Director or his designee is authorized to award a one-year contract to Uber Technologies, Inc. (Uber) for rideshare services to supplement GoLink, for the amount not to exceed $1,146,053. Contract Award for TNC Rideshare Services 1

44 Contract Award for Transportation Network Company (TNC) Rideshare Services to Supplement DART GoLink Service Prepared by: Todd-Plesko Vice President P evelopment Approved by: Approved as to for. Contract Award for TNC Rideshare Services 2

AGENDA. Quorum = 4. *This is a Briefing Item Only

AGENDA. Quorum = 4. *This is a Briefing Item Only Quorum = 4 AGENDA Economic Opportunity & Diversity Committee Meeting Tuesday, October 3, 2017, 2:45 p.m. DART Conference Room C - 1st Floor 1401 Pacific Ave., Dallas, Texas 75202 1. Approval of Minutes:

More information

Part I. Federal Section 5310 Program

Part I. Federal Section 5310 Program Part I. Federal Section 5310 Program ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES FY 2017 Solicitation for Proposals 5 PROGRAM GOALS & FUND AVAILABILITY The goals of the Section 5310

More information

Federal Transit Administration: Section Enhanced Mobility of Seniors and Individuals with Disabilities. Call for Projects.

Federal Transit Administration: Section Enhanced Mobility of Seniors and Individuals with Disabilities. Call for Projects. Federal Transit Administration: Section 5310 Enhanced Mobility of Seniors and Individuals with Disabilities Call for Projects Fiscal Year 2017 July 24, 2017 TABLE OF CONTENTS ABOUT THE GRANT PROGRAM...

More information

DART EXECUTIVE STAFF Source:

DART EXECUTIVE STAFF Source: Gary C. Thomas President/Executive Director DART EXECUTIVE STAFF Source: www.dart.org Gary C. Thomas is president/executive director of Dallas Area Rapid Transit (DART). DART's Board of Directors named

More information

CAPITAL METROPOLITAN TRANSPORTATION AUTHORITY BOARD OF DIRECTORS MEETING

CAPITAL METROPOLITAN TRANSPORTATION AUTHORITY BOARD OF DIRECTORS MEETING CAPITAL METROPOLITAN TRANSPORTATION AUTHORITY BOARD OF DIRECTORS MEETING 2910 East Fifth Street Austin, TX 78702 ~ Minutes ~ Executive Assistant/Board Liaison Gina Estrada 512-389-7458 Monday, February

More information

AMENDMENT OF SOLICITATION

AMENDMENT OF SOLICITATION 1. SOLICITATION NO.: 2. AMENDMENT NO.: DALLAS AREA RAPID TRANSIT DALLAS, TEXAS AMENDMENT OF SOLICITATION 3. EFFECTIVE DATE: 4. BRIEF SOLICITATION DESCRIPTION: B-1022113 1 September 21, 2012 5. REVISED

More information

2017 CALL FOR PROJECTS & FUNDING APPLICATION

2017 CALL FOR PROJECTS & FUNDING APPLICATION 2017 CALL FOR PROJECTS & FUNDING APPLICATION FOR THE LAREDO URBANIZED AREA ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES FUNDING PROGRAM (SECTION 5310) 5310 Call for Projects and Funding

More information

LANDSCAPE AND IRRIGATION MAINTENANCE SERVICES SYSTEMWIDE (EXCLUDING METRO ORANGE LINE)

LANDSCAPE AND IRRIGATION MAINTENANCE SERVICES SYSTEMWIDE (EXCLUDING METRO ORANGE LINE) 42 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tt. metro. net SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE SEPTEMBER 18,2014 SUBJECT: LANDSCAPE AND IRRIGATION MAINTENANCE SERVICES SYSTEMWIDE

More information

RESOLUTION NUMBER 2877

RESOLUTION NUMBER 2877 RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY

More information

Gold Rush Circulator Study Charlotte, North Carolina REQUEST FOR PROPOSALS

Gold Rush Circulator Study Charlotte, North Carolina REQUEST FOR PROPOSALS Gold Rush Circulator Study Charlotte, North Carolina REQUEST FOR PROPOSALS September 25, 2012 for the Gold Rush Circulator Study A. Purpose Charlotte Center City Partners (CCCP) and the City of Charlotte

More information

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES 2510.8 SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES :1 OBJECTIVE: To establish a uniform policy and procedure for the acquisition of construction services for the City of Orlando (City), including, but

More information

Minnesota Department of Transportation Office of Transit. State Management Plan

Minnesota Department of Transportation Office of Transit. State Management Plan Minnesota Department of Transportation Office of Transit State Management Plan Section 5310 ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES April 4, 2016 Table of Contents A. Program Goals

More information

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization

More information

BROWARD COUNTY TRANSIT MAJOR SERVICE CHANGE TO 595 EXPRESS SUNRISE - FORT LAUDERDALE. A Title VI Service Equity Analysis

BROWARD COUNTY TRANSIT MAJOR SERVICE CHANGE TO 595 EXPRESS SUNRISE - FORT LAUDERDALE. A Title VI Service Equity Analysis BROWARD COUNTY TRANSIT MAJOR SERVICE CHANGE TO 595 EXPRESS SUNRISE - FORT LAUDERDALE A Title VI Service Equity Analysis Prepared September 2015 Submitted for compliance with Title VI of the Civil Rights

More information

FEDERAL FISCAL YEAR TOLEDO OH - MI URBANIZED AREA JOB ACCESS AND REVERSE COMMUTE PROGRAM & NEW FREEDOM PROGRAM REQUEST FOR PROPOSALS

FEDERAL FISCAL YEAR TOLEDO OH - MI URBANIZED AREA JOB ACCESS AND REVERSE COMMUTE PROGRAM & NEW FREEDOM PROGRAM REQUEST FOR PROPOSALS FEDERAL FISCAL YEAR 2010-11 TOLEDO OH - MI URBANIZED AREA JOB ACCESS AND REVERSE COMMUTE PROGRAM & NEW FREEDOM PROGRAM REQUEST FOR PROPOSALS Section 5316 - Job Access and Reverse Commute Program Section

More information

NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS METROPOLITAN PLANNING ORGANIZATION REQUEST FOR PROPOSALS

NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS METROPOLITAN PLANNING ORGANIZATION REQUEST FOR PROPOSALS NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS METROPOLITAN PLANNING ORGANIZATION REQUEST FOR PROPOSALS TO DEVELOP A STRATEGIC INTELLIGENT TRANSPORTATION SYSTEM DEPLOYMENT PLAN May 1, 2015 Page 1 of 13 REQUEST

More information

Program Management Plan FTA Section 5310

Program Management Plan FTA Section 5310 Program Management Plan FTA Section 5310 Enhanced Mobility of Seniors and Individuals with Disabilities In conformance with the requirements of FTA Circular 9070.1G A. MAP-21 Introduction... 3 B. Statutory

More information

Job Access Reverse Commute Program & New Freedom Program 2013 FUNDING APPLICATION

Job Access Reverse Commute Program & New Freedom Program 2013 FUNDING APPLICATION Job Access Reverse Commute Program & New Freedom Program 2013 FUNDING APPLICATION Important Dates 1. Pre-Application Workshop: 9 a.m. CST, Wednesday, February 13, 2013, Mid-America Regional Council, 600

More information

SECTION 5310 APPLICATION GUIDELINES FOR 2018 PROJECTS:

SECTION 5310 APPLICATION GUIDELINES FOR 2018 PROJECTS: #237894-2 KJM/CTH/JBS/JMD 6-26-17 SECTION 5310 APPLICATION GUIDELINES FOR 2018 PROJECTS: VEHICLE CAPITAL PURCHASES MOBILITY MANAGEMENT OPERATING NON-VEHICLE CAPITAL Administered by the Southeastern Wisconsin

More information

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS January 2014 MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC

More information

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN TABLE OF CONTENTS Definitions. 1 Responsibilities 3 Dispute Procedures... 7 Minority Business Construction Contract Provisions. 8 Minimum

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice

More information

Start End Activity/Event/Speaker Location 5:00 pm Meet MAX participants in lobby Westin Downtown Dallas 1201 Main St

Start End Activity/Event/Speaker Location 5:00 pm Meet MAX participants in lobby Westin Downtown Dallas 1201 Main St Sunday April 15, 2018 5:00 pm Meet MAX participants in lobby Westin Downtown Dallas 1201 Main St 5:15 pm 6:00 pm Ice breaker HC training Rm, 4 th floor, 6:00 pm 6:30 pm Break and travel with participants

More information

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS 201 North Forest Avenue Independence, Missouri 64050 (816) 521-5300 [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS Sealed proposals will be received by the Independence School District

More information

Report by Finance and Administration Committee (A) Washington Metropolitan Area Transit Authority Board Action/Information Summary

Report by Finance and Administration Committee (A) Washington Metropolitan Area Transit Authority Board Action/Information Summary Report by Finance and Administration Committee (A) 07-25-2013 Washington Metropolitan Area Transit Authority Board Action/Information Summary Action Information MEAD Number: 200211 Resolution: Yes No TITLE:

More information

STATE OF WASHINGTON Request for Quotes and Qualifications

STATE OF WASHINGTON Request for Quotes and Qualifications Acquisition Title: Expected Results: Response Due Date: RFQQ Coordinator Information: Bid Submittal: Vendor Eligibility: RFQQ Components: RFQQ #03712 Lean Consultant Services Department of Enterprise Services

More information

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES CLOSING DAY AND TIME: Sealed proposals will be received no later than: 2:00 P.M. CST January 8, 2018 MARK PACKAGE: TRANSIT MANAGEMENT PROPOSAL

More information

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008 SECTION 00801 MINORITY BUSINESS ENTERPRISE PROCEDURES MCPS CONSTRUCTION MANAGER VERSION MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008 Approved

More information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

ANNUAL TRANSIT PROVIDER MEETING FY 2017 GENERAL SESSION, SEPTEMBER 29, 2016

ANNUAL TRANSIT PROVIDER MEETING FY 2017 GENERAL SESSION, SEPTEMBER 29, 2016 ANNUAL TRANSIT PROVIDER MEETING FY 2017 GENERAL SESSION, SEPTEMBER 29, 2016 1 PROGRAMMATIC OVERVIEW & FIXING AMERICA S SURFACE TRANSPORTATION (FAST) ACT 2 REGIONAL TRANSIT COORDINATION AND OPERATIONS TEAM

More information

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018 Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor June 18, 2018 PROPOSAL DUE DATE: July 23, 2018, 5:00 p.m. Eastern Daylight Time The Regional Greenhouse

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS

More information

DRAFT JARC FUNDING APPLICATION January 29, 2013

DRAFT JARC FUNDING APPLICATION January 29, 2013 DRAFT JARC FUNDING APPLICATION January 29, 2013 Job Access and Reverse Commute (JARC) Program Introduction The Safe, Accountable, Flexible, Efficient Transportation Act, a Legacy for Users (SAFETEA-LU)

More information

MID-HUDSON VALLEY TRANSPORTATION MANAGEMENT AREA JOB ACCESS AND REVERSE COMMUTE & NEW FREEDOM PROGRAMS GRANT APPLICATION.

MID-HUDSON VALLEY TRANSPORTATION MANAGEMENT AREA JOB ACCESS AND REVERSE COMMUTE & NEW FREEDOM PROGRAMS GRANT APPLICATION. MID-HUDSON VALLEY TRANSPORTATION MANAGEMENT AREA JOB ACCESS AND REVERSE COMMUTE & NEW FREEDOM PROGRAMS GRANT APPLICATION January 2009 O C T C Introduction The three transportation councils within the Mid-Hudson

More information

TRANSIT SERVICES PROGRAMS ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM PROGRAM 49 U.S.C. 5310

TRANSIT SERVICES PROGRAMS ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM PROGRAM 49 U.S.C. 5310 TRANSIT SERVICES PROGRAMS 20.513 ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM State Project/Program: ELDERLY AND PERSONS WITH DISABILITIES PROGRAM 49 U.S.C. 5310 U. S. Department

More information

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Fort Bend Independent School District. Small Business Enterprise Program Procedures Fort Bend Independent School District Small Business Enterprise Program Procedures Spring 2015 TABLE OF CONTENTS I. Summary Of Fort Bend Independent School District s Small Business Enterprise Program

More information

HB 2017 Transit Advisory Committee. July 27, 2018

HB 2017 Transit Advisory Committee. July 27, 2018 HB 2017 Transit Advisory Committee July 27, 2018 Meeting Agenda Agenda & Public Comment Timeline TriMet Budget Overview Updated Revenue Projections Funding Allocations & Service Scenarios Discussion Meeting

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

More information

Metro Mobility Agency Contract Award. Transportation Committee April 23, 2018

Metro Mobility Agency Contract Award. Transportation Committee April 23, 2018 Metro Mobility Agency Contract Award Transportation Committee April 23, 2018 Metro Mobility Contract Structure Contract Type Service Area Customer Description Trip Purpose Demand Contracts Agency Council

More information

City of Mount Rainier

City of Mount Rainier Department of Public Works 3715 Wells Avenue, Mount Rainier, MD 20712 Telephone: (301) 985-6583: Fax (301) 779-4485 Street Improvement and Neighborhood Revitalization Project CDBG PY42 Invitation to Bid

More information

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 35 Metro Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE NOVEMBER 15, 2012 SUBJECT:

More information

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS

REQUEST FOR QUALIFICATIONS: RFQ PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS REQUEST FOR QUALIFICATIONS: RFQ 2018-100-1 PROGRAM/PROJECT MANAGEMENT SERVICES TO SUPPORT MUNICIPAL FACILITIES & CAPITAL IMPROVEMENTS PROJECTS The City of Cedar Hill, Texas is soliciting statements of

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CAENDAR ITEM NO. : 11 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY DIVISION: Finance and Information Technology BRIEF DESCRIPTION: Authorizing one or more of the following items: 1)

More information

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY Meeting Overview Sign-In Sheets: Be sure to sign in. Sign-In sheets will be available on

More information

Texas Department of Transportation Page 1 of 71 Public Transportation. (a) Applicability. The United States Congress revised 49

Texas Department of Transportation Page 1 of 71 Public Transportation. (a) Applicability. The United States Congress revised 49 Texas Department of Transportation Page of 0 0 SUBCHAPTER C. FEDERAL PROGRAMS.. Section 0 Grant Program. (a) Applicability. The United States Congress revised U.S.C. 0, with the passage of Moving Ahead

More information

A RESOLUTION. WHEREAS, Program control services, including scheduling, cost control and

A RESOLUTION. WHEREAS, Program control services, including scheduling, cost control and RESOLUTION NO. 2010-18 A RESOLUTION AUTHORIZING THE PRESIDENT & CEO TO EXECUTE AND DELIVER A REQUIREMENTS CONTRACT WITH PBS&J FOR AN AMOUNT NOT TO EXCEED $2,500,000 FOR PROGRAM CONTROL SERVICES FOR THE

More information

Request for Information For Telecommunication Audit

Request for Information For Telecommunication Audit Request for Information For Telecommunication Audit Request for Information The City of Winston-Salem is issuing this Request for Information (RFI) to qualified companies that provide telecommunication

More information

South Dakota Management Plan For the Section 5310, 5316 and 5317 Programs CFDA , ,

South Dakota Management Plan For the Section 5310, 5316 and 5317 Programs CFDA , , South Dakota Management Plan For the Section 5310, 5316 and 5317 Programs CFDA 20.513, 20.516, 20.521 Prepared by: South Dakota Department of Transportation In Cooperation with U.S. Department of Transportation

More information

FORMULA GRANTS 5307 Urbanized Area 5337 State of Good Repair 5339 Bus and Bus Facilities Board of Directors Committee Meeting

FORMULA GRANTS 5307 Urbanized Area 5337 State of Good Repair 5339 Bus and Bus Facilities Board of Directors Committee Meeting FORMULA GRANTS 5307 Urbanized Area 5337 State of Good Repair 5339 Bus and Bus Facilities Board of Directors Committee Meeting May 2014 What are 5307 Urbanized Area Formula Funds? Section 5307 formula funds

More information

PRE-PROPOSAL CONFERENCE

PRE-PROPOSAL CONFERENCE PRE-PROPOSAL CONFERENCE RFP No. LRT-12-180-TPOT POTHOLING SERVICES FOR TEMPE STREETCAR PROJECT December 1, 2011 Agenda Introductions / Opening Remarks Loralei Poll Project Overview / Scope Roy Alvarado

More information

A RESOLUTION. WHEREAS, after a competitive selection process, conducted in concert with staff

A RESOLUTION. WHEREAS, after a competitive selection process, conducted in concert with staff RESOLUTION NO. 2009-M.- APPROVING AND ADOPTING THE PROPOSED PROJECTS FOR GRANT FUNDING UNDER THE JOB ACCESS/REVERSE COMMUTE ("JARC") AND NEW FREEDOM PROGRAMS; AUTHORIZING THE SUBMISSION AND EXECUTION OF

More information

Request for Proposal Number #512-11

Request for Proposal Number #512-11 Request for Proposal Number #512-11 Traffic and Transportation Feasibility Study Due: January 24, 2012 at 4:00pm Buyer: Steve Boyd Purchasing and Contracts Manager 831 Grand Avenue Glenwood Springs, CO

More information

DRAFT FUNDING APPLICATION October 20, 2010

DRAFT FUNDING APPLICATION October 20, 2010 DRAFT FUNDING APPLICATION October 20, 2010 Job Access and Reverse Commute (JARC) Program Introduction The Job Access and Reverse Commute (JARC) program has had a dramatic impact on the lives of thousands

More information

Questions & Answers. Elderly Individuals & Individuals with Disabilities (Section 5310), JARC & New Freedom Programs Last Updated April 29, 2009

Questions & Answers. Elderly Individuals & Individuals with Disabilities (Section 5310), JARC & New Freedom Programs Last Updated April 29, 2009 Questions & Answers Elderly Individuals & Individuals with Disabilities (Section 5310), JARC & New Freedom Programs Last Updated April 29, 2009 All Programs: 1. June 2007 Q. Do applicants have to list

More information

GUESTS Kevin Wallace, SRTC Eve Nelson, SRTC. Chair Waldref called the meeting to order at 1:32 p.m. Introductions were made.

GUESTS Kevin Wallace, SRTC Eve Nelson, SRTC. Chair Waldref called the meeting to order at 1:32 p.m. Introductions were made. Spokane Transit Authority 1230 West Boone Avenue Spokane, Washington 99201-2686 (509) 325-6000 PERFORMANCE MONITORING AND EXTERNAL RELATIONS COMMITTEE Minutes of the, Meeting Southside Conference Room

More information

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS ADDENDUM #1 ISSUSED ON May 13, 2005 REQUEST FOR PROPOSALS FOR A NEW VOTING SYSTEM RFP#NVS0305 1) Please add and substitute the following Addendum

More information

CITY OF LA CENTER PUBLIC WORKS

CITY OF LA CENTER PUBLIC WORKS CITY OF LA CENTER PUBLIC WORKS TRAFFIC CALMING PROGRAM APPROVED PER RESOLUTION 08-304 ON DECEMBER 10, 2008 TABLE OF CONTENTS PAGE Summary... 1 Procedures... 2 Project Eligibility... 2 Project Funding &

More information

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017 Request for Proposals RFP No. 17-01-06 Automated License Plate Reader (ALPR) System Issue Date: January 25, 2017 File #: 03-1220-20/17-01-06/1 Doc #: 2519682.v1 RFP No. 17-01-06 Automated License Plate

More information

ADDENDUM #1 LRT SS SECURITY SERVICES

ADDENDUM #1 LRT SS SECURITY SERVICES DDENDUM #1 RFP NUMBER: RFP TITLE: LRT-08-110-SS SECURITY SERVICES DDENDUM NO.: 1 DTE: July 1, 2008 CLRIFICTIONS / CORRECTIONS The following clarifications and corrections are hereby made part of and subject

More information

A RESOLUTION. amended plans for the East End METRORail Expansion which resulted in the redesign

A RESOLUTION. amended plans for the East End METRORail Expansion which resulted in the redesign RESOLUTION NO. 2014-52 RESCINDING RESOLUTION 2011-70 AND AUTHORIZING AN EAST END LIGHT RAIL OVERPASS DESIGN AT HARRISBURG, WITH VEHICLE AND PEDESTRIAN WALKWAYS AT-GRADE AND OVER, WITH A LIMITED NOTICE

More information

STRATEGIC PLANNING COMMITTEE AGENDA

STRATEGIC PLANNING COMMITTEE AGENDA Interurban Transit Partnership STRATEGIC PLANNING COMMITTEE MEMBERS Charis Austin Aaron Smith Rosalynn Bliss Paul Troost Jack Hoffman, Chair Michael Verhulst Stephen Kepley STRATEGIC PLANNING COMMITTEE

More information

AGENDA. Regional Transportation Council Thursday, September 13, 2018 North Central Texas Council of Governments

AGENDA. Regional Transportation Council Thursday, September 13, 2018 North Central Texas Council of Governments AGENDA Regional Transportation Council Thursday, September 13, 2018 North Central Texas Council of Governments 11:30 am Auto Occupancy Detection Technology Rewards Program and Tolled Managed Lanes Policy

More information

State of Florida Department of Transportation. DISTRICT SIX Attachment A Scope of Services 1/19/2018

State of Florida Department of Transportation. DISTRICT SIX Attachment A Scope of Services 1/19/2018 State of Florida Department of Transportation DISTRICT SIX Attachment A Scope of Services 1/19/2018 District Six Signal Retiming Continuing Consultant Services Financial Project Number(s): 435201-4-32-01

More information

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled

More information

Program Management Plan

Program Management Plan Program Management Plan Section 5310 ENHANCED MOBILITY OF SENIORS AND INDIVIDUALS WITH DISABILITIES PROGRAM Table of Contents GOALS AND OBJECTIVES... 3 ROLES AND RESPONSIBILITIES OF VIA... 3 ALAMO AREA

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27 RFQ Number: RFQ 18-PR-DIT-27 Date Issued: Monday, March 5, 2018 Description: Headquarters (HQO) IT Hardware

More information

Automated Airport Parking Project

Automated Airport Parking Project Automated Airport Parking Project RFP 2017-03 I. INTRODUCTION This solicitation is being offered by Texarkana Airport Authority. The Airport is a public entity owned by the Cities of Texarkana, AR and

More information

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures Procurement 101: Developing a Code of Conduct and Written Procurement Procedures Presented by: Laurie Pennings, MS, RD Courtney Hardoin, MS, RD Nutrition Education Consultants California Department of

More information

Increasing Diversity in Commonwealth Contracting: A Guide for Commonwealth Agencies on Contracting with Minority and Women Business Enterprises

Increasing Diversity in Commonwealth Contracting: A Guide for Commonwealth Agencies on Contracting with Minority and Women Business Enterprises Increasing Diversity in Commonwealth Contracting: A Guide for Commonwealth Agencies on Contracting with Minority and Women Business Enterprises TABLE OF CONTENTS INTRODUCTION 1 MBE/WBE PROGRAM RESPONSIBILITIES

More information

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019 WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/18-05 For: July 1, 2018 to June 30, 2019 DUE DATE OF PROPOSAL: MONDAY, APRIL 23, 2018-8:00 AM DROPPING OFF PROPOSAL:

More information

Association of Metropolitan Planning Organizations Fixing America s Surface Transportation (FAST) Act

Association of Metropolitan Planning Organizations Fixing America s Surface Transportation (FAST) Act Association of Metropolitan Planning Organizations Fixing America s Surface Transportation (FAST) Act General Overview Total authorizations (Highway Trust Fund, HTF, Contract Authority plus General Funds

More information

NCHRP Tasks 20 and 25: Analysis of Rural Intercity Bus Strategy

NCHRP Tasks 20 and 25: Analysis of Rural Intercity Bus Strategy NCHRP 20-65 Tasks 20 and 25: Analysis of Rural Intercity Bus Strategy Presentation October 26, 2010 Prepared for the Transportation Research Board Rural and Intercity Bus Transportation Conference, Burlington,

More information

REMOVE II Public Transportation Subsidy and Park-and-Ride Lot Component GUIDELINES, POLICIES, AND PROCEDURES GUIDELINES, POLICIES, AND PROCEDURES

REMOVE II Public Transportation Subsidy and Park-and-Ride Lot Component GUIDELINES, POLICIES, AND PROCEDURES GUIDELINES, POLICIES, AND PROCEDURES REMOVE II Public Transportation Subsidy and Park-and-Ride Lot Component GUIDELINES, POLICIES, AND PROCEDURES GUIDELINES, POLICIES, AND PROCEDURES SECTION I INTRODUCTION The San Joaquin Valley Air Pollution

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

PRE-SUBMITTAL CONFERENCE DESIGN/BUILD PARK & RIDE. RFQ No. LRT DBPNR September 1, 2009

PRE-SUBMITTAL CONFERENCE DESIGN/BUILD PARK & RIDE. RFQ No. LRT DBPNR September 1, 2009 PRE-SUBMITTAL CONFERENCE DESIGN/BUILD PARK & RIDE RFQ No. LRT-10-135-DBPNR September 1, 2009 Meeting Overview Sign-In Sheets: Be sure to sign in. Sign-In sheets will be available on the VMR website. Questions:

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: anew York City Transit (NYCT) DATE: 12/17/15 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: RFQ 10 II: 0000114806

More information

POLICY 6800 PROCUREMENT

POLICY 6800 PROCUREMENT POLICY 6800 PROCUREMENT Policy Category: Finance and Business Services Area of Administrative Responsibility: Finance Board of Trustees Approval Date: March 21, 2017 Effective Date: March 22, 2017 Last

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

NC General Statutes - Chapter 136 Article 19 1

NC General Statutes - Chapter 136 Article 19 1 Article 19. Congestion Relief and Intermodal 21 st Century Transportation Fund. 136-250. Congestion Relief and Intermodal Transportation 21 st Century Fund. There is established in the State treasury the

More information

South Dakota Management Plan For the Section 5311 Program CFDA

South Dakota Management Plan For the Section 5311 Program CFDA South Dakota Management Plan For the Section 5311 Program CFDA 20.509 Connecting South Dakota and the Nation Prepared by: South Dakota Department of Transportation In Cooperation with U.S. Department of

More information

PUBLIC TRANSPORTATION & COMMUTER VANPOOL PASSENGER SUBSIDY COMPONENT REMOVE II PROGRAM GUIDELINES, POLICIES, AND PROCEDURES

PUBLIC TRANSPORTATION & COMMUTER VANPOOL PASSENGER SUBSIDY COMPONENT REMOVE II PROGRAM GUIDELINES, POLICIES, AND PROCEDURES PUBLIC TRANSPORTATION & COMMUTER VANPOOL PASSENGER SUBSIDY COMPONENT REMOVE II PROGRAM GUIDELINES, POLICIES, AND PROCEDURES SECTION I INTRODUCTION T he San Joaquin Valley Air Pollution Control District

More information

SECTION 3 POLICY & PROGRAM

SECTION 3 POLICY & PROGRAM SECTION 3 POLICY & PROGRAM 8120 Kinsman Road, Cleveland, Ohio 44104 Phone: 216-348-5000 Jeffery K. Patterson Chief Executive Officer TABLE OF CONTENTS Section Page # Section 3 POLICY Statement of Policy

More information

Met r 0 Met"'fKK'ibn Transportation Authority

Met r 0 Met'fKK'ibn Transportation Authority ~ Los Angeles County Met r 0 Met"'fKK'ibn Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro.net CONSTRUCTION COMMITTEE MARCH 19, 2015 SUBJECT: ACTION: ROSECRANS/MARQUARDT

More information

HOW TO WRITE AN EFFECTIVE AFV SCHOOL BUS PROPOSAL SUBMITTED UNDER THE STATE ENERGY PROGRAM FY 2003 SPECIAL PROJECTS SOLICITATION

HOW TO WRITE AN EFFECTIVE AFV SCHOOL BUS PROPOSAL SUBMITTED UNDER THE STATE ENERGY PROGRAM FY 2003 SPECIAL PROJECTS SOLICITATION HOW TO WRITE AN EFFECTIVE AFV SCHOOL BUS PROPOSAL SUBMITTED UNDER THE STATE ENERGY PROGRAM FY 2003 SPECIAL PROJECTS SOLICITATION Introduction In 2003, the United States Department of Energy (DOE) is offering

More information

Redevelopment Authority of Allegheny County

Redevelopment Authority of Allegheny County Request for Proposals (RFP) Architectural and Engineering Services Block and Lot No. 233-A-119 Block and Lot No. 233-A-122 Block and Lot No. 233-A-125 Block and Lot No. 233-A-126 Block and Lot No. 233-A-128

More information

Appendix E Federal and State Funding Categories

Appendix E Federal and State Funding Categories Appendix E Federal and State Funding Categories This page left blank intentionally. Federal and State Funding Categories Appendix E E 3 Appendix E Federal and State Funding Categories Highway Programs

More information

Meeting of the Operations and Oversight Committee Thursday, April 12, :00 a.m. 2nd Floor Board Room 509 E. 18 th Street, Norfolk, VA

Meeting of the Operations and Oversight Committee Thursday, April 12, :00 a.m. 2nd Floor Board Room 509 E. 18 th Street, Norfolk, VA Meeting of the Operations and Oversight Committee Thursday, April 12, 2018 10:00 a.m. 2nd Floor Board Room 509 E. 18 th Street, Norfolk, VA A meeting of the Operations and Oversight Committee will be held

More information

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services Department of Forests, Parks & Recreation 1 National Life Drive, Davis 2 Montpelier, VT 05620-3801 www.vtfpr.org Agency of Natural Resources SEALED PROPOSAL REQUEST FOR PROPOSAL Professional Archaelogical

More information

APPLICATION INSTRUCTIONS

APPLICATION INSTRUCTIONS APPLICATION INSTRUCTIONS Federal Transit Administration (FTA) Job Access Reverse Commute Grant Funding (JARC, Section 5307) Enhanced Mobility of Seniors and Individuals with Disabilities Grant Funding

More information

Welcome to the City of Chicago. Department of Procurement Services

Welcome to the City of Chicago. Department of Procurement Services Welcome to the Rahm Emanuel, Mayor Jamie Rhee, Chief Procurement Officer Doing Business with the Mission Statement Laws Governing the Procurement Process Types of Procurement Certification Contract Monitoring

More information

Disadvantaged Business Enterprise (DBE) Program and Goals for LSCOG

Disadvantaged Business Enterprise (DBE) Program and Goals for LSCOG Disadvantaged Business Enterprise (DBE) Program and Goals for LSCOG Lower Savannah Council of Governments has an overall goal of DBE participation for the three federal fiscal years of 2017-2019 (beginning

More information

A Standard LRV RFP One Year Later. Richard J. Wieczorek S.F. Bay Area Rapid Transit District Department Manager Procurement Oakland, California

A Standard LRV RFP One Year Later. Richard J. Wieczorek S.F. Bay Area Rapid Transit District Department Manager Procurement Oakland, California A Standard LRV RFP One Year Later Richard J. Wieczorek S.F. Bay Area Rapid Transit District Department Manager Procurement Oakland, California American Public Transportation Association 1666 K Street,

More information

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse Request for Proposal Tree Trimming Services 2018 June 4, 2018 Procurement Contact Linda Lapeyrouse citymanager@skyvalleyga.com 1. CITY OF SKY VALLEY OVERVIEW The City of Sky Valley s intent is to establish

More information

CONTRACTING AND PURCHASING

CONTRACTING AND PURCHASING CONTRACTING AND PURCHASING 2017 Educational Series CONTRACTING AND PURCHASING INTRODUCTION GOODS AND SERVICES Texas Department of Transportation (TxDOT) contracting activities are established and controlled

More information

Transit Operations Funding Sources

Transit Operations Funding Sources Chapter 7. Funding Operations Funding Funding has increased about 56% in absolute terms between 1999 and 2008. There have been major variations in individual funding sources over this time, including the

More information

"A Look at Employer TDM Programs in the Midwest" Netconference

A Look at Employer TDM Programs in the Midwest Netconference 1 Sponsored by: Association for Commuter Transportation "A Look at Employer TDM Programs in the Midwest" Netconference Sponsored by: Midwest Chapter of the Association for Commuter Transportation And National

More information

ANNUAL 5311 APPLICATION FOR FUNDING

ANNUAL 5311 APPLICATION FOR FUNDING ANNUAL 5311 APPLICATION FOR FUNDING AGENCY NAME: STATE FISCAL YEAR: - APPLICATION FOR: Rural Transit Program (Section 5311 with matching SMTF) APPLICATION CHECKLIST: The following documents must be submitted

More information

AGC of TEXAS Highway, Heavy, Utilities & Industrial Branch

AGC of TEXAS Highway, Heavy, Utilities & Industrial Branch AGC of TEXAS Highway, Heavy, Utilities & Industrial Branch THOMAS L. JOHNSON, Executive Vice President Joint AGC/TxDOT Committee Meeting February 13, 2012 Minutes 1. Words of welcome Attendees AGC Members

More information

Request for Proposals. For NEW HOPE TO WARMINSTER PASSENGER RAIL SHUTTLE FEASIBILITY STUDY

Request for Proposals. For NEW HOPE TO WARMINSTER PASSENGER RAIL SHUTTLE FEASIBILITY STUDY Request for Proposals For NEW HOPE TO WARMINSTER PASSENGER RAIL SHUTTLE FEASIBILITY STUDY The Bucks County Transportation Management Association, Inc. (TMA Bucks), on behalf of the Borough of New Hope,

More information