Public Notices
Board Agenda
Commission Meeting Agenda - October 21, 2008
SOUTH JERSEY TRANSPORTATION AUTHORITY
BOARD OF COMMISSIONERS MEETING
OCTOBER 21, 2008
AGENDA
The regularly scheduled October 21, 2008 Board of Commissioners of the Authority will be held at 10:00 a.m. at the Salem County Vocational Technical Schools Academies of Arts, Science & Technology in Woodstown, New Jersey.
Open Session
1. Chairman’s Statement
2. Roll Call
3. Approval of the October 21, 2008 Agenda
4. Approval of the September 9, 2008 Special Meeting and September 16, 2008 Minutes
5. Employee Awards
6. Executive Session: Resolution 2008-133 of the South Jersey Transportation Authority authorizing the exclusion of the public from a meeting with the Authority and Administrative personnel
7. Roll Call upon return to Open Session
8. Executive Report
9. Committee Reports
10. Public Response to Agenda Items
11. Presentation and Approval of Bills
12. Resolutions and Motions
FINANCE DEPARTMENT
RESOLUTION 2008-120 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE APPOINTMENT OF ACACIA FINANCIAL GROUP AND NW FINANCIAL GROUP TO PROVIDE FINANCIAL ADVISORY SERVICES TO THE AUTHORITY
The Authority initially publicly advertised a RFP for Financial Advisory Services on June 2 and June 3, 2008. The Authority received five (5) proposals on June 26, 2008, which were subsequently rejected due do significant disparity of proposed fees. The RFP was publicly re-advertised on August 4 and August 5, 2008 and five (5) proposals were received on August 22, 2008. The Consultant Selection Committee met on October 6, 2008, reviewed the proposals received on August 22, 2008 and determined that Acacia Financial Group of Marlton, New Jersey offered the best proposal with regard to Subordinated Bond Anticipation Notes and new money financing and NW Financial Group of Jersey City offered the best proposal with regard to the Swaption transaction.
ENGINEERING & OPERATIONS DEPARTMENT
RESOLUTION 2008-121 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE AWARD OF A CONTRACT TO DELTA LINE CONSTRUCTION OF EGG HARBOR TOWNSHIP, NEW JERSEY FOR THE PURCHASE AND INSTALLATION OF A ROADWAY WEATHER INFORMATION SYSTEM AT INTERCHANGE 28
On September 12, 2008, the Authority publicly advertised for bids for the installation of a roadway weather station at Interchange 28. On September 26, 2008, two (2) bids were received, opened and tabulated. Delta Line Construction of Egg Harbor Township, New Jersey was deemed the lowest responsible bidder in an amount not to exceed $234,919.00. This cost includes the installation of a complete and fully functional 30’ tower with atmospheric and pavement temperature data collection instruments, processor, communications equipment, connections to electric service, telephone and fiber communications, foundations, conduit and cable.
RESOLUTION 2008-122 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE AWARD OF A CONTRACT TO COASTAL ELECTRIC AND ENVIRONMENTAL SERVICES, INC. OF HAMMONTON, NEW JERSEY FOR THE PURCHASE AND INSTALLATION OF GROUND POWER UNITS AT THE ATLANTIC CITY INTERNATIONAL AIRPORT
On September 11, 2008, the Authority publicly advertised for bids for the purchase and installation of one (1) 90 KVA 400 HZ Ground Power Unit and one (1) 120 KVA 400 HZ Ground Power Unit on existing passenger boarding bridges at the Atlantic City International Airport. On September 26, 2008, two (2) bids were received, opened and tabulated. Coastal Electric & Environmental Services, Inc. of Hammonton, New Jersey was deemed the lowest responsible bidder in an amount not to exceed $169,871.00. This cost includes furnishing and installing both ground power units.
RESOLUTION 2008-123 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE AWARD OF A CONTRACT TO TRAFFIC SAFETY SERVICE OF PLAINFIELD, NEW JERSEY FOR THE PURCHASE AND INSTALLATION OF TRUCK MOUNTED ATTENUATORS WITH MOUNTED ARROW BOARDS
On September 16, 2008, the Authority publicly advertised for bids for the purchase and installation of six (6) FHWA approved truck mounted attenuators and six (6) mounted arrow boards. On September 30, 2008, two (2) bids were received, opened and tabulated. Traffic Safety Service of Plainfield, New Jersey was deemed the lowest responsible bidder in an amount not to exceed $129,522.00.
RESOLUTION 2008-124 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE AWARD OF A CONTRACT TO E-BID SYSTEMS OF BAINBRIDGE ISLAND, WASHINGTON FOR THE PURCHASE AND INSTALLATION OF AN ELECTRONIC BIDDING SYSTEM
On July 2, 2008, the Authority publicly advertised a Request for Proposals to provide and install an electronic bidding system. On July 30, 2008, four (4) proposals were received. The Consultant Selection Committee met on August 7, 2008 and rejected the proposal of one firm based on the proposal did not contain a valid Business Registration. The two highest ranked firms, E-Bid Systems of Bainbridge Island, Washington and InfoTech of Gainesville, Florida were invited to provide presentations and participate in an interview on August 26, 2008. Following this interview, E-Bid Systems was deemed the highest technically ranked firm and was recommended by the Consultant Selection Committee for award.
RESOLUTION 2008-125 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING EMERGENCY PAVING REPAIRS AT MILEPOST 10 EASTBOUND AND MILEPOST 2.7 EASTBOUND ON THE ATLANTIC CITY EXPRESSWAY
Due to two (2) vehicle fires at Milepost 10 eastbound and Milepost 2.7 eastbound that damaged the pavement, it was necessary for the Authority to solicit three (3) quotes for emergency repairs. As this work was deemed a safety hazard by the Director of Engineering and Operations, authorization was given to perform the work immediately. The resurfacing at both locations was completed on September 16, 2008. At Milepost 10 eastbound, the repairs included 80 feet of milling, paving and permanent re-striping and rumble strip work on the shoulder and travel lane. At Milepost 2.7 eastbound, the repairs include approximately 15 feet of milling, paving, permanent striping and rumble strip work on the shoulder. Arawak Paving Company of Hammonton, New Jersey submitted the lowest responsible quote in an amount not to exceed $49,300.00.
RESOLUTION 2008-126 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE AWARD OF A CONTRACT TO GREENMAN-PEDERSON, INC. OF LEBANON, NEW JERSEY FOR CONSTRUCTION MANAGEMENT SERVICES FOR INTERCHANGE 17 RAMP IMPROVEMENTS
On July 2, 2008, the Authority publicly advertised a Request for Proposals for construction management services for the construction of new ramp connections, to and from Atlantic City, to complete the missing ramp movements at Interchange 17 and Route 50 in Hamilton Township, New Jersey. A new eastbound entrance ramp and westbound exit ramp from the Atlantic City Expressway will be constructed with ramp toll plazas. On July 30, 2008, fourteen (14) proposals were received. The Consultant Selection Committee met on August 13, 2008 to rank the proposals. The top four (4) firms were invited for interviews on September 2, 2008. Greenman-Pederson was ranked highest and was asked to submit a cost proposal. After negotiations, a cost not to exceed $995,000.00 was agreed upon.
RESOLUTION 2008-127 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING THE AWARD OF A CONTRACT TO J. FLETCHER CREAMER AND SON, INC. OF HACKENSACK, NEW JERSEY FOR THE CONSTRUCTION OF INTERCHANGE 17 RAMP IMPROVEMENTS
On July 16, 2008, the Authority publicly advertised for bids for the construction of new ramp connections, to and from Atlantic City, to complete the missing ramp movements at Interchange 17 and Route 50 in Hamilton Township, New Jersey. A new eastbound entrance ramp and westbound exit ramp from the Atlantic City Expressway will be constructed with ramp toll plazas. On September 11, 2008, eight (8) bids were received with J. Fletcher Creamer & Son, Inc. submitting the lowest responsible bid in an amount not to exceed $7,763,263.90. Retaining walls to minimize the impact to wetlands, two (2) traffic signals where the ramps intersect Route 50, ramp lighting, roadway drainage, infiltration basins and landscaping are included in this cost. The term of this contract is eighteen (18) months.
INFORMATION & TOLLS TECHNOLOGY DEPARTMENT
RESOLUTION 2008-128 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING ENTERING INTO A SERVICE AGREEMENT WITH TRAFFIC TECHNOLOGIES, INC. AS ELECTRONIC TOLL SYSTEM CONSULTANT TO THE AUTHORITY
The Authority received two (2) proposals on August 14, 2008 in response to a publicly advertised Request for Proposals for an Electronic Toll System (ETS) Consultant. One (1) proposal was rejected due to an improperly submitted New Jersey Business Registration Certificate. Traffic Technologies, Inc. is the incumbent and has been the Authority's on-call toll system consultant since 2003 and is being recommended again for approval. The Consultant Services Agreement is for three (3) years with two (2), one (1) year mutually agreeable options and specifies a $25,000.00 minimum annual guarantee.
RESOLUTION 2008-129 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING ENTERING INTO A SERVICE AGREEMENT WITH MAGELLAN HILL, LLC TO PROVIDE TELECOMMUNICATION SERVICES TO THE AUTHORITY
The Authority publicly advertised a Request for Proposals for Telecommunication Services on May 23, 2008. Two (2) proposals were received on June 26, 2008. The Consultant Selection Committee on July 3, 2008, both firms were invited to make oral presentations on August 12, 2008. After receiving requested supplemental information, the Consultant Selection Committee conducted a conference call on September 3, 2008 and by majority has deemed Magellan Hill to be the highest ranked firm. The service agreement with Magellan Hill for telephone and data services will be billed monthly with no up front cost for the service arrangement. This is a one (1) year agreement with three (3), optional one (1) year extensions.
TOURIST SERVICES DEPARTMENT
RESOLUTION 2008-130 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING INTERSTATE OUTDOOR ADVERTISING, LP TO REHABILITATE THE RAILROAD TRESTLE BRIDGE AT MILEPOST 2.5 AND ATTACH ADVERTISING STRUCTURES
The railroad trestle located at Milepost 2.5 is owned by the South Jersey Railroad (SJR) and extends over the Expressway right-of-way. The trestle has fallen into disrepair, is unsightly and contains lead paint that must be removed. Pursuant to an RFP publicly advertised, the rehabilitating and repainting costs will be paid by Interstate Advertising and Interstate shall be reimbursed out of the revenue generated by outdoor advertising structures to be affixed to rehabilitate and repaint the trestle. SJTA and SJR entered into a Letter Agreement that provides the SJTA with the exclusive right to place advertising on the trestle and allows SJTA to proceed with its plan to rehabilitate and repaint the trestle in exchange for 15% of the net revenue generated by the trestle advertising. The costs of rehabilitating and repainting of the lead paint removal and repainting of the trestle is estimated to cost approximately $500,000.00. Should the cost of the rehabilitating and repainting exceed $500,000.00, Interstate will be permitted to recoup those costs and extend the initial agreement term of twenty (20) years by two (2) years for each $50,000.00 expended over the initial $500,000.00 It is estimated that the advertising on the trestle will conservatively generate approximately $100,000.00 annually for SJTA. SJTA will not incur any costs related to the installation, maintenance or management of static advertising structures. An RFP was publicly advertised on September 18 and 19, 2007. Interstate submitted the only proposal in response to the RFP. In exchange for installing and managing the advertising structures, Interstate shall receive 50%, SJTA shall receive 35%, and SJR shall receive 15% of the net revenue generated from the sale of advertising placed on the advertising structures attached to the trestle. Interstate has agreed to advance up to $500,000.00 for the trestle rehabilitating and repainting that shall be repaid to Interstate from advertising revenue over a payback period of ten years. Any rehabilitating and repainting costs in excess of $500,000.00 shall also be advanced by Interstate, but shall be repaid to Interstate on a dollar-for-dollar basis from advertising revenue until paid in full prior to any distributions of net revenue.
SJTA and Interstate met with Amstar a rehabilitating and repainting company with experience in removing lead paint on bridges. Amstar’s quote for rehabilitating and repainting, including repainting of the trestle is $499,999.00. Interstate and Amstar would be the only parties to the rehabilitating and repainting contract. SJR is to pay for an engineering inspection of the trestle to determine if the trestle can support the weight of the advertising structures. The Lease Agreement shall expire twenty (20) years from the date the advertising structures are attached to the trestle and ready to receive advertising display. Interstate has one (1), ten (10) year option to renew the lease.
RESOLUTION 2008-131 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING AMENDING THE AGREEMENT LETTER WITH THE SOUTH JERSEY RAILROAD REGARDING THE LEASE OF THE RAILROAD TRESTLE BRIDGE OVER THE ATLANTIC CITY EXPRESSWAY AT MILEPOST 2.5 TO REPAINT AND ATTACH ADVERTISING STRUCTURES TO THE TRESTLE
The trestle is owned by the South Jersey Railroad (SJR) located at Milepost 2.5 that overpasses the Expressway right-of-way. The trestle is covered with lead paint that must be removed and properly disposed prior to repainting. The SJTA and SJR entered into an agreement that provides the SJTA with the exclusive right to place advertising on the trestle. SJR has agreed to rehabilitating and repainting the trestle and to place advertising structures on the trestle in exchange for sharing advertising revenue. Interstate Outdoor Advertising, L.P. was awarded a contract via RFP process to rehabilitate and repaint the trestle and to attach and maintain advertising structures on the trestle. Certain terms contained in the Letter Agreement between SJTA and SJR must be amended so that the terms of the Advertising Agreement and Letter Agreement are consistent to avoid any conflict between the terms of the two separate agreements. If any inconsistencies occur, the Advertising Agreement shall control.
TRANSPORTATION SERVICES DEPARTMENT
RESOLUTION 2008-132 OF THE SOUTH JERSEY TRANSPORTATION AUTHORITY AUTHORIZING PAYMENTS TO TIRE CORRAL FOR EMERGENCY TOWING AND REPAIR SERVICES PERFORMED ON VEHICLES OPERATED BY THE TRANSPORTATION SERVICES DEPARTMENT
The Transportation Services Department has continual need for emergency repair services to maintain its fleet of vans and buses utilized in the transportation of transit-deprived individuals to work at various locations serviced by the Transportation Services Department. Tire Corral is a full-service repair facility, centrally located and in close proximity to the Transportation Services vehicle storage facility, that is able to perform necessary repairs to ensure the safety and welfare of the patrons transported by the Transportation Services Department. Presently, due to a shortage of vehicles, there are no spare vehicles available. To date, the Authority has authorized approximately $32,000.00 in payments to Tire Corral for towing and emergency services. This agenda item calls for a total authorization of $50,000.00 for towing and emergency services, which is inclusive of the $32,000.00 previously authorized.
13. Petitions and Communications, Unfinished Business, New Business
14. General Comment
15. Time and Place of Next Meeting: November 18, 2008 at 10:00 a.m. at the South Jersey Transportation Authority Administration Building, Farley Service Plaza on the Atlantic City Expressway at Milepost 21.3 in Elwood, New Jersey 08217.
ADJOURNMENT