162
METRO BOARD OF DIRECTORS CAPITAL PROGRAMS WORKING COMMITTEE MEETING AUGUST 22, 2014 9:00 AM ACTION ITEMS 1. Authorization for the President & CEO to execute a contract with SAP America, Inc. for the purchase of Enterprise Resource Planning (ERP) software license. D. Wendler 2. Authorization for the President & CEO to approve funding for sidewalk improvements along the Southeast and East End Corridors. R. Treviño 3. Authorization for the President & CEO to negotiate and execute a contract with Brown & Gay Inc. and Huitt-Zollars Inc. for Indefinite Quantity/Indefinite Delivery of Architectural and Engineering Services. R. Treviño 4. Authorization for the President & CEO to extend Atkins, Inc. contract term period and to approve budget for FY2015. R. Treviño 5. Authorization for the President & CEO to execute a contract for the construction of the Burnett Plaza Transit Center. R. Treviño BRIEFING ITEMS 6. MRE – ECP Monthly Board Report R. Treviño a. Axle Counter Update | R. Treviño b. Houston 1 st Construction | R. Treviño c. Harrisburg Overpass Update | R. Treviño 7. Procurement Solicitation Report M. Kyme 8. English St. Traffic Impact from N Line Rail & Propsed Mitigation R. Treviño./D. Burtner 9. Indefinite Demand Indefinite Quatity (IDIQ) – Construction R. Treviño/L. Hack 10. IDIQ for Environmental Remediation & Compliance Oversight Svc R. Treviño./D. Burtner 11. El Dorado Park & Ride R. Treviño/B. Towns 12. Uptown Track | Surplus Rail R. Treviño 13. Public Facilities Lghting Retrofit Scope R. Marrero 14. SAP Enterprise Assett Management (EAM) D. Wendler

METRO BOARD OF DIRECTORS CAPITAL PROGRAMS WORKING

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

METRO BOARD OF DIRECTORS

CAPITAL PROGRAMS WORKING COMMITTEE MEETING

AUGUST 22, 2014

9:00 AM

ACTION ITEMS

1. Authorization for the President & CEO to execute a contract with SAP America, Inc. for the purchase of Enterprise Resource Planning (ERP) software license. D. Wendler

2. Authorization for the President & CEO to approve funding for sidewalk improvements along the Southeast and East End Corridors. R. Treviño

3. Authorization for the President & CEO to negotiate and execute a contract with Brown & Gay Inc. and Huitt-Zollars Inc. for Indefinite Quantity/Indefinite Delivery of Architectural and Engineering Services. R. Treviño

4. Authorization for the President & CEO to extend Atkins, Inc. contract term period and to approve budget for FY2015. R. Treviño

5. Authorization for the President & CEO to execute a contract for the construction of the Burnett Plaza Transit Center. R. Treviño

BRIEFING ITEMS 6. MRE – ECP Monthly Board Report R. Treviño

a. Axle Counter Update | R. Treviño b. Houston 1st Construction | R. Treviño c. Harrisburg Overpass Update | R. Treviño

7. Procurement Solicitation Report M. Kyme

8. English St. Traffic Impact from N Line Rail & Propsed Mitigation R. Treviño./D. Burtner

9. Indefinite Demand Indefinite Quatity (IDIQ) – Construction R. Treviño/L. Hack

10. IDIQ for Environmental Remediation & Compliance Oversight Svc R. Treviño./D. Burtner

11. El Dorado Park & Ride R. Treviño/B. Towns

12. Uptown Track | Surplus Rail R. Treviño

13. Public Facilities Lghting Retrofit Scope R. Marrero

14. SAP Enterprise Assett Management (EAM) D. Wendler

Capital Programs Committee

SAP Single ERP Costs & Schedule Overview

August 2014

Migration Strategy to Single SAP ERP Solution

Payroll Payroll

Bus Fleet Maint.

Materials Mgmt.

Human Capital Mgmt.

Purchas-ing

Financials & Grants

Rail Fleet & Track Maint.

Facilities Maint.

Human Capital Mgmt.

Bus Fleet Maint.

Materials Mgmt.

Business Objects -

SAP Reporting

Current SAP Future SAP –

Approximately 2016

2

Cost Estimates

3

Direct Project Costs 2015 - 2016

Financials/Purchasing Project Implementation Partner 6,700,000 Project Management 434,000 Licenses 300,000 Total 7,434,000

EAM (Enterprise Asset Management) Implementation Partner 1,810,000 EAM Consultant 325,000 Licenses 600,000 Hardware (mobile devices) 300,000 Total 3,035,000

Business Objects “Stand Up” (SAP reporting) Implementation Partner 100,000 Licenses 150,000 Total 250,000

Expansion hardward for consolidation Hardware 858,000

$ 11,577,000

Direct Savings Annual FM360 (Facilities Maintenance system) (48,000) M4 Rail (Rail Maintenance system) (20,000) Oracle E-Business Suite Elimination (200,000) Oracle Database Licenses elimination (100,000) Oracle Database Savings (40,000) UNIX Savings Cost (481,485)

($889,485)

Cost Avoidance Project Costs Financials/Purchasing (Oracle) Implementation Partner (4,600,000) Project Management (434,000) Licenses (1,000,000)

($6,034,000)

Approximate Cost of Single ERP $ 4,653,515

Schedule Estimates

FY2017Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1

Purchase new SAP Licenses

Purchase and "stand up"

new SAP hardware

environmentMigration of existing SAP

environment to new

hardware

Consultant to "stand up"

Business Objects for SAP

reporting

Implementation of SAP EAM

Implementation of SAP

Financials/ Purchasing

PROJECTFY2014 FY2015 FY2016

RFP PROCESS

BOARDAPPROVALRFP PROCESS

15 months

3 months

BOARDAPPROVAL

BOARDAPPROVAL

5 months

7 months

19 months

Southeast & East End Line

Sidewalk Improvements

Engineering and Capital Projects

August 2014

Background • METRO has received requests from various community organizations and

individuals, asking for the relocation of sidewalk obstructions. Relocating the obstructions would allow for more usable sidewalk space across the MRE lines.

• Staff conducted an inventory of all sidewalk obstructions along rail expansion corridors and there are approximately 17 utility relocations.

• Per October 2013 Board approval, sidewalk obstructions were mitigated (at an additional cost to METRO) along the North Line.

– The mitigated sidewalk obstructions met Federal, State, and Local requirements and were ADA compliant.

• Sidewalk obstructions that were not built per plans or did not meet ADA compliance were previously addressed by HRT.

• There is approximately 4900 square feet of sidewalk that is impacted.

– 2700 square feet of sidewalk is impacted because of utility work. – 2200 square feet of sidewalk is impacted due to improvements at bus

stop facilities.

2

Southeast Utility Relocations

3

Example of a Utility Pole: SE | MLK Blvd at McGregor Park

4

Example of Additional Sidewalk:

SE | MLK Blvd at Shrine of the Black Madonna

5

East End Utility Relocations

6

Example of a Fire Hydrant: EE | Harrisburg @ 70th St.

7

Recommendation

• Request Board authorization for the President and CEO to approve a Not to Exceed Amount of $200,000 for sidewalk improvements along the Southeast and East End Corridors. Work to be performed by utility companies (owner) or METRO trade contracts. – $150,000 for the South East Line – $50,000 for the East End Line

8

cg29
Typewritten Text
cg29
Typewritten Text
cg29
Rectangle
cg29
Rectangle
cg29
Typewritten Text
Brown & Gay Inc.
cg29
Typewritten Text
Huitt-Zollars Inc
cg29
Typewritten Text
cg29
Typewritten Text
cg29
Typewritten Text
cg29
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
cg29
Rectangle
cg29
Rectangle
cg29
Rectangle
cg29
Rectangle
cg29
Text Box
2. Execute the contracts with Brown & Gay Inc. and Huitt-Zollars Inc.
cg29
Typewritten Text
cg29
Typewritten Text
nm10
Typewritten Text
Brown & Gay Inc.
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
Huitt-Zollars Inc.
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text
nm10
Typewritten Text

Indefinite Delivery | Indefinite Quantity (IDIQ) Architectural/Engineering Services Design Contracts

August 2014

Engineering and Capital Projects

Background

• Indefinite Delivery/Indefinite Quantity (ID/IQ) Architectural/Engineering Contracts were entered into with a one year duration and expired in July 2014.

• New ID/IQ contracts will be necessary to continue Engineering & Capital Projects and rail design requirements for upcoming projects.

• Selection is based on qualifications with strict conformance with the requirements of the Brooks Act.

• METRO will issue individual work authorizations for the design services on budgeted projects.

• Utilization of existing contracts provides for a small business goal of 35%.

2

Potential Projects FY2014 through FY2016 • Compressed Natural Gas (CNG) Fueling Stations design technical support • Transit Center Modifications: Northwest and Magnolia • HOV/HOT Lanes – enforcement areas, Sheperd Ramp Improvements and

trailblazer signs • Passenger Shelter Program Design • Bus Enhancements including signature shelters and accessibility to site

improvements • Signature Bus Westheimer and Gessner routes • Facility Engineering projects including:

– Hiram Clark Bus Operation Facility (BOF) Exhaust System Rehab • Fire Sprinkler Piping Rehab • Generator Capacity Addition

– Central Stores Fire Alarm Control Panel (FACP) Replacement – Oil/water separator rehab at multiple BOF’s – Restroom HVAC Designs – Multiple Facility Rehabilitation Initiative (MFRI) multiple project design

requirements – State of Good Repair (SOGR) design at multiple facilities

3

Selection Process

• Nineteen submittals of qualifications were evaluated.

• Of these 19, four were invited to make oral presentations.

• Based on the orals and the written submittals of qualifications, two firms were selected for the recommendation to the METRO Board of Directors.

4

Recommendation

Request Board authorization for the President and CEO to negotiate, execute, and deliver on-call contracts with Brown & Gay Engineers, Inc. and Huitt-Zollars Inc. for Indefinite Delivery/Indefinite Delivery (ID/IQ) Architectural and Engineering Services for a two year period with a one year option for extension each for an amount of $1,000,000.

5

Program Controls - Atkins Contract Extension August 2014

Engineering and Capital Projects

Background

• Program Control Services scope of work includes the monitoring and evaluation of scheduling, cost control, and estimating for the Rail Expansion Program.

• Total Contract Value is $9.0M. Contract commenced in 2010 with a Period of Performance of 4 years with two (2) each additional one-year option periods. – Expenditures thru April 2014 are $5.08M.

• Current period of performance expires September 30, 2014. Proposing to exercise the first one-year option period.

• Construction, Start-up Testing and commissioning remain for the SE Line including the Downtown Portion. Project close-out activities will continue into FY2015 along with other projects including but not limited to Burnett Transit Plaza, Rail Operations Center Yard Expansion, Harrisburg Grade Separation, and completion of the CAF Vehicle procurement.

2

FY 2015 Scope of Services

• Continue to provide Program Control Services for the Engineering and Capital Projects Department.

Support Services include: • Assistance with meeting Federal Transportation Administration

(FTA) cost and schedule reporting requirements necessary for the Full Funding Grant Agreement (FFGA) reimbursement of the new Light Rail Transit (LRT) lines.

• Support of Project and FFGA close-out activities for North, Southeast, and East Lines including Light Rail Vehicle (LRV) procurement.

• Scheduling and cost control support for planned projects pending commencement of construction: Harrisburg Grade Separation Project, Burnett Plaza and Streets, and Rail Operations Center Yard Expansion.

3

Recommendation

• Authorize President and CEO to extend Atkins Inc. contract term

for a one (1) year optional period from September 30, 2014 to September 30, 2015, and extend authorization from $6.0 million to $7.5 million.

4

aa12
Stamp

Engineering & Capital Projects

Burnett Plaza Transit Center August 2014

Burnett Plaza Transit Center Site Design

2

Main Street Tunnel

Burn

ett

Str

eet

Hardy Yards (Cypress Development)

Bid Summary

• Advertised at 90% Design in July 2014.

• Project is associated with Full Funding Grant Agreement (FFGA) and needs to be complete by July 16, 2015.

• Bid Opening held on August 12, 2014 - 2 Bidders.

• Lowest Qualified Bid - $8,009,926.

• Small Business participation is 35%.

3

Recommendation • Authorize President & CEO to execute a contract with Jerdon

Enterprises in the amount of $8,809,925.30.

• Authorized amount includes $8,009,925.30 plus 10% owner controlled contingency ($800,000) to cover any potential differing site conditions and unknowns.

4

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

Engineering & Capital Projects Monthly Board Report

Engineering & Capital Projects Roberto Treviño

The purpose of this item is to brief the Capital Programs Committee on the monthly progress of the Engineering and CapitalProjects program.

Engineering & Capital Projects

Monthly Board Presentation

August 2014 Reporting Thru July 2014

2

Utility Relocation

Roadway

Bridge Structures

Stations

Systems

Guideway

100% as of March

2014

100% as of

March 2014

100% as of

March 2014

100% as of

March 2014

93% Complete

96% Complete

MRE PURPLE LINE Southeast/Downtown Line

3

Utility Relocation

Roadway

Guideway

Stations

Systems

MRE GREEN LINE

East End Line

100% as of

February 2013

100% as Of

November 2012

100% as of June 2013

98% Complete

87% Complete

*Note – This excludes limits of Harrisburg grade separation

4

MRE RED LINE

North Line

Utility Relocation

Roadway

Bridge Structures

Guideway

Systems

Stations

100% as of October

2012

100% as of January

2013

100% as of November

2012

100% as of March

2013

100% Complete

100% Complete

5

Harrisburg Overpass

-Staff compiled community comments from the first public meeting held on July 1, 2014.

-City Council approved $10M to add roadway and sidewalks to the LRT Bridge

-Step 1 – Request for Technical Proposals of two-step process to hire a construction contractor to be advertised on August 10 & 17th.

-Design contract with Omega Engineers - Notice to Proceed to be issued the week of the August 11th.

-Second public meeting to be held on August 27, 2014 at METRO’s East End S&I Community Room from 6:30 to 7:30pm Exhibits will reflect comments from the first public meeting held on July 1, 2014.

6

Houston First (George R. Brown Convention Center)

-Coordination with Houston First continues. METRO is currently awaiting their detailed construction schedule.

-Houston First Corporation has issued a notice-to-proceed to the contractor.

7

Capital Projects Burnett Plaza Transit Center

-Design currently at 95%

-Plans submitted for permits in July 2014

-Project to be bid for construction in August 2014

-Construction set to start 1st quarter of FY15

8

Capital Projects Burnett Plaza Street Access Improvements

-Project to be re-bid for construction in August/September 2014

-Construction set to start 1st quarter of FY15.

9

Capital Projects ROC Expansion

-Design by HRT is currently 99% complete.

-City of Houston drawing review is complete, but final approval is pending resolution of a storm water quality permit.

-Construction set to start Fall 2014.

New Track Area

10

Capital Projects El Dorado Park & Ride

-Finalized the design plans.

-Submitted plans to City of Houston for approval.

-Construction planned for 1st quarter of FY 2015.

11

Capital Projects Grand Parkway Park & Ride

-Executed Work Authorization with Brown & Gay for design.

- -Estimated design completion date is scheduled for 4th quarter of FY2015.

12

Axle Counters

-First Batch of 63 redesigned axle counters installed

- 63 at vital locations on North line

- 32 failures during the month of July. Ongoing analysis to determine cause

Engineering & Capital Projects

MONTHLY PROGRESS REPORT (Period Ended July 31, 2014)

For:

METRO Board of Directors

Capital Programs Monthly Progress Report – July 2014 1

I-1. Program Related

Small Business – Light Rail Construction Project

Facility Provider Overall Base SBE/DBE Goal $290,000,000 SBE/DBE Base Level

Sub-Contracting Goal

Revised with Uptown Removed

Overall Base SBE/DBE Goal $ 290,000,000

HRT Committed/Awarded to SBE/DBE $ 319,674,638 Exceeds Base

Goal Other Committed/Awarded to SBE/DBE $ 19,632,351

Facility Provider Committed / Awarded to SBE/DBE

Note: Total SBE/DBE payments through May 20, 2014 reporting period total $320,234,263.

$0

$50,000,000

$100,000,000

$150,000,000

$200,000,000

$250,000,000

$300,000,000

$350,000,000Minimum to Receive Incentive

Goal

Minimum without Penalty

Committed / Awarded

Capital Programs Monthly Progress Report – July 2014 2

I-2. Community Outreach

Business Assistance Fund (BAF) At-A-Glance

Business Assistance

Fund Total

Businesses Business Outreach

Registrations Pending Review

Registrations Reviewed &

Not Currently Eligible

Registered Businesses

Award Requests Awards

East End Line 167 167 0 9 74 122 103

North Line 177 177 0 15 112 238 190

Southeast Line 135 135 1 19 61 107 98

Total 479 479 1 43 247 467 391

Note: Award disbursements to date are $3,746,377 (April 2010 – July 2014).

Construction Related Issues Received for July 2014

CURRENT MONTH BREAKDOWN OF MITIGATION PLANS TO DATE

TOTAL

ISSUES

RECEIVED

TOTAL ISSUES CLOSED

CLOSED

WITHIN 48

HOURS

CLOSED

AFTER 48

HOURS

MITIGATION

PLAN IN

PLACE

WITHIN 48

HOURS

PREVIOUS

MONTH

MITIGATION

PLAN

RESOLUTIONS

PENDING

MITIGATION

PLAN

RESOLVED

DURING THE

MONTH

MITIGATION

PLAN

RESOLUTIONS

PENDING

North Line 0 0 0 0 0 0 0

Southeast Line 0 0 0 0 0 0 0

East End Line 0 0 0 0 0 0 0

Uptown Line 0 0 0 0 0 0 0

Downtown Line 6 6 0 0 0 0 0

TOTAL 6 6 0 0 0 0 0

Note: “Total” represents construction related issues only and does not include questions or notifications.

Capital Programs Monthly Progress Report – July 2014 3

I-3. Project Claim Activity

The data below captures totals as of June 2008 through July 2014.

Stakeholder Claims

Total Claims

Notices Only

Claims Closed

Amount Paid

Average Processing Time (Days)

East End Line 35 2 33 153,712 108

North Line 28 1 27 97,688 116

Southeast Line 58 11 47 175,692 73

Total 121 14 107 427,092 297

Utility Strike Claims

Total Claims Amount Paid

East End Line 59 149,406

North Line 104 135,382

Southeast Line 133 412,737

Total 296 697,525

Note: The total claims count includes utility company claims only.

Worker Injuries

Total Workers Compensation

Claims OSHA Recordable

Injuries OSHA Lost Time

Injuries

East End Line 38 17 1

North Line 76 19 2

Southeast Line 118 49 7

Total 232 85 10 Approximately $1,863,407.79 has been paid to date for workers compensation claims.

Capital Programs Monthly Progress Report – July 2014 4

I-4. METRO Rail Expansion – Progress Reports

East End Line – 3.34 miles of Light Rail Line — DESIGN

100% complete excluding the limits of the Hughes Underpass (Segment 1A-2).

— OVERALL CONSTRUCTION – 99% COMPLETE

— GUIDEWAY CONSTRUCTION – 100% COMPLETE

Utlity Relocation

Roadway

Guideway 100%

Stations 98%

0% 20% 40% 60% 80% 100%

Segment 3

Segment 2B

Segment 2A

Segment 1B

Segment 1A-1

Segment 1

100%

100%

100%

100%

100%

100% as of

February

2013

100% as of

November

2012

100%

100% as of

June 2013

Capital Programs Monthly Progress Report – July 2014 5

— STATION CONSTRUCTION – 98% COMPLETE

— SYSTEMS CONSTRUCTION – 93% COMPLETE

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

95%

100%

100%

100%

100%

100%

50%

100%

100%

100%

100%

100%

Central Station Main (Redline)

Coffee Plant/Second Ward (Seg 2B)

Lockwood/Eastwood (Seg 2A)

Altic/Howard Hughes (Seg 1B)

Cesar Chavez/67th Street (Seg 1)

Magnolia Park (Seg 1)

Foundation Platform Steel & Canopy Finishes

0% 20% 40% 60% 80% 100%

Regulate OCS Wire

String Messenger &Contact Wires

Attach Cantilevers

Install OCS Poles

Station CommunicationPlatforms

Signals Crossover &Interlocking Install

Feeder Cable

TPSS Set

Civil Systems

Completed Thru June 2014 Completed Thru July 2014 Remaining To Complete

100%

100%

100%

91% Completed to Date

90% Completed to Date

90%

90%

91% Completed to Date

80% Completed to Date

Capital Programs Monthly Progress Report – July 2014 6

Harrisburg Overpass – Segment 1A-2

Staff compiled community comments from the first public meeting held on July 1, 2014.

City Council approved $10M to add roadway and sidewalks to the LRT Bridge.

Step 1 – Request for Technical Proposals of two-step process to hire a construction contractor to be advertised on August 10 & 17th.

Design contract with Omega Engineers - Notice to Proceed to be issued the week of the August 11th.

Second public meeting to be held on August 27, 2014 at METRO’s East End S&I Community Room from 6:30 to 7:30pm Exhibits will reflect comments from the first public meeting held on July 1, 2014.

East End Line Construction Map

Capital Programs Monthly Progress Report – July 2014 7

North Line – 5.28 miles in length

— DESIGN – 100% COMPLETE

— OVERALL CONSTRUCTION – 100% COMPLETE

— STATION CONSTRUCTION – 100% COMPLETE

Utlity Relocation

Roadway

Bridge Structures

Guideway

Stations

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

Burnett Transit Center/Casa de…

Quitman/Near North (Seg 3B)

Fulton/North Central (Seg 3A)

Moody Park (Seg 2B)

Cavalcade (Seg 2A)

Lindale Park (Seg 2A)

Melbourne/North Lindale (Seg 1B)

Northline Transit Center/HCC (Seg 1A)

Foundation Platform Steel & Canopy Finishes

100% as of

October

2012

100% as of

January

2013

100% as of

November

2012

100% as of

April 2013

100% as of

Novemember

2013

Capital Programs Monthly Progress Report – July 2014 8

— SYSTEMS CONSTRUCTION – 100% COMPLETE

— ROC EXPANSION – COMPLETE Yard Track Build-Out

o Design by HRT is currently 99% complete

o City of Houston drawing review is complete, but final approval is pending resolution of a storm water quality permit

o Construction set to start fall 2014

— BURNETT TRANSIT CENTER (not included within the Design-Build Contract) Burnett Plaza Street Access Improvements o Project to be re-bid for construction in August/September 2014

o Construction set to start 1st quarter of FY15

Burnett Plaza Transit Center o Design currently at 95%

o Plans submitted for permits in July 2014

o Project to be bid for construction in August 2014

o Construction set to start 1st quarter of FY15

0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100%

Regulate OCS Wire

String Messenger & Contact Wires

Attach Cantilevers

Install OCS Poles

Signals Crossover & Interlocking Install

Feeder Cable

TPSS Set

Civil Systems100% Complete

100% Complete

100% Complete

85% Completed to Date

100% Complete

100% Complete

100% Complete

83% Completed to Date

100% Complete

100% Complete

Capital Programs Monthly Progress Report – July 2014 9

North Line Construction Map

Capital Programs Monthly Progress Report – July 2014 10

Southeast Line – 6.56 miles in length

— DESIGN – 100% COMPLETE

— OVERALL CONSTRUCTION - 99% COMPLETE

— UTILITY RELOCATION CONSTRUCTION – 100% COMPLETE

Utility Relocation

Roadway

Bridge Structures

Guideway

Stations 93%

0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100%

Segment 6A/B

Segment 5A/B

Segment 4B

Segment 4A

Segment 3B

Segment 3A

Segment 2B

Segment 2A

Segment 1C

Segment 1B

Segment 1A

100%

100%

100%

100%

100%

100% as of

March

2014

100%

100%

100%

100%

100%

100%

100% as of

March

2014

100% as of

March

2014

100% as of

May

2014

Capital Programs Monthly Progress Report – July 2014 11

— ROADWAY CONSTRUCTION – 100% COMPLETE

— GUIDEWAY CONSTRUCTION – 100% COMPLETE

0% 20% 40% 60% 80% 100%

Segment 6B

Segment 6A

Segment 5B

Segment 5A

Segment 4B

Segment 4A

Segment 3B

Segment 3A

Segment 2B

Segment 2A

Segment 1C

Segment 1B

Segment 1A

100%

100%

100%

100%

100%

0% 20% 40% 60% 80% 100%

Segment 6B

Segment 6A

Segment 5B

Segment 5A

Segment 4B

Segment 4A

Segment 3B

Segment 3A

Segment 2B

Segment 2A

Segment 1C

Segment 1B

Segment 1A

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

100%

Capital Programs Monthly Progress Report – July 2014 12

— STATION CONSTRUCTION – 93% COMPLETE 7 of the 10 stations are 100% complete

— BRIDGE CONSTRUCTION – 100% COMPLETE

SOUTHEAST LINE

Drill Shafts Columns Caps Girders Deck

Completed To Date

Completed To Date

Completed To Date

Completed To Date

Completed Previous Report

Completed To Date

Brays Bayou (1C) 100% 100% 100% 100% 100% 100%

Buffalo Bayou (6A/B) 100% 100% 100% 100% 100% 100%

Capitol St. Bridge (6A) n/a n/a 100% 100% 100% 100%

Kuhlman Gulley (1A) 100% n/a 100% 100% 100% 100%

Rusk St. Bridge (6B) n/a n/a 100% 100% 100% 100%

95%

100%

100%

100%

100%

100%

100%

100%

100%

100%

55%

100%

100%

100%

100%

100%

100%

100%

100%

100%

43%

100%

100%

100%

100%

100%

100%

100%

100%

100%

15%%

80%

80%

100%

100%

100%

100%

100%

100%

100%

Theater District (Seg 6A/B)

Central Station (Seg 5A/B)

Convention District (Seg 5A/B)

EaDo/Stadium (Seg 4B)

Leeland/Third Ward (Seg 3B)

Elgin/Third Ward (Seg 3A)

Robertson Stadium/UH/TSU (Seg 2B)

UH South/University Oaks (Seg 2A)

MacGregor Park/MLK (Seg 1C)

Palm Center TC (Seg 1A)

Foundation Platform Steel & Canopy Finishes

Capital Programs Monthly Progress Report – July 2014 13

— SYSTEMS CONSTRUCTION – 98% COMPLETE

0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100%

Regulate OCS Wire

String Messenger & Contact Wires

Attach Cantilevers

Install OCS Poles

Station Communication Platforms

Signals Crossover & Interlocking Install

Crossing Case Install

Feeder Cable

TPSS Set

Civil Systems

Previously Completed Completed Thru July 2014 Remaining To Complete

83% Completed To Date

100%

83% Completed

100%

100%

100%

100%

100%

99% Completed

100%

92% Completed

71% Completed

Capital Programs Monthly Progress Report – July 2014 14

Southeast Line Construction Maps

Capital Programs Monthly Progress Report – July 2014 15

Southeast Line (Downtown) Construction Maps

Houston First - George R. Brown Convention Center Station

Coordination with Houston First continues. METRO is currently awaiting their detailed construction schedule.

Capital Programs Monthly Progress Report – July 2014 16

I-5. Quality Assurance / Quality Control

METRO Audit / Surveillance Update

Conducted During July

2014 Items Closed in July 2014

Cumulative Total Items Conducted

FY2010-FY2014

Cumulative Total Items

Closed FY2010-FY2014

Open Items FY 2014

SURVEILLANCES 79 86 1908 1869 39

East End Line 11 11 221 217 4

North Line 5 4 283 276 7

Southeast Line 19 18 314 307 7

Multiple Lines * 44 53** 1090 1069** 21

AUDITS 1 1 44 42 2

Facility Provider 1 1 17 17 0

Design-Builder 0 0 18 16 2

Vehicle - - - - -

O&M 0 0 5 5 0

AECOM/HNTB 0/0 0/0 1/3 1/3 0/0

* Multiple is defined as any surveillance that covers two or more lines. ** Math errors corrected

Buy America Provision

Non-Compliant Material Total Non-Compliant

Incidents To Date Identified By

Subcontractor (During Delivery)

Identified by METRO/HRT

(During Installation) Closed Open

East End Line 1 56 57 0

North Line 7 42 49 0

Southeast Line 3 57 59 1

Multiple Lines* 0 3 2 1

University Line NA NA NA NA

TOTAL (169) 11 158 167 2

Capital Programs Monthly Progress Report – July 2014 17

I-6. Financial Status – FP-1 Contracts

New Service – Major Corridors

Clear Lake / El Dorado Park & Ride Anticipated location is on El Dorado near US-45 South-Gulf Freeway.

-Klotz continued with detail design and project coordination to finalize the plans. Klotz submitted the finalized plans to the city of Houston for approval. Construction planned for 1st quarter of FY2015.

SH-6/Missouri City Park & Ride Anticipated location is on SH-6 just south of Vicksburg Blvd. near the Ft. Bend Parkway Toll Road in Missouri City, Texas to serve the SH-6 Southwest Corridor.

­ Project on hold pending site selection and Real Estate negotiations.

US-90A / Southwest Rail Corridor Anticipated development of approximately 8 miles of rail service partially within City of Houston and partially within Missouri City.

­ No current project activities.

Description

Original4-LineBudget

Revised3-Line

Budget (1)Total

ExpendituresCost to

Complete Forecast

Revised 3-Line Budget

/Forecast Variance Under

Budget = ( )

Houston Rapid Transit - Design/Build (2) 1,377,000 1,259,642 1,167,309 92,333 1,259,642 0

CAF - Light Rail Vehicles 148,000 153,122 78,846 74,276 153,122 0

Parsons Facility Provider 16,000 23,500 21,230 2,270 23,500 0

Houston Operation & Maintenance 16,000 6,761 6,708 53 6,761 0

Total Contracts 1,557,000 1,443,025 1,274,093 168,932 1,443,025 0

ROW / Land Acquisition(3) 230,266 146,458 133,328 13,130 146,458 0

Total 1,787,266 1,589,483 1,407,421 182,062 1,589,483 0

Notes:

METRORail Expansion - Phase 2 Progress ReportContract / ROW Cost Analysis ( Escalated $ X 1,000)

As of July 31, 2014

LRT Lines - Phase 2 Contracts

1. Revised is based on Board Approved Mod # 3, 3-Line Budget includes On Board Equipment for the Main St. Red Line Vehicles (37 LRVs) and work performed prior to deletion of the Uptown Line.2. Design/Build (DB) Contract amounts include Betterments. 3. Expeditures/Forecast for ROW/Land Acquisition does not include Design/Construction for Denial of Access.

Capital Programs Monthly Progress Report – July 2014 18

Regional Partnership Projects

Buffalo Bayou – Harris County Flood Control District (HCFCD)

­ HCFCD has agreed to provide funds of $260,000 for the conceptual engineering phase

­ In lieu of performing a full Federal Environmental Assessment, HCFCD has also agreed to pay the cost related to the buy-out of the Federal interest in the offset property

­ The due diligence preliminary activities are substantially complete; the ESA Phase II activities are complete and HCFCD are currently reviewing the Phase II Report.

­ No activity in FY2013 ­ This project is on hold pending further action for Harris County

US 290 Managed Lanes

­ Texas Department of Transportation (TxDOT) is widening and improving the main lanes and frontage roads along US-290 corridor. Also, TxDOT and Harris County Toll Road Authority (HCTRA) are building two to three reversible Managed Lanes in the center of US-290 corridor between IH-610 and SH-99 (Grand Parkway)

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

PROCUREMENT SOLICITATION REPORT

CAPITAL PROGRAMS MIKE KYME

ANTICIPATED PROCUREMENT PROJECTS

Solicitations over $50K

August Consent List

FY2014

Q4

NO. PROJECT DESCRIPTON PROCUREMENT

METHOD

(RFP, RFQ, IFB)

ANTICIPATED

SMALL BUSINESS GOAL

ANTICIPATED

ADVERTISEMENT

MONTH

ANTICIPATED

AMOUNT

COMMENTS BOARD

COMMITTEE

CONCUR Y

1 Survey Work - Recertify

at Union Pacific Rail

Road along East End at

Hughes

RFP/RFQ N/A September $50,000 Capital Programs

2 Consulting Services for

Public Facilities

Outdoor Lighting

Rehabilitation Design

RFQ 35% September $500,000 Design services to

retrofit existing

lighting systems

with high efficiency

LED lighting

systems

Capital Programs

3 SAP Enterprise Asset

Management (EAM)

Implementation

Services

RFP 20% September $2,951,169 Capital Programs

4 SAP Business Objects

Reporting

RFP TBD September TBD Capital Programs

5 Burnett Plaza Escalator IFB TBD September TBD Capital Programs

6 ID/IQ Construction

Contract Procurement

(3 contracts)

RFTP/IFB TBD September $18MThree (3) two-year

contracts with 1 -

year option

Capital Programs

7 Central Stores and

Hiram Clarke Fire Alarm

Redesign

RFQ TBD September $220,000Consulting Services

to redesign fire

alarms

Capital Programs

1 Rev 08/04/14

ANTICIPATED PROCUREMENT PROJECTS

Solicitations over $50K

August Consent List

FY2014

Q4

NO. PROJECT DESCRIPTON PROCUREMENT

METHOD

(RFP, RFQ, IFB)

ANTICIPATED

SMALL BUSINESS GOAL

ANTICIPATED

ADVERTISEMENT

MONTH

ANTICIPATED

AMOUNT

COMMENTS BOARD

COMMITTEE

CONCUR Y

8 IDIQ Environmental

Remediation and

Compliance Oversight

Services

RFQ TBD September $3M Three (3) year

contract with

two(2) one -year

options

Capital Programs

9 El Dorado Plaza Park &

Ride Construction

IFB TBD September $10M Capital Programs

10 Handheld Inspection

Terminal (HIT)

IFB N/A September $150,940 Purchase 70 HIT

devices which are

used by METRO

fare inspectors to

verify fares.

Capital Programs

11 North Corridor,

Boudary St/Everett St.

Raised Intersection

IFB TBD September $300 - $400K Capital Programs

12 Uptown BRT Bus

Purchase

IFB TBD September $13M Vehicles required

to open BRT line

Customer Service

13 Operator Timekeeping

System Replacement

RFP TBD September $1.2M Replace custom

OTS with off-the-

shelf system

Customer Service

2 Rev 08/04/14

ANTICIPATED PROCUREMENT PROJECTS

Solicitations over $50K

August Consent List

FY2014

Q4

NO. PROJECT DESCRIPTON PROCUREMENT

METHOD

(RFP, RFQ, IFB)

ANTICIPATED

SMALL BUSINESS GOAL

ANTICIPATED

ADVERTISEMENT

MONTH

ANTICIPATED

AMOUNT

COMMENTS BOARD

COMMITTEE

CONCUR Y

14 METROLift ADA

Paratransit Eligibility

Services

RFP TBD September $950,000 METROLift Moving

Forward Eligibility

Service

Customer Service

15 Extended Warranty &

Service Agreement

IFB TBD September $17,000,000 Eight (8) year

agreement to

support 176 Orion

Hybrid Buses

Customer Service

16 Physical Examinations RFQ N/A October $371,000 Three (3) year

contract

Customer Service

17 Detroit Diesel Engine

Parts

IFB TBD December $190,000 One (1) year

contract

Customer Service

18 Mobile Ticketing RFP TBD September TBD Customer Service

19 Group 31 AGM

Batteries

IFB NA September $152,861 One (1) year

contract for

batteries for the

transit vehicle fleet

Customer Service

3 Rev 08/04/14

ANTICIPATED PROCUREMENT PROJECTS

Solicitations over $50K

August Consent List

FY2014

Q4

NO. PROJECT DESCRIPTON PROCUREMENT

METHOD

(RFP, RFQ, IFB)

ANTICIPATED

SMALL BUSINESS GOAL

ANTICIPATED

ADVERTISEMENT

MONTH

ANTICIPATED

AMOUNT

COMMENTS BOARD

COMMITTEE

CONCUR Y

20 Rail Cantenary Height

& Stagger Guage

IFB N/A September $50,000 Tool for Rail

Maintenance

Customer Service

21 Public Adjuster and

Disaster Recovery

Consultant

RFP TBD September $450,000 Three (3) year

contract. Approx.

275,000 FEMA

reimbursable

Public Safety

22 Risk Management

Information System

RFP TBD September $650,000 This is for a new

host system

Public Safety

4 Rev 08/04/14

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

English Street Traffic Impact from North Line Rail and Proposed Mitigation

8/28/14

Engineering and Capital Projects Roberto Trevino

Lindale Park Civic Club has complained that the North Light-Rail Line has negatively impacted the traffic flow in theirneighborhood, specifically with regard to cut-through traffic, speeding, and heavy truck traffic. Two of these negative impacts(cut-through traffic and speeding) have been verified through a formal traffic study and has recommended various trafficcalming measures to mitigate the impacts which include speed cushions, striping, signage including speed feedback signs, andbulb-out curbs as necessary. Next steps are to obtain board authorization for $156,525 for design and construction of therecommended traffic calming measures, and assist Lindale Park Civic Club with their Neighborhood Traffic ManagementProgram (NTMP) application to the COH for final approval and permitting.

Engineering and Capital Projects

English Street Traffic Impacts from North Line Rail and Proposed Mitigation

August 2014

2

Background

• METRO has been working with the Lindale Park Civic Club (LPCC) Mobility Committee and the City of Houston (COH) since June of 2013 to determine if installation of the METRO North Rail Line down Fulton Street has negatively impacted the Lindale Park community.

– And if so … determine how to best mitigate the problem(s).

• Lindale Park Civic Club has claimed that since the installation of the North Rail Line, English Street has experienced increased and excessive: – cut-through traffic (traffic that enters the neighborhood on one

side and exits on another side … thus “cutting through”. – heavy truck traffic (trucks with more than two axles), and – Speeding.

Background Cont.

• The City of Houston’s Neighborhood Traffic Management Program (NTMP) and the City of Houston’s Deputy Director of Traffic Operations dictates the community must meet AT LEAST ONE of the following criteria to qualify for traffic calming measures:

– Cut-through traffic greater than 20% of observed volume. – At least 8% of traffic volume consist of trucks having more than

two axle’s. – 15% of vehicular speeds are equal to or above the posted

speed plus 3 MPH.

3

The Issue Irvin

gton

Blvd

.

• Since the installation of the North Rail Line on Fulton Street, traffic through the Lindale Park neighborhood has been altered by creating a “funnel affect”, whereby traffic from both inside and outside the community now goes down English Street in order to get across Fulton to both I-45 and Jefferson Elementary School located on the west side of Fulton. The issue is whether or not the change in traffic flow rises to the level of requiring mitigation measures.

4

• Per the City of Houston, a detailed Traffic Engineering Study was mandatory.

• A collaborative effort between the Lindale Park Civic Club Mobility Committee, METRO, and the City of Houston was agreed upon, whereby: – Lindale Park Civic Club would provide volunteers for all

necessary field observations to conduct a Traffic Data and License Plate Survey on all 13 community streets (requiring training of over 70 volunteers)

– METRO and one of its On-Call Engineers would provide survey oversight and data analysis.

– City of Houston would accept the volunteer study as a Formal Traffic Analysis.

Formal Traffic Analysis

5

• The Formal Traffic Analysis conclusion agreed with a METRO Internal Analysis citing 2 out of 3 criteria being satisfied:

– The resulting Cut-Through Traffic was determined to be “approximately 24%, exceeding the 20% threshold.”

– “The analysis of the speed data indicates 85th percentile speeds along English Street … exceeding the 3 MPH … threshold”.

– “heavy vehicles or trucks (2+ axles) … was determined to be less than 2% along English Street … not exceeding the 8% threshold”.

Formal Traffic Analysis, Con’t.

6

• Install traffic calming measures on English Street including;

– Install 30mph speed limit signs.

– Provide “dip” warning signs.

– Placement of speed humps or speed tables.

– Utilization of speed feedback signs.

– Provide striping to include double yellow markings down center, white shoulder striping for street parking, and stop bars.

– Consider changing one way direction from southbound to northbound on Sharman Street.

– Consider providing curb “bulb-out” on English Street at Helmers Street.

Formal Traffic Analysis Recommendations

7

• Staff to evaluate and work with City of Houston on options and recommendations for traffic calming measures.

• Anticipate Board action in September 2014.

Next Steps

8

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

Indefinite Demand Indefinite Quantity (IDIQ) - Construction

7/24/14

Engineering and Capital Projects Lawrence Hack, P.E.

In response to the Board's direction to procure an alternative to the existing Job Order Contract (JOC) construction contract,construction work of a multi-discipline nature (a combination of several trade disciplines such as mechanical, electrical,plumbing, civil, etc.) will be accomplished by three (3) Indefinite Delivery/Indefinite Quantity Construction Contracts (ID/IQ).

Engineering and Capital Projects

Indefinite Delivery/Indefinite Quantity Construction Contract Procurement Briefing

August 2014

• In order to replace the existing Job Order Contract (JOC) Program, construction work of a multi-discipline nature (a combination of several trade disciplines such as mechanical, electrical, plumbing, civil, etc.) will be accomplished by three (3) Indefinite Delivery/Indefinite Quantity Construction Contracts (ID/IQ). The construction work will be utilizing the maintenance, repair, alteration, renovation, remediation or minor construction to METRO facilities.

• An Indefinite Delivery/Indefinite Quantity construction contract is of benefit when the work is of a recurring nature but the delivery times, type and quantities of work required are indefinite. It also allows the agency a mechanism to secure rapid and emergency support for maintenance, repair and construction that are of a multi-discipline nature.

• Staff proposes the Indefinite Delivery/Indefinite Quantity construction contracts be advertised in a two (2) step process. First will be a prequalification on such things as proven capabilities, years in business, ability to respond quickly and effectively, adequate financial resources and have a satisfactory record of current and past performance. The second step will be the selection of the contractors based on price (low bid).

2

Background

3

Background (cont’d)

• Requests for proposals of work will be submitted to all three contractors. The contractor with the lowest proposal will be issued a Work Authorization to perform the work.

• To facilitate bundling of projects a work authorization limit of $500,000 is needed to accommodate the typically larger monetary value of the multi-discipline projects.

• Total contract value for all contracts will be $18M for a period of two (2) years with an option for a 1 year extension.

• Prequalified contractors.

• Proven safety, established capabilities and learned knowledge of METRO operational needs and requirements.

• Benefit of a dedicated contractor Project Manager, with expertise in multi-trade construction.

• Shortened procurement time, which aids in the timely execution of METRO’s CIP program for time sensitive projects.

• More competition with three (3) dedicated contracts.

• Quick response time for emergency repairs/maintenance of a multi-discipline nature.

4

Benefits of Indefinite Delivery/Indefinite Quantity Construction

• Bundling under Indefinite Delivery/Indefinite Quantity contracts benefits from the prequalification process by providing contractors with proven safety, quality and known performance history.

• The Indefinite Delivery/Indefinite Quantity contracts also offer more small business opportunities, since an Indefinite Delivery/Indefinite Quantity contractor can select from a pool of certified small business where in an IFB selection the contractors commit to their list of subcontractors prior to award. Additionally, an IFB selected contractor will self perform a certain amount of the work. Historically an ID/IQ selected contractor will self perform little to none of the work themselves, leaving more work for the small business subs.

5

Benefits of Indefinite Delivery/Indefinite Quantity Construction (cont’d)

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

IDIQ for Environmental Remediation Oversight & Compliance Services

8/28/14

Engineering and Capital Projects Roberto Treviño

This Board Briefing is to discuss the solicitation of Environmental Remediation Oversight & Compliance (EROC) contract. Theoriginal contract was executed in May of 2008 and expires in December 2014.

The EROC contract is used as an agency wide contract to provide various environmental oversight services for both theMETRO Rail Expansion (MRE) program as well as other METRO construction and facility maintenance projects.

Examples of known/possible upcoming projects or other efforts which require these services include: - Harrisburg Overpass Soil & Ground Water Management from Drilled Shafts - Harrisburg Underpass VCP withdrawal and administrative closeout - Burnett Plaza Environmental Compliance / Remedial Construction Oversight - Burnett Street Environmental Compliance / Remedial Construction Oversight - Ongoing Asbestos, Lead Based Paint, and other Hazardous Material Inspections & Reports - Ongoing Spill Prevention Control & Countermeasure (SPCC) Plans at BOF facilities - Ongoing Phase I and II Environmental Site Assessments - Ongoing Remedial Construction Oversight and support to Real Estate, Risk Management, Legal, etc. - Ongoing Response to Oil Leaks, Spills and other Housekeeping Compliance Issues. - Ongoing RFI and Record Drawing Administrative Closeout and Database Operation and Maintenance - Other efforts unknown at this time.

Board authorization to solicit new contract is anticipated in September, 2014.

Engineering and Capital Projects

Indefinite Delivery/Indefinite Quantity for Environmental Remediation

Oversight & Compliance Services

August, 2014

• METRO's existing Environmental Remediation Oversight & Compliance

(EROC) contract ends in December 2014 and it is time to re-compete the contract.

• The existing contract has proven very successful in providing agency

wide environmental oversight services for both the METRO Rail Expansion (MRE) program as well other METRO construction and facility maintenance projects.

• To date, utilization of the Environmental Remediation Oversight &

Compliance contract has saved over $30M in remediation costs during the METRO Rail Expansion Program (a 56% savings over the original budget).

2

Background

Scope of Services

• Many of the below activities are driven by Federal, State, and/or Local Law (Notifications, Reports, and Required Regulatory Programs) Environmental Site Assessment (ESA) due diligence and other field inspection

services

Regulatory compliance strategies and negotiations with federal, state, and local environmental agencies for remediation activities/laws

Development of required scopes of work, technical specifications, and other procurement documents

Real estate support for contaminated properties and deed recordings

Remediation cost estimates and report/document development

Legal and risk management support

Construction management support

Information/data management and tracking

Other “Owner Representative” support activities and functions as related to Environmental Remediation and Compliance.

3

Upcoming Projects

• Examples of known/possible upcoming projects or activities: – Harrisburg Overpass Soil & Ground Water Management from Drilled Shafts – Harrisburg Underpass VCP withdrawal and administrative closeout – Burnett Plaza Environmental Compliance/Remedial Construction Oversight – Burnett Street Environmental Compliance/Remedial Construction Oversight – Ongoing Asbestos, Lead Based Paint, and other Hazardous Material

Inspections & Reports – Ongoing Spill Prevention Control & Countermeasure (SPCC) Plans at Bus

Operating Facilities (BOF) – Ongoing Phase I and II Environmental Site Assessments – Ongoing Remedial Construction Oversight and Support to Real Estate, Risk

Management, Legal, etc. – Ongoing Response to Oil Leaks, Spills and other Housekeeping Compliance

Issues. – Ongoing Request for Information (RFI) and Record Drawing Administrative

Closeout and Database Operation and Maintenance – Other efforts unknown at this time

4

• Authorize President & CEO to advertise the re-compete Indefinite Delivery/Indefinite Quantity Environmental Remediation Oversight & Compliance contract for a cumulative amount not-to-exceed $3M with a contract term of 3 years plus two one year options (5 years in total*) to be administered by Work Authorizations on an as needed basis.

– *Many regulatory programs required ongoing monitoring and often require multiple years to complete, which is the primary purpose of the potential longer period of performance.

5

Next Steps

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

El Dorado Park and Ride

8/21/14

Engineering and Capital Projects Roberto Treviño, P.E.

Brief the METRO Board regarding the design and construction status of the El Dorado Park and Ride.

Engineering & Capital Projects

El Dorado Park & Ride

August 2014

El Dorado Park & Ride

2

3

El Dorado Park & Ride

4

El Dorado Park & Ride

• Finalized the design plans.

• Submitted plans to City of Houston for Approval.

• Construction planned for 1st quarter of FY 2015.

El Dorado Park & Ride Design Status

5

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

Uptown Track | Surplus Rail

8/28/14

Engineering and Capital Projects Roberto Treviño, P.E.

Brief the METRO Board regarding the surplus rail from the Uptown line.

Engineering & Capital Projects

Uptown Track

August 2014

2

Stacks of Rail at the METRO Field Service Center

• In 2010 METRO purchased approximately 96,000 lineal feet of rail (equivalent to 4.5 miles of double track) that was intended to be used on the Uptown Line at a cost of $1.97M.

• The Uptown Line was removed from HRT’s scope of work in Oct 2011.

• The current estimated value of the rail is $1.7M – $1.9M.

• The Uptown Line was a locally funded project.

Surplus Rail from Uptown Line

3

• Authorize President and CEO to sell the unused 96,000 lineal

feet of rail.

Recommendation

4

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

Design Consultant for Retrofit of Transit Facilities lighting systems

Facilities Maintenance Rocky Marrero

Staff will be going to the street with a Request for Qualifications (RFQ) to select an engineering consultant to lead the designefforts necessary to retrofit our aging lighting systems in our transit properties.

The goal is to complete this design by mid FY15 and to then use the costing information developed from this effort to budget fora capital project to execute the retrofit.

Funds are included in the approved FY14 and will be included in our proposed FY15 capital improvement budget,

Committee Assignment Request For Qualification SOLICITATION DATE: Capital Programs PROJECT: Design for Public

Facilities Rehabilitation of Lighting Systems

Page 1 of 2

Project Scope: Attached Project Budget: $200K-$500K Contract(s): 1 Contract Value(s): $200K-$500K

□ Approve As Is □ Modify

TEC Committee: ● Energy Manager, Facilities Maint. ● Mgr. of Facilities Programs Project Mgmt, Facilities Maint ● Resident Engineer, Capital Programs

→ □ Approve As Is □ Modify

Evaluation Criteria: ● 45pts- Qualifications/Experience of Firm/Past Performance ● 30pts- Qualifications and Experience of Personnel ● 20pts- Project Management, Structure and Methodology ● 5pts- Small Business Participation: Pass/Fail Max 5% for exceeding SB criteria

□ Approve As Is □ Modify

SBE Plan: 35%

□ Approve As Is □ Modify

Committee Assignment Request For Qualification SOLICITATION DATE: Capital Programs PROJECT: Design for Public

Facilities Rehabilitation of Lighting Systems

Page 2 of 2

Oral Presentations Committee Yes ● Energy Manager, Facilities Maint. ● Mgr. of Facilities Programs Project Mgmt, Facilities Maint ● Resident Engineer, Capital Programs

Any oral presentation must be scored in accordance with the original evaluation criteria.

□ Approve As Is □ Modify

Executive Selection Committee (*) No

State Required Additional Criteria for Review The Executive Selection Committee must score in accordance with the original evaluation criteria.

□ Approve As Is □ Modify

Approved: ____________________________ Chair Person (*) An Executive Selection Committee (ESC) may be assigned by the President and CEO or

Chairman of the Board per METRO’s procurement guidelines.

ANNOUNCEMENT

REQUEST FOR QUALIFICATIONS (RFQ) NO. RFQ1400008

DESIGN FOR PUBLIC FACILITIES REHABILITATION OF LIGHTING SYSTEMS The Metropolitan Transit Authority (METRO) of Harris County, Texas is requesting Statements of Qualifications (SOQ‟s) from qualified consultant teams to perform Design Services for Public Facilities Rehabilitation of Lighting Systems. METRO estimated this work will be completed 6 and ½ months from the Notice-to-Proceed. The team/firm shall have a functional and effective quality assurance program. A firm is prohibited from proposing both as prime and as a sub in response to this RFQ. STATEMENT OF QUALIFICATIONS (SOQ): Respondents wishing to be considered for award of the Program and Project Control Services, set forth in this RFQ, must submit twelve (12) copies of an SOQ, not-to-exceed five (5) typewritten pages each (12 point, Arial font; double-sided pages), describing its interest and the qualifications of the team and key personnel. The SOQ must include an organization chart (not counted in the 5 pages) and identify all team participants and all proposed subconsultants and/or subcontractors, and their responsibilities. Also, a copy of a single Standard Form 330, Part I for the entire team, as well as copies of a Standard Form 330, Part II for each and every firm identified as a team participant in the SOQ (not counted in the 5 pages), must accompany each copy of the SOQ. Firms listed as small businesses must have certification documentation attached (not counted in the 5 pages) that demonstrates their small business status. In Section E of the Form 330, resumes shall be organized in alphabetical order by last name and irrespective of firm affiliation In keeping with the core requirements listed above, the SOQ shall address the following METRO criteria and shall be supported by the Standard Form 330. The evaluation criteria are identified with relative weights adding up to 100 points. Submittals should be organized under the following headings and should address each topic: I. (45 points) QUALIFICATIONS/EXPERIENCE OF FIRM/PAST

PERFORMANCE: The Respondent shall demonstrate their qualifications to perform the Work, including:

An introduction of firm and identify history, experience and subcontractors that will be involved in providing the required services relevant to METRO‟s needs;

The number of years‟ experience of their firm and subconsultants in successfully performing design services for LED lighting;

Clients represented in the past two (2) years in which similar services were provided as well as three current clients;

Relevant experience working with federal, state or local governmental agencies; Past experience and satisfactory performance on contracts with METRO or other

similar public agencies.

II. (25 points) QUALIFICATIONS AND EXPERIENCE OF PERSONNEL: The Respondent shall:

Provide the professional qualifications and experience of the proposed project manager and other key personnel and provide two professional references for each identified individual from previous clients‟ managers who have a direct knowledge of their work on recent (past 5 years) similar assignments. For each professional reference provide: the individual‟s name and phone number, the individual‟s title on referenced project, name and location of referenced project, a time frame and the nature of the proposed individual‟s work on each referenced project; and

Describe Key Personnel‟s‟ management philosophies and procedures for the consultant‟s approach to the Work.

Demonstrate Key Personnel‟s‟ ability to deliver a completed design by or earlier than METRO‟s estimated schedule.

III. (25 points) FAMILIARITY AND EXPERIENCE WITH LOCAL REQUIREMENTS: The Respondent shall:

Demonstrate the Respondent and its team members‟ knowledge and experience with local conditions and agency requirements that affect the project (including local and state agency coordination).

Demonstrate the Respondent‟s and proposed subconsultant‟s knowledge and understanding of the local area.

IV. (5 points max) SMALL BUSINESS PARTICIPATION Small Business Participation – Pass/Fail

Proposers are required to demonstrate their commitment to meet or exceed the Small Business participation goal using acceptable certified Subcontractors.

Proposals will be evaluated on a Pass/Fail basis in regards to Small Business goal commitment.

Proposers that fail to commit to the Small Business goal will be deemed nonresponsive and no further consideration will be given to their proposal.

Proposers who commit to the Small Business goal will be deemed responsive and their proposal will continue in the evaluation process. Proposers will not receive any points.

Proposers who commit to exceeding the Small Business goal will continue in the

evaluation process and may receive up to 5 points. The determining factors in awarding any of the 5 points include, but are not limited to:

o Past compliance with the Small Business Enterprise (SBE) Program o Satisfactory completion of all administrative requirements of the SBE

Program o Exceeding the specified SBE goal

SMALL BUSINESS CONTRACT GOAL The Metropolitan Transit Authority of Harris County, Texas (METRO) has implemented a Small Business Enterprise Program, hereinafter referred to as the Program, for small businesses attempting to provide goods and/or services as prime contractors to METRO or as subcontractors to other prime contractors to METRO. It is the policy of METRO to promote equal opportunity and nondiscrimination in all of its procurement matters in accordance with state and federal law. The Program seeks to provide METRO certified small businesses and TUCP certified Disadvantaged Businesses Enterprises a full and fair opportunity to participate in METRO projects through race-gender neutral means. The Small Business Enterprise Program shall not be used to discriminate against any person or company or group of persons or companies because of race, color, religion, sex, age, disability or national or ethnic origin. Each bidder, proposer, contractor and subcontractor shall comply with this nondiscrimination requirement. In a subcontracting market which operates in a non-discriminatory manner, it would be expected that the distribution of subcontracts would generally reflect the availability of qualified and available contractors of various ethnic groups. Any small business whose gross annual income averaged over the past three (3) years does not exceed $1.32 million and the firm does not exceed the Small Business Administration's size standards as specified in 13CFR Part/21 is eligible to apply for participation in the Program. Successful completion of a certification process with METRO's Office of Small Business constitutes enrollment in the Program. Small business eligibility will be determined without regard to race, color, religion, sex, age, disability, national origin or veteran status. In applying for the Program, any small business may also voluntarily identify itself as a disadvantaged business enterprise by showing that 51 percent of the business is owned by one or more individuals who are socially and economically disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals and whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. METRO employs the definition of "socially and economically disadvantaged" as found at 49 Code of Federal Regulations (CFR) Part 26, Section 26.5. This Solicitation has a Small Business Contract Goal for small business participation. Small Business Contract Goals may be satisfied by utilizing METRO certified small businesses or TUCP certified Disadvantaged business enterprises or a

combination of both. All references to Small Businesses include Disadvantaged Businesses. Copies of METRO‟s Small Business Program can be obtained upon request. . In connection with this Solicitation, METRO has established the following percentage, of the total dollar amount of the offer, as its Small Business Contract Goal for Small Business participation.

35%

Contractor's Utilization Plan

a. METRO requires that every bidder or proposer submit a Contractor's Utilization

Plan (the "Plan") when submitting its bid or proposal or response to request for qualifications. The Plan should set forth how the Small Business Contract Goal for the proposed project is to be met. The Plan will be used by METRO as a factor in evaluating whether a Proposer has complied with the requirements of the Program to satisfy the Small Business Contract Goal.

b. This solicitation is made pursuant to a competitive bid or request for proposal.

Your Contractor's Utilization Plan must include the following:

i. A Plan submitted as a part of a request for proposal should be a simple, straight-forward statement outlining subcontractor participation regardless of certification, inclusive of scope, responsibilities and percentage of work.

ii. A Plan must include letters of intent or executed subcontractor agreements for each listed subcontractor/supplier.

iii. A Plan must include a pledge of prompt payment for the ALL subcontractors.

iv. An affirmative statement by the proposer that it has adhered to METRO‟s Nondiscrimination Mandate and has not discriminated against any subcontractor in considering subcontracting opportunities based on race, sex, religion, national or ethnic origin, age or disability.

v. A Plan must include a pledge to adhere to the dispute resolution provisions (mediation and arbitration) as required by the Program.

vi. When requested, a timeline for performance by subcontractors as required.

c. The Contractor shall adhere to the Plan submitted unless a waiver is received

from the Office of Small Business. Any changes in the Plan regarding the proposed use of certified subcontractors in discharging the contract duties must be approved by the Office of Small Business. The approval of the Office of Small Business will not be unreasonably withheld upon a showing of good cause to make the change. When adding a certified subcontractor to the “Plan”, the

Contractor must submit a copy of the subcontract agreement to the Office of Small Business within 30 days of receiving approval from the Office of Small Business.

Incentives Utilizing Small Businesses a. Fees for Solicitation Documents. Submitters making a valid bid and participating

in the Program will receive a refund for up to seven (7) sets of documents purchased from METRO.

b. Bid Security / Bond. A bid security will no longer be required except for federally

funded construction solicitations exceeding $100,000. c. METRO's Incentives. METRO may utilize other incentives, as set forth in the bid

specifications or request for proposal, as it determines appropriate.

. Insurance Requirements The bidder/proposer whose bid is accepted shall, within the time established in the Request for Proposals, enter into a written Contract with METRO and, if required, furnish Certificates of Insurance in the amounts indicated in the Contract.

. Small Business Enterprise Program a. For all contracts for which Small Business contract goals have been established,

each bidder/proposer will be required to submit Small Business participation information to METRO and the award of the contract will be conditioned upon satisfaction of the requirements established by METRO. The apparent successful bidder/proposer, shall submit with its bid or proposal a Contractor's Utilization Plan.

Materials and supplies shall be counted towards the small business goal as

follows:

a. 100 percent of the cost of materials or supplies purchased from a small business manufacturer can be applied towards the Small Business goals of this contract. A manufacturer is defined as a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment of the general character described by the scope and/or specifications of the contract.

b. 60% of the cost of materials or supplies purchased from a small business regular

dealer can be applied towards the Small Business goals of this contract. A regular dealer is defined as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the scope and/or specifications of the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business.

The proposer/bidder shall submit copies of documents demonstrating that each

small business team member is acceptably certified as either a METRO certified Small Business or TUCP certified Disadvantaged Business Enterprise, and verifying that such certification is current as of the date of submission. METRO accepts the following certifications: SBE - Metropolitan Transit Authority of Harris County (METRO) DBE - City of Houston/Texas Unified Certification Program (TUCP) DBE - City of Austin DBE – Corpus Christi Regional Transportation Authority DBE – North Central Texas Regional Certification Agency DBE – South Central Texas Regional Certification Agency Texas Department of Transportation (DOT) approved DBE certification METRO does not accept the following certifications: State of Texas HUB (Historically Underutilized Business) Minority Business Enterprise only Women Business Enterprise only City of Houston Small Business certification only

If a proposer/bidder submits plans to add a firm as part of its small business

participation that is not yet certified as referenced above, that firm must be either METRO Small Business or TUCP Disadvantaged Business Enterprise certified prior to the proposal submittal date. Firms certified after the proposal submittal date will not be counted towards the Small Business goal commitment. Additional Small Business certification information and forms may be found at METRO‟s website: www.ridemetro.org under “Opportunities. METRO encourages Contractors to use financial institutions owned and controlled by socially and economically disadvantaged individuals. A listing of such institutions may be found at www.federalreserve.gov/releases/mob/current/default.htm. PROTESTS: Any protest of the Request for Qualifications shall be submitted for resolution to the Vice President of Procurement & Materials. Such protest shall be in writing and shall be supported by the information set forth in Chapter 19 of METRO‟s Procurement Manual to enable the protest to be considered. A protest will not be considered if it is insufficiently supported or it is not received within the time limits specified herein. A protest based upon terms, conditions or form of a proposed procurement action prior to submission of qualifications, shall be submitted so that it is received by the Vice President of Procurement & Materials no later than five (5) calendar days prior to the specified date for submission of qualifications. For a protest concerning award decision, including evaluations, the initial protest must be received by the Vice President of Procurement & Materials not later than five (5) calendar days after the interested party knows, or through exercise of reasonable diligence should have known, whichever is

earlier, of the grounds for the protest. Each protest will be processed in accordance with METRO‟s Protest Procedures located in Chapter 19 of METRO‟s Procurement Manual. A copy of the procedures will be provided to the protester upon written request to METRO‟s Vice President of Procurement & Materials. A written final determination on any protest will be rendered by METRO‟s President & Chief Executive Officer and will be provided to the protester as soon as practicable. Federal Transit Administration (FTA) Circular 4220.1F, paragraph 7L, addresses bid protests. A copy of this paragraph will be provided to the protester upon written request to METRO. Review of a protest by FTA will be limited to a grantee‟s failure to have or follow its written protest procedures or its failure to review a complaint or protest or violation of federal law or regulation. An appeal to FTA must be received by the cognizant FTA regional or Headquarters Office within five (5) working days of the date the protester learned or should have learned of any adverse decision by METRO, or other basis of appeal to the FTA. Violations of a specific federal law or regulation will be handled by the complaint process stated with that law or regulation. Alleged violations on other grounds are under the jurisdiction of the appropriate state or local administrative or judicial authorities. The protestor must exhaust its administrative remedies by pursuing METRO‟s protest procedures to completion prior to appealing METRO‟s decision to the FTA. CERTIFICATION: By submitting a SOQ in response to this announcement, a respondent is certifying that neither its firm nor any of its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or excluded from participation in this procurement process by any federal department or agency. Further, if any of the aforementioned situations occurs during the course of the procurement, the respondent is required to inform METRO thereof. SUBMISSION OF STATEMENTS OF QUALIFICATIONS: Statements of Qualifications (NTE 5 type written pages), with an accompanying organizational chart and Standard Form 330, Part I (prime) and Part II (each sub-consultant), will be accepted until 2:00 P.M. local time, on ______________, at the address listed below:

Ms. Prinscella Abbs (Ref. RFQ No. RFQ1400008) Metropolitan Transit Authority (METRO) Plan Room, 2nd Floor 1900 Main Houston, Texas 77002 P. O. Box 61429 (by mail) Houston, Texas 77208-1429

In an effort to promote greater use of recycled and environmentally preferable products and minimize waste, all proposals submitted should comply with the following:

All copies should be printed double-sided

All submittals and copies should be printed on recycled paper with a minimum

post-consumer content of 30% or on tree-free paper (i.e., paper made from raw materials other than trees, such as kenaf). All proposals should note the level of recycled content contained in the paper being used.

Unless absolutely necessary, all Proposals and copies should minimize or eliminate the use of non-recyclable or non-reusable materials, such as plastic report covers, plastic dividers, vinyl sleeves and GBC binding. Three-ringed binders, glued materials, paper clips and staples are acceptable.

Respondent should submit materials in a format that allows for easy removal and recycling of paper materials.

Respondent are encouraged to use other products that contain recycled content in their proposal documents. Such products may include, but not limited to, folders, binders, paper clips, discs, envelopes, boxes, etc. Where appropriate, Respondent may wish to note which products in their proposal are made with recycled materials.

Unnecessary samples, attachments or documents not specifically asked for should not be submitted with the Proposal.

PRE-SUBMITTAL BRIEFING: A pre-submittal briefing will be held at METRO‟s Administrative Office Building, 2nd floor Procurement Conference Room 2022, located at 1900 Main Street, Houston, Texas on _____________ at 9:30 AM. local time. All interested firms are encouraged to attend. QUESTIONS: Written questions will be accepted until ____________ at 4:30 PM local time. SOURCE SELECTION

1. Selection of a firm to provide the services required herein may be made by

an Evaluation Committee. The Evaluation Committee will determine the most qualified firm(s) through validation of factors in described above and oral presentations, if necessary. If the decision is made to conduct oral presentations, oral presentations will be made accordingly.

2. The evaluation process may include the participation of an Oral

Presentation Committee; an Executive Selection Committee, or a Board Selection Committee. The participation of the Executive Selection Committee or the Board Selection Committee may occur at the beginning

of the evaluation process, foregoing an Evaluation Committee of staff members all together, or to become involved after the Evaluation Committee has made an initial shortlist. . Board members may elect to participate as scoring members or non-scoring observers in any of these committees.

Following the evaluation of qualification submittals for the Program Control Services , METRO may, at its sole discretion:

1) Invite a short list of qualified Respondents to participate in oral interviews; 2) Take no further action; or 3) Modify (expand or reduce) the Scope of Work (attached) and issue a Request for

Proposal based upon the modified scope. APPROVAL OF CONTRACT.

If required by the METRO Procurement Manual, award of a Contract evolving from this solicitation shall be contingent upon the prior receipt of written approval from the METRO Board of Directors. No contractual agreement shall be binding on METRO until this approval has been obtained. It shall be the responsibility of firms responding to this solicitation to monitor Board award decisions. All persons and/or entities responding to this Solicitation hereby acknowledge the contract award requirement enumerated in this Paragraph. Anticipated Board Items are posted on METRO‟s web site at http://www.ridemetro.org/AboutUs/Board/Meetings.aspx

PUBLIC NOTICE OF SOLICITATION RESULTS The anticipated METRO Board meeting month for approval of a contract resulting from this solicitation will be forthcoming. It is the responsibility of the bidder to check METRO‟s website for notices on the specific dates for METRO Board meetings. All bidders of this Solicitation and METRO hereby agree that this provision shall serve as the minimum required action by the bidder toward exercising due diligence in obtaining the results of this Solicitation. The requirement of approval by the METRO Board of Directors for any particular solicitation is dependent upon several factors. However, all bidders shall be required to check the METRO web site regarding whether or not the solicitation associated with their bid requires approval by the METRO Board of Directors. All persons and/or entities responding to this Solicitation hereby acknowledge the Public Notice of Solicitation Results enumerated in the Paragraph. METRO Board meeting notices are posted on METRO‟s web site at: http://www.ridemetro.org/AboutUs/Board/Meetings.aspx

CONFLICTS DISCLOSURE Vendors doing business with METRO or seeking to do business with METRO are required to file a completed questionnaire (FORM CIQ) disclosing the vendor‟s affiliations or business relationship with any Board Member, local government officer (or

his or her family member). Form CIQ is available on METRO‟s web site at http://www.ridemetro.org/Opportunities/ConflictsDisclosure.aspx.

METROPOLITAN TRANSIT AUTHORITY OF HARRIS COUNTY FACILITY MAINTENANCE

SCOPE OF CONSULTING SERVICES FOR PUBLIC

FACILITIES OUTDOOR LIGHTING REHABILITATION DESIGN

1. GENERAL

The Metropolitan Transit Authority (METRO) requires an Architectural and Engineering (A/E) firm to prepare all documents necessary to design and build document to retrofit existing lighting systems with high efficiency LED lighting system at 17 Transit Centers and 26 Park & Rides locations listed in Attachment A. The Consultant shall conduct all surveys, as needed; provide A/E services, design, specifications, and bid documents. The design and specifications must comply with City of Houston (COH), NEC, NFPA and all other applicable county, state and federal code or standard approved and permitted by COH. The Consultant shall also provide onside observation services during the construction of the Project. 2. PROJECT DESCRIPTION

2.1 Background

METRO owns and operates large number of public facilities. On average most public facilities were constructed early eighties and nineties having their parking lots illuminated by High Pressure Sodium (HPS) and Metal Halide (MH) lamps. Both HPS and MH lamps are high wattage lamps; and that high wattage lamps consumption has serious impact on METRO‟s energy usage. METRO has established an energy conservation policy to reduce power consumption by 37% in ten years to comply with state mandate. The intent of this project is to cut down the energy consumption by replacing HPS and MH lamps with high efficiency LED lamps without compromising IES standard. The work generally consists of engineering to determine which type of LED lamp would be exact fit for this purpose. 3. DESIGN SERVICES

3.1 Design Criteria

3.1.1 Consultant shall follow METRO's Design Criteria for Park & Ride and Transit Center Facilities (latest revision), ), METRO Computer Aided Design Drafting (CADD) Standards Manual, COH building and fire codes, and all other applicable codes unless noted otherwise within this scope of services.

3.2 Project Management

3.2.1 Consultant shall perform and manage other subcontractors such as Civil, Structural, MEP, , and other services will be as necessary to complete the projects.

3.2.2 Consultant shall be responsible for the professional and technical quality, accuracy, adequacy and comprehensiveness of all documents they prepare for the project, and those produced by their subcontractors and sub consultants, including but not limited to: designs; surveys; cost estimates; supporting calculations; investigations; analyses and backup materials.

3.3 Site-assessment

3.3.1 Consultant shall perform a site visit to identify the most cost effective approach to replace the existing HPS or MH lighting system and install a new energy efficient LED lighting system. The work includes but not limited by:

Determine the appropriate type of LED lighting fixtures.

Evaluate and determine the life of existing lighting poles.

Evaluate and determine the life of existing cables and wires.

Evaluate and determine the life of poles grounding system.

Evaluate lighting control system and make recommendations to replace or upgrade.

METRO will provide lighting assessment report completed by “Architect for Life-A Professional Corporation” which can be utilized by consultant as reference material. The assessment includes lamp type, count, and location per site. Report also includes pole location as well as LED fixture recommendations, savings analysis, and implementation estimate.

3.4 Illumination and Electrical

3.4.1 Consultant shall design and provide complete electrical and illumination plans for the project. The design and details shall include, but not be limited to; luminaries, poles, supports, conduits, pull boxes, cable sizing, panel boards, control devices, fusing, grounding, disconnects and service entrance required for the Project. All electrical control systems for the parking areas and driveways shall be located within the utility building. The contactor shall provide METRO standard foot-candle light levels within the plan set for the site.

3.5 Schedule and Progress Reporting

3.5.1 Schedule

Consultant shall provide a breakdown of time between review submittals, outlining; A/E design time, QA/QC, revisions, printing and submittal to METRO so that adequate construction time remains to be able to meet the project deadline. Consultant shall provide schedule as outlined in Submittals Schedule, Section 11.1 of this Scope of Services. Consultant shall provide METRO‟s PM with an updated schedule attached to each monthly progress report.

3.5.2 Progress Reports A monthly progress report shall be submitted to METRO‟s PM, on a mutually agreed upon day of each month summarizing the work performed since the last report. The report shall be brief, informal and narrative in form, and shall include the following:

3.5.2.1 A quantitative description of overall progress. 3.5.2.2 Work initiated in-progress and completed. 3.5.2.3 Contract document list with scheduled percent completion and actual

percent completion 3.5.2.4 Small business participation status.

3.5.2.5 Problems that may impede performance and the corrective actions proposed.

3.5.2.6 Work anticipated during the next reporting period.

3.5.3 Approval and Permitting

Consultant shall be responsible for obtaining all approvals and permits from appropriate authorities having jurisdiction included within but not limited to the following: COH, Harris County and the Texas Department of Licensing and Regulations, Architectural Barriers Department. Consultant shall pay all filing fees and should be incidental to overall design cost.

4. Design Support Services During Construction

4.1 General

Consultant shall perform design support services during construction. Consultant shall receive a separate Notice-To-Proceed (NTP) to start and continue until final acceptance and payment for the services has been rendered. Design Services during construction shall include but not be limited to: review and approval of contractor's shop drawings and other submittals, checking and providing recommendations for construction contractor submittals, attend coordination meetings and site inspections as requested by METRO.

4.2 Criteria

4.2.1 The overall administration of the contract for construction shall be the responsibility of METRO.

4.2.2 At METRO‟s written request, the consultant shall review and approve or take other appropriate action upon the construction Contractor‟s submittals such as shop Drawings, Product Data and Samples, but only for conformance with the design concept of the work and according to the contract documents. METRO„s approval of a specific item shall not indicate approval of an assembly of which the item is a component.

4.2.3 At METRO‟s written request, the consultant shall visit the site to become generally familiar with the progress and quality of the Work. At no time shall the consultant give direction to the construction contractor. Consultant shall not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work. On the basis of such on-site observations, the consultant shall keep PM informed of the progress and quality of the work, and shall endeavor to guard METRO against defects and deficiencies in the work of the construction contractor.

4.2.4 The consultant shall not have control or charge of and shall not be responsible for construction means, methods techniques, sequences or procedures, or for safety precautions and programs in connection with the work, for the acts of omissions of the construction contractor, the construction subcontractors or any other persons performing any of the work, or for the failure by any of them to carry out the work in accordance with the contract documents.

4.2.5 At METRO‟s written request, the consultant shall assist the contract Disputes Appeal Committee on claims, disputes, and other matters in question between METRO and the construction contractor relating to the execution or progress of the work or the interpretation of the contract documents.

5. Deliverables

In general, the deliverables shall consist of the following (as requested by the METRO PM on a per project basis): a) Project drawings - detailed construction drawings and standard drawings, approved, as necessary to complete the construction of the projects, by all agencies with jurisdiction over the project; b) Technical specifications; c) Design calculations and analyses; d) Final construction cost estimate; e) Construction schedule f) Minutes of all coordination and/or progress meetings; g) Design reports; and h) Recommendations. Each submittal shall include a transmittal letter specifying the submittal review phase and contents, actual date of submittal and its scheduled date, and specifying all drawings or documents reflecting variances from the previous review submittals. Consultant QA/QC coordinator shall sign all submittals stating QA/QC process was strictly followed. Submittals will not be accepted without said signatures.

6. As-Built Drawings

6.1 Electronic Files

Consultant shall revise the electronic files after construction has been completed. Consultant shall receive a separate Notice-To-Proceed (NTP) to start work after METRO has received red lines from the contractor. Services shall continue until final acceptance and payment for the services has been rendered. Provide one set of check prints with all markups for METRO review prior to submittal of CADD files to METRO on CD-ROM. 6.2 Record Drawings

At METRO‟s written request, the consultant shall assemble another set of plans (in PDF format) showing all significant changes in the work made during construction, based on marked-up prints, change orders, drawings and other data furnished by the contractor. Cover sheet shall indicate this set of plans as “Record Drawings,” and shall be dated, signed and sealed by the Licensed Professional Engineer/Architect responsible for the set of plans. 7.0 PROJECT REQUIREMENTS

Lamps must a minimum meet but are not limited to the following:

Minimum 5 year warranty on all components

Fixture EPA calculations must have a professional engineering stamp. Pole mounted LED fixtures shall be ETL/UL “Wet Location Listed”. LED fixture must meet “Buy America Act” and “Trade Agreement Act.” LED fixtures must have field replaceable drivers and LED modules without removal from

pole. LED fixture must be of seam welded rugged 0.080 aluminum construction with stainless

hardware, post powder painted and tempered glass lens firmly sealed to lens frame. Lens frame to be of one piece construction, seam welded aluminum of no less than .080

in thickness. Fixture must be sealed with a “Closed Cell” UL listed gasket. Easy access to interior of fixture) Lens door must be removable and field replaceable. Fixture manufacturer must have been in business for at least 5-10 years. LED fixture must be DLC approved.

Luminaire type-this are general requirements which may not be applicable to all sites.

Replace the following: Parking Area; 1000W Parking Area; 400W Canopy Area; 200W-250W Canopy Area; 100W-150W Miscellaneous lamps including anything 100W must be replaced only if feasible.

If feasible replace with: LED, 400W-500W LED, 200W-300W LED,100W-150W LED, 50W-70w

Light Intensity Parking Area: Platform Area: Drop-off Area: Handicap Parking Area: Entrances & Exits

Based on minimum lumens at floor level. The average illuminance shall be 0.5 to 2.0 foot-candles and Illuminance uniformity shall be 4:1. - 10 to 12 foot-candles 3.0 foot-candles 3.0 foot-candles 3.0 foot-candles

dLight controls Replace existing photocells and timers over 3 years old. Also consider new technology available that will reduce hours of operation, extend systems life, and reduce maintenance cost without compromising safety.

8. METRO-FURNISHED MATERIAL AND TECHNICAL DATA METRO will furnish the consultant with the following materials and technical data pertinent to the work under this contract: 8.1 See Section 1.3.1 of Design Criteria for METRO Park & Ride and Transit Center Facilities.

8.2 Lighting Analysis and Savings Report completed by third party consultant.

9. DESIGN DRAWING REQUIREMENTS Consultant shall submit for METRO review a list of all drawings that will be used for this project within seven calendar days after NTP. Match lines between sheets shall be set and shall be the same for all curriculums.

Grading, fence/gate layout, pole layout, electrical layout and any other drawings deemed necessary shall be scaled at 1 inch = 20 feet (1”=20‟). All other sheets shall be scaled as noted on drawings. The scale should be determined by the amount of information needed on the drawing. Text and details shall be of such scale that they may easily be read at half-scale size. Drawings shall be numbered according to METRO‟s numbering system; see METRO Computer Aided Design Drafting (CADD) Standards Manual for details. METRO standard and directive drawings will be supplied to the consultant. The consultant shall have the option of modifying a proposed METRO standard detail as required to conform to the project design requirements. Any proposed modification shall be placed in the plan set and METRO standard drawing detail should be crossed out and labeled “Not-In-Contract” (N.I.C.). 10. PROJECT QUALITY CONTROL/ASSURANCE

10.1 The Consultant shall be responsible for the technical and professional quality, accuracy,

adequacy, and comprehensiveness of construction documents for the project, including all documents produced by subcontractors, and shall provide all necessary supporting calculations and backup as requested by METRO.

10.2 Consultant shall take appropriate corrective action upon receipt of all evaluations and respond. The consultant‟s written response shall be submitted to the METRO PM with a copy to the Contracting Officer.

10.3 Consultant shall submit a copy of their QA/QC Manual to METRO for approval within

seven (7) calendar days from Notice-To-Proceed. The Consultant shall establish a quality control system for reviewing and checking all elements of the work, including that of its lower-tier subcontractors, to ensure conformance to terms and conditions of the Contract including the requirements of this Scope of Services. Upon approval of the QA/QC Manual, METRO‟s Project Manager will set up a QA/QC orientation meeting with the consultant at METRO‟s office, at a time mutually agreed upon.

10.4 The Consultant‟s QA/QC Manual shall include, as a minimum, the Consultant‟s proposed

quality control organization, and shall indicate the responsibility and authority for each individual to be used in a quality control function.

10.5 The consultant‟s QC plan shall include, but not be limited to:

10.5.1 Assurances that all construction drawings and specifications are consistent within themselves and with other drawings.

10.5.2 Identification of specific points in the project where QC activities occur. 10.5.3 Identification of specific individuals engaged in QC activities. 10.5.4 Specific procedures for ensuring continuity of work between the different

organizations of the Project team, including all subcontractors and partners. 10.5.5 Method of reviewing, checking and approving construction documents and

design changes. 10.6 Checklists for QA/QC are required from the consultant and his sub consultants. Forms

used to document the results of reviews and checking shall be included in the QC plan. The type of forms used shall adequately cover the type of review being performed. If, during performance of this contract, METRO deems QC plan revisions necessary, the consultant shall revise the QC Plan accordingly and resubmit it within five (5) calendar days after request for the consultant to revise the plan.

10.7 Drawings must be signed and sealed by a professional engineer - as applicable,

licensed in the State of Texas. Intermediate drawings shall bear the appropriate note indicating drawings are for review only.

10.8 To facilitate the METRO formal program design reviews, and to avoid change orders and

time extensions during the construction phase, an inter-disciplinary coordination check list and overlay checking process should be conducted by the consultant, previous to submitting the drawings for METRO‟s review. This coordination checking process should not replace the single discipline technical reviews that are essential for quality assurance.

11.0 SUBMITTAL REQUIREMENTS 11.1 General

The final A/E design shall consist of:

a. Project Drawings - Detailed construction drawings Technical specifications; b. Design calculations and analyses; c. Final construction cost estimate; d. Construction schedule; e. Design submittal schedule; and, f. Recommendations.

Each submittal shall include a transmittal letter specifying the submittal review phase and contents, actual date of submittal and its scheduled date, and specifying all drawings or documents reflecting variances from the previous review submittals.

11.2 Project Drawings

The Consultant shall furnish construction drawings in PDF format prepared by CADD on METRO title block (22-inch by 34-inch) for final submittal. The quality of the drawings shall permit clear and legible reproduction thereof at full and half-sized scales. Drawings shall be provided according to the provisions of the Computer Aided Design Drafting (CADD) Standards Manual furnished by METRO.

11.2.1 Computer-Aided Design Files and Computer-Generated Engineering Data

The Consultant shall furnish CADD Files and any other computer generated data in accordance with the METRO Computer Aided Design Drafting (CADD) Standards Manual, as applicable. Consultant shall provide a means to transport files to METRO that is acceptable by METRO. The cost of all computer work and accessories shall be incidental to the engineering design work described herein this scope of services, except for printing of drawings on mylar media for COH review, which will be reimbursed by METRO as needed. All CADD files shall be provided with the final submittal, including all reference files. The Consultant shall also send all project-related correspondence (including all emails) in electronic format along with the CADD files.

11.3 Technical Specifications

The consultant shall identify the required specification sections from the METRO guide technical specifications for Park & Ride facilities and transit centers. The consultant shall also review the selected specifications so that consultant shall seal them. Project specifications shall be coordinated with the information on the drawings. Any appropriate changes to the guide technical specifications shall be marked up on a set of said specifications. METRO shall type all changes to the specifications. Special specification sections shall be written and sealed by the consultant using the same format of the guide technical specifications to cover any items not included in the standards. METRO shall assign section numbers and titles to all sections not specifically covered. METRO guide technical specifications shall be used to the maximum extent possible.

11.3.1 Manufacturer‟s specifications

The consultant shall provide copies of manufacturer‟s specifications and catalog data for products proposed for use in the Project.

11.4 Design Calculations & Analyses

The detailed design shall include applicable portions of the preliminary design analysis, design calculations, and changes in basic and other applicable design features as necessary to substantiate the final project design data developed.

11.5 Construction Cost Estimates (Preliminary, In-Progress & Final)

The consultant shall compile an estimate of the construction cost for the project, for the contractor‟s use in the bidding process. The consultant shall submit the construction cost estimate to METRO with the project plans and specifications for review at the preliminary design (30%), In-progress (60%), and final (100%) milestones. 11.6 Construction Duration Estimate

The consultant shall compile a listing of the sequence of construction, with an estimate of the duration of time needed to complete each task. 11.7 Construction Submittal Schedule

Consultant shall prepare a spreadsheet identifying all construction-phase submittals that are required, including pertinent specifications, all materials to be supplied, and all applicable warranties. Provide columns for date received and date approved. This must be submitted no later than the final design submittal. 11.8 Recommendations

Furnish proposed recommendations for any project features that may warrant special consideration. 12.0 SUBMITTAL SCHEDULE

The schedule for design services will begin with the notice to proceed and the deliverables for bidding documents shall be delivered to the METRO PM by April 30, 2015.

Tentative Project Schedule

12.1 Design Services and Schedule The consultant shall l,furnish to the contracting officer for approval, five copies of a program outline of design services that the consultant will provide including a detailed schedule of

1 Design Services Schedule

2 Preliminary Design Report-15%

3 Preliminary Submittals-30%

4 In-Progress Design Submittal-60%

5 Final Desing Submital-100%

6 Final Submittal

AprilOctober JanuaryNovember February MarchSL# Activity and Schedule

FY15FY15

activities. Sufficient detail shall be provided outlining manpower to perform each of the tasks. Also, provide a schedule of values. Unless otherwise directed, the breakdown shall be in sufficient detail to permit an analysis of the direct manpower and cost requirements, as required to conduct: a) The Preliminary Design Report (15% level of completion), b) Preliminary Design (30% level of completion) , c) In-Progress Design (60% level of completion), , d) Final Design (100% level of completion), and e) Final Submittal. Design reports shall be submitted to conform to the requirements of Design Criteria for METRO Park & Ride and Transit Center Facilities (latest revision).

Consultant shall provide an overview of all software used in the design process. CADD software must be consistent between all sub-contractors. All CADD files shall be transported to METRO by means of portable USB storage media or other approved transfer method. 12.2 Preliminary Design Report

Consultant shall submit five sets of the preliminary design report for METRO's review and comments. The documentation included in this submittal shall consist of followings:

12.2.1 Preliminary assessment report for items discussed in section 3.3 12.2.2 Preliminary plans of the project; 12.2.3 Preliminary construction cost estimate for the Project;

12.2.4 Preliminary list of technical specifications; and,

12.2.5 Preliminary list of standard drawings to be used.

12.3 Preliminary Submittal

Consultant shall submit for METRO's review and comments the preliminary design. This submittal shall include information at approximately the 30% level of completion. The documentation included in this submittal shall consist of followings:

12.3.1 Five sets of half-size bound paper copies of drawings;

12.3.2 Two marked up outlines of the technical specifications and special provisions to be used, along with preliminary specifications for new materials or items;

12.3.2 Two sets of each Manufacturers' specifications and cut-sheets for proposed

lighting fixtures and other items, along with a list of materials to be used and samples when available;

12.3.4 Computer printouts indicating maintained illumination levels in foot-candles,

including maximum, minimum, average to minimum ratio, and maximum to minimum ratio;

12.3.5 Two copies of the updated construction cost estimate and preliminary

construction schedule; 12.3.6 List of all permits required and time needed to obtain them;

12.3.7 Provide responses to METRO preliminary design report review comments.

12.4 In-Progress Design Submittal

Consultant shall submit for METRO's review and comments the in-progress design. This submittal shall include information at approximately the 60% level of completion. The documentation included in this submittal shall consist of:

12.4.1 Five sets of half-size bound paper copies of the construction and standard

drawings; 12.4.2 One set of full-size CADD construction and standard drawings, plotted to PDF

format (on portable USB storage media); 12.4.3 One marked up copy of the technical specifications and special provisions,

indicating additions or deletions; 12.4.4 One set of CADD files for all design drawings (on portable USB storage media); 12.4.5 Updated design calculations; 12.4.6 One copy of the updated construction cost estimate; 12.4.7 Provide responses to METRO preliminary design review comments; and,

All of the above submittal materials shall be uploaded to METRO‟s PMIS. 12.5 Final Design Submittal

- Consultant shall submit for METRO's review and comments the final design. This submittal shall include information at approximately the 100% level of completion. The documentation included in this submittal shall consist of:

12.5.1 Three sets of half-size bound paper copies of the construction and standard

drawings; 12.5.2 One set of full-size CADD construction and standard drawings, plotted to PDF

format (on portable USB storage media); 12.5.3 One master set of the technical specifications and special provisions in PDF

format (on portable USB storage media); 12.5.4 One set of electronic CADD file (on portable USB storage media, with relative file

path structures intact); 12.5.5 One copy of the updated construction cost estimate and construction schedule; 12.5.6 One copy of the design calculations in PDF format, including but not limited to

civil, structural, architectural/landscaping, mechanical, electrical, and system. Design calculations shall be sealed by a professional engineer licensed in the State of Texas. Design calculations shall have been properly reviewed, including

by an independent quality assurance professional and by the engineer of record for the project;

12.5.7 Responses to METRO pre-final design review comments.

All of the above submittal materials shall be uploaded to METRO‟s PMIS. 12.6 Final Submittal

Consultant, within 14 calendar days after receipt of METRO review comments for the final design submittal, shall submit:

12.6.1 Five sets of half-size bound paper copies of the construction and standard drawings;

12.6.2 One set of full-size CADD construction and standard drawings, plotted to PDF

format (on portable USB storage media); 12.6.3 One master set of the technical specifications and special provisions in PDF

format (on portable USB storage media), signed and sealed by a professional engineer licensed in the State of Texas;

12.6.4 One set of electronic CADD files of all design drawings & standard drawings,

along with all ancillary files including references, , or other files (on portable USB storage media, with relative file path structures intact);

12.6.5 One copy each of the construction cost estimate and construction schedule, in

PDF format; and, 12.6.6 Plans should reflect all comments from METRO, other agencies, municipalities,

and utilities.

METRO SPECIFICATIONS:

1. Below is a list of applicable METRO facilities maintenance standard specifications

INDEX OF SPECIFICATIONS

DIVISION 16 Revision Date ELECTRICAL 08/29/00 DIVISION 16 ELECTRICAL 16050 Electrical General Requirements and Basic Materials 12/31/97 16111 Conduits 09/28/99 16402 Underground Duct Systems 08/03/92 16450 Grounding 12/31/97 16470 Distribution Switchboards 12/31/97 16520 Lighting Fixtures 12/31/97 16601 Lightning Protection 08/23/01 16901 Programmable Controllers 08/24/01 Copies (electronic) of these METRO specification sections will be provided upon written

request to METRO‟s project manager

KEY CONTACTS

PROJECT ROLE NAME TITLE PHONE E-MAIL

METRO Project Manager

Miguel Zavala

Energy Manager/ Project Manager

713-739-6868 281-509-3978 [email protected]

METRO Project Manager

Kazi Rahman, P.E & P Eng.

Sr. Electrical Project Manager

713-615-6251 832-701-7037 [email protected]

METRO onsite supervisor:

Salvador Ledesma

Tech Support Foreman

713-615-6220 281-960-2867

[email protected]

COST OR FEE BREAK DOWN

Please provide the fee break down

SL# Items Amounts Percentage Remarks

1 Surveying

2 Drafting-backgrounds

3 Engineering (Structural)

4 Engineering (Mechanical)

5 Engineering (Electrical)

7 Construction Administration

8 General Administration

9 Meeting

10 Permitting

11 Expenses

12 Other

Total fees

Formatted: Normal, Left

ATTACHMENTS:

FM Public Facilities: Park & Ride Lots Address

Patron Parking Spaces Comfort Stations Sq. Ft. Opened

Addicks PR 14230 Old Katy Road Houston, TX 77079 2,428 Restroom 1,319,868 Jan-82

Bay Area PR 801 Bay Area Blvd. Houston, TX 77062 1,155 Restroom 509,652 Apr-84

Cypress PR (2 elevators)

25210 NW Fwy Cypress, Texas 1,487 Restroom 304,920 Jul-08

Eastex PR 14400 Old Humble Rd.Houston, TX 77396 877 Port-A-Can 631,620 Jul-83

Fannin South PR 1604 W. Bellfort Houston, TX 77054 1,439 Restroom 653,400 Jan-04

Fuqua PR 11755 Sabo Road Houston, TX 77089 938 Restroom 1,062,864 Jun-96

Gessner PR 9925 Westpark Drive Houston, TX 77036

415 Restroom 383,328 Sep-96

Kingsland PR 21669 Kingsland Blvd. Katy, TX 77450

2,247 Restroom 557,568 Nov-85

Kingwood PR 3210 Lake Houston Pkwy Kingwood, TX 77345

961 Restroom 457,380 Jan-81

Kuykendahl PR (1 elevator)

12920 Kuykendahl Houston, TX 77090

2,171 Restroom 1,067,220 Jan-80

Maxey PR 515 Maxey Road Houston, TX 77013

1,129 Port-A-Can 561,924 Aug-85

Mission Bend PR 13855 Alief-Clodine Houston, TX 77083

862 Restroom 958,320 Feb-92

Missouri City PR 13849 Fondren Road Houston, TX 77085

779 Restroom 326,700 Nov-81

Monroe PR 8833 1/2 Gulf Freeway Houston, TX 77017

890 Restroom 740,520 Jan-95

North Shepherd PR 7821 N. Shepherd Houston, TX 77088

1,603 Restroom 975,744 Apr-80

Northwest Station PR 18502 Hempstead Hwy. Houstn, TX 77065

2,361 Restroom 1,228,392 Apr-84

Pinemont PR 6201 Pinemont Houston, TX 77092

938 None 605,484 Mar-89

Seton Lake PR 75555 Seton Lake Houston, TX 77086

1,286 Port-A-Can 457,380 Apr-83

South Point PR 12410 Kurland Drive Houston, TX 77034

766 Restroom 492,228 Apr-97

Spring PR 17444 Carlsway Houston, TX 77073

1,263 Port-A-Can 461,736 Oct-82

Townsen PR 21003 Eastex Freeway Houston, TX 77338

996 Restroom 871,200 Jan-01

Formatted: Normal, Left

Formatted: Justified

West Bellfort PR 11415 Roark Road Houston, TX 77031

1,828 Restroom 862,488 Jan-93

West Loop PR 4675 S. Braeswood Houston, TX 77096

772 Restroom 496,584 May-83

West Little York PR 15010 Hempstead Road Houston, TX 77041

1,102 Port-A-Can 705,672 Aug-88

Westchase PR 11050 Harwin Drive Houston, TX 77072

1,468 Restroom 849,420 Jun-04

Westwood PR 9990 Southwest Freeway Houston, TX 77036

826 Restroom 535,788 Jul-81

26 Park & Ride Lots 32,987 25 18,077,400

FM Public Facilities:

Transit Centers Address

Patron Parking Spaces Comfort Stations Sq. Ft. Opened

Acres Home TC 1220 W. Little York Houston, TX 77088

0 Restroom 126,324 Jan-92

Bellaire TC 5100 Bellaire at Rice Bellaire, TX 77401

0 None 52,272 Dec-87

Denver Harbor TC

1500 Lockwood Houston, TX 77020

24 Restroom 21,780 Jun-84

Downtown TC / Rail

1900 Main Houston, TX 77002 0 None 65,340 Jan-04

Eastwood TC 4400 Gulf Freeway Houston, TX 77023

65 Restroom 130,680 May-88

Gulfgate TC 7400 South Loop East Houston, TX 77087

204 Restroom 161,172 May-05

Heights TC 6010 N. Main Houston, TX 77009

0 Restroom 34,848 Mar-92

Hillcroft TC 6220 Southwest Frwy. Houston, TX 77036

922 Restroom 683,892 Jun-93

Hiram Clarke TC 3600 W. Fuqua Houston, TX 77045

83 Restroom 518,364 Nov-87

Kashmere TC 5910 Hirsch Houston, TX 77026

17 Restroom 130,680 Aug-92

Magnolia TC 6948 Harrisburg Blvd. Houston, TX 77011

58 Restroom 78,408 Mar-92

Northline TC 7705 Fulton Houston, TX 77022

6 None 74,052 Oct-01

Northwest TC 7373 Old Katy Rd. Houston, TX 77024

195 Restroom 435,600 Apr-90

Southeast TC 6000 Scottcrest Houstn, TX 77021

21 Restroom 331,056 Aug-87

TMC TC / Rail (4 elevators; 4 escalators)

6950 1/2 Fannin St. Houston, TX 77021

0 Restroom 204,732 Jan-04

Tidwell TC 9720 Epsom Houston, TX 77093

809 Restroom 840,708 Jan-91

Wheeler Transit Center

4500 1/2 Main, Houston, TX 77002 0 None 3,949 Jan-10

17ransit Centers

2,404 13 3,893,857

END OF SCOPE

CERTIFICATION OF RESTRICTIONS ON LOBBYING The undersigned certifies, to the best of his or her knowledge and belief, that: 1) No federal appropriated funds have been or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an office or employee of any agency, a member of Congress, an officer or employee of Congress in connection with the awarding of any federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31 U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this _______________ day of ____________________, ______. Company Name: _____________________________________________ By: ________________________________________________________ (Signature of Company Official) ___________________________________________________________ (Title of Company Official)

BUSINESS ASSURANCE STATEMENT The undersigned certifies that he/she has read, understands and agrees to be bound by the small business provisions set forth in this Solicitation. The undersigned further certifies that he/she is legally authorized by the Bidder/Contractor to make the statements and representations in this Solicitation and that said statements and representations are true and accurate to the best of his/her knowledge and belief. The undersigned agrees to attain the small business utilization percentages of the total offer amount as set forth below: Small Business Contract Goal = 35% The undersigned will enter into formal agreement(s) for work to be identified on the “Contractor Utilization Plan Form” form conditioned upon execution of a contract with METRO and agrees to include the two assurance statements below in all subcontracts. . Copies of the subcontract agreements will be submitted to the Contracting Officer within 30 days of contract award and within 30 days of the addition of new subcontractors to the Contractor Utilization Plan. The undersigned certifies that the firm shown below has not discriminated against any subcontractors because of race, color, religion, sex, age, disability or ethnic or national origin, but has provided full and equal opportunity to all potential subcontractors irrespective of race, color, religion, sex, age, disability, or ethnic or national origin. The undersigned understands that if any of the statements and representations are made knowing them to be false or there is a failure to implement any of the stated intentions, objectives, goals, and commitments set forth herein without prior approval of METRO's President & Chief Executive Officer or duly authorized representative, the Bidder/Contractor will be subject to the loss of any contract or the termination thereof resulting from this bid and could be ineligible for future METRO contract awards. Signature: ___________________________________________ Title: ______________________________ Date of Signing: _______________ Firm or Corporation: _______________________________________________ Address: _________________________________________________________ ________________________________________________________________ Telephone Number: ______________________________________________________________

CONSULTANT UTILIZATION PLAN FORM

INSTRUCTIONS TO COMPLETING CONTRACTOR UTILIZATION PLAN FORM

The Contractor Utilization Plan outlines the Proposer/Bidder‟s team. All team members must be listed

on the form regardless of certification status. Make additional copies of the form if needed to include all team members.

Information to be provided:

o Name, contact information and tax identification number of Prime, Subcontractors and Suppliers

o Description of work to be performed by Prime, Subcontractors, and products to be provided by the Suppliers

o Certification status of Prime, Subcontractor and Suppliers. o Percentage of the contract the Prime and each Subcontractor and Supplier will perform. o Price is only included for Invitations for Bid and on the final team plans for Requests for

Qualifications or Proposals.

Section 1 – Prime Contractor – this section is for the Proposer/Bidder‟s information.

o Contact and tax identification information o Type of work the Prime will perform o The certification status of the Prime o Percentage of the contract the Prime will perform o The dollar values of the contract for work performed by the Prime (see Information note regarding price information)

Section 2 – Subcontractors – this section is for all Subcontractors‟ information regardless of SBE/DBE

certification status. o Contact and tax identification information o Type of work the Subcontractor will perform o The certification status of the Subcontractor Proof of Certifications must be attached the

form. Confirm certification acceptance in bid documents or on METRO website www.ridemetro.org/opportunities/ - Small Business- Certification Requirements

o Percentage of the contract the Subcontractor will perform o The dollar values of the contract for work performed by the Subcontractor (see Information note regarding price information)

Section 3 – Suppliers – Manufactures – this section is for all Supply Manufacturer‟s information.

o Contact and tax identification information o Type of product the Manufacturer will provide o The certification status of the Manufacturer Proof of Certifications must be attached the form. Confirm certification acceptance in bid documents or on METRO website www.ridemetro.org/opportunities/ - Small Business- Certification Requirements

o Percentage of the contract the Manufacturer will provide – products provided by the Manufacturer are counted at 100% o The dollar values of the contract for work performed by the Manufacturer (see Information note regarding price information)

Section 4 – Suppliers – Dealers – this section is for all Supply Dealer information.

o Contact and tax identification information o Type of product the Dealer will provide o The certification status of the Dealer. Proof of Certifications must be attached the form. Confirm certification acceptance in bid documents or on METRO website www.ridemetro.org/opportunities/ - Small Business- Certification Requirements o Percentage of the contract the Dealer will provide – products provided by the Dealer are counted at 60%

List percentage of effort at 100% List percentage of effort at 60% - this is the amount that will be counted towards

the Small Business goal if provided by METRO certified Small Business or TUCP certified Disadvantaged Business Dealer

o The dollar values of the contract for work performed by the Dealer (see Information note regarding price information)

Bidder/Proposer presents the following participants in this solicitation and any resulting Contract.

All Bidders/Proposers, including small businesses bidding as prime contractors, are required to

include eligible small businesses in their submissions as subcontractors and/or suppliers.

Section 1 – PRIME CONTRACTOR

Type of Work to be Performed or Materials Supplied

Indicate if SBE/DBE

Y/N

Percent of Contract Effort

Price (IFB ONLY)

SBE DBE

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Section 2 – SUBCONTRACTORS

Type of Work to be Performed or Materials Supplied

Indicate if SBE/DBE

Y/N Percent of

Contract Effort Price

(IFB ONLY) SBE DBE

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Bidder/Proposer presents the following participants in this solicitation and any resulting Contract.

All Bidders/Proposers, including small businesses bidding as prime contractors, are required to

include eligible small businesses in their submissions as subcontractors and/or suppliers.

Section 3 – SUPPLIERS – MANUFACTURER

100%

Counts for 100% toward small business goal when purchased from small business manufacturer (see Instructions to Bidders/Proposers).

Type of Work to be Performed or Materials Supplied

Indicate if SBE/DBE

Y/N

Percent of Contract Effort

(100%) Price

(IFB ONLY) SBE DBE

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Bidder/Proposer presents the following participants in this solicitation and any resulting Contract.

All Bidders/Proposers, including small businesses bidding as prime contractors, are required to

include eligible small businesses in their submissions as subcontractors and/or suppliers.

Section 4 – SUPPLIERS – DEALERS

60%

Counts for 60% toward small business goal when purchased from small business regular dealer (see Instructions to Bidders/Proposers).

Type of Work to be Performed or Materials Supplied

Indicate if SBE/DBE

Y/N

Percent of Contract Effort Price

(IFB ONLY) SBE

DBE

% of Effort

At 60%

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

Name of Business Tax ID No. Business Address Telephone No. Fax No. Contact Person Email Address

____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________ ____________________________________

TOTAL AMOUNT OF PROPOSAL

PRIME: $________________

SUBCONTRACTOR(S): $_________________

SUPPLIER(S) MANUFACTURES: $_________________

SUPPLIERS(S) DEALERS: $_________________

TOTAL AMOUNT: $__________________

Submitted By: ____________________________________________ Business Name: ______________________________________

Signature of Owner/Officer of Business (Date)

Address: _________________________________________________ Telephone/Email:______________________________________

RFP No. RP1000010 Contract No.

_________

xxxiv

CONTRACTOR UTILIZATION PLAN PLEDGE

Copies of the subcontract agreements will be submitted to the Contracting Officer within 30 days of contract award and within 30 days of the addition of new subcontractors to the Contractor Utilization Plan. Pledge of Prompt Payments I pledge to pay all subcontractors within five (5) business days after receiving payment from METRO for amounts previously invoiced for work performed or materials furnished under the contract. Signature:_________________________________ Title:____________________________________ Date:____________________________________ METRO‟s Nondiscrimination Mandate I affirm that ___________________________(company name) adheres to METRO‟s Nondiscrimination Mandate and has not discriminated against any subcontractors in considering subcontracting opportunities based on race, sex, religion or ethnic origin, age or disability. Signature:_________________________________ Title:____________________________________ Date:____________________________________ (FOR CONSTRUCTION CONTRACTS) I pledge to release the retainage of all Subcontractors within thirty (30) days after satisfactory completion and approval of work performed. Subcontractors may petition the Prime Contractor to make the final payment and may notify METRO of the request. As METRO releases retainage for payment to the Subcontractor, the Prime Contractor is required to immediately (within 15 days) pay the Subcontractor. The release of retainage will be made to the Subcontractor regardless of the prime invoicing METRO. Signature:_________________________________ Title:____________________________________ Date:____________________________________

RFP No. RP1000010 Contract No.

_________

xxxv

SUBCONTRACT/SUPPLIER LETTER OF INTENT PLEASE SUBMIT SEPARATE FORMS FOR EACH SUBCONTRACTOR/SUPPLIER

For use by submitters to identify subcontractors and suppliers.

Solicitation No.: _________________________

Project Title:

_________________________________________________________________________________________

Prime Contractor:

___________________________________________________________________________________

Subcontractor/Supplier: ____________________________________________________________________________

Small Business: Yes No Disadvantage Business: Yes No

Contact Name:

______________________________________________________________________________________

Address:

_____________________________________________________________________________________________

Phone: _____________________________________ Fax:

___________________________________________________

Period of Performance: _____________________________________________________________________________

Description of proposed materials or services to be performed under Contract Utilization Plan:

____________________________________________________

________________________________________________

Signature of Subcontractor/Supplier Title

_____________________________________________________

________________________________________________

Signature of Prime Contractor Title

AUGUST 2014

Metropolitan Transit Authority of Harris County, Texas

As a government agency, METRO is required to make every effort to comply with the requirements set forth by the State of Texas Law SB898.

Our normal operational efforts are having some impact but we haven't been able to get anywhere near the required reduction levels.

At the same time, our lighting systems in our transit properties are aging, very inefficient, and in some cases beyond their useful life.

2

Drive a project to retrofit all transit properties lighting systems.

Project can be driven internally using local funds.

Project will result in an almost 10% reduction of our energy footprint.

Aging systems would be replaced with newer more efficient technologies.

Result should provide higher lighting levels with reduced energy usage.

3

Conduct an energy audit of all transit properties in mid FY14

Engage a design consultant in late FY14

Complete design and construction estimates by mid FY15

Budget for execution of project in late FY15

Execute project in early FY16

4

5

BOARD BRIEFING SUMMARY

SUBJECT: AGENDA ITEM #:

AGENDA DATE:

DEPARTMENT: PRESENTER:

SUMMARY:

SAP Enterprise Asset Management (EAM) System

Information Technology Denise Wendler, Chief Information Officer

METRO will leverage its existing foundational ERP (Enterprise Resource Planning) system to deliver an Enterprise AssetManagement (EAM) system to support its State of Good Repair program.

Committee Assignment Request For Proposal SOLICITATION DATE: ______________ PROJECT: Enterprise Asset

Management System

Page 1 of 2

Project Scope: Attached Project Budget: $3M-$5M Contract(s): ____ Contract Value(s): $3M-$5M

□ Approve As Is □ Modify

TEC Committee: ● ERP Project Manager, IT ● Analyst, IT ● Analyst, IT ● Chief, Rail Operations ● Vice President, Facilities ● Project Manager, Bus Operations

□ Approve As Is □ Modify

Evaluation Criteria: ● 30pts- Pricing ● 30pts- Software Solution ● 15pts- Qualifications/Experience of Firm/Past Performance ● 15pts- Qualifications and Experience of Personnel ● 5pts- Project Management, Structure and Methodology ● P/F + 5pts- Small Business Participation

□ Approve As Is □ Modify

SBE Plan: 20% Goal

→ □ Approve As Is □ Modify

Committee Assignment Request For Proposal SOLICITATION DATE: ______________ PROJECT: Enterprise Asset

Management System

Page 2 of 2

Oral Presentations Committee Yes / No ● ERP Project Manager, IT ● Analyst, IT ● Analyst, IT ● Chief, Rail Operations ● Vice President, Facilities ● Project Manager, Bus Operations Any oral presentation shall be scored in accordance with the original evaluation criteria.

□ Approve As Is □ Modify

Executive Selection Committee No

State Required Additional Criteria for Review (*)

□ Approve As Is □ Modify

Approved: ____________________________ Chair Person (*) An Executive Selection Committee (ESC) may be assigned by the President and CEO or

Chairman of the Board per METRO’s procurement guidelines.

Capital Programs Committee

SAP EAM (Enterprise Asset Management) System

August 2014

Background

• In 2002 METRO implemented “Sema Voyager” a customized fleet maintenance system that was based on the SAP ERP (Enterprise Resource Planning); the operating system was Sun Solaris UNIX

• In 2008 METRO significantly “de-customized” the fleet maintenance system and performed an SAP upgrade

• In 2010 METRO implemented the SAP Human Capital Management and Payroll modules of SAP; Windows was introduced into the environment in an effort to reduce ongoing hardware and operating system costs with Sun Solaris UNIX

2

Migration Strategy to Single SAP ERP Solution

Payroll Payroll

Bus Fleet Maint.

Materials Mgmt.

Human Capital Mgmt.

Purchas-ing

Financials & Grants

Rail Fleet & Track Maint.

Facilities Maint.

Human Capital Mgmt.

Bus Fleet Maint.

Materials Mgmt.

Business Intelli-

gence (BI) Reporting

Current SAP Future SAP –

Approximately 2016

3

Next Steps

• Phase I – Migration of current SAP environment from Sun Solaris to Windows – Projected completion Q1-Q2 2015

• Phase IA – Implement Business Intelligence for integrated reporting in ERP – Projected completion Q2-Q3 2015

• Phase IB - Migration of Financials & Purchasing - Projected completion July 2016

• Phase II - Migration of Rail and Facilities Maintenance & develop Enterprise Asset Management – Projected completion Q1-Q2 2016

4