Loading...
Mobile Data Terminals for Transit DepartmentMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Mobile Data Terminals for Transit DATE: April 28, 2010 Transit Manager Jon Rodocker recommends City Council approval to issue a Request for Proposal for procurement of Mobile Data Terminals in KeyLine mini - buses. The terminals will offer real -time dispatching capabilities for the mini -bus operation. I concur with the recommendation and respectfully request Mayor and City Council approval. el C. V MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Dave Heiar, Economic Development Director Jon Rodocker, Transit Manager Mich an Milligen Dubuque kiltd AN- America Clty 11111, 2007 041310bal CITY OF DUBUQUE REQUEST FOR PROPOSALS RFP No. 03.10 TRANSIT AVUMDT PROJECT RFP #03.10 Transit AVUMDT Project CITY OF DUBUQUE, IOWA REQUEST FOR PROPOSALS TRANSIT AVUMDT PROJECT NOTICE TO PROPOSERS Notice is hereby given that the City of Dubuque, Iowa will receive proposals from qualified and responsible firms for the purchase of AVUMDT systems for the City of Dubuque KeyLine buses. Proposals must be submitted in an envelope clearly marked "Transit AVUMDT Project" to the City Clerk, City Hall, 50 West 13 Street, Dubuque IA 52001. Proposals will be received until 4:00 PM, June 4, 2010 according to the City Clerk's time -stamp clock. Any proposals received after that time and date will not be considered but will not be returned to the proposer. This Request for Proposals and any resulting contract will be administered in accordance with the Federal Transit Administration "Third Party Contracting Guidelines, FTA Circular 4220.1D", and all other applicable federal, state and local laws and regulations. All proposers must certify that they are not an ineligible contractor listed on the U.S. Comptroller General's Debarred Bidders list. The successful proposer will be required to comply with all applicable Equal Employment Opportunity laws and regulations. The City of Dubuque hereby notifies all proposers that it will affirmatively ensure that Disadvantaged and Women's Business Enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of gender, race, color, sexual orientation, gender identity, or national origin in consideration for an award. The City of Dubuque reserves the right to postpone, accept or reject any and all proposals and to waive any informality in the Request for Proposals process as the City deems to be in its best interest. Copies of the Request for Proposals may be obtained from Jon Rodocker, KeyLine Transit Manager, 563.589.4341 or proposers may access the Request for Proposals, amendments and addenda at http: / /www.cityofdubuque.orq /. 2 RFP #03.10 Transit AVUMDT Project 1.0. PURPOSE. The City of Dubuque is soliciting Proposals from qualified firms or individuals who meet the conditions set forth herein to provide turnkey installation services to furnish goods and services for the purchase of AVUMDT systems for City of Dubuque, hereinafter described in accordance with the provisions hereof. Except as otherwise approved by the City of Dubuque, the contractor shall supply standard, service- proven products of computer, communication, and peripheral equipment manufacturers, established third -party hardware and software suppliers, and their own baseline product offering that meet or exceed the functional requirements of this specification. Proposers shall describe their offerings which satisfy the City specifications and highlight those proposed features which exceed specification requirements. All equipment shall be designed for use in the public transit industry, with specific attention to ergonomics, reliability, efficiency, safety, and vehicle compatibility. Equipment furnished under these specifications shall be the latest model in current production, as offered to commercial trade, and shall conform to quality workmanship standards and use materials with transit industry requirements. 1.1. PROPOSAL SUBMISSION. City Clerk City Hall 50 West 13 Street Dubuque IA, 52001 PART I SOLICITATION One original and five copies of the proposal must be submitted in an envelope clearly marked "Transit AVL /MDT Project" and addressed to: Proposals will be received until 4:00 PM, June 4, 2010. Proposals received after that time and date will not be considered. 1.2. PROPOSAL OPENING. Proposals submitted to the City in accordance with the requirements hereof shall be publicly opened and examined on the Proposal Opening Date June 4, 2010 @ 4:OOpm CST. PLEASE BE ADVISED that the contents of each Proposal, including documents marked proprietary, shall be made public. 3 RFP #03.10 Transit AVL /MDT Project 1.3. REQUEST FOR CLARIFICATIONS. Any request for clarifications must be in writing and submitted by the Proposed to the City by May 19, 2010. Responses will be made by the City on or before May 26, 2010. All clarifications /responses will be posted on the City's website at http: / /www.citvofdubuque.orq/ . 1.4. PROPOSAL INQUIRIES. The point of contact for any questions regarding the specifics of this RFP is: Mr. Jon Rodocker, Transit Manager 2401 Central Ave Dubuque IA, 52001 Tel. #563.589.4341 Fax. #563.589.4340 jrodocke(a�citvofdubuque.org 1.5. PRE - PROPOSAL TOUR. No Pre - Proposal Tour will be conducted for this project. However, interested proposers are encouraged to schedule times for either an in- person meeting, and /or conference phone call to discuss the specifications pertaining to this project. IF YOU HAVE FURTHERS QUESTIONS RELATED TO SPECIFICATIONS OR DESIGNS, PLEASE CONTACT JON RODOCKER AT 563.589.4341 MONDAY - FRIDAY, 8:00 A.M. — 5:00 P.M. C.S.T. PART II OVERVIEW 2.0. OVERVIEW OF THE TRANSIT SYSTEM. Keyline transit is a public transit system, located in Dubuque Iowa, servicing the City of Dubuque and East Dubuque, IL. Keyline transit service is a combination of fixed routes along with Para - transit/demand response. 2.1. SERVICE AREA. The service area is approximately twenty -six (26) square miles with an estimate population by 2010 of 58,000 residents. The proposed software must be capable of expansion to allow for growth of the system in the future. 2.2. GOALS & OBJECTIVES. As a fixed route and Para - transit provider, the City is seeking to improve the operational efficiency, cost - effectiveness, control and security of its transit operations. Some of the goals are but not limited to the following: (1) Increase the availability of transit information and dissemination; 4 RFP #03.10 Transit AVL /MDT Project (2) Improve overall dispatching, operational efficiency, and cost effectiveness; (3) To provide mapping services for ease of driver /passenger location; (4) Increase driver and passenger safety and security; The City intends to procure and implement a proven solution that easily integrates with existing systems and services and represents current state -of- the -art in transit technology solutions. 2.3. CURRENT VEHICLE FLEET. The City's current Paratransit fleet is comprised of thirteen (13) 2000 -2004 Ford E-450 Cutaways. *The City has an ongoing vehicle replacement schedule. During the installation process the Contractor will be required to work with the City in scheduling equipment installations on new vehicles before they are placed in service and preventing equipment installations in vehicles that are to be removed from service. The Contractor will be required to submit an installation plan showing the timeline to complete vehicles. This plan shall include the dates and duration of each installation. Proposers are required to provide option pricing for the purchase of additional on -board subsystems for installation of future vehicle purchases by the City. PART III TECHNICAL SPECIFICATIONS 3.0 GENERAL OVERVIEW. The City seeks to improve the efficiency and effectiveness of its transit operations with the objectives established in this RFP. 3.1. PARA - TRANSIT REQUIREMENTS (1) The City currently utilizes Route Match Software to assist with scheduling, booking, client tracking, and manifest printing for Para - transit/demand response service. The City is open to the consideration of other software providers for Para - transit/demand response scheduling and can be included in the proposal. (2) However, the City will make a final determination whether to use the existing Route Match software or to change scheduling systems. Proposers shall develop a plan of action to integrate the current operating system, if it is in the City's best interest to continue using the current Route Match Software. 3.2. PARA - TRANSIT SCHEDULING AND DISPATCHING SOFTWARE. 5 RFP #03.10 Transit AVUMDT Project The following specifications describe the minimum for Para - transit and dispatching software: (1) Service Area. a) GIS (Geographical Information System) and mapping functions shall be provided as part of the software system proposed by the vendor. At a minimum, the service area maps shall encompass Dubuque, East Dubuque, IL and Grant County, Wisconsin. Additional maps for the contiguous counties may be necessary for the out of county transportation. However, it may be possible, given the software capabilities, to manually schedule out of county trips without the use of GIS. b) The City considers mapping capabilities and the dispatcher's abilities to identify approximate current locations, based on last known point in the schedule, essential. c) Within the Keyline service area. (2) GIS Functionality. a) The software must incorporate GIS capabilities and allow user access to the service area through a map view. The GIS map view must be capable of displaying individual routes or runs, and /or bus stops; specific street address; or other specified user - defined physical features. b) In addition to providing support to the software's primary scheduling and customer information functions, the GIS functionality of the proposed software must support other GIS analyses. The City desires that the software be capable of: 1. printing /producing camera ready printed output 2. providing geographically based query functions c) System shall be capable of importing and exporting data and graphic images from and to other software platforms. If the software is limited to basic mapping functions, then data shall be exportable to a standard GIS software format (Arc View) thus enabling external GIS analyses. System shall be capable of printing maps to a wide range of printers /plotter devices. 6 RFP #03.10 Transit AVL /MDT Project (3) Map Features And Attributes. a) Access to maps shall be seamless from within the scheduling software (e.g., user shall be able to generate needed maps with single mouse click or menu selection). b) Base maps shall contain current attributes on street segments, addressing, speed limits, etc. Vendor shall be responsible for supplying a fully up -to -date map complete with all attributes necessary for point -to -point scheduling using coordinate geography (not zones). Street network shall permit definition of segment characteristics, such as speed limits, one -way direction, etc. Vendor shall outline in its proposal how the City should expect to receive updates on maps. c) The City defines various fares. GIS functionality shall include ability to define service -based fares, such as set fares, contract fares, varying fares, etc. This functionality is in addition to consideration of client codes such as elderly, disabled, child, etc. d) System shall be capable of defining and displaying point files, indicating system time - points, major intersections, possible future major transfer points, and major destinations of travel, or other points of interest. (4) Geo- Coding a) Service area map shall contain definitions of street segment name and address ranges. System shall have full geo- coding capability allowing the City to enter an address and locate the address on the map. System shall be capable of handling various abbreviations and spellings of names (e.g., St. for Street, etc) in the geo- coding process. System shall permit manual assignment of x- and y- coordinates in the event an address cannot be geo -coded based on existing map address range attributes. b) Systems shall have the capability of allowing user to calculate distance between points or along a specified portion of the street or route network. (5) Client Database a) Client database shall be capable of providing a full range of data elements for each client in the system. Information shall include full identification (including social security number (as needed)), birth date, address, contact, third party /emergency 7 RFP #03.10 Transit AVUMDT Project contacts, disability status, mobility aides used, program affiliation, and third party contract payee options. b) System shall be capable of producing reports based upon client, sponsoring agency, transportation provider, origins or destinations, cities, or zip code. (6) Trip Reservations. a) System shall permit trip booking while City personnel are on the telephone with the client/customer. System must be capable of processing both subscription (standing- order) and demand response trips in this manner. System shall be capable of processing same day trip orders. b) System shall permit City staff to access client records by entering client last name, telephone number, address, or other identification. Current protocols involve booking trips using client last name. However, due to common proper names, additional details must be available to the user in order to distinguish between customers with the same first and last name. c) Pop -up windows or list boxes shall be used to display lists of clients for easy access and selection. Once selected, pertinent data from the client database file shall be accessible to the call center representative, either through on- screen display or pop -up window. d) System shall default to the client's home address as the pick -up location. System shall provide ability to enter alternative addresses through keystroke entry or through use of list boxes of alternative pick -up addresses associated with that client (e.g., common travel destinations of that customer). e) System shall be capable of displaying, through pop -up window, list box, or similar alternative, a list of most frequent client travel destinations and /or recent destinations of travel for easy insertion into the destination field. User should be able to select destination from these fields and populate trip destination fields through this selection process. f) Systems shall be capable of incorporating a user - specified policy on pick -up time negotiation with the client. System must be capable of incorporating multiple policies. g) System shall be capable of accepting trip reservations for a period of at least up to 365 days in advance of the requested trip date. Most trips entered will only be up to 7 days in advance. 8 RFP #03.10 Transit AVL /MDT Project h) System shall be capable of accepting standing orders. i) System shall be capable of setting finite limits on the length of subscription orders. j) System shall be capable of scheduling both go and return trips with ease. The current system allows the user to input the "go" trip, click on a "return trip" button to then enter only the time of pick up for the return trip. All information on the client's origin and destination are reversed for the return trip. This process saves the user time in re- entering addresses for each trip. k) System shall provide means for the City's customer service representatives to easily and quickly access existing trip reservations for the client in order to edit travel destination, trip dates, and /or travel times. I) System shall permit cancellation of any trip in the system in advance consistent with City policies on trip cancellations. System shall maintain a cancellation record, by client, to facilitate management of cancellation policies. m) System shall be capable of temporarily suspending a client's eligibility for service on transit vehicles. System shall permit entry of both a start date and end date of the time period when the client's ridership privileges are suspended. During this period, system shall not permit trip booking, providing a pop -up alarm for the customer service representative. n) System, at the conclusion of trip booking, shall provide a confirmation of the booking with fare(s), if applicable, to be paid by the user(s), or companion. (7) Scheduling. a) System shall be capable of scheduling, in batch mode on a next -day basis, or as trips are added (up to one -hour prior to requested pick -up time) all reservations for a designated travel day. Scheduling shall be based on the actual street network in the City's service area (e.g., actual x- and y- coordinates, not zones), parameters associated with network segments as established in the GIS system, physical barriers, speed parameters, time of day, and appropriate dwell times for the boarding and alighting of passengers. b) System shall permit the establishment of base runs or subscription templates based on existing standing orders. System 9 RFP #03.10 Transit AVL /MDT Project shall be capable of evaluating base runs in order to optimize run in terms of least distance and travel time, based on network factors. c) System shall permit trips to be placed in the system schedule but remain unassigned to a specific run. This can be accomplished through a manual setting of the trip to "unassigned" or "will- call" category or similar means. d) System shall be capable of taking trip orders on a same day basis and dynamically scheduling the trip into existing schedules. System shall consider existing path of route travel, existing customer assigned trips, system policies on travel and pick up time windows in making the scheduling assignment. If system is capable of producing multiple solutions to the trip assignment, priorities, expressed on some type of score or other method, shall show the best possible choice of assignment. e) System shall be capable of producing schedules, by run, in chronological order, indicating projected arrival time of City vehicles at each origin and destination. f) Once generated, system shall be able to display all schedules for all runs on a given day. Display shall contain all pertinent run data and contain necessary menu and edit tools to provide manual adjustments, as necessary, to the scheduled runs. g) System shall have internal validation controls to ensure that schedules do not violate schedule and work rules. h) System should be capable of generating or identifying trips that violate system parameters so that staff can attempt to remedy the violation. i) System shall provide the capability of City scheduling staff to manually move trips after schedule development. j) In assigning passengers to vehicles and /or vehicles to system runs, system shall be capable of recognizing the need for accessible vehicles, vehicle capacity, etc. in making said assignments. k) System shall be capable of adding trips to a previously generated schedule or re- assigning trips from one run to another in dynamic fashion. The system shall be capable of dynamically updating the remaining scheduled pick -ups and drop -offs on the run's schedule. I) System shall be capable of evaluating individual trip parameters and select runs that best satisfy the requirements of 10 RFP #03.10 Transit AVL /MDT Project the reservation and maintaining the integrity of existing reservations on the same run. If system generates a range of alternatives, system shall present alternatives in rank order with the highest ranked alternative indicating the "best" selection. m) The system shall be capable of updating the schedules of all other impacted trips after the system updates a trip so all previously scheduled trips must remain on time, not violate travel time rules, etc. n) If the system cannot schedule all orders for the day of travel being scheduled, then the system shall be capable of displaying all such trips in its own dataset so that staff may consider manual overrides to the schedule and /or assignment of the trip. (8) Dispatching. a) System shall be capable of allowing dispatchers to process cancellations (cancellations received prior to system policy time), no show /late calls (cancellations received after the system policy time) and no- shows. System shall maintain a cancellation record and a no show record, by client, to facilitate management of cancellation and no show policies. b) System shall be capable of automatically displaying to the dispatcher /scheduler cancellations, same day reservations, and will -call return trips waiting for vehicle assignment (e.g., trips reservations made but not yet assigned /scheduled). c) System shall be capable of identifying runs when a vehicle is pulled from service due to an emergency or vehicle breakdown. Dispatcher shall have the capability to dynamically re- schedule all trips impacted by this service emergency. (9) Reports. a) Software shall be capable of generating a range of management and service reports necessary to permit sufficient oversight of the para- transit service. b) Please describe your systems standard reporting capabilities. It is desired that all standard reports can be imported and exported from the system. Please describe this functionality. c) The system must provide tools and wizards that allow users to easily create, edit, and save reports. Please describe your systems report generation capabilities. 11 RFP #03.10 Transit AVUMDT Project d) The system must interface with the reporting requirements of the National Transportation Database. e) The system must provide the capability for our Information Technology staff to create custom reports utilizing an industry- standard reporting product. Please explain how this requirement can be met. The City also requires the system to integrate into an ODB C- compliant database which provides additional third party tools to access the database to query and view the database tables and the database model. f) The proposed system shall be a client/server application based on an ODBC compliant relational database engine with the potential for import/export to a other systems. The client platform shall be Windows, 32 -bit design, incorporating a common graphical interface. DOS based applications will not be evaluated. Solutions with proprietary databases and /or middleware are not preferred. The system must provide tools and utilities to import and export data from its database to other databases and systems. Please describe your systems capability to import and export data into other systems and formats. g) System shall be capable of permitting the user to create, format, and print user - defined reports based on any data element contained in the database. 3.3. AVUMDT HARDWARE SPECIFICATIONS. The wireless network to be used will be a public cellular data network operating on the most current cellular network in operation. Wireless Gateway software will be provided that will have the following functionality: (1) Support a minimum of 8 wireless network communication channels, allowing for the simultaneous use of different types of wireless networks should the need arise. (2) Support multiple, simultaneous, Host -end communication channels, allowing multiple Host software applications (e.g. Para - transit software and Fixed Route software), to communicate to the in- vehicle hardware. (3) Diagnostic features available via remote connection for ongoing system maintenance and troubleshooting support. (4) Can provide confirmation of message delivery to in- vehicle hardware. (5) Ability to queue data messages and re -send automatically if no acknowledgment is received. 12 RFP #03.10 Transit AVL/MDT Project (6) For private radio networks, the Wireless Gateway will provide a radio system- testing module for system "auto exercise" and coverage testing. (7) Will perform on -line real time diagnostic information and reports maintenance functions. (8) Reporting capability for Message Transmission Performance (success and volume), Vehicles on the System, Data Logs, and System Errors. (9) Able to display system events in user - configurable colors based on type: information, minor alarm, and major alarm. (10) Displays connection status to Host -end software. (11) Displays wireless network connection status. (12) Stores and maintains all transaction data on a database. (13) User Documentation to be supplied for Wireless Gateway in electronic format. 3.4. OVER THE AIR PROGRAMMING. (1) The Vendor will provide software that can perform over - the -air remote programming and software updates of the in- vehicle MDT device(s). (2) The over - the -air programming software will have the following functionality: (3) The software and firmware (operating system) of the in- vehicle MDT must be updateable over a cellular network. (4) (5) The software update function must allow files to be transferred over the wireless network and be automatically installed on the MDT without operator assistance at the vehicle. (6) Types of software that can be updated over the wireless network must include: a) MDT Operating system b) MDT Application software (In- Vehicle Software) c) Configuration or setup files 13 RFP #03.10 Transit AVL /MDT Project d) Mapping files (to allow for map data updates) e) All MDTs in the fleet will automatically register with the software. f) MDT data /activity logs will be able to be downloaded. g) The software update function will allow the System Administrator to specify updates to all or select portions of the fleet. h) The software update function will allow the System Administrator to perform updates immediately, or schedule them for an automatic update at a later date. i) For updates at times when vehicles are normally out of service and the MDT is powered down, the update function will have the feature of being able to program the MDT Device to automatically `wake -up' at the scheduled time to enable the transfer. j) The software will allow the System Administrator to track MDT type, the version of each major software type installed on the deployed MDT devices, and provide a historical record of the updates provided to each. k) To minimize the amount of data sent over the wireless network, the software update function will utilize a file compression algorithm. I) If a software update data transfer is interrupted due to an MDT losing power or going out of wireless coverage, the transfer will resume once the MDT is available again at the point it left off with no need to restart the transfer. m) The diagnostic and fault logging features of the ITS Device must be accessible through the cellular network. n) The software will be capable of displaying the progress of the software transfer. o) The software will provide an `Update Wizard' windows interface to aid the creation of software updates. p) Software is compatible with the following operating systems - Windows XP. Please explain what operating system will be recommended for MDT units. 3.5. MOBILE DATA COMPUTER FUNCTIONALITY REQUIREMENTS 14 RFP #03.10 Transit AVL/MDT Project (1) Log On Functions. a) Once the MDT /AVL unit is powered up, it will automatically display a driver log -on form screen requesting the driver's identification number and the vehicle's odometer reading. b) The MDT /AVL unit will display the vehicle's current odometer reading as calculated by the vendor supplied odometer interface. c) The MDT /AVL unit will allow the driver to manually correct the calculated vehicle odometer value. d) Drivers must be able to log -on to the MDT /AVL unit by entering their employee identification number and the vehicle's odometer reading into the MDT /AVL unit. e) The MDT /AVL unit will validate the log -on information with the Para - transit Dispatch Software. (2) Display Functions: All driver screens should always display the following information. a) Current system time, the time should be able to be depicted by a twenty -four (24) hour clock, or alternatively an AM /PM designation. b) Radio /wireless network status c) New message indicator (3) Through the use of a soft key on the display, the software will also provide users with the ability to: a) Switch between a `day' mode graphics display and a 'night' mode graphics display that have been optimized for the ambient lighting expected under those conditions. b) Adjust volume c) Adjust backlighting intensity of display 15 RFP #03.10 Transit AVL /MDT Project (4) Communications Functionality. a) Capable of visual and audible alerts to indicate incoming messages. (5) b) The driver must be able to acknowledge incoming messages (as deemed necessary by the importance level of the message). c) After the driver acknowledges an incoming message it shall be displayed on the MDT /AVL unit. d) The MDT /AVL unit shall also be capable of allowing the driver to respond to a message. e) The MDT /AVL unit shall be capable of sending a message and notifying the driver of the success or failure of the transaction. The option will be given to the driver to resend the message should the message not be delivered successfully. This sending method is known as SEND and NOTIFY. f) The MDT /AVL unit shall be capable of queuing messages in a buffer and repeatedly attempting to deliver them to the host application. Each message shall be configured to attempt delivery indefinitely or to attempt delivery only for a fixed period of time after which the message will be discarded. This sending method is known as STORE and FORWARD. g) The MDT /AVL unit should also be capable of sending messages that are sent only once, regardless of whether they are acknowledged. This sending method is known as SEND and FORGET. h) The MDT /AVL unit must be capable of receiving pre- defined messages when a specific numeric code is sent from the host application. i) The nature of the canned messages will need to be defined by the City in conjunction with the vendor. Standard Para - Transit Functionality. a) The MDT /AVL unit shall provide the para- transit operator with the option of downloading and storing up to one hundred (100) rider /trip stops in the MDT /AVL unit. 16 RFP #03.10 Transit AVL /MDT Project b) The MDT /AVL unit shall allow the driver to scroll through the manifest up to the maximum number of transmitted trips as determined by the para- transit operator. c) Should the driver turn off the ignition during the course of his shift, he /she should not need to logon again as the trip list will be retained in the MDT /AVL unit. d) The MDT /AVL unit must be capable of adding, updating, and saving new Para - transit trip data without Driver intervention. e) The MDT /AVL unit must provide drivers with a Job List, Job Detail and Job Perform Screens. f) The MDT /AVL unit Job List Screen must provide drivers with an overview of their job list. g) The MDT /AVL unit should be able to display eight lines of 40 characters each at one time. h) Additional trip message lines must be available by scrolling. i) The MDT /AVL unit should display a single line entry for each trip /stop. j) All trips must be shown on the display in ascending order of scheduled stop times. k) The current trip must be located at the top of the job list screen. I) When the driver completes the current trip, the MDT /AVL unit should automatically delete it from the job list screen. m) The Job list Screen must display multiple rider pick -ups and drop -offs from the same address. n) At any time after the driver has logged on to the system and received a job list, the MDT /AVL unit should update the job list by inserting additional trips sent to it by the dispatch system. The MDT /AVL unit must insert trips in the order of their scheduled pick up or drop off times. o) At any time after the driver has logged on to the system and received a job list, the MDT /AVL unit should update the job list by deleting trips that have been canceled. 17 RFP #03.10 Transit AVL /MDT Project p) The driver must be able to access the Job Perform Screens from the Job List Screen by a single keystroke. q) The driver must also be able to access the Job Detail Screen from the Job List Screen by a single keystroke, using a keypad key. r) The Job Detail Screen should provide the driver with detailed information about each stop. s) Additional lines of trip information should be viewable by scrolling. t) The driver must be able to access the Job List Screen from the Job Detail Screen by a single keystroke, using an MDT /AVL unit keypad key. u) The driver must be able to access the Job Perform Screen from the Job Detail Screen by a single keystroke, using the keypad. v) Job Perform Screens should display a list of information requests to be completed by the driver and transmitted to the Para - transit Dispatch Software, that are necessary to complete each Para - transit trip (each Pickup and Drop -off assignment). w) After the driver has used the MDT /AVL unit to record a rider's boarding, prompts should be popped up that need to be filled in by the driver and transmitted to the ITS host, before the driver can return to any other screen. x) If a Job Perform Screen requires the vehicle's odometer reading, the MDT /AVL unit must automatically read and fill in the odometer reading. y) If the rider and trip numbers, number of riders, attendants and companions, and fare amounts and types were in the original trip message that was transmitted to the MDT /AVL unit, the MDT /AVL unit must automatically place that information in the appropriate Form Screen fields. The driver should be able to edit this information once it is displayed on the MDT /AVL unit. (6) Data Messaging. The following section describes the types of messages that the para- transit operator will likely be transmitting between the in- vehicle MDT /AVL devices (mobile data terminals) and the Para - transit. The vendor should be able to comply with the following messaging requirements: 18 RFP #03.10 Transit AVL /MDT Project • Trip Messages • Driver Log On • Driver Log Off • Pick Up Site Arrival • Pick Up Site Departure • Drop Off Site Arrival • Drop Off Site Departure • Rider Boarding • Rider Alighting • Rider Call Out (Flag Stop) • Rider No Show • Rider Door Cancellation • Rider Not Ready — Will Call • Coded Messages • Emergency Message a) Each message should contain data appropriate to that message (i.e. the vehicle odometer reading, GPS latitude and longitude, and time /date stamp). b) to be included with each message. (7) Navigation Functions. a) The MDT must be capable of displaying in- vehicle maps. b) The MDT must be capable of providing navigation directions including voice annunciation and visual display of trip route and turn directions. c) Driver will not have to enter destination address to use the map navigation, as the software will do this automatically. d) Drivers will not have to start the map navigation as a separate software application. The Navigation functionality will be integrated into the in- vehicle software application. 3.6. AVUMDT TECHNICAL REQUIREMENTS. The MDT In- Vehicle Hardware will include the following: (1) Mobile Data Terminal (MDT): user interface with color display and touch screen for driver input. 19 RFP #03.10 Transit AVL /MDT Project (2) Vehicle Logic Unit (VLU): computer processing and operating system for In- Vehicle Software. (3) GPS Antenna: reception of GPS signals. (4) GPS Receiver: GPS signal processing. (5) AVL Reporting: control of GPS Reporting. (6) Wireless Network Communications - Wireless Modem and RF Antenna: for communication with Host -end Application Software (7) The GPS Antenna and RF Antenna shall be combined into one Dual -Mode Antenna if possible (8) All necessary mounting equipment, cables, and fuses. Excluding the antennas, cables, and mount equipment, the MDT In- Vehicle Hardware may consist of one integrated device, or 2 separate physical devices (such as an MDT and a separate wireless modem /GPS device). The In- Vehicle Hardware shall meet the following specifications: (1) Minimum 400 MHz or higher processor (2) Windows CE 5.0 or higher operating system (3) Maximum Size of MDT: 9" x 6" x 2" (4) 6 programmable soft keys, including power button (5) Built -in smartcard reader (optional) (6) Built -in Magnetic card reader (optional) (7) Microphone, stereo speakers, audio out (8) Type II Compact Flash Socket (9) 1 Host USB Port (10) 1 Slave (Device) USB Port (11) 1 RS -232 COM port (12) Storage temperature range: —22° F to +155° F 20 RFP #03.10 Transit AVL /MDT Project (13) Operating temperature range: —22° F to +145 F (14) Vibration tested as per MIL - STD -810F (15) Shock tested as per MIL - STD -810F Shock (16) Humidity: 5% to 95% relative humidity non - condensing (17) Able to handle power supply voltage from 10VDC to 30VDC (18) FCC Class A Part 15 compliance (19) Touch Screen (20) Minimum display size of 6" on the diagonal (21) Color display (22) Adjustable back - lighting for visibility in low -light environments (23) Backlighting minimum brightness of 300 NIT (24) Adjustable volume (25) LCD Display Heater option available to ensure the display is readable at temperatures below 32 F (0 C) temperatures (26) Dust and water resistant (27) Allows software applications to be able to switch from `day' mode to`night' mode graphics display through use of a soft key. (28) Minimum 64 MB or higher of SDRAM (29) Minimum 64 MB or higher of FLASH memory (30) Internal memory expandable with internal compact flash card (optional) The MDT's GPS Receiver must meet the following specifications: (1) 16- channel GPS receiver (2) GPS Accuracy: 15 meters (RMS) uncorrected (3) GPS Position Update Rate: 1 Hz (once a second) 21 RFP #03.10 Transit AVL /MDT Project (4) Time to acquire GPS lock: 2 minutes or less on cold start, 45 seconds or less on warm start, 3 seconds or less on hot start Odometer Input and Monitoring: The device will have a built -in pulse accumulator input and pulse conditioner to facilitate the conversion of input data from the vehicle's odometer circuit to distance traveled in miles. In order to account for any variances in vehicle travel mileage; the odometer reader must be configurable to allow the settings to be calibrated from one vehicle to the next. (1) Minimum 5 discrete inputs (2) Minimum 5 discrete outputs (3) J1708 interface (4) Ability to accept an audio input (5) Built -in covert microphone (optional, for use with radio systems only) (6) Ability to route input audio to up to 2 audio outputs (7) Vehicle Ignition sense input: the vehicle ignition switch will control the (8) In- Vehicle Hardware power. (9) Power connections for In- Vehicle Hardware to vehicle Battery. The vendor shall provide the following installation hardware: (1) Adjustable mount hardware for the MDT. The mount hardware will allow drivers to reposition the angle and tilt of the display. (2) Cabling for connections to the applicable on -board equipment, antennas, power, and ignition switch. (3) Any additional antennas required for data modems or the GPS receiver. The vendor shall supply, as part of this proposal, the cost to pre -wire vehicles in order to incorporate the future additions of on -board video surveillance systems. Proposer shall identify how their system will be incorporated into the video surveillance system. 22 RFP #03.10 Transit AVL /MDT Project PART IV PROJECT PROPOSAL UNDERSTANDING At a minimum, each proposal should contain the following elements: 4.0. UNDERSTANDING OF THE PROJECT (1) Based on information contained in this RFP, as well as information obtained in subsequent addenda, responses to questions submitted by vendors, and other materials available from the City, the proposer shall indicate, in written narrative, how the proposed software will facilitate the system's goals for providing cost efficient, customer responsive, demand response /Para- transit transportation to the general public and clients. (2) Proposers shall demonstrate a thorough understanding of FTA requirements as well as those of other major client transportation programs. (3) Proposers should indicate how their software system could work to improve the transit system's handling of various tasks associated with para- transit and fixed route service delivery. 4.1. SOFTWARE SYSTEM DESCRIPTION (1) Proposers shall fully describe the software scheduling system being offered as part of this submission. Capabilities and features should be described in the context of the application to the provision of demand responsive transportation and fixed route transportation to the general public. (2) Benefits gained from installing and using the vendor's product should be described in full. Proposers must list all software components or modules necessary to fully implement the project, including third party software necessary to complete the total installation (e.g., report generation software, RDBMS, back -up software, remote access software, etc.). 4.2. AVL /MDT HARDWARE DESCRIPTION (1) Proposers shall fully describe the hardware being offered as part of this submission. Capabilities and features should be described in the context of the application to the provision of demand responsive /fixed route transportation to the general public. (2) Benefits gained from installing and using the vendor's product should be described in full. Proposers must list all hardware /software components or modules necessary to fully implement the project, including third party systems necessary to complete the total installation. 23 RFP #03.10 Transit AVL /MDT Project 4.3. IMPLEMENTATION PLAN. Proposers shall fully describe the proposed implementation plan, detailing all major milestones in the process. A proposed timeframe from notice -to- proceed through "go- live" should be developed as an integral part of this proposal. 4.4. QUALITY ASSURANCE PLAN. Proposers shall describe in detail their management strategies for overall quality assurance in the installation, start-up, and operation of the scheduling and dispatching system software. At a minimum, proposers should address: (1) Project Management and Staffing — Describe the proposed individuals and team approach used to successfully communicate with City staff throughout the project. If contractors are used for any part of the installation, customization, or maintenance of the proposed software system, this element of your overall approach must be identified here. (2) Quality Control — Describe steps and techniques employed by the proposer to ensure the integrity of databases (e.g., street networks, client databases, etc.) that may be required to be imported and /or converted for use in the proposed scheduling system. (3) Maintenance, Support, and Upgrades — Describe the proposer's network of technical support during the project, focusing both on the critical initial implementation period as well as long -term operation. (4) Describe procedures for rendering support, including the availability of technicians to provide on -site repairs and ability to remotely access, diagnose, and make necessary repairs. Technical support policies and pricing must be explained in detail. Proposers shall also describe their most recent three -year history in terms of system upgrades offered and pricing. Future system upgrade policies must be described and will be a factor in the award. (5) Long -Term Maintenance and Support — The City relies heavily on its database to provide transportation services and cannot tolerate deficiencies in the selected software and hardware. Technical support for program issues faced after initial installation should be addressed. Items to be included are, but are not limited to, response time, hours technical support is available, length of time for correction, etc. 4.5. TRAINING. (1) Proposers shall provide a detailed schedule and course outline for the necessary training of the designated individuals on the proposed software and hardware. This training shall be held at the City transit facility. Vendors should assume that up to Six (6) system individuals will 24 RFP #03.10 Transit AVUMDT Project participate in software training. This section of the proposal should identify the training course content, the number of courses required, and type of training (classroom, hands -on, etc.) that will be provided, the length of the training session, etc. (2) Proposers should indicate when the training should be provided in the context of the overall implementation time schedule provided above. Qualifications of the staff providing the training should be listed. 4.6. EXPERIENCE. Proposers shall provide a corporate profile indicating their qualifications to provide the required software and support necessary to achieve objectives for the project. Proposers must submit a list of other transit systems where the proposed software application(s) have been installed. A separate list of the proposer's last Five (5) installations (United States and Canada), along with a project contact, address, telephone number, facsimile number, and e-mail address must be provided. 5.0. PROJECT MANAGER (1) The proposer shall name one (1) individual from the firm who shall have complete authority and control over all aspects of customization, data conversion, installation, testing, and training. (2) This individual shall be named in the proposal and a resume' of the individual's qualifications to oversee this project shall be detailed. A list of other project installations directly under the control of this individual shall be named in the proposal. 5.1. SINGLE POINT OF CONTACT. PART V QUALITY ASSURANCE PLAN (1) The proposer's project manager shall be the sole point of contact between the vendor and the City for all business matters concerning the purchase, customization, installation, testing, and training phases of this project. (2) The City recognizes that other individuals will lead some phases of work during the project. It is our intent, however, to have one individual in an authoritative position to represent the proposer in all aspects of the project. 5.2. PRODUCTS OFFERED. (1) Use of Existing Market Products. The City does not desire to purchase products that represent beta versions or products that have not 25 RFP #03.10 Transit AVL /MDT Project been installed in other operational environments in another transit system in the United States. (2) Current Version. The City requires the proposer to offer the latest, tested release version of each software product/module included in this proposal. Proposer shall include the estimated date of the next update to proposer's offered software. (3) Lists of Installed Sites. a) For each product or module offered to fulfill the scope of services under this RFP, the proposer shall provide a list of the Five (5) most recent sites where the product is currently being used. For each site, the proposer shall list: b) Name of the transit system c) Local project manager d) Date of contract award e) Status of the installation (awarded, under development, testing, "live operation ") f) Date in which the transit system began "live" operation (4) Warranty. The City requires the successful proposer to warrant the software product(s) offered to perform as described in the proposal response for a period of five (5) years from date of "live" operation. (5) Technical Support. The City requires that the proposer offer one full year of full technical support as part of its price proposal. This technical support shall include, but not necessarily be limited to: a) Toll -free, telephone support with service technician /engineer during all normal administrative business hours maintained by the City b) Provision of diagnostics/repairs via remote control access to system hardware /software c) On -site technical support when required d) Product upgrades, new releases, patches, etc. when issued by the vendor throughout the first three (3) years of implementation. 26 RFP #03.10 Transit AVUMDT Project (6) User Groups /Newsletters/Technical Bulletins. a) Proposer shall immediately include the City, after notice of award, in all mailing lists to receive product newsletters, e-mail announcements, bulletins, or other technical matters concerning all software products offered. b) If the proposer operates a web -based program of support, the City shall be given access rights upon notice of award. c) If the proposer offers training classes, refresher courses, or sponsors organized user groups, such support shall be listed in the vendor's proposal. (7) Installation, Testing, and Acceptance. Throughout the period of software installation, the City shall designate a local project liaison to coordinate the vendor's local installation efforts. All contact with the City regarding project matters, site visits, project schedule, training, etc. shall be coordinated through this project liaison. (8) Installation. b) The vendor may stage installation to best ensure compatibility of all integrated software and hardware products. (9) On -Site Representation. Proposer shall have the Project Manager and /or a duly qualified software engineer on -site during the initial testing of all software products. (10) Acceptance. After final testing is completed to the satisfaction of the City, the Transit Manager will issue a letter of acceptance to the vendor. 5.3 TRAINING. a) The proposer's implementation schedule shall document major milestones during the development, customization, and installation phases of the project. Upon completion of the installation phase, the vendor shall notify the City, in writing, of the readiness of the system installation for testing. (1) Vendor shall be required to train designated individuals to proficiency on all software and hardware products offered. All training shall be conducted at the transit offices or any other office designated by the City. (2) All training schedules shall be coordinated with City Management. 27 RFP #03.10 Transit AVUMDT Project (3) Vendor shall be required to provide a combination of classroom and "hands -on" training for all software and hardware products offered. Training content and duration shall be stated specifically in the proposer's written offer in response to this procurement. (4) Class Size. Vendor shall work with the City to assess the potential number of individuals who will require vendor training on the various software products. (5) Manuals and Documentation. Vendor shall provide Six (6) copies of the software manuals for each product offered as part of this procurement along with driver manuals for MDT's. PART VI PROPOSAL EVALUATION 6.0. COST FACTORS USED IN PROPOSAL EVALUATION. The City is requesting that proposers identify the following items as part of their base cost proposal. Each item must be listed separately: (1) Software Purchase Costs. The cost of the software and the appropriate number of user licenses offered in the price must be stated by the proposer. It is the responsibility of the proposer to understand the City's operations in sufficient detail to determine the number of user licenses required to run the scheduling system in our environment. (2) Services. All costs associated with the full implementation of the system. Supplemental costs associated with user assessment, installation, database conversion, etc., must be detailed if separate and not included in the software price above. Price proposals must breakdown labor and travel costs. (3) Data Acquisition and Conversion Costs. If the proposer must acquire databases, street maps, or other items necessary to support installation, these costs should be identified here. (4) Related Third Party Software Costs. All other software necessary to operate the scheduling system or to support maintenance of the system recommended by the vendor should be identified. All such products should be purchased by the proposer and licensed to the transit system. (5) Training Costs. If training costs are not included in the software purchase or licensing costs, proposals must identify the labor, materials, and travel costs associated with all required training. (6) Five -Year Maintenance and Support. One year maintenance and 28 RFP #03.10 Transit AVL /MDT Project technical support price shall be included. (7) Other Costs. Any other costs not identified above that are integral to the implementation of the proposed scheduling system should be identified. (8) Hardware Costs. Proposers are responsible for evaluating the City's existing hardware computing environment to determine compatibility with the hardware requirements necessary to operate the proposed para- transit scheduling system software. If hardware acquisition is recommended, the proposer should provide a full breakdown of hardware requirements and costs. Servers should be identified separately from workstations. (9) Other Costs. Any other cost not identified above should be identified and indicated by the vendor. 6.1. EVALUATION CRITERIA. Proposals will be evaluated as to their responsiveness to the criteria specified in the contents of this RFP. Award will be made to the lowest, responsive, responsible bidder meeting specifications, who presents the product or service that is in the best interest of the City of Dubuque. 6.2. RIGHT TO REJECT PROPOSALS. (1) Submission of a proposal indicates acceptance by the Contractor of the conditions contained in this RFP unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Dubuque and the firm selected. The award of this project is subject to Federal Transit Administration (FTA) grant process approval. No project shall be awarded without the express written consent of the City of Dubuque. (2) The City reserves the right without prejudice to reject any or all proposals. All forms from following this page must be included in formal proposal. Any omissions of forms or information will constitute a bid being considered non - responsive. a) The City is seeking a quality professional company, firm, or individual to conduct the installation of the above mentioned project. While cost is certainly a very important factor in this procurement, it will not be the sole basis on which proposals are evaluated. 29 RFP #03.10 Transit AVUMDT Project b) Candidate proposals will be ranked in accordance with the evaluation criteria. If necessary, negotiations may occur to modify proposals to determine best and final offer prior to contract award. c) The City's Transit Disadvantaged Business Enterprise (DBE) goal for the contract to be awarded to the successful proposer is two percent (2 %). d) If DBE subcontractors are utilized, the successful proposer will be required to submit certifications for these subcontractors prior to contract award. Any proposer that is not a certified DBE contractor or that does not intend to utilize the services of DBE subcontractors must document its good faith efforts as required by 49 C.F.R. Part 26 to obtain the services of DBE subcontractors. 30 RFP #03.10 Transit AVL /MDT Project RESPONSE TO RFP #03.10: TRANSIT AVLUMDT PROJECT Insert Name of Proposer Here: Insert the Business Address of the Proposer: Insert the Business Phone Number and Fax Number of the Proposer: & Insert the Name of the Person completing this Proposal, who will be treated as the contact person for the Proposer If the Proposer's Name inserted above is a trade name, an assumed name or fictitious name, please give proper full name of individual or entity conducting business under that name in the space provided immediately below: If the Proposer is a general partnership or joint venture, please give the names and personal and business addresses of each partner and /or joint venturer in the space provided immediately below: 31 RFP #03.10 Transit AVUMDT Project If the Proposer is a limited partnership, please give the names and addresses of the General Partner(s) and the limited partner(s) in the space provided immediately below (and attach to this Proposal that documentation evidencing the General Partners authority to execute this Proposal and evidencing Registration with the Secretary of State of the State of Iowa: PLEASE NOTE IF MORE SPACE IS REQUIRED SIMPLY ATTACH SEPARATE PAGE WITH THIS ADDITIONAL INFORMATION. If the Proposer is a corporation or a limited liability company, please attach to this Proposal (i) a certificate of good standing from the Secretary of State in the state where the company operates in, (ii) a certified copy of the resolution authorizing the execution of the Proposal in the name of the corporation or limited liability company, and (iii) insure that the Proposal is executed by the duly authorized officer of the corporation or limited liability company. The Proposer named above proposes and offers to fully observe and perform all of the obligations set forth in RFP #03.10 and to do and perform all of the services described in RFP #03.10 in accordance with each and all of the provisions of the RFP. In compliance with the above, the undersigned offers and agrees to furnish any or all items upon which prices are offered, at the price set opposite each item, delivered to 2401 Central Avenue, Dubuque Iowa, 52002 within the time specified. Company: Authorized Proposer: Address: Title /Signature: Phone: Fax Number: 32 RFP #03.10 Transit AVL/MDT Project CERTIFICATE NUMBER ONE RECEIPT OF ADDENDA CERTIFICATION The Proposer warrants and represents that it has received all Addenda (if any) issued by the City in connection with this Invitation for Bid. 33 PROPOSER NAME BY: TITLE: RFP #03.10 Transit AVL /MDT Project CERTIFICATE NUMBER TWO NON - COLLUSION ASSURANCE AFFIDAVIT The undersigned, having first been duly sworn, on and under oath state and affirm as hereinafter stated: 1. That I am the person responsible for the final decision as to the price (s) and amount of this Proposal or, if not, that I have written authorization, attached to this certification, from that person to make the statements set forth below on his or her behalf and on behalf of the Proposer. 2. I further attest that: (a) The price(s) and amount of this Proposal have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other Contractor, Proposer or potential Proposer. (b) Neither the price(s) nor the amount of this Proposal has been disclosed to any other firm or person who is a Proposer or potential Proposer on this project, and will not be so disclosed prior to the Proposal Opening Date. (c) No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from submitting a proposal on this project, or to submit a Proposal higher than the Proposal of this firm, or any intentionally high or non - competitive Proposal or other form of complementary Proposal. (d) The Proposal of this Proposer is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary Proposal. (e) This Proposer has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from proposing or to submit a complementary Proposal on this project. (f) This Proposer has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for this Proposer submitting a complementary Proposal, or agreeing to do so, on this project. (g) I have made a diligent inquiry of all members, officers, employees, and agents of this Proposer with responsibilities relating to the preparation, approval or submission of this Proposer's Proposal on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct 34 RFP #03.10 Transit AVL /MDT Project inconsistent with any of the statements and representations made in this affidavit. 3. Further Affiant sayeth not. Made and executed this SUBSCRIBED AND SWORN to before me a Notary Public of and for the County and State aforesaid on this day of , 200 My Commission Expires: 35 day of , 200 . Affiant's name Notary Public RFP #03.10 Transit AVL /MDT Project CERTIFICATE NUMBER THREE DISADVANTAGED/WOMEN BUSINESS ENTERPRISE CERTIFICATION The undersigned, having first been duly sworn, on and under oath state and affirm as hereinafter stated: 1. That I am the Proposer or I have been duly authorized by the Proposer to make the statements set forth below on behalf of the Proposer. 2. I further attest that: 3. Further Affiant sayeth not. Made and executed this SUBSCRIBED AND SWORN to before me a Notary Public of and for the County and State aforesaid on this day of 200 My Commission Expires: (a) The Proposer is a Disadvantaged Business Enterprise and meets the eligibility requirements detailed in 49 CFR Part 26. (b) The Proposer is certified with the Arkansas Highway and Transportation Department's DBE/WBE program or, if the Proposer has not been not certified through the Arkansas Highway and Transportation Department, the source of the Proposer's DBE certification is : (Please Insert Source of DBE Certification here): day of , 200 . Affiant's name Notary Public 36 RFP #03.10 Transit AVL /MDT Project CERTIFICATE NUMBER FOUR EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The undersigned, having first been duly sworn, on and under oath state and affirm as hereinafter stated: 1. That I am the Proposer or I have been duly authorized by the Proposer to make the statements set forth below on behalf of the Proposer. 2. I further attest that: (a) the policy of the Proposer is to insure equal opportunity and non - discrimination, and require that all employees and applicants for employment be treated equally regardless of race, color, sex, national origin, religion, age and physical handicap not related to the ability to perform a particular job or occupation, and, (b) that the Proposer agrees to treat each person fairly without regard to race, color, sex, national origin, religion, age and physical handicap not related to the ability to perform a particular job or occupation, with respect to employment, upgrading, promotion, demotion, transfer, layoffs, termination, rates of pay or other forms of compensation, selection for training, and other terms and conditions of employment and further agrees to include in all recruitment advertising the notation that it is "An Equal Opportunity Employer, " and to register its employment advertisements with such minority and female community organizations as may be recommended by the Contract Compliance Division of the City Attorney's Office. 3. Further Affiant sayeth not. Made and executed this day of , 200 SUBSCRIBED AND SWORN to before me a Notary Public of and for the County and State aforesaid on this day of 200 . My Commission Expires: 37 Affiant's name Notary Public RFP #03.10 Transit AVUMDT Project The Proposer warrants and represents that neither the Proposer, any of its employees or its subcontractors: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (2) Have not within a three -year period preceding thus Proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and (4) Have not within a three -year period preceding this application /Proposal had one or more public transactions (Federal, State or local) terminated for cause or default. The person executing this certification further represents, warrants and affirms the truthfulness and accuracy of the contents of the statements submitted on or with this Certification and understand that the provisions of 31 U.S.C. Sections 3801 Et Seq are applicable thereto. My Commission Expires: CERTIFICATE NUMBER FIVE ELIGIBLE PROPOSER CERTIFICATION PROPOSER NAME BY: TITLE: SUBSCRIBED AND SWORN to before me a Notary Public of and for the County and State aforesaid on this day of , 200_ 38 Notary Public RFP #03.10 Transit AVUMDT Project CERTIFICATE NUMBER SIX CERTIFICATION OF RESTRICTIONS ON LOBBYING The undersigned, having first been duly sworn, on and under oath state and affirm as hereinafter stated: 1. That I am the Proposer or I have been duly authorized by the Proposer to make the statements set forth below on behalf of the Proposer. 2. I further attest that: (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Proposer, to any person for influencing or attempting to influence an officer or employee of any agency, a Member 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, and, (b) 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 Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Proposer shall complete and submit the Standard Form -LLL, "Disclosure Form to Report Lobbying ", in accordance with its instructions, and, (c) that the Proposer shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. (d) The undersigned acknowledges that this certification is a material representation of fact upon which reliance is placed when this transaction is 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. 3. Further Affiant sayeth not. 39 RFP #03.10 Transit AVUMDT Project Made and executed this My Commission Expires: day of , 200 . Affiant's name SUBSCRIBED AND SWORN to before me a Notary Public of and for the County and State aforesaid on this day of 200 . Notary Public 40 RFP #03.10 Transit AVL /MDT Project INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.0 section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Use the SF -LLL -A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and /or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or sub -award recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee ",. then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 41 RFP #03.10 Transit AVL /MDT Project 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Proposal (RFP) number, grant announcement number; the contract, grant, or loan award number; the application /proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP- DE- 90 -00I." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award, loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform, and the date(s) of any services rendered. Include all preparatory and related activity, not just time spent in actual contact with Federal officials. Identify the Federal official(s) or employee(s) contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted. 15. Check whether or not a SF -LLL -A Continuation Sheet(s) is attached. 16. The certifying official shall sign and date the form, print his /her name, 42 RFP #03.10 Transit AVL /MDT Project title, and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0046), Washington. D.C., 20503. 43 RFP #03.10 Transit AVUMDT Project DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to Substitute Form SF -LLL 44 31 U.S.C. 1352 ( ) 1. Type of Federal Action: _a. contract _b. grant _c. cooperative agreement d. loan e. loan guarantee f. loan insurance 4. Name & Address of Reporting Entity: _Prime _ Subawardee Tier , if known: Congressional District, if known: 6. Federal Department/Agency: 8. Federal Action Number if known: 10. a. Name & Address of Lobbying Entity (if individual, last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply): $ actual planned 12. Form of Payment (check all that 2. Status of Federal Action: a. Proposal /offer /application b. initial award c. post -award 3. Report Type: a. initial filing b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in #4 is Subawardee, Enter Name & Address of Prime: Congressional District, if known: 7. Federal Program Name /Description: 9. Award Amount, if known: $ b. Individuals Performing Services (including address if different from #10a; last name, first name, MI): 13. Type of Payment (check all that apply): a. retainer b. one -time fee c. commission d. contingent fee e. deferred RFP #03.10 Transit AVUMDT Project apply): a. cash b. in -kind; specify: 14. Brief description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employees(s), or Member(s) contacted for Payment indicated in Item 11: (attach continuation sheet(s) if necessary 15. Continuation Sheet(s) attached: Yes No 16. Signature: Print Name: Title: Telephone No.: Date: nature: value: 45 _ f. other, specify: DISCLOSURE OF LOBBYING ACTIVITIES CONTINUATION SHEET (Substitute Form SF- LLL -A) Reporting Entity: Page of i RFP #03.10 Transit AVL /MDT Project CERTIFICATE NUMBER SEVEN CERTIFICATION OF BUY AMERICA REQUIREMENTS 49 U.S.C. 5323(j) 49 CFR Part 661 46 RFP #03.10 Transit AVL /MDT Project Buy America - The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA- funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to Ozark Regional Transit the appropriate Buy America certification (below) with all bids or offers on FTA- funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 CFR Part 661.5. Date Signature Company Name Title Certificate of Non - Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title 47