Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
1
CDTA COMMITTEE AGENDA Performance Monitoring/Audit Committee
March 20, 2019 | 12:00 pm | 110 Watervliet Avenue
Committee Item Responsibility Call to Order Jayme Lahut
Ascertain Quorum Jayme Lahut
Agenda Approval Jayme Lahut
Approve Minutes of February 20, 2019 Jayme Lahut
Consent Agenda Items
• Annual Review and Approval of Procurement Manual* Stacy Sansky
• Approve HVAC Preventative Maintenance Contracts Stacy Sansky
• Approve Bus Shelter Electrical Contracts Stacy Sansky
• Approve ATI Contract (Facility Access Control) Stacy Sansky
• Approve Acceptance of NYS Funding (URI) Phil Parella
Audit Committee
• No items scheduled
Investment Committee
• Update on Committee Activities Denise Figueroa
Administrative Discussion Items
• Monthly Management Report * Mike Collins
• Monthly Non-Financial Report Chris Desany
Executive Session
• No items scheduled
Next Meeting Date: April 17, 2019 at 110 Watervliet Avenue, Albany
Adjourn Jayme Lahut
* Indicates Material (Or Additional Material) Will Be Provided at Meeting
2
Capital District Transportation Authority
Performance Monitoring/Audit Committee
Meeting Minutes – February 20, 2019 at 12:00 pm; 110 Watervliet Avenue, Albany
In Attendance: Mike Criscione, Carm Basile, Amanda Avery, Mike Collins, Chris Desany, Lance Zarcone,
Fred Gilliam, Bob Sears, Phil Parella, Jon Scherzer, Jaime Watson, Sarah Matrose, Vanessa Salamy
Meeting Purpose
Regular monthly meeting of the Performance Monitoring/Audit Committee. Mike Criscione noted that a
quorum was present. Minutes from the January 23, 2019 meeting were reviewed and approved.
Consent Agenda Items
• No items scheduled.
Audit Committee Items
• Sarah Matrose provided her quarterly report. The Revenue Audit Report was completed which
contained one recommendation that staff has incorporated. Upcoming audit items include the
Warranty Process, Davis-Bacon & Prevailing Wage Audit, and the Annual Risk Assessment. The
Internal Audit Charter was reviewed, including an independence and objectivity statement, and a
written summary was provided.
Investment Committee Items
• No items scheduled.
Administrative Discussion Items
Risk Management & Workers’ Compensation Quarterly Report –
• Amanda Avery gave the Risk Management & Workers’ Compensation Report. Procedures require a
quarterly review on the adequacy of the Risk Management Self-Insurance Account and the Workers
Compensation Self-Insurance Account. The Committee determined that both accounts are adequate
at this time.
Monthly Management Report –
• Mike Collins gave the Monthly Management Report. He reported that MRT met budget projections
this month but is 3% under budget for the year. Customer fares continue to exceed monthly budget
projections and are over budget by 4.5% for the year. Wages are 2.6% over budget for the year, but
health insurance is under budget by 3.7% for the year.
• We paid back the $4 million from our line of credit for cash flow purposes and remain in an overall
positive budget position.
3
Monthly Non-Financial (Performance) Report –
• Chris Desany gave the Monthly Non-Financial Report. Total ridership was down 2% for the month
and 5% for the year. On time performance was at 74% and there were 44 missed trips this month.
Scheduled work was down slightly to 83%. There were 17 preventable and 27 non-preventable
accidents. Website page views were at 656,395.
Executive Session
• Amanda provided a report on pending litigation. No action was taken.
Next Meeting
Wednesday, March 20, 2019 at 12:00pm at 110 Watervliet Avenue, Albany
4
Capital District Transportation Authority
Agenda Action Proposal
Subject: Review and approval of revised CDTA Procurement Manual
Committee: Performance Monitoring
Committee Meeting Date: March 20, 2019
Board Action Date: March 27, 2019
Background:
The New York Public Authorities Law section 2879 requires that public authorities annually review their
procurement guidelines.
Purpose:
Staff reviews the procurement manual annually to ensure it still meets CDTA’s needs.
Summary of Proposal:
The Procurement Manual is utilized by Authority staff, subsidiary employees, sub-grantees and contractors
in procuring goods and services necessary to advance the CDTA mission.
The Procurement Manual was last updated in May 2018 as a result of suggestions received during the
Triennial Review. Because of the recent update there is only one change to the manual, which is a minor
update to the Petty Cash Policy.
Financial Summary and Source of Funds:
No impact
Prepared by:
Stacy Sansky, Director of Procurement
Project Manager:
Stacy Sansky, Director of Procurement
5
Memorandum
March 8, 2019
To: Members, Performance Monitoring Committee
From: Stacy Sansky, Director of Procurement
CC: Mike Collins, Vice President of Finance & Administration
Re: FY20 Procurement Manual
Attached is the Procurement Manual that requires annual approval by the Board of Directors.
The Procurement Manual provides a blueprint to staff, vendors and the Board for how goods and services are
procured at CDTA. The intention of the manual is to provide easy to understand guidance that conforms to
CDTA, FTA and New York State procurement regulations.
The Procurement Manual was provided to CDTA General Counsel, Internal Audit and the Finance
Department to obtain input regarding suggestions for revision.
There is only one change recommended to the Procurement Manual, which is to adopt the revised Petty Cash
policy it contains. The Petty Cash policy had minor changes as the result of change in staff titles. There is no
impact to CDTA policies and procedures by this change and it is recommended that it be accepted.
6
Capital District Transportation Authority
Agenda Action Proposal
Subject: Contract award for HVAC system work to H.T. Lyons.
Committee: Performance Monitoring
Committee Meeting Date: March 20, 2019
Board Action Date: March 27, 2019
Background:
The current contract for HVAC maintenance is set to expire.
Purpose:
Throughout CDTA facilities there are several Heating, Ventilation, and Air Conditioning (HVAC) systems
that require maintenance and repair. We need to engage qualified HVAC firm(s) that can respond quickly to
provide preventative maintenance, repair and emergency services.
Summary of Proposal:
A Request for Proposals (RFP) was issued that outlined CDTA’s requirements for service, repair and the
types of systems in each location. Fifteen vendors downloaded the RFP and three submitted proposals that
were evaluated on qualifications, price and DMWBE status.
As a result of the review process, staff recommends two different firms be awarded contracts to administer
the work based on location and skillsets. Staff recommends a three-year contract with two optional one-year
renewals for the Albany locations be awarded to H.T. Lyons for an amount not to exceed $120,790. A
smaller contract will be awarded that is valued at approximately $65,000 for HVAC preventative
maintenance at Troy and Schenectady divisions. The smaller contract does not require Board approval due to
its lower dollar value.
Financial Summary and Source of Funds:
The contract value is $24,158 annually, with a five-year total value not to exceed $120,790. This contract
will be funded in the FY2020 through FY2024 operating budgets.
Prepared by:
Stacy Sansky, Director of Procurement
Project Manager:
Mark Wos, Director of Facilities
7
Date: March 20, 2019
To: Chairperson, Performance Oversight Committee
Members, Performance Oversight Committee
From: Mark J. Wos, Director of Facilities
Re: HVAC Contract
Background:
Our three bus divisions and 85 Watervliet Avenue have a wide array of Heating, Ventilation, and Air
Conditioning (HVAC) systems, and there is a large amount of equipment that needs to be maintained and
repaired on a regular basis to stay proactive in minimizing breakdowns. CDTA recently published a Request
For Proposals (RFP) to solicit qualified HVAC firms to provide preventative maintenance, repair and
emergency services. Contractors were to submit pricing and qualifications for each location separately.
Fifteen firms downloaded the specification and three firms (H.T. Lyons, Eckert Mechanical and Kleeberg
Sheet Metal and Mechanical) offered proposals. An evaluation committee was assembled, and the selection
criteria was based on cost, qualifications, and DBE/MWBE. Upon completion of the review, the committee
felt that splitting up the awards between two contractors would be the most cost effective and efficient way
for CDTA to administer the work. Certain skillsets and proximity to our facilities can be advantageous, and
we will also have a backup contractor if needed. We currently have multiple vendors, and this process works
well.
Recommendation:
Staff is recommending that a contract be awarded to H.T. Lyons in the amounts of $19,168 and $4,990 for
maintenance services at 110 Watervliet Avenue and 85 Watervliet Avenue.
Staff also recommends a contract be awarded to Kleeberg Sheet Metal and Mechanical in the amounts of
$7,276 and $5,824 for maintenance services provided at the Schenectady and Troy bus divisions.
These contracts are for three years, with two optional one-year renewals.
8
CAPITAL DISTRICT TRANSPORTATION AUTHORITY
Staff Contract Award Certification
1. TYPE OF CONTRACT (check one):
_X_ _ Construction & Maintenance _ ___ Goods, Commodities & Supplies ____ Bus Purchase
____ Services & Consultants __ __ Transportation & Operational Services
2. TERMS OF PERFORMANCE (check one):
_ _ One-Shot Deal: Complete scope and fixed value
____ Fixed Fee For Services: Time and materials - open value
__ X _ Exclusive Purchase Contract: Fixed cost for defined commodity with indefinite quantity
____ Open Purchase Contract: Commitment on specifications and price but no obligation to buy
____ Change Order: Add on to existing contract
3. CONTRACT VALUE:
_$120,790 (NTE)_________ fixed estimated (circle one)
4. PROCUREMENT METHOD (check one):
_ ___ Request for Proposals (RFP) __ __ Invitation for Bids (IFB) _X___ Other-
5. TYPE OF PROCEDURE USED (check one):
____ Micro Purchases (Purchases up to $2,499.00) ____ Small Purchases ($25,000 up to $100,000)
__ _ Sealed Bid/Invitation for Bids (IFB) (Over $100,000) __X __ Request for Proposals (RFP)
____ Professional Services (Over $25,000) ____ Sole or Single Source (Non-Competitive)
6. SELECTION CRITERION USED:
Number of Proposals/Bids Solicited #_15____ or Advertised
Number of Proposals/Bids Received #_3______
Attach Summary of Bids/Proposals
7. Disadvantaged/Minority Women’s Business Enterprise (D/MWBE) involvement
Are there known D/MWBEs that provide this good or service? Yes No
Number of D/MWBEs bidding/proposing ____)______
D/MWBE Certification on file? Yes No
Was contract awarded to a D/MWBE? Yes No
Number of D/MWBE Subcontractors ____1______
8. LEGAL NAME and ADDRESS OF CONTRACTOR/VENDOR: H.T. Lyons, Inc._____________________________
3 Rexford
Way______________________________
Halfmoon, NY 12065_______________________
__
8. SOURCE OF FUNDS: __FY2020 through FY2024 Operating Budgets_______________________________________
9. COMPLIANCE WITH STATE AND FEDERAL RULES:
Non-Collusion Affidavit of Bidder (Yes, No, N/A)
Disclosure & Certificate of Prior Non-Responsibility Determinations (Yes, No, N/A)
Disclosure of Contacts (only RFPs) (Yes, No, N/A)
Certification with FTA’s Bus Testing Requirements (Yes, No, N/A)
10. RESPONSIBLE STAFF CERTIFIES THE INTEGRITY OF THIS PROCUREMENT/CONTRACT:
__Stacy Sansky, Director of Procurement_____ DATED: _March 12, 2019_ _ _________
9
Capital District Transportation Authority
Agenda Action Proposal
Subject: Contract award for electrical work in bus shelters to LaCorte Companies.
Committee: Performance Monitoring
Committee Meeting Date: March 20, 2019
Board Action Date: March 27, 2019
Background:
The current contract for electrical work in bus shelters is about to expire, and a new contract is required.
Purpose:
CDTA bus shelters are illuminated by National Grid and solar panels. These systems require repair and
maintenance to keep them functional for customers.
Summary of Proposal:
An Invitation for Bids (IFB) was issued that outlined CDTA’s requirements for service, repair and
installation work for lighting at bus shelters. CDTA provides all materials and the bidders are to provide
licensed labor as well as electrical grounding. Seventeen vendors downloaded the IFB and four of them
submitted bids. LaCorte Companies (WBE firm) is the incumbent provider of these services provided the
lowest responsive and responsible bid. Staff recommends a three-year contract with two optional renewal
years for bus shelter electrical services be awarded to LaCorte Companies of Troy, NY for an amount not
to exceed $318,750.
Financial Summary and Source of Funds:
The contract value is $63,750 per year, with a total contract value not to exceed $318,750. This contract
will be funded in the FY2020 through FY2024 operating budgets.
Prepared by:
Stacy Sansky, Director of Procurement
Project Manager:
Mark Wos, Director of Facilities
10
Date: March 20, 2019
To: Chairperson, Performance Oversight Committee
Members, Performance Oversight Committee
From: Mark J. Wos, Director of Facilities
Re: Electrical Work for Bus Shelters
Background:
Many of our shelters are illuminated by a direct supply of power from National Grid, or through a solar
system in areas that are not cost effective to connect power. As with any system they require repair and
maintenance, and new installations are sometimes required.
CDTA issued an Invitation for Bids (IFB) for licensed electrical contractors to provide electrical repair
and lighting installation services for bus shelters in all four counties we serve. For installations, CDTA
would supply the materials and the bidder would provide the labor for the proper installation and
grounding required to light the shelter (along with any ancillary parts required to connect the fixtures).
Repairs would be completed on a time and materials basis based on the wage rates provided. References
were also to be provided.
Seventeen contractors downloaded the plans and specifications and four contractors provided bids. The
low bidder (and incumbent) was LaCorte Companies and we have been satisfied with their service.
Recommendation:
Staff is recommending that a three-year contract with two one-year options be awarded to LaCorte
Companies, Inc. of Troy, NY in the amount of $63,750.
This contract is for three years, with two optional one-year renewals.
11
CAPITAL DISTRICT TRANSPORTATION AUTHORITY
Staff Contract Award Certification
1. TYPE OF CONTRACT (check one):
__X _ Construction & Maintenance _ ___ Goods, Commodities & Supplies ____ Bus Purchase
____ Services & Consultants __ __ Transportation & Operational Services
2. TERMS OF PERFORMANCE (check one):
_ _ One-Shot Deal: Complete scope and fixed value
____ Fixed Fee For Services: Time and materials - open value
__ _ Exclusive Purchase Contract: Fixed cost for defined commodity with indefinite quantity
__X__ Open Purchase Contract: Commitment on specifications and price but no obligation to buy
____ Change Order: Add on to existing contract
3. CONTRACT VALUE:
_$318,750 (NTE)_________ fixed estimated (circle one)
4. PROCUREMENT METHOD (check one):
_ ___ Request for Proposals (RFP) __ X__ Invitation for Bids (IFB) ____
Other-
5. TYPE OF PROCEDURE USED (check one):
____ Micro Purchases (Purchases up to $2,499.00) ____ Small Purchases ($25,000 up to $100,000)
_X_ _ Sealed Bid/Invitation for Bids (IFB) (Over $100,000) __ __ Request for Proposals (RFP)
____ Professional Services (Over $25,000) ____ Sole or Single Source (Non-Competitive)
6. SELECTION CRITERION USED:
Number of Proposals/Bids Solicited #_17____ or Advertised
Number of Proposals/Bids Received #_4______
Attach Summary of Bids/Proposals
8. Disadvantaged/Minority Women’s Business Enterprise (D/MWBE) involvement
Are there known D/MWBEs that provide this good or service? Yes No
Number of D/MWBEs bidding/proposing ____1______
D/MWBE Certification on file? Yes No
Was contract awarded to a D/MWBE? Yes (WBE) No
Number of D/MWBE Subcontractors ____0______
8. LEGAL NAME and ADDRESS OF CONTRACTOR/VENDOR: LaCorte Companies, Inc.______________________
630 7th
Avenue_______________________________
Troy, NY
12182____________________________ __
8. SOURCE OF FUNDS: __FY2020 through FY2014 operating budgets________________________________________
9. COMPLIANCE WITH STATE AND FEDERAL RULES:
Non-Collusion Affidavit of Bidder (Yes, No, N/A)
Disclosure & Certificate of Prior Non-Responsibility Determinations (Yes, No, N/A)
Disclosure of Contacts (only RFPs) (Yes, No, N/A)
Certification with FTA’s Bus Testing Requirements (Yes, No, N/A)
10. RESPONSIBLE STAFF CERTIFIES THE INTEGRITY OF THIS PROCUREMENT/CONTRACT:
__Stacy Sansky, Director of Procurement_____ DATED: _March 11, 2019_ _ _________
12
Capital District Transportation Authority
Agenda Action Proposal
Subject: Sole source maintenance contract award for security access systems to Access Technology
Integration (ATI).
Committee: Performance Monitoring
Committee Meeting Date: March 20, 2019
Board Action Date: March 27, 2019
Background:
The current maintenance agreement for this system is set to expire. To allow for continued support a new
agreement is required.
Purpose:
Security access systems are utilized at all CDTA facilities for both pedestrian and vehicular traffic.
Summary of Proposal:
The security access systems were competitively procured from Access Technology Integration (ATI).
ATI installed the original systems, performs upgrades and addresses all maintenance issues. ATI has a
15-year relationship with CDTA maintaining the security access systems and understand them as well as
CDTA’s needs. Therefore, staff recommends a one-year contract with four optional one-year renewals be
awarded to Access Technology Integration of Wynantskill, NY for a maintenance contract to support the
access control systems for an amount not to exceed $84,240 over five years. Staff has reviewed the
pricing and finds it to be fair and reasonable as it is less than a one percent increase over current prices.
Financial Summary and Source of Funds:
The contract value is $16,848 per year, with a total contract value not to exceed $84,240 over five years.
This contract will be funded in our operating budgets starting with FY2020.
Prepared by:
Stacy Sansky, Director of Procurement
Project Manager:
Mark Wos, Director of Facilities
13
Date: March 20, 2019
To: Chairperson, Performance Oversight Committee
Members, Performance Oversight Committee
From: Christopher Desany, Vice President of Planning and Infrastructure
Re: Sole Source Recommendation for Access Control System Maintenance Contract
Background:
Over the past 15 years CDTA has become very sophisticated in our implementation of security access
systems at all our facilities. Currently, every facility has secure vehicle and/or pedestrian access onto the
property. When the Rensselaer Rail Station was built, a gate access and revenue management system was
also required for public parking. These systems were competitively procured from Access Technology
Integration (ATI) – a reseller and integrator of the various technology platforms we use. ATI installed the
original system, performs upgrades, and addresses maintenance issues via a support contract. This
agreement is up for renewal.
Justification:
This sole source renewal for ATI is based on a number of important considerations:
• We have a 15-year relationship with ATI and they are familiar with the many nuances of our
system design and its relationship to our requirements and therefore has full knowledge of CDTA
needs.
• Utilizing this vendor will result in a zero-net increase in vendors at CDTA.
• Utilizing this vendor will require no third-party integration or customization, which reduces the
risk inherent in custom third-party vendor development.
• They have always provided reasonable contract costs and are proposing a less than one percent
increase in current pricing.
• They have held the past three, five-year maintenance contracts for this work at CDTA and we are
satisfied with their performance.
Recommendation:
Staff is recommending that a one-year sole source contract with four one-year renewals be awarded to
Access Technology Integration (ATI) of Wynantskill, NY in an annual amount of $16,848.
14
CAPITAL DISTRICT TRANSPORTATION AUTHORITY
Staff Contract Award Certification
1. TYPE OF CONTRACT (check one):
__ _ Construction & Maintenance _ ___ Goods, Commodities & Supplies ____ Bus Purchase
_X___ Services & Consultants __ __ Transportation & Operational Services
2. TERMS OF PERFORMANCE (check one):
_ X_ One-Shot Deal: Complete scope and fixed value
____ Fixed Fee For Services: Time and materials - open value
__ _ Exclusive Purchase Contract: Fixed cost for defined commodity with indefinite quantity
____ Open Purchase Contract: Commitment on specifications and price but no obligation to buy
____ Change Order: Add on to existing contract
3. CONTRACT VALUE:
_$84,240_________ fixed estimated (circle one)
4. PROCUREMENT METHOD (check one):
_ ___ Request for Proposals (RFP) __ __ Invitation for Bids (IFB) _X___
Other-
5. TYPE OF PROCEDURE USED (check one):
____ Micro Purchases (Purchases up to $2,499.00) ____ Small Purchases ($25,000 up to $100,000)
__ _ Sealed Bid/Invitation for Bids (IFB) (Over $100,000) __ __ Request for Proposals (RFP)
____ Professional Services (Over $25,000) __X__ Sole or Single Source (Non-Competitive)
6. SELECTION CRITERION USED:
Number of Proposals/Bids Solicited #_1____ or Advertised
Number of Proposals/Bids Received #_1______
Attach Summary of Bids/Proposals
9. Disadvantaged/Minority Women’s Business Enterprise (D/MWBE) involvement
Are there known D/MWBEs that provide this good or service? Yes No
Number of D/MWBEs bidding/proposing ____1______
D/MWBE Certification on file? Yes No
Was contract awarded to a D/MWBE? Yes (WBE) No
Number of D/MWBE Subcontractors ____0______
8. LEGAL NAME and ADDRESS OF CONTRACTOR/VENDOR: Access Technology Integration_________________
PO Box
233__________________________________
Wynantskill, NY
12198_______________________ __
8. SOURCE OF FUNDS: __FY2020 Operating Budget and subsequent operating budgets, if approved____________
9. COMPLIANCE WITH STATE AND FEDERAL RULES:
Non-Collusion Affidavit of Bidder (Yes, No, N/A)
Disclosure & Certificate of Prior Non-Responsibility Determinations (Yes, No, N/A)
Disclosure of Contacts (only RFPs) (Yes, No, N/A)
Certification with FTA’s Bus Testing Requirements (Yes, No, N/A)
10. RESPONSIBLE STAFF CERTIFIES THE INTEGRITY OF THIS PROCUREMENT/CONTRACT:
__Stacy Sansky, Director of Procurement_____ DATED: _March 11, 2019_ _ _________
15
Capital District Transportation Authority
Agenda Action Proposal
Subject: Resolution to accept $7,310,000 in State funding.
Committee: Performance Monitoring/Auditing
Committee Meeting Date: March 20, 2018
Board Action Date: March 27, 2018
Background:
CDTA is working to construct two Bus Rapid Transit lines: the BusPlus Blue Line and the BusPlus
Purple Line. As part of our effort to fully fund the BusPlus Blue Line, CDTA applied to the Upstate
Revitalization Initiative (URI) for funding in FY2018. The URI program is managed by Empire State
Development in conjunction with New York State and CDTA was awarded $7,310,000 in August 2018
under this program.
A discussion about how this money will help fund our BRT’s was provided during the Strategic and
Operational Planning Committee Retreat in December 2018.
Purpose:
New York State Department of Transportation (NYSDOT) requires a Board resolution to accept State
funding prior to being reimbursed for expenses incurred as part of an agreement.
Summary of Proposal:
The resolution will permit CDTA to execute an agreement with New York State Department of
Transportation (NYSDOT) to accept $7,310,000 in funds.
Financial Summary and Source of Funds:
NYSDOT will provide CDTA the full $7,310,000 in funding; there is no state or federal match
requirements.
Prepared by:
Philip Parella, Jr., Director of Finance
Project Manager:
Ross Farrell, Director of Planning
Philip Parella, Jr., Director of Finance
16
17
18
19
20