Loading...
Request for Proposals_Jule ITS Equipment and InstallationMasterpiece on the Mississippi Dubuque latirl AN- Amedcacity 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: RFP for the Purchase of ITS Equipment and Installation on The Jule's Buses DATE: November 3, 2011 In early 2011, The Jule was awarded the State of Good Repairs grant, which will pay for 80% of eligible purchases (20% paid through local match). This grant allows for the purchase of new transit vehicles, and for the purchase and installation of Intelligent Technology Systems (ITS) equipment on the buses. The City took delivery of the last buses in late September 2011, and is now ready to purchase the ITS equipment. Director of Transit Operations Barbara Morck recommends City Council approval to issue a Request for Proposals for the purchase and installation of ITS equipment on The Jule's buses. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager David Heiar, Economic Development Director Barbara Morck, Director of Transit Operations Kelley Deutmeyer, Executive Director of ECIA Masterpiece on the Mississippi TO: Michael Van Milligen, City Manager FROM: Barbara Morck, Director of Transit Operations y CC: David Heiar, Economic Development Director Kelley Deutmeyer, Executive Director of ECIA Dubuque bika awameacacny 2007 SUBJECT: RFP for the purchase of ITS Equipment and Installation on The Jule's buses DATE: October 31, 2011 BACKGROUND In early 2011 The Jule was awarded the State of Good Repairs grant, which will pay for 80% of eligible purchases (20% paid through local match). This grant allows for the purchase of new transit vehicles, and for the purchase and installation of Intelligent Technology Systems (ITS) equipment on the buses. We took delivery of the last buses late September 2011, and are now ready to purchase the ITS equipment for the buses for The Jule's fixed route and paratransit (aka "Mini- bus ") systems. DISCUSSION Because of the large scope of this project, which includes the purchase and installation of an Automatic Vehicle Location (AVL) system and the web -based software that will allow for passengers to have "next bus" information via their cell phone and /or internet, an Automatic Voice Announcement (AVA) system (announces the next bus stop and /or major points of interest along the route), an Automatic Passenger Counters (APC) system that allows for better tracking of ridership statics including boarding and de- boarding information, etc., the Request for Proposal (RFP) has been structured in such a way that there will be a "primary" contractor on the project. This Primary will be responsible for, but not be limited to: coordination of services with various subcontractors including the purchase, installation and ensuring proper functionality of each piece of ITS equipment; compliance all applicable FTA regulations and requirements; compliance with all City purchasing requirements; insuring that the interfaces between the various pieces of equipment are functioning properly; working with the City's IS department as necessary to insure compliance with their system requirements. The RPF also includes "scalability" to the project, as several items the items we are interested in purchasing e.g. electronic fare collection equipment, paratransit dispatch and scheduling software, are to be included by respondents as options with the cost of purchase and installation, etc. shown. Oversight of the project, which will include the review of purchasing procedures, functionality of equipment, review and approval of invoices submitted for work performed, requests for reimbursement from the FTA, etc., will be performed by Barbara Morck, Director of Transit Operations, with assistance and support by ECIA's Finance Department. I estimate the cost of the entire project to be approximately $584,129; this amount includes the City's 20% local match ($116,825). After the responses to the RFP have been reviewed and evaluated and a contract is ready to be awarded we will have a firmer number of the actual costs involved in this project. RECOMMENDATION /ACTION STEP I recommended that the City Council grant approval for the release of the RFP for the purchase and installation of ITS equipment on The Jule's buses. 2 City of Dubuque, Iowa REQUEST FOR PROPOSALS FOR Intelligent Transportation System Components and Deployment FOR THE JULE TRANSIT Date RFP Due December 15, 2011 2:00 p.m. TABLE OF CONTENTS REQUEST FOR PROPOSALS ITS COMPONENTS AND DEPLOYMENT SECTION 1. PURPOSE & BACKGROUND 2 SECTION 2. INSTRUCTIONS TO APPLICANTS 6 SECTION 3. HARDWARE SPECIFICATIONS 11 SECTION 4. SOFTWARE SPECIFICATIONS 15 SECTION 5. OPTIONAL HARDWARE & SOFTWARE COMPONENT REQUIREMENTS 29 SECTION 6. PROJECT MANAGEMENT & OTHER SERVICES 37 SECTION 7. MISCELLANEOUS 40 SECTION 8. EVALUATION CRITERIA 42 SECTION 9. SELECTION PROCESS 43 SECTION 10. SERVICES AND ITEMS REQUIRED FROM SUCCESSFUL APPLICANT 44 ATTACHMENT 1: REQUIRED OTHER FORMS 52 Wage SECTION 1. PURPOSE & BACKGROUND PURPOSE The City of Dubuque is seeking competitive proposals from qualified firms to provide Intelligent Transportation System (ITS) Components, Deployment and Project Management for the transit system serving the City of Dubuque. While more completely described in Sections 3 -6 of this Request for Proposal, in general terms, the City wishes to engage a firm to provide ITS components for and deployment of Automatic Vehicle Location (AVL) tracking for administrative reporting and customer information, vehicle health monitoring, text messaging capability for customer service announcements, dispatch management and scheduling capability for fixed route and paratransit, Automated Vehicle Announcement (AVA) system, Automatic Passenger Counting (APC) and reporting, electronic fareboxes, and internal and external LED bus location wayside signage (solar powered solutions preferred). The project management services to be provided include, but are not limited to those relating to management and coordination of subcontractors, ITS component compatibility, testing of installed ITS equipment to ensure proper functionality, and other functions as needed in the successful deployment of ITS components for an urban transit system. The City of Dubuque is looking for a company that can not only provide the typical qualifications as previously noted, but also has the ability to provide innovation, originality and creativity in examining and proposing ITS component concepts and system efficiencies. Specific responsibilities of the successful applicant will include, but are not be limited to the following: • Coordinate purchase and installation of all ITS components (hardware and software) on both the fleet vehicles and at the various transit facilities (e.g. garage, bus stops and shelters, transfer points, etc.). • Testing of ITS components before, during and after installation to ensure proper functionality. This includes already existing software and hardware. • Ensure compatibility and coordination of effort and information between the various ITS components (e.g. single- button settings, shared GPS, wireless communications, etc.). This includes already existing software and hardware. • Maintenance and upkeep of ITS components per contractual requirements. Pre - Proposal Conference: A non - mandatory Pre - Proposal Conference will be at 10:00 A.M. on December 2, 2011 in ECIA's Medium Conference Room, 7600 Commerce Park Dubuque, IA 52002. The purpose of this conference is to allow potential Applicants an opportunity to present questions and obtain clarification relative to any facet of this solicitation. Due to the importance of all Applicants having a clear understanding of the scope of work and requirements of this solicitation, attendance at this conference is recommended. The successful Applicant must have and be able to demonstrate it has experience in project management experience in successful ITS deployment for transit systems of similar size as The Jule Transit System. This Request for Proposals and specifications or additional copies may be obtained during normal business hours from the Assistant Executive Director, at the address listed below. Proposals, to be considered and evaluated, must be received before 2:00 p.m. on December 15, 2011 at ECIA, 7600 Commerce Park, Dubuque, IA 52002. Proposals appropriately received will, at this time, be opened. Proposals received after the above scheduled opening time and date will not be considered. 21Page One (1) original, one (1) electronic and nine (9) printed copies of a proposal, appropriately signed by an authorized representative of the Applicant, must be submitted in a sealed envelope or package. The notation "TRANSIT ITS COMPONENT & DEPLOYMENT FOR THE JULE" and the above specified opening time and date must be clearly marked on the front of that sealed envelope or package. The Jule, ECIA, the City of Dubuque, and their officers, employees or agents will not assume or accept any responsibility for the opening of a proposal envelope or package prior to the scheduled opening if that envelope or package is not appropriately sealed and marked as specified. The City of Dubuque reserves the right to submit an internal proposal for ITS deployment project management of The Jule Transit System. Such proposal would not be restricted to the timelines and guidelines of this RFP. The City of Dubuque reserves the right to reject any or all proposals, to waive any informalities in any proposal, to award any whole or part of a proposal, and to award to the Applicant whose proposal is, at the sole discretion of The City of Dubuque, determined to be in the best interest of The Jule. No obligation, either expressed or implied, exists on the part of The City of Dubuque to make an award or to pay any cost incurred in the preparation or submission of a proposal. All costs associated with the preparation or submission of proposals covered by the RFP is the sole responsibility of the offerors. Evaluation and award will be determined in accordance with this Request for Proposal and including the price (proposed management fee) and /or value of any benefits offered to The City of Dubuque in the proposal. Notification of such award will be posted for public review. No proposal may be withdrawn for a period of sixty (60) days after the opening of the proposal. Inquiries regarding this RFP or information regarding procurement procedures and /or proposal submission shall be directed to Candace Eudaley, Assistant Executive Director, ECIA, 7600 Commerce Park, Dubuque, IA 52002, (563) 690 -5722 or email to: ceudaley @ecia.org. This RFP consists of this Purpose and Background section and the following sections and the documents and attachments hereto. BACKGROUND The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 31 square miles in area, with a population of approximately 58,000 persons. The City's website is www.cityofdubuque.org. The Jule can be found on the web at www.cityofdubuque.org/theiule. In recent years, the City has received many national accolades and awards including the following: • All- America City, 2007 • 100 Best Communities for Young People 2007, 2008 • "Most Livable" Small City in the United States, 2008 • Top 100 Places to Live, 2009 • Crown Communities, 2009 • Excellence in Economic Development, 2010 31 Page Transit In July 2010, the Dubuque City Council approved a management contract with the East Central Intergovernmental Association (ECIA). ECIA immediately began seeking out funding opportunities for replacing The Jule's aging fleet and making necessary technology upgrades. Federal and state grants were received which has led to the complete replacement of the Jule's fixed route and paratransit fleets. The FY 2011 (July 1, 2010 through June 30, 2011) operating budget was approximately $2,568,750.The Jule provided approximately 339,393 passenger trips on the fixed route transit service, approximately 69,275 passenger trips on its complementary paratransit service, and approximately 8,129 passenger trips on its free downtown trolley. The Jule operates a fleet of twenty -nine (29) transit buses; 16 fixed route, 14 paratransit, 2 trolleys, and up to 4 service vehicles. For fixed route service The Jule operates a maximum number of twelve (12) buses per day over five (5) routes and a maximum number of eight (8) buses per day for the complimentary paratransit service. Existing Fleet Specifications 4 — 35 ft. Heavy Duty Low Floor Gillig 12 — 28 ft. Medium Duty ElDorado International 2 — 29 ft. Optima Bus /Heritage Street Car 11 — 190" Light Duty GMC Glaval Titan II 3 — 176" Light Duty Sprinter Pending new fleet addition (as of March 2013) 2 — MV -1 (or similar ADA accessible mini -vans) Existing Technology Specifications The Jule has already purchased and will be installing Mentor's Ranger Mobile Data Terminals (MDT) on its paratransit fleet. These will be used,with the existing scheduling /dispatch software, which currently is RouteMatch. The Jule is open to looking at alternative scheduling /dispatch software. Any proposed hardware and /or software must be compatible and successfully interface with these MDTs. The Jule uses Luminator signage on its fixed route buses. Any proposed hardware and /or software must be compatible and successfully interface with this component. Please note that Luminator signage does not interface with "one button" operation. Proposals may suggest alternative signage, but must provide the costs for complete removal of Luminator and the purchase and installation of the new signage. Existing Partnerships IBM Research The Jule and the City of Dubuque are working closely with IBM Corporation's Research Department in the development of a travel application that uses Smartphone and GPS technology to gather transportation data about preferred routes and modes of travel throughout the city, and specifically as they relate to transit. This data will be used to assist management staff with the planning and development of more efficient demand - based routes. All ITS solutions will need to have the ability to interface with the IBM data and software. Google In early July 2011 The Jule was chosen along with transit systems from the cities of San Diego and San Francisco, California, Portland, Oregon, Madrid, Spain and Torino, Italy, to help pilot a new Google Maps 4IPage initiative called "Live Transit Updates ". This program will allow Google Transit to provide real -time transit updates — arrival and departure times, and service alerts - to its users by linking its program to the live feed information generated by AVL systems on transit vehicles. All ITS solutions will need to have the ability to interface with the Google Transit Live Feed. 5l Page SECTION 2. INSTRUCTIONS TO APPLICANTS Proposals must be submitted in accordance with the instructions and requirements given in this RFP. All information requested must be submitted. Failure to do so may result in the proposal being considered non- responsive and it may be rejected. Proposal Requirements Prospective Applicants also referred to as providers, operators, applicants, or vendors, are to address the criteria below at a minimum as part of their submitted proposal. Each proposal should include a transmittal letter. Proposals are to include and may be evaluated on the following factors: • Understanding of the Project Based on information contained in this RFP, responses to questions submitted by vendors, and the vendor's own experience with similar operations, the proposer should indicate, in written narrative, how the software or technology proposed will facilitate the system's goals for providing cost efficient, customer responsive, demand response transportation to the general public and clients participating in human service programs operated by various agencies in the procurement. Proposers should demonstrate a thorough understanding of FTA requirements as well as those of other major client transportation programs, such as Medicaid and Title III of the Older Americans Act. Proposers should indicate how their scheduling software system can work to improve the transit system's handling of various tasks associated with paratransit service delivery, including, but not necessarily limited to customer service functions, reservations, scheduling, dispatching, ADA compliance, billing, passenger accounting, reporting, and performance evaluation. • Software System /Technology Description Proposers should fully describe the software scheduling system being offered as part of this submission, along with any other ITS technologies the vendor may be proposing. Participating entities understand that a vendor may wish to offer different products or modules in order to meet the technical needs of each of the participating agencies. If a vendor is proposing a web -based hosted solution, 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, SQL, back -up software, remote access software, etc.). • Implementation Plan Proposers should fully describe the proposed implementation plan, detailing all major milestones in the process. A proposed timeframe from notice -to- proceed through testing, de- bugging, and "live" operation should be developed as an integral part of this proposal. If a vendor is implementing an integrated technology solution (e.g., scheduling software and MDCs), the implementation plan must clearly state the roles and responsibilities and the scheduling for each technology in this section. • Quality Assurance Plan Proposers should 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: 61Page o 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. o 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. 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. • Training Proposers should provide a detailed schedule and course outline for the necessary training of the cooperative agency personnel on the proposed scheduling system software. Vendors should assume that three to six (3 - 6) system personnel will participate in training at a time. 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. Proposers should indicate when the training should. be provided in the context of the overall implementation time schedule provided above in the implementation plan. Qualifications of the staff providing the training should be listed. • Experience and Key Personnel Proposers should provide a corporate profile indicating their qualifications to provide the required software, technology, and technical support necessary to achieve objectives for the project. State the size of the firm, the size of the firm's professional staff, the location of the office from which the work on this project is to be monitored, the number and nature of professional staff to be employed and the number of hours per week said staff will spend working on this project on- and off -site. Indicate other information that will reflect the philosophy of the firm regarding its management approach and how this approach will result in the successful project management and deployment of the ITS for The Jule. 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. For purposes of this procurement, the vendor must designate one individual with complete control over all installations. This arrangement must be clearly identified in your proposal. During the term of a contract, the Project Lead and key personnel may be changed if those personnel leave the firm. These personnel may also be changed for other reasons with express written permission of The City of Dubuque; however, in either case, the City retains the right to approve or reject replacements. The successful Applicant will provide a qualified and experienced Project Lead and key personnel and the Proposal should specifically include the names, qualifications, and detailed resume of the Project Lead and other key personnel. A separate list of the proposer's last ten (10) installations, along with a project contact, address, telephone number, facsimile number, and e-mail address must be provided. o Applicants should submit operational references and two (2) financial or banking references from who you have worked with within the past 5 years. Each reference shall include organizational name, official address, contact person, title of contact and phone number. A synopsis regarding its experience in managing and operating similar types of transit systems 7IPage should include the names of the facilities; the length of time it has managed and operated the systems, the types of systems being managed, and rolling stock being operated. o Applicants should provide information on their experience in implementing organizational wide changes within a transit authority. o Applicants should submit examples of what they have developed or implemented as their best management practice. o Applicants should possess strong verbal and written communication skills and provide samples of correspondence to contractor. • Financial condition of the firm and ability to perform all obligations of the contract Prospective Applicants should submit the most recently audited financial statements of the firm. • Required Forms and Certifications The proposer must indicate its compliance with certain Federal and State executive orders, laws, statutes, and regulations to be considered for award: o Acknowledgement of Receipt of Addenda (submit whether or not any addenda are issued) o Specification Response Form o Affidavit of Non - Collusion o All applicable Federal Transit Administration (FTA) Certifications and Assurances (see Attachment A) • Cost Proposal Cost proposals should be submitted with a high level of detail, showing hardware, software, project management, optional components, upfront and annual costs separately, but including two total project costs; one including all required components and one including all required and all optional components. Cost Factors Used in Proposal Evaluation The participating agencies in the purchasing cooperative are requesting that proposers identify the following items as part of its base cost proposal. Each item must be listed separately: • Software Purchase /License 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 participating agency operations in sufficient detail to determine the number of user licenses required to run the scheduling system. • On -Site Costs All supplemental costs associated with user assessment, installation, database conversion, etc., must be detailed if separate and not included in the software /license price above. Price proposals must breakdown labor and travel costs. • Data Acquisition and Conversion Costs If the proposer must acquire databases, street maps, or other items necessary to support installation and GIS compatibility, these costs should be identified here. • ITS Technology Hardware Costs 8l Page An integrated ITS solution is part of this procurement. • 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. • 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. • Hosting Costs If the proposed software solution will involve third party hosting solutions, then all such hosting costs that will be borne by the purchasing entity should be shown here. • One -Year Maintenance and Support One year maintenance and technical support price shall be included. • Other Costs Any other costs not identified above that are integral to the implementation of the proposed scheduling system should be identified. The above listed items shall be considered in evaluation of the proposer's cost for the project. Other Project Costs In addition to the other costs identified above, proposer should identify the following anticipated project costs that will be assessed to the purchaser in the acquisition be considered in the cost evaluation process. Costs Beyond Initial Installation Vendors should identify on -going costs associated with the implementation of its proposed technology solutions beyond initial installation (Year 1). • Maintenance, Support and Upgrade Costs After One (1) Year Proposers should identify costs to the participating agencies to secure a maintenance and support contract for three (3) additional years (e.g., second through fourth years) of operation. The proposer's policy for acquisition of future upgrades should be included. • Other Costs Any other cost not identified above should be identified and indicated by the vendor. Computer Hardware Costs Proposers are responsible for providing information on the IT infrastructure resources that will be necessary for each transit system to implement the vendor's proposed technology solution. This may include, but not necessarily be limited to: • Networking environment (servers, server software, etc.); 9IPage • Workstation specifications (e.g., minimum configuration necessary to support optimal operation of installed vendor products, including RAM, processor speed, hard drive size, etc.) • WAN requirements necessary to implement necessary linkages at remote locations that require access to network resources; • Telecommunication; • Other infrastructure, as necessary. Specification Overview This document details the main functional specifications of a Transit ITS solution. The following major functional areas should be listed in the RFP: • Computer Aided Dispatch (CAD) • Automatic Vehicle Location (AVL) • Scheduling • Reports • Administration • Passenger Information - Google Trip Planning, Web Services • Onboard Hardware & Software • Next Stop Annunciators and LED signs • Automatic Passenger Counters (APC) Open Standard Architecture The solution must have an open- standards architecture and all software must be written in industry standard programming language. The system should use a Microsoft SQL or equivalent database to store information. All data entered into the system and generated by the system must remain the property of the transit agency. Vendor will be required to provide the database schema at the request of the agency and shall not charge the agency for access to the database. 10I Page SECTION 3. HARDWARE SPECIFICATIONS This section will describe the necessary hardware needed for the fixed route and paratransit service. Unless otherwise noted, each component will be used in the operation of both the fixed route and paratransit fleets. Proposers are encouraged to offer additional hardware if they can justify the necessity of such in the operation of a system of our size and type. Mobile Data Terminal Hardware (prefer Mentor Ranger MDT, which is already in use on paratransit vehicles) 1. Operating System & Processor • Windows CE 5.0 • XScale 400 MHz processor 2. Memory • 128MB RAM, 128MB Flash • 2 GB additional Flash memory on internal CF card 3. GPS / AVL • Integrated 50 channel internal GPS receiver (w /external antenna connection) 4. Wireless Modems • Integrated private RF or public data network modem (EVDO or HSPA) • Certified by proposed carrier 5. User Interface • 640x480 (VGA) TFT color display (CCFL backlight) • Touchscreen • 6 Button Rubber Elastomer Keypad w /LED backlight (PWR and 5 configurable function keys) • Adjustable backlight 6. Inputs / Outputs • USB Host / Device Port, RS -232 Corn Port • Built in odometer signal conditioner • Ignition Detect • 2 Analog Input / Open Drain Outputs • Type II Compact Flash Port • External Microphone & Speaker Connection 7. Durability • Mil 810F for shock, vibration and water resistance • IP 54 for water intrusion • Operating Temperature (SAE J1455) Min: -22 °F / Max: 149 °F • Storage Temperature Min: -22 °F / Max: 158 °F • Display heater (improves initial response time at low temperatures) • Load Dump / Transient Immunity ISO 7637 Pulses 1 thru 4 ISO 7637 -1 Pulse 5 (85V Load Dump) • Power Supply Voltage 9 -32 VDC 8. Audio — Fixed Route only 11I Page • Integrated Stereo Speakers (1 Watt) • Integrated Microphone Automated Vehicle Annunciator — FIXED ROUTE ONLY The vendor shall provide the hardware and software necessary to coordinate audio announcements on board the fixed route buses. 1. Audio capabilities: • Gooseneck Microphone Input (w/ switch input) • Mic or Handset Input (w/ PTT and Hookswitch inputs) • Sensor Microphone Input (senses ambient noise level) • Driver Speaker Output (10W Power Amp) • Vehicle Speaker Output 1 (40W Power Amp) (Internal announcements) • Vehicle Speaker Output 2 (40W Power Amp) (External announcements) • Audio Paths selected and configured programmatically • Integral Text to Speech (TTS) Engine (English, Spanish, French, Marshallese) 2. Interfaces, inputs, and outputs: • J1708 • CAN (J1939) • Ethernet • Odometer Pulse Input • Ignition Detect • Input Power Monitor • Emergency Switch Input • General Purpose Digital Inputs /Outputs • USB • RS232 3. Wireless announcement database update requirements: • Minimum and maximum volume settings shall be configurable by the Agency • Independent volume settings must be permitted for the interior and external announcements. • The controller shall use the vehicle location information from the AVL system to trigger the appropriate internal announcements on -board the vehicle whenever the vehicle enters a "trigger zone." o Trigger zones are user - defined areas located upstream from each stop location. o Trigger zones will be pre- defined by the central software and downloaded to the controller. • Automated announcements shall continue to operate normally when the MDT is in covert alarm mode. • In the event that a vehicle is operating off - route, the internal automated announcements /displays shall not be made. o Once the route is reacquired, the system shall automatically determine and announce the next valid bus stop or other designated location. o The response of the AVA to off -route and on -route detection shall be automatic and not require operator intervention or action. 12IPage 4. Durability - The controller shall be designed to operate: • Within a temperature range of -40 °F to 149 °F ( -40 °C to +65 °C). • With ambient humidity of up to 95 %, non - condensing. • Reliably while subject to the vibration and shock forces associated with transit vehicles. • Within a voltage range of 9 -32 VDC LED Next Stop Signage — FIXED ROUTE ONLY The Annunciation system shall display the name of the upcoming stop on an internal sign at approximately the same time as the stop announcement is being made. As each agency vehicle approaches a stop or other designated location, variable text as determined by the AVA system shall be displayed on one (1) sign inside the vehicle. 1. Internal sign display specifications: • One row • 16 Light Emitting Diode (LED) variable characters • Character height of at least two inches. • Bright enough to be clearly visible to all passengers in the bus, regardless of the time of day. • Integrated into the system and shall operate automatically once the system has been initialized. • The sign face and variable characters shall comply with the requirements of the current version of the Americans with Disabilities Act Accessibility Guidelines (ADAAG) at the time of implementation, to maximize readability distance • Compliance shall involve the selection of sign face and variable character features including contrasting black background, high- intensity LEDs, character font selection, number of pixels per character, character aspect ratio and number of pixels separating characters. • Sign messages shall be readable by a person with 20/20 corrected vision within the cone of maximum intensity at up to 20 feet from the sign face under the full range of ambient illumination conditions. 2. Durability - signs shall: • Operate in accordance with these specifications for ambient temperatures from -20 °F to 122 °F ( -20 °C to +50 °C). • Operate in accordance with these specifications for ambient humidity from 10% to 95 %, non - condensing. • Withstand the vibration and shock forces associated with transit vehicles. • Be tested and proven capable of withstanding power transients and radio frequency interference without degradation at levels that are known to exist in ordinary circumstances. 3. Other requirements: • Each component /module /subsystem distinctly defined in these specifications shall be replaceable as a discrete unit. • All data inputs and outputs, whether serial or parallel, shall be protected against over - voltage and reverse polarity. This protection shall be designed 13IPage to absorb "routine" over - voltages and reverse polarity conditions, and to open respective circuits in the event of "extraordinary" conditions, sacrificing inexpensive and easily identifiable components when necessary to protect more expensive components or those that are less easy to troubleshoot. Miscellaneous Hardware - Dispatch The primary service provider will need to provide a detailed cost estimate for the purchase of any additional computers, monitors or other hardware required for optimal operation, oversight and maintenance of the AVL system. 14IPage SECTION 4. SOFTWARE SPECIFICATIONS This section will describe the necessary software needed for the fixed route and paratransit service. Unless otherwise noted, each component will be used in the operation of both the fixed route and paratransit fleets. Proposers are encouraged to offer additional software if they can justify the necessity of such in the operation of a system of our size and type. Configuration with Existing Hardware Software must be able to effectively communicate with the Mentor Ranger Mobile Data Terminals (MDT) to provide a smooth and seamless stream of information between the MDT unit and the server. Software in conjunction with the MDT must enable and provide for the real -time exchange of information with and communication between dispatch and driver, and the upload from the MDT to the server of (e.g.) passenger data, service and vehicle data, as well as download from the server to the MDT of (e.g.) software updates, update of passenger information, etc. Computer Aided Dispatch (CAD) Requirements Event management information should include the following elements: 1. Event Types • Silent alarm • Emergency button failure • Vehicle running early • Vehicle running late • Vehicle off route • Speed Threshold Exceeded • Idling • Unauthorized movement • Vehicle left yard without pulling out • Unassigned work alarm • Work started early /late • APC Fault • Vehicle checks failed • Vehicle malfunction (diagnostics interface required) • Enter /Exit Geofence (Inside / Outside Geofence) • Request to talk and Priority request to talk • Driver initiated events • Dispatcher initiated events • Transfer request 2. Event Description • Event priority • Zero, one or more notes • Each event has pertinent custom data depending on event type • Who opened the event and when • Who resolved the event and when • Who closed the event and when 3. Event Creation Events must be able to be created by dispatch users, driver /operator via their in- 15IPage vehicle terminal, driver /operator via a silent alarm button /switch, and /or the system when certain conditions are met 4. Event Modification Events must be able to be assigned to a specific dispatcher and be modified, resolved and closed by a dispatcher. All transactions done on the event must be logged. 5. Visual Cues Visual cues need to be provided to inform the dispatcher of important changes: • The background of the event should change based on an event's current priority • Escalation timeout — if, after a configurable amount of time, an event is not assigned to a dispatcher, its priority must be automatically increased • A modified flag should be displayed next to the event when the event is created or modified • Event should be emailed to a list of recipients when created, resolved or closed (configurable) 6. Audible Cues Audible cues need to be provided to indicate a new event has been created. 7. Silent Alarms Silent alarms must always be generated as critical. Once the mobile unit is in silent alarm mode, it must repeatedly send in silent alarm messages until a dispatcher resolves the event. Even if multiple silent alarm requests are repeatedly sent to the dispatcher, only one should be displayed. Dispatch staff must be able to clear the silent alarm from the Dispatch application. 8. Additional Event Functionality From the event window a dispatcher should be able to: .• Locate vehicle: pans the map to display and indicate the current location of the vehicle which reported the event • Follow vehicle: pan the map to display and indicate the current location of the vehicle which reported the event, and continue to pan the map to keep the vehicle displayed on the screen • Send text message: Send a text message to the vehicle that is associated with the event. • Dispatch should be able to load the last XX hours of closed events where XX is configurable. • Each event should have the configurable ability to automatically pan and locate the vehicle when the event is created. 9. Proxy Control The user should be able to perform assignment functions on behalf of the driver and vehicle, including: log on /off, pull in /out, and start/stop assignments. 10. Text Messaging Users must have the ability to receive and send text messages to mobile units. For each text message the dispatcher should be able to specify the following information: • The recipients (including driver and dispatcher) • The message body • The message priority • The acknowledge type: 161 Page i. None required ii. Acknowledgement required iii. Yes /No answer required iv. Accept /Reject answer required v. Numeric answer required vi. A follow up flag 11. Absence Management Users must have the ability to manage employee absences (vacation, sick days, personal leaves, etc.). This module works in conjunction with the work management module and therefore will help the dispatcher determine what work needs to be re- assigned. 12. Radio Console Option The CAD solution should provide an optional interface to the Motorola CentraCOM Elite Gold radio console. This functionality should include: • Initiate radio call: Initiate a radio call to a group of vehicles • Make radio announcement; Initiate a radio announcement a group of vehicles 13. Multiple Windows Additional windows, often used for monitoring specific vehicles, should be able to be configured containing any functionality found in the AVL window. They should be able to be opened when needed, then closed without compromising the main Dispatch windows. 14. User Profiles Groups, window layouts and configuration settings should be saved on a per -user basis. 15. Employee Assignment Users must be able to see: • What drivers are currently doing • The vehicle they are driving • The route they are currently servicing • The route and schedule adherence 16. Work Management Users must be able to: • View all the transit agency work for a specific day. The work can be viewed in a calendar and table view. • Filter driver assignment grid by: • All • Assigned • Unassigned • Available to Work • Absent Driver • Assign and re- assign work to employees: By using drag and drop functionality, the dispatcher can assign and re- assign work to any employee. • Split and re- assign work to an employee • Modify or cancel work • Create "tripper work" ( "on the fly" work) • View when drivers are absent 171 Page 17. Route Timetable - FIXED ROUTE ONLY Functionality must include: • Display the route timetable for a given day. • Display all the drivers /vehicles currently operating on that route. • Timetable cell will display the location of the vehicle on the associated trip and the cell will be color coded based on the status of the vehicle (configurable). • Employee Assignment 18. Transfer Management — FIXED ROUTE ONLY The system must allow for one bus to send a transfer request to a second bus, instructing the second bus to hold for a defined amount of time (at a particular stop) to ensure a passenger transfer between the two buses takes place. • An administrator /planner must be able to specify groups of stops between which critical transfers are possible. • The requesting bus must be able to select a route which one or more passengers wish to transfer to. • The driver of the requesting bus should be able to specify the number of passengers that wish to make the transfer. • A dispatcher must be able to see the transfer requests and accept or reject them prior to the system evaluating the request. • An administrator must be able to configure the system such that a dispatcher is required to accept or reject the request prior to it being sent to the bus receiving the transfer. • The system must recommend which bus on the desired route is best suited for the passengers to transfer to. • An automated evaluation should determine if the transfer will be possible within allowable schedule deviation limits. • A dispatcher must have the ability to override the automated decision in order to accept or reject the transfer manually or choose to force a re- evaluation for the transfer. • Notifications must be sent to the waiting bus of how many passengers to expect and from which bus(es). • Notifications must be sent to the waiting bus when each requesting bus has arrived at the transfer location 19. Pattern Detour — FIXED ROUTE ONLY Users should be able to allow a vehicle to become non - schedule or non -route adherent. This must be available for the entire route or just a segment of the route and for a given duration (pattern detours). Automated Vehicle Location (AVL) Requirements Vehicle Information Requirements 1. Vehicle Table • Multiple predefined column views: Location, Route and Schedule Adherence, Current Work and GPS Troubleshooting • Quick View Pane: Displays the most relevant information of the selected vehicle 18I Page • Vehicle Detail: User will be able to view vehicle details including: historic tracking of vehicles e.g. route of travel, hard stops, g -force events; real -time engine diagnostics via a vehicle health monitoring system, etc. • Vehicle Information: Make, Model, Year, VIN, License plate • Network Configuration • User entered notes • List of installed devices • Reporting Rates Configuration • Current Work • Current Passenger Capacity • Route and Schedule Adherence • GPS Status • Antenna Status 2. Vehicle Location • pan to display the vehicle, indicate the vehicle's location and continue to pan the map to keep the vehicle displayed on the screen • poll the vehicle to obtain its current GPS location in real -time • ability to change the GPS reporting rate of a vehicle or group of vehicles 3. Send Text Messaging Send a text message to the selected vehicles 4. Radio • Initiate a radio call to the selected vehicles Initiate a radio announcement to the selected vehicles Mapping Requirements 1. Mapping component • Pan, zoom in, and zoom out of the map, using both the mouse and shortcut keys • Undo pan and zoom actions • Mini map that allows the dispatcher to see the agency service area and to quickly select an area to see on the main map • Regions that allow the user to quickly focus on the map common areas • Latitude /Longitude and address is displayed at the location of the mouse pointer on the map • Print map functionality • Vehicle Filter 2. Vehicle Display Rules The vehicle's map icon's shape, color and size must be configurable and change based on the vehicle's current information such as: • Vehicle Type • Schedule and route adherence status • Assignment Status (logged on /off, pulled in /out, On Assignment) • Event Type associated to that vehicle • Communication status (in /out of coverage) • Vehicle Location Source 3. Tools 19IPage • Proximity Circle: displaying all vehicles within a certain radius of a given address point. This circle generates a list of vehicles and can be static or dynamic. Search results can also include different map layer elements • Address search • Point of interest search • Distance tool: determining the distance (both as the crow flies or by street segments) between 2 or more specific points • Find Closest Vehicles: the systems must allow the user to display a table of closest vehicles to a given address point (as the crow flies). 4. Map Attributes and Layers • Map Views: multiple views must be supported, consisting of the various layers that a user wants to display on the AVL map. • Map views must be able to be toggled in real -time • Street names should be displayed at a defined zoom level • Display of information associated to GIS elements in ESRI format shape file(s) • Route Visualization: • Routes should be able to be hidden or shown individually • Locate route: the map should pan and zoom to display the whole route • A route's display must consist of a set of lines and stops. Line color, line thickness, stop color, stop shape, and stop size should be configurable 5. Bus Facility Visualization: User must be able to display or hide any facilities • Facilities should be able to be hidden or shown individually • Locate facility: the map should pan to display the facility and indicate the facility's location • A facility's display must consist of an icon. The icon's shape, color, and size must be configurable 6. Public Landmark Visualization • Landmarks should be able to be hidden or shown • Locate landmark: the map should pan to display the landmark and indicate the landmark's location • A landmark's display must consist of an icon. The icon's shape, color, and size must be configurable 7. Geofence Visualization • Geofence should be able to be hidden or shown • Locate geofence: the map should pan to display the geofence and indicate the geofence's location. • A geofence's display must consist of a set of lines. Line color and thickness must be configurable 8. Vehicle Attribute Visualization The vehicle map icon must be accompanied by text that is configurable and changes based on the vehicle's current information (including vehicle type, schedule adherence status, and route adherence status) 20IPage 9. Vehicle Popup Hovering over a vehicle with the mouse must display information about that vehicle 10. Map Data Requirements • Base map data will be provided to the vendor based on vendor request. • The software must have an import tool that allows shape file ( *.shp) or feature class GIS data to be imported into the system so that user layers can be added. • When new map files are copied on to the server, they must be automatically pushed out to AVL clients and loaded by the software. 11. Vehicle Filters • The dispatcher must be able to filter the vehicle(s) displayed on the map. Global filters should be able to be created by the agency, individual ones by the dispatcher. • Vehicles should be able to be filtered by their GPS properties (GPS status, antenna functionality, GPS reporting) • Vehicle filters should be able to be created based on the following criteria: • The vehicle geographic location • The vehicle type • The vehicle garage (Facility) • The vehicle current route • Individual vehicles 12. Ribbon A ribbon toolbar in the AVL screen should be provided to simplify access to various tools (zoom in, zoom out, pan, etc...) Tools should be able to be added to a quick launch tool bar for easy access. 13. Geofence Monitoring • Geofences must be monitored and dispatchers alerted by visual cues when a vehicle has not entered a specific geofence within a pre- determined amount of time. • Geofence monitoring must also display the number of vehicles currently en route to a specific geofence. 14. Playback Dispatchers must be able to select a group of vehicles, a time range (start and stop time) and optionally, a specific region of interest. The system must then collect all vehicle location reports for the specified vehicle and time, color code the location reports based on route and schedule adherence, and then display them on a map. Reporting Requirements Provide a flexible reporting tool that enables users to generate reports based on the system generated data in the database. 1. Report Management • Each report must have a unique name to identify it and an optional description. 211 Page • The report application must allow users to create a new report, import a report from an XML file, open existing reports, and delete a report. • Users should be able to have multiple reports open at one time and be able to easily switch from one to the other. Where applicable, copy and paste functionality should work from one report to the other. • When a report is edited, the changes should be permanent only once the report is saved. Closing a report without saving should result in the changes being lost. • A report must be able to be closed without the application being closed. • Users must be able to import reports from a file. This action must save the report to the database such that it can be opened just like any other report found in the database. • Users must be able to export reports to a file. • Each report must have a type, which defines the data with which it can work and provides constraints on the data generation features. • The report application must be able to export relevant information required for the generation of NTD reports by the transit agency. • The vendor should provide a list of the standard reports that are available with their system. • A data viewer should be available to see the raw data generated by the report given the output columns, input parameters, and order information provided. The defaults given for input parameters dictate what values are returned in the data viewer. • The user must be able to embed maps in selected reports (vehicle history, etc.) • Graphical reporting must be supported. • Security features must be available to control who can create /modify /delete /save reports. 2. Report Generation When a report is generated the result should be similar to a standard print preview screen. • A print option must be available once the report is generated. • A find /search option must be available once the report is generated. • The user must have the ability to save generated reports to a file of various formats. • These format options must include GIF, JPG, BMP, EMF, TIFF, PNG, CSV, Excel (.xls), HTML, PDF, and RTF. 3. Report Scheduling The user must be able to schedule any report to be generated on a recurring basis (daily, weekly, monthly, yearly) and emailed to a designated list of addresses. 4. Third Party Reporting Tools The vendor must provide full documentation of the Streets database to allow 3rd party reporting tools, such as Crystal Reports, to be used. Any third party tool must be SQL compliant and support either ODBC, JDBC, or provide a native database driver. Passenger Information Requirements In early July 2011 The Jule was chosen along with transit systems from the cities of San Diego and San 22I Page Francisco, California, Portland, Oregon, Madrid, Spain and Torino, Italy, to help pilot a new Google Maps initiative called "Live Transit Updates ". This program will allow The Jule to provide real -time transit updates — arrival and departure times, and service alerts - to its users by linking its program to the live feed information generated by AVL systems on transit vehicles. All ITS solutions will need to have the ability to interface with the Google Transit Live Feed. As much of the passenger information as possible should be incorporated into the Google Live Feed option, however, proposers are encouraged to offer additional software if they can justify the necessity of such in the operation of a system of our size and type. 1. Configurable Alerts • Passengers who sign up for a rider information account must be able to configure automatic alerts for the specific routes and stops they wish. • Paratransit passengers should be able to sign up to receive trip reminders (e.g. day and time of trip), and alerts when the vehicle is within 10 minutes of arrival. • Multiple alerts must be able to be setup with each alert having its own delivery schedule. • Delivery options should include specifying the time of day and the specific days for which the alert is to be delivered. • Alerts must be able to be sent via SMS text message, email, or both. • Additionally, users should, with a single checkbox, enable or disable all alerts (e.g. for times when users are on vacation). 2. Real -Time Vehicle Location Updates • Users must be able to click on the transit map and see the location of all vehicles currently on the selected route (or routes) in real -time. • The user must be able to hover their mouse pointer over any bus and receive departure information for that vehicle's next few stops. • Hovering the mouse pointer over any bus stop must return the next few buses to arrive for each route passing through the requested stop (provided the routes in question have been made visible on the map). • The user must be able to call a tool -free automated answering system, enter bus stop number and receive real -time "next bus" arrival information. 3. Real -Time Bus Departure Information Online- FIXED ROUTE ONLY • Passengers must be able to enter either a specific stop or route into the agency's website • The website should respond with the current location of the next bus travelling that route or due for that stop, the direction it's heading, and its estimated time of departure • The website must also show the estimated departure times of the next few buses • Passengers must be able to access the website on a desktop computer or on their smartphone • The site should have specific content that is optimized for smartphones to ensure a rich user experience. 4. Real -time SMS at Bus Stops - FIXED ROUTE ONLY • Passengers must be able to text message the agency using a designated five or six digit SMS short code on any cellular telephone device. • Once the bus stop code and route number is texted to the designated number, the system must automatically return the route departure times of the next 3 buses leaving that stop. 23IPage • Simple tools should be available to users via SMS (e.g. Replying with 'r' to refresh the information) enabling them to get up to the minute information quickly without needing to repeatedly text the route number and stop code 5. User Account Creation and Security- FIXED ROUTE ONLY • Passengers must be able to sign up for a user account in order to configure and receive departure alerts for stops and routes they are interested in. • Account creation must require users to enter in a catch phrase as well as respond to an emailed link in order to validate the email address entered by the user. • Users who enter a phone number for SMS message notification must be required to reply to an initial 'subscription confirmation' message sent to the phone number before the number becomes valid for use. • Subsequent changes to any email address or SMS number should require the same validation as described above. 6. Real -Time Map Updates- FIXED ROUTE ONLY The passenger information system must actively pull static route, schedule, and stop information from the scheduling/CAD /AVL system so that changes to route locations, stop locations, and bus departure times are automatically propagated. 7. Google Map Integration- FIXED ROUTE ONLY Passengers who visit the site must be able to enter a starting location, ending location, as well as departure or arrival restrictions. Google will return transit trip options available to the rider and highlight their route on a map. This functionality requires agencies to publish their General Transit Feed Specification (GTFS) information to Google. 8. GTFS Export Tool - FIXED ROUTE ONLY A tool must be provided that allows the agency to export schedule data in the general transit feed format (GTFS) for integration with Google's Trip Planning web site 9. IBM Research - FIXED ROUTE ONLY All ITS solutions will need to have the ability to interface with the IBM data and software. 10. Web Services - FIXED ROUTE ONLY • System must provide web services for agency use to provide route and schedule information in real -time via their own web site. • Vehicle AVL: Returns the real -time information about the vehicle without any relation to the schedule information. • Vehicle Transit: Returns the real -time data about the vehicle and their relation to the current transit schedule. • Schedule Transit: Returns Static data about the current transit schedule. Administration Requirements 1. Configuration • Event types • Text message priorities, types and templates • Vehicle types and operational status types • Work status types • Assignment types • Employee types • Facility types 24IPage • Fare types • Route types • Direction types • Geofence monitors • Ranking of canned messages and events to appear in mobile application • Peripherals, Peripheral models and content • Vehicle check types • Multiple agencies • Absence Type (reason for absence) • Idling, Speed Threshold and Unauthorized movement thresholds and configurations • Creation of facilities, regions, and geofences 2. Administrators must also be able to maintain and configure: • Networking settings. • Agencies — multiple agencies must be supported. • Employees, agency vehicles, facilities, and geo fences must be able to be associated to a specific agency. 3. Event emailing • The user must be able to specify the list of email addresses • User should have the option to send emails immediately or delay delivery 4. Map display rules • For any vehicle type, display rules must be able to be set up to adjust formatting options on the map in Dispatch. 5. Security Features • User and security administration should be based on Windows Domain authentication • Must be able to set -up users so they are given access to only specific system data and functionality if necessary 6. Desktop applications must automatically check on start -up for application updates. 7. Server Monitor • Must track connectivity between the various parts of the back -end system and email a list of addresses if a suspected problem occurs. • Must monitor at a minimum: • Server connection • Memory usage • Database connection • Partition table check • Communication middleware connection • Number of applications connected Onboard Equipment & Software Requirements The Mobile Data Terminal (MDT) Software should provide the vehicle operator with the following information /functionality: 1. Single Point of Log -on (via vehicle area network) for: • Head sign • Annunciator 25IPage • Farebox 2. View of work assignment with stop arrival /departure times 3. Route Adherence Status 4. Schedule Adherence Status 5. Time 6. Two -Way Messaging • Canned messages (as defined by the agency) • RTT • PRTT 7. Provide interface with additional onboard devices (APC, annunciator, LED signs) 8. Over - the -air Programming /Troubleshooting The system must allow the agency to remotely download new software and files to the mobile data terminal including at a minimum: • Mobile applications • Operating System • Map data • Remote Diagnostics • Remote screen captures • Download logs automatically • View events • Accurate Record Keeping • XMM automatically catalogues all programs sent to the Mobile Data Terminals (MDT), replacing error -prone manual record keeping. Quickly determine which units are due for an upgrade. • Retrieve Files Remotely • Using data logging capabilities, XMM can remotely retrieve data log files such as GPS or speed logs for immediate use in emergency situations. Scheduling Requirements — FIXED ROUTE ONLY 1. Service Management • Define different types of service (regular service, holiday service, etc.) • Define different patterns for these services (weekday, weekend, etc.) • Define on which dates you will apply which type of service 2. Bus Stop Management • Manage all your transit agency bus stops • Display all stops on a map 3. Route and Pattern Management Manual Pattern Maintenance - the following features must be available to users: • Create new routes and update exiting routes • Create new patterns and update existing patterns, including time points and stops • Color code patterns • View pattern statistics, including distance, drive time, hold time, number of time points and stops • View pattern route adherence corridor 4. Pattern Surveying 26IPage The survey tool must be provided as a means for collecting GPS points and verifying built patterns. Using the pattern designer the user must be able to: • Export a pattern to the Mobility Survey tool for verification • Import the results of the Mobility Survey tool's verification into the GeoData Repository for plotting on the map to correct or adjust the pattern 5. Annunciator, signage and peripheral maintenance - users must be able to: • Associate annunciator messages to time points, stops, start task, end task • Associate signage messages to time points and stops, start task, end task • Associate selected other messages to time points and stops, start task, end task 6. Pattern Drive Testing - drive testing using the survey application must provide the following functionality: • Drive testing for route adherence and correctness • Drive testing for schedule adherence • Drive testing for annunciator and sign events 7. Scheduling (Trip Generation, Blocking, Run Cutting, Rostering and Bidding) Users must be able to: • Create and maintain trips • Create and maintain blocks • Create and maintain runs • Create and maintain rosters (including extra board) • Associate a driver to specific rosters • Make use of provided tools to simplify and automate part of the process 8. Schedule Validation Schedule Validation must allow the planner to review different aspects of the schedule and validate the schedule against a set of rules. 9. Schedule Generation • Must generate work on a nightly basis from the schedule's bids • Nightly generation should generate work x days into the future<X days to be determined during the System Configuration Phase> • Extra board items must be included • Report Generation errors or rule violations that occur during generation must be identified 10. Integration with 3rd party scheduling packages An import utility should be provided that allows schedule data from 3rd party scheduling packages Automated Voice Annunciator System — Fixed Route only 1. Vendor must provide Automatic Voice Annunciator (AVA) systems that are: • Fully automated to every stop • Complies with The Americans with Disabilities Act requirements. 2. The announcements onboard the vehicle shall be triggered at pre- defined locations, based on the current location of the vehicle as determined by the GPS receiver on the vehicle. 3. The types of information to be announced by the system onboard the vehicle shall include: • Major advertised stops 27IPage • Key transfer points • Public service announcements 4. The Annunciation system shall also be capable of making announcements on the existing speakers mounted external to the vehicle. • These announcements shall indicate the current route and destination of the vehicle. They shall be triggered by opening the door. • The Annunciation system shall have the ability to enable and disable these external announcements independently of the internal announcements. 5. The proposal shall clearly state the number of stops and announcements the system can support. 6. The system shall operate automatically once the operator initializes the system by selecting the desired route /destination. 7. No operator interaction shall be required to operate the annunciation system. Operator use of the on -board PA system shall override any automated announcements. 8. Announcements shall be created utilizing text -to- speech. • Programming a new announcement should be as simple as typing it in a text file. • A desktop preview program must be provided that permits testing of the announcements prior to use onboard a bus and permits tricky pronunciations to be spelled phonetically. • It must be easy to quickly and easily create custom dictionaries. • English, Spanish, French and Marshallese must be supported. • System must be such that once initial set up is completed to The Jule's satisfaction that any updates or changes to (e.g.) routes can be done by The Jule staff with minimal difficulty (and no additional fees). 281 Page SECTION 5. OPTIONAL HARDWARE & SOFTWARE COMPONENT REQUIREMENTS Database Attributes — PARATRANSIT ONLY Client database shall be capable of providing a full range of data elements for each client in the system. Information should include full identification, address, contact details, third party /emergency contacts, disability status, mobility aides used, program affiliation, and third party contract payee options. Additionally, system shall permit assignment of various demographic codes, such as elderly, youth, etc. System shall be capable of tracking trip purpose for each trip with user customization possible in terms of defining various trip purposes. Participating agencies will not define the required fields nor dictate the format for data to populate the client database fields. Vendor shall be responsible for providing a fully functional client file suitable to transit system needs. 1. Client Database Functionality • Customer Look -Up The customer database shall provide functionality to allow customer service agents to readily look -up client records for edit, trip- booking, etc. Search capabilities should be based on customer name, and identification number, social security number, or similar characteristic. When looking up a customer, auto - complete features are desirable to minimize user input. • New Client Entry /Customer Edits System shall be capable of registering new clients, capturing information about addresses, disability type, space requirement, load /unload time, fares, payment options, eligibility conditions, funding sources, etc. while a customer service agent has the new customer on the telephone. • System shall permit edit of all fields in a customer records in a real -time basis and shall permit suspensions (temporary) of service. 2. Client Details • System shall be capable of recording and displaying trip history details specific to each client, such as recent trip dates, trip origins, or trip destinations. • System must have the ability to capture information on trip cancellations and no -shows specific to individual customers. • System must be capable of identifying a special class of customers who have been determined to be eligible for complementary paratransit service under the Americans with Disabilities Act of 1990, as amended. • The system shall have further capabilities to define those individuals determined to be ADA eligible into three distinct subsets of eligibility: • Unconditional eligibility, defined as any individual with a disability who is unable, as the result of a physical or mental impairment (including a vision impairment) to independently use and navigate an otherwise accessible fixed route public transit system. • Route specific eligibility, defined as any individual with a disability who is otherwise capable of independent using and navigating the fixed route system, however, the system does not operate accessible equipment on the fixed route or in circumstances where the individual needs to board an accessible vehicle at a location where the lift cannot safely be deployed. • Conditional eligibility, defined as any individual with a disability who has a specific impairment - related condition which prevents such individual from traveling to a boarding location or from a disembarking location 291 Page • System shall have a mechanism to permit specification of the specific circumstances that may trigger an individual's conditional eligibility for complementary paratransit services. • System shall be capable of permitting temporal limits on ADA certification periods to account for either: • The transit system conferring temporary unconditional eligibility to an individual whose disability is anticipated to be limited in duration; or • The transit system electing to periodically re- evaluate paratransit eligibility consistent with the organization's ADA complementary paratransit plan and on -going outreach /consultation efforts with the disability community. • The system shall have the capability to temporarily suspend an individual's ADA eligibility and access to the complementary paratransit system in the event the transit system determines the customer has engaged in violent, seriously disruptive, or illegal conduct. 3. Map Features and Attributes • Access to maps should be seamless from within the scheduling software (e.g., user should be able to generate map with single mouse click or menu selection). • Base maps should 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. • System shall provide methods of allowing GIS or transit staff editing of the base map to add new streets, change municipal boundaries, define incomplete address ranges, etc. • GIS functionality shall include ability to develop overlays and feature layers of municipal boundaries and other key geographies. • GIS functionality shall include ability to define service -based zones, such as fare zones, etc. • System shall permit definition and display of physical features that act as barriers to transportation. • System shall be capable of defining and displaying point files, indicating system timepoints, bus stops, major intersections, major transfer points, and major destinations of travel, or other points of interest. 4. Geocoding • Service area map shall contain definitions of street segment name and address ranges. System shall have full geocoding capability allowing participating agencies to enter an address and locate the address on the map. System shall be capable of handling various abbreviations of names (e.g., St. for Street, etc) in the geocoding process. • System shall permit manual assignment of x- and y- coordinates in the event an address cannot be geocoded based on existing map address range attributes. • Service should include on- the -fly geocoding based on a user clicking on the map for bus service to a particular address. 5. Distance Computation Systems shall have the capability of allowing users to calculate distance between points or along a specified portion of the street or route network. 301 Page 6. Graphical Display of Trips /Tours For any trip reservation, system shall be capable of providing, using the GIS capabilities of the software, a map image of the trip origin and /or destination. 7. Trip Reservations • Real Time Trip Details Entry • System shall permit trip booking while transit personnel are on the phone 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. • System shall permit reservation staff to access client records by entering client last name, telephone number, or other ID number. Typical protocols involve booking trips using client last name. Additional details must be available to the customer service agent in order to distinguish between customers with the same last name. • 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 reservation clerk, either through on- screen display or pop -up window. • System shall default to the client's home address as the pick -up location. System shall provide ability to enter alternative addresses through key stroke entry or through use of list boxes of alternative pick -up addresses associated with that client (e.g., common travel destinations of that customer). • 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. • System shall be capable of automatically generating trip reversals, or booking the return trip from the originating trip destination to trip origin. • System shall be capable of scheduling based on requested pick -up time or customer appointment time and shall take into account appropriate travel time to ensure on -time arrival at a destination. • System shall be capable of incorporating a user - specified policy on pick -time negotiation with the client. • System must be capable of incorporating multiple policies. • 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. • System shall be capable of accepting standing orders. System shall permit day of the week type travel dates and monthly calendar based travel dates, (e.g., first and third Wednesday of each month). • System shall be capable setting finite limits on the length of subscription orders. • Systems shall permit transit personnel to "turn off," on a temporary basis, a client's standing order. System shall permit entry of both a start date and end date of the time period when the client will not take the standing order trip. • System shall provide means for a 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. 31IPage • System shall permit cancellation of any trip in the system in advance consistent with defined system policies on trip cancellations. System shall maintain a cancellation record, by client, to facilitate system management of sanctions for excessive customer abuse of cancellation policies. • System shall be capable of temporarily suspending a client's eligibility for service. 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. System shall have provisions, in the event an individual customer's service is temporarily or permanently suspended, to display a warning alert or physically block a reservation agent from booking a suspended client's trip. • Personal Care Attendants, Companions, and Escorts System shall be capable, during the course of the reservation entry process, of allowing customer service agents to add personal care attendants and companions to the trip order. • Fare Computation 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), escorts, or companion. • Trip Cancellation System shall provide methods to enable customer service agents to easily retrieve an existing trip reservation and, upon customer request, cancel the reservation. System shall provide various trip codes to document the reason for the cancellation (e.g., "cancelled on customer request" etc.). 8. Scheduling In this category of system user, the system shall have capability to perform fully automated scheduling, either in batch mode or in the scheduling of individual trips. • Automated Batch Scheduling System shall be capable of scheduling, in batch mode on a next -day basis, all reservations for a designated travel day. Scheduling should be based on the actual street network in the service area e. . actual x- and y- coordinates, not zones), parameters associated with ( g, Y ),p 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. • System shall permit the establishment of base runs or subscription templates based on existing standing orders. System shall be capable of evaluating base runs in order to optimize run in terms of least distance and travel time, based on network factors. • System shall permit trips to be placed in the system schedule but remain unassigned to a specific run. This can be accomplished through a user manual setting of the trip to "unassigned" or "will- call" category or similar means. • System shall be capable of permitting manual insertion of such trips into the schedule, with automatic dynamic updating of the remaining scheduled pick -ups and drop -offs on the run. • 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, and 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. 32IPage • When a same day order is accepted and assigned to a run (or unassigned run is assigned to a run), it is imperative that the system shall be capable of dynamically updating the remaining scheduled pick -ups and drop -offs on the run's schedule. 9. Schedules • System shall be capable of producing schedules, by run, in chronological order or by sequential run number, indicating projected arrival time of system vehicles at each origin and destination. • Schedules must be developed on zones or counties, based on user specified service zones. System must be capable of recognizing geographic zones and assign trips to the proper zone when systems serve multiple counties with dedicated vehicles and staff. • 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. • System shall have internal validation controls to ensure that schedules do not violate schedule and work rules. Additionally, system shall have capacity to evaluate overall travel time for individual passengers to ensure that system travel time limitations are not exceeded. • System should be capable of generating or identifying trips that violate system parameters so that staff can attempt to remedy the violation. • System shall provide the capability of scheduling staff to manually move trips after schedule development. When such overrides are made, the system shall record and time -stamp the override action in the trip record (or in an associated database) in order to provide a historical account of changes to the original (booked) reservation. • 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. System shall have the capability of assigning vehicles to zones or counties • System shall be capable of adding trips to a previously generated schedules or re- assigning trips from one run to another in dynamic fashion. • System shall be capable of evaluating individual trip parameters and select runs that best satisfy the requirements of the reservation while 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. • Dynamic Update of All Schedules Anytime a schedule is edited, the system shall be capable of updating the schedules of all other impacted trips so all previously scheduled trips must remain on time, not violate travel time rules, etc. • Unscheduled Trips 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. • GIS Display of Schedules Once trips are assigned to a scheduled run, the system shall be capable of graphically displaying, on the GIS system, the sequence of pick -ups, drop -offs, and route path for the run. 33IPage 10. Dispatching Systems shall allow dispatchers access to run itineraries based on run number, vehicle number, or client name. System shall be capable of displaying the run number, number of passengers on the run, scheduled arrival time, estimated time of arrival and any special circumstances. Information displays should associate with the time of day (e.g., 10:00 A.M. events are displayed at the top of the list window when the dispatcher makes queries at 10:00 A.M.). • System shall be capable of assigning drivers to runs. System shall take into account driver work schedules, qualifications, and other factors to ensure compliance with system policies. • System shall be capable of assigning vehicles to scheduled runs taking into account mobility needs of customers assigned to the run, thereby ensuring sufficient wheelchair capacity at all times. • Dynamic updating of assigned vehicles must be possible in order to take into account vehicles pulled from revenue service due to mechanical failure, lift failure, or other failure event found during the driver's pre -trip inspection. • System shall be capable of allowing dispatchers to process late cancellations (cancellations received after system policy time) and no- shows. • 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). • System shall be capable of identifying runs when a vehicle is pulled from service due to an emergency. Dispatcher shall have the capability to dynamically re- schedule all trips impacted by this service emergency. • If the dispatcher is advised that a vehicle is not fit for revenue service, system shall be capable of programming a vehicle substitution on the affected run(s). • If a web -based solution is offered, product must support participating agency access using Internet Explorer 6.x through 8.x (and subsequent releases). If another browser is essential to system operation, offeror must indicate specific browser that must be used. • System shall have capability for user specified settings that govern the scheduling process (e.g., average speed, dwell times, load times, etc.). • Vendors should specify the range of parameters that can be user set and how the vendor will assist the transit system in the initial setting of these parameters to ensure maximum scheduling efficiency in daily operations. 11. Reports • Software should be capable of generating a range of management and service reports necessary to permit sufficient oversight of the paratransit service. • 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. • System shall have the capability to generate specific trip denial reports for ADA eligible passengers. The report should be sufficiently detailed to determine the number of denials that are due to capacity constraints from those denials beyond the control of the transit system, such as trip request outside the service, trip request outside hours and days of operation, etc. • System shall have the capability to generate a report on the number of missed trips. • The system shall be capable of producing indicating the individual trip travel time that exceeded a user specified travel time standard. 34lPage Automatic Passenger Counter (APC) — FIXED ROUTE ONLY 1. Vendor must provide Automatic Passenger Counter (APC) units to collect passenger boarding and alighting counts on the vehicles and report counts back to the Agency's dispatch office. 2. The system shall include an Automatic Passenger Counting (APC) component that shall count all boarding and alighting passengers at each stop and calculate the number of riders on -board after each stop. • Passenger counting shall only be performed when the door is open. 3. The Agency prefers that the APC component be integrated with the MDT so that the data can be collected and transferred via the mobile communications network to the dispatch center after each stop. • The Vendor shall clearly describe how the passenger count data is stored and transferred to the dispatch center. • Passenger load data transferred from the vehicles in real -time shall be available to the dispatcher on their CAD /AVL display screen. 4. The passenger count sensors shall be configured, positioned and adjusted to reliably detect the presence and direction of each passenger's movement, whether boarding or alighting from the bus. • The passenger count sensors should be discrete components that feed signals to the MDT. 5. The sensors shall be electro- optical devices and shall not require physical contact with the passengers being counted. 6. The sensors shall be capable of operating within a transit environment and proper alignment shall not be susceptible to normal vibrations found on a bus. 7. The sensors shall be capable of operating within 2% margin of error. 8. Equipment Specifications • The sensors and controller shall be designed to operate on a transit vehicle. Vendor will identify specific environmental specifications of proposed hardware. 9. Back Office software and Reports • The passenger count information received from each vehicle must be used to generate reports for the agency. The Agency prefers that this functionality reside within the CAD /AVL component and not a separate APC data software module. • Vendors shall describe the reports available from the passenger count data and provide sample reports in the proposal. • As a minimum the following reports shall be available from the passenger count data: ■ Count of passengers on and off at a specified stop by: o Time of day o Day of week o Specific day, week, or month • Ridership by: o Route o Trip o Day of Week 35IPage o Specific day, week, or month Wayside Signs (LED Display Boards) — FIXED ROUTE ONLY 1. System must have the ability to send messages to wayside signs at specified time point locations to indicate departure times of buses based on real time schedule adherence data. 2. System administrator must have the ability to create templates for sign information both for service hours and out -of- service that include: • The next single bus to arrive at the time point • Cycle through a specified number of next buses • The next bus for each route • Current time • Temperature • An RSS feed • A custom message • A blank line 3. A sign must be able to be placed on the map in the Schedule Application by either point and click or explicitly specifying the latitude and longitude 4. An administrator must be able to see the last message sent to a wayside sign and enable or disable the sign remotely. 5. Vendor should specify the configurations available including: • Number of lines • Mounting options • Technology preferred (i.e. LED, LCD) and reasons why 6. Vendor should specify installation requirements including: • Power • Space • Network connectivity • Renewable energy options Electronic Fare Collection Equipment — FIXED ROUTE ONLY If your organization would like to include integration of electronic fare collection equipment in this proposal please contact Barbara Morck, Director of Transit Operations of The Jule, by email at bmorck #ecia.org, or by phone at 563 - 589 -4341 for the requisite specifications. 36I Page SECTION 6. PROJECT MANAGEMENT & OTHER SERVICES The vendor should provide at a minimum the following: Project Management 1. Vendor must assign a project manager that has a minimum of two years experience implementing similar systems. Please attach resume. • The project manager must be assigned for the duration of the project. • A new project manager may only be assigned with the approval of the agency 2. The project manager should organize weekly conference meetings and /or calls to discuss the project progress, scheduling moving forward, and responsibilities. • An agenda must be provided prior to each call • Meeting minutes must be provided following each call. 3. The project manager must provide an implementation plan that details the work to be completed and the parties responsible for each task. • Please include a sample implementation plan in your response. 4. The project manager must provide and maintain a project schedule in a MS Project Gantt chart format. • Please include a sample project schedule in your response. Implementation Support 1. Vendor must assign a project manager that has a minimum of two years experience implementing similar systems. Please attach resume. • The project manager must be assigned for the duration of the project. • A new project manager may only be assigned with the approval of the agency. 2. The project manager should organize weekly conference meetings and /or calls to discuss the project progress, scheduling moving forward, and responsibilities. • An agenda must be provided prior to each call • Meeting minutes must be provided following each call. 3. The project manager must provide an implementation plan that details the work to be completed and the parties responsible for each task. • Please include a sample implementation plan in your response. 4. The project manager must provide and maintain a project schedule in a MS Project Gantt chart format. • Please include a sample project schedule in your response. Installation and Testing 1. The project manager should organize weekly conference meetings and /or calls to discuss the project progress, scheduling moving forward, and responsibilities. • An agenda must be provided prior to each call • Meeting minutes must be provided following each call 2. The project manager must provide an installation plan that details the testing to be completed before, during and once the installation is complete 3. Installation and testing plan should include equipment failures and fixes, etc. 4. Plan should also include list of the parties responsible for each task • Please include a sample implementation plan in your response. 5. The project manager must provide and maintain a project schedule in a MS Project Gantt chart format. 37IPage • Please include a sample project schedule in your response. Documentation The vendor should provide at a minimum the following: 1. General Information • All documentation must be in English and reflects the most up -to -date version of the software. • Driver manuals must be built using Microsoft Word and must be customizable at the discretion of the agency • Vendor must provide any and all documentation supplied with standard commercial equipment, as well as any and all documentation provided by third party suppliers. 2. Documentation • Printed CAD /AVL Manuals, Training Manuals, Driver Manuals, and Functional Overviews must be provided. All documents should be available electronically from the vendor. • A comprehensive system binder for installation and maintenance must be included with the project that covers all aspects of the system and troubleshooting methods. Two copies need to be provided for maintenance personnel, one copy to the maintenance provider and one copy to the transit director for on -going support. The system binder must include; • System maintenance guide • Software application notes • Copy of all relevant software required from vendor & back up procedures • Descriptions of cabling and mounting 3. Context - sensitive online help system must be available to provide immediate assistance as dispatchers and administrators need help. This online help should be available for the dispatch, admin and schedule modules of the software. 4. In instances of software upgrades and /or enhancements, relevant documentation must be provided or made available electronically. Training The vendor should provide at a minimum the following: 1. Training must be provided in a manner that allows the agency to operate and maintain the system. 2. The vendor's project manager must work closely with the agency's project coordinators to ensure that all training and schedules coincide properly with system implementation activities and staff availability. 3. The vendor must provide a soft copy of the original training workbook, suitable for copying, and written permission for the agency to make as many copies as necessary to train personnel and operate the system. 4. The vendor needs to provide comprehensive training to: • Dispatch • Call Takers • Schedulers • System Administrators • Bus Operators (train the trainer approach preferred) 38I Page • Management • Maintenance Personnel 5. Vendor should provide a training overview for each group listed above as part of this RFP response that includes: • Description • Audience • Format • Equipment Required • Prerequisite Knowledge • Outline • Duration • Proficiency • Timeline • Listing of Documentation Provided Warranty & Long -term Support The vendor should provide at a minimum the following: 1. System Support • 24x7 coverage for system critical issues — thirty minute response • Regular business hour support for minor issues — two hour response • Software updates as they become available for customer's applications • Map data updates at least twice per year 2. Hardware Warranty • Minimum one year with options to purchase up to three additional years 3. Software Warranty • One year included with purchase price • Additional years included as part of annual system support agreement 39IPage SECTION 7. MISCELLANEOUS A. Ownership of Material - Ownership of all data, materials, and documentation originated and prepared for the City of Dubuque pursuant to this RFP shall belong exclusively to the City of Dubuque and be subject to public inspection in accordance with the Iowa Public Records Act. Trade secrets or proprietary information submitted by the Applicant shall not be subject to public disclosure under the Iowa Public Records Act, unless otherwise required by law or a court. The written notice must SPECIFICALLY identify the data or materials to be protected and state the reason why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and /or total proposal prices as proprietary, or trade secrets, is NOT ACCEPTABLE and may result in REJECTION of the proposal. B. As this is a Request for Proposals, no information regarding the proposal records or their contents will be released except in accordance applicable law. Once an award has been made, all proposals will be open to public inspection, subject to the provisions set forth above. C. An Applicant must promptly notify the City of Dubuque of any ambiguity, inconsistency, or error, which may be discovered upon examination of the RFP. An Applicant requiring clarification or interpretation of this RFP should contact Candace Eudaley, Assistant Executive Director, ECIA, 7600 Commerce Park, Dubuque, IA 52002, (563) 690 -5722 or email to: ceudaley @ecia.org. D. Any interpretation, correction, or change of the RFP will be made by an addendum. Interpretations, corrections or changes of this RFP made in any other manner will not be binding and Applicants must not rely upon such interpretations, corrections, or changes. The Assistant Executive Director will issue Addenda. Addenda will be faxed or mailed to all who are listed as having received the RFP package. E. No Applicant shall confer with any public employee having official responsibility for a purchasing transaction any payment, loan, subscription, advance, deposit or money, service, or anything of value, present or promised. F. The City of Dubuque may make investigations to determine the ability of the Applicant to perform the services and items as described in this RFP. The City of Dubuque reserves the right to reject any or all proposals and /or to waive any informality in any proposals. G. Employment Discrimination by Applicant Prohibited. a. During the performance of the contract, the Applicant must agree as follows: 1. The Applicant will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, sexual orientation, gender identify, age, disability, or any other basis prohibited by federal, state or local law relating to discrimination in employment except where such basis is a bona fide occupational qualification reasonably necessary to the normal operation of the contract. The Applicant agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 401 Page 2. The Applicant, in solicitations or advertisements for employees placed by or on behalf of the Applicant, will state that such Applicant is an equal opportunity employer. 3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. b. The Applicant will include the provisions of the foregoing subparagraphs (a) 1, 2 and 3 in every subcontract or purchase order of over $10,000 so that the provisions will be binding upon each subcontractor or vendor. H. Drug -Free Workplace. Drug -free workplace to be maintained by Applicant; required contract provisions. During the performance of the contract, the Applicant must agree to (i) provide a drug -free workplace for the Applicants employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Applicant's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Applicant that the Applicant maintains a drug -free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, "drug -free workplace" means a site for the performance of work done in connection with a specific contract awarded to an Applicant, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. I. It is the policy of the City of Dubuque to maximize minority and women -owned business enterprises participating in all aspects of its contracting opportunities. 41lPage SECTION 8. EVALUATION CRITERIA Applicants will be evaluated for selection on the basis of those most qualified to meet the requirements of this RFP, as amended. Major criteria to be considered in evaluation include the following: A. The experience of the Applicant in providing similar service elsewhere, including the level of experience in working with municipalities and the quality of services performed, together with the Applicants demonstrated operational competency and established history to provide the services requested by the City of Dubuque through this RFP. B. The capabilities and experience of the proposed Project Lead and key personnel. • Creativity and problem solving ability of Project Lead and key personnel • Ability of local team to demonstrate initiative, motivation and knowledge of the City of Dubuque • Responsiveness and compatibility between consultants and City • General attitude and ability to communicate • Ability to listen, be flexible, and follow and /or implement direction and /or ideas or concepts. • Ability of the local management team to interact with the general public, City staff, and public officials. • Ability of the consultant to maintain a high level of direct interaction and communication with City officials. C. Reasonableness /competitiveness of proposed fee and /or benefits to the City of Dubuque, although the City of Dubuque is not bound to select the Applicant who proposes the lowest fees or most benefits for services. The City of Dubuque reserves the right to negotiate fees with the selected Applicant(s). D. Availability and plan for the use of technical staff. E. Availability and usefulness of a corporate network. F. Financial condition of the Applicant, including ability to perform all obligations of the resulting contract and those contained in this RFP. G. Determination that the selected Applicant has no contractual relationships, which would result in a conflict of interest to the City of Dubuque's contract. The Applicant's responsiveness and compliance with the RFP requirements and conditions. H. The Applicant's responsiveness and compliance with the RFP requirements and conditions. 42I Page SECTION 9. SELECTION PROCESS A. All proposals submitted in response to this RFP will be reviewed for responsiveness prior to referral to the selection committee. A committee consisting of ECIA and City of Dubuque representatives and /or others will then evaluate all responsive proposals, and make recommendations to the City of Dubuque City Council. The award of a contract, if made, will be made to the Applicant whose proposal in the sole discretion of the City Council, best furthers the interest of The Jule. The City of Dubuque reserves the right to reject any and all proposals, to waive any informality or irregularity in the proposals received, and to make the award to the Applicant whose proposal is deemed to be in the best interest of The Jule. B. Applicants who submit a proposal in response to this RFP may be required to give an oral presentation of the proposal to the selection committee. This provides an opportunity for the Applicant to clarify or elaborate on the proposal. This is a fact finding and explanation session only and does not include negotiation. Oral Presentations are strictly at the option of the City of Dubuque and may or may not be conducted. 43IPage SECTION 10. SERVICES AND ITEMS REQUIRED FROM SUCCESSFUL APPLICANT A. The successful Applicant will be required to enter into a contract with the City of Dubuque for the described period described in the RFP response, not to exceed one year, anticipated to start on November 30, 2011. Provided, however, that the City of Dubuque may terminate the contract without cause at any time upon 60 days written notice. Services are being requested for the ITS Components and Deployment for The Jule Transit System. Furthermore, additional services may be added to the contract upon mutual agreement of the parties to an increase in the fee. B. The successful Applicant will be responsible to provide the services listed in Section 6 of this RFP. C. The successful Applicant will be required to comply with all applicable federal, state and local laws and regulations, however should there be a conflict between federal and state or local laws and regulations, the successful Applicant shall comply with the federal laws and regulations and notify the City of Dubuque of such conflict. D. FEDERAL REGULATIONS: The successful Applicant shall be required, and hereby agrees, to comply with all applicable federal laws and regulations, including, but not limited to the following (note: attached forms or certifications must be completed): 1. ENERGY CONSERVATION REQUIREMENTS. The Applicant agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 2. CLEAN WATER REQUIREMENTS. The Applicant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Applicant agrees to report each violation to the City of Dubuque and understands and agrees that the City of Dubuque will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Applicant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by the Federal Transit Administration (FTA). 3. LOBBYING. Applicants who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non - federal funds with respect to that federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the City of Dubuque. 4. ACCESS TO RECORDS AND REPORTS. The Applicant agrees to maintain all books, records, accounts and reports required under any awarded contract for a period of not less than three years after the date of termination or expiration of any awarded contract, except in the event of litigation or settlement of claims arising from the performance of the contract, in which case Applicant agrees to maintain same until the City of Dubuque, the FTA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i) (11). 44IPage 5. CLEAN AIR. The Applicant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended 42 U.S.C. § 7401 ET seq. The Applicant agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. a. The Applicant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by FTA. 6. NO GOVERNMENT OBLIGATION TO THIRD PARTIES. The City of Dubuque and Applicant acknowledge and agree that, notwithstanding any concurrence by the federal government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the federal government, the federal government is not a party to any awarded contract and shall not be subject to any obligations or liabilities to the City of Dubuque, Applicant, or any other party (whether or not a party to that contract) pertaining to any matter resulting from such contracts. The Applicant agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 7. FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS. The Applicant acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Applicant certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which such contract work is being performed. In addition to other penalties that may be applicable, the Applicant further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the federal government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Applicant to the extent the federal government deems appropriate. The Applicant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the federal government under a contract connected with a project that is financed in whole or in part with federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Applicant, to the extent the federal government deems appropriate. The Applicant agrees to include the above two clauses in each subcontract financed in whole or in part with federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 8. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT). Certification Regarding Debarment, Suspension, and Other Responsibility Matters Lower Tier Covered Transactions (Third Party Contracts over $100,000). Instructions for Certification 1. By signing and submitting a proposal, the Applicant is providing the signed certification set out below. 45IPage The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the Applicant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the City of Dubuque may pursue available remedies, including suspension and /or debarment. 2. The Applicant shall provide immediate written notice to the City of Dubuque if at any time the Applicant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," : "participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the City of Dubuque for assistance in obtaining a copy of those regulations. 4. The Applicant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City of Dubuque. 5. The Applicant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction ", without modification, in all lower tier covered transactions and in all solicitations for Applicant transactions. A participant in a covered transaction may rely upon a certification of an Applicant that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each Applicant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 6. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of an Applicant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 7. Except for transactions authorized under Paragraph 5 of these instructions, if an Applicant knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the federal government, the City of Dubuque may pursue available remedies including suspension and /or debarment. "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" a) The Applicant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R. § 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. b) When the Applicant is unable to certify to the statements in this certification, such Applicant shall attach an explanation to this proposal. 9. PRIVACY ACT. 46IPage The following requirements apply to the Applicant and its employees that administer any system of records on behalf of the federal government under any contract: (1) The Applicant agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Applicant agrees to obtain the express consent of the federal government before the Applicant or its employees operate a system of records on behalf of the federal government. The Applicant understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Applicant also agrees to include these requirements in each subcontract to administer any system of records on behalf of the federal government financed in whole or in part with federal assistance provided by FTA. 12. CIVIL RIGHTS REQUIREMENTS. The following requirements apply to the contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and federal transit law at 49 U.S.C. § 5332, the Applicant agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Applicant agrees to comply with applicable federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and federal transit laws at 49 U.S.C. § 5332, the Applicant agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable federal statutes, executive orders, regulations, and federal policies that may in the future affect construction activities undertaken in the course of the Project. The Applicant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Applicant agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and federal transit law at 49 U.S.C. § 5332, the Applicant agrees to refrain from discrimination against present and 47IPage prospective employees for reason of age. In addition, the Applicant agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Applicant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Applicant agrees to comply with any implementing requirements FTA may issue. (3) The Applicant also agrees to include these requirements in each subcontract financed in whole or in part with federal assistance provided by FTA, modified only if necessary to identify the affected parties. 13. DISADVANTAGED BUSINESS ENTERPRISE (DBE). 1. The federal fiscal year goal has been set by the City of Dubuque in an attempt to match projected procurements with available qualified disadvantaged businesses. The City of Dubuque's goals for budgeted service contracts, bus parts, and other material and supplies for Disadvantaged Business Enterprises (DBE) have been established by the City of Dubuque as set forth by the Department of Transportation Regulations 49 C.F.R. Part 23, March 31, 1980, and amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is considered pertinent to any contract resulting from this request for proposal. If a specific DBE goal is assigned to this contract, it will be clearly stated in the Special Specifications, and if the Applicant is found to have failed to exert sufficient, reasonable, and good faith efforts to involve DBE's in the work provided, the City of Dubuque may declare the Applicant non - complaint and in breach of contract. If a goal is not stated in the Special Specifications, it will be understood that no specific goal is assigned to this contract. (a) Policy - It is the policy of the Department of Transportation and the City of Dubuque that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, and as amended in Section 106(c) of the Surface Transportation and Uniform Relocation Assistance Act of 1987, shall have the maximum opportunity to participate in the performance of Contract financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, apply to this Contract. The Applicant agrees to ensure that DBEs as defined in 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, have the maximum opportunity to participate in the whole or in part with federal funds provided under this Agreement. In this regard, the Applicant shall take all necessary and reasonable steps in accordance with the regulations to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. The Applicant shall not discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in the award and performance of subcontracts. It is further the policy of the City of Dubuque to promote the development and increase the participation of businesses owned and controlled by disadvantaged. DBE involvement in all phases of the City of Dubuque's procurement activities is encouraged. 481 Page (b) DBE obligation - The Applicant and its subcontractors agree to ensure that disadvantaged businesses have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under the Agreement. In that regard, all contractors and subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 as amended, to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. (c) Where the Applicant is found to have failed to exert sufficient reasonable and good faith efforts to involve DBE's in the work provided, the City of Dubuque may declare the Applicant to be in noncompliance and in breach of contract. (d) The Applicant will keep records and documents for a reasonable time following performance of this contract to indicate compliance with the City of Dubuque's DBE program. These records and documents will be made available at reasonable times and places for inspection by any authorized representative of the City of Dubuque and will be submitted to the state upon request. (e) The City of Dubuque will provide affirmative assistance as may be reasonable and necessary to assist the prime Applicant in implementing their programs for DBE participation. The assistance may include the following upon request: * Identification of qualified DBE * Available listing of Minority Assistance Agencies * Holding bid conferences to emphasize requirements 2. DBE Program Definitions, as used in the contract: (a) Disadvantaged business "means a small business concern ": Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and ii. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it; or iii. Which is at least 51 percent owned by one or more women individuals, or in the case of any publicly owned business, at least 51% of the stock of which is owned by one or more women individuals; and iv. Whose management and daily business operations are controlled by one or more women individuals who own it. (b) "Small business concern" means a small business as defined by Section 3 of the Small Business Act and Appendix B - (Section 106(c)) Determinations of Business Size. (c) "Socially and economically disadvantaged individuals" means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and States (or lawfully admitted permanent residents) and who are black Americans, Hispanic Americans, Native Americans, Asian - Pacific Americans, Asian - Indian Americans, or women, and any other minorities or individuals found to be disadvantaged by the Small Business Administration pursuant to section 8(a) of the Small Business Act. 491 Page i. "Black Americans ", which includes persons having origins in any of the Black racial groups of Africa; ii. "Hispanic Americans ", which includes persons of Mexican, Puerto Rican, Cuba, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; iii. "Native Americans', which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; iv. "Asian- Pacific Americans ", which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of Pacific, and the Northern Marianas; v. "Asian- Indian Americans ", which includes persons whose origins are from India, Pakistan, and Bangladesh. 14. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS. The preceding provisions include, in part, certain Standard Terms and Conditions required by the United States Department of Transportation, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1D, dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Applicant shall not perform any act, fail to perform any act, or refuse to comply with any City of Dubuque requests which would cause the City of Dubuque to be in violation of the FTA terms and conditions. 15. ENVIRONMENTAL PROTECTION. The Applicant agrees to comply with all applicable requirements of the National Environmental Policy Act of 1969, as amended, 42 U.S.C. §§ 4321 et seq. consistent with Executive Order No. 11514, as amended, "Protection and Enhancement of Environmental Quality," 42 U.S.C. § 4321 note; FTA statutory requirements on environmental matters at 49 U.S.C. § 5324(b); Council on Environmental Quality regulations on compliance with the National Environmental Policy Act of 1969, as amended, 40 C.F.R. Part 1500 et seq.; and joint FHWA /FTA regulations, "Environmental Impact and Related Procedures," 23 C.F.R. Part 771 and 49 C.F.R. Part 622. 16. ACCESS REQUIREMENTS FOR PERSONS WITH DISABILITIES (ADA). The Applicant agrees to comply with the requirements of 49 U.S.C. § 5301(d) which expresses the federal policy that the elderly and persons with disabilities have the same right as other persons to use mass transportation service and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement those policies. The Applicant also agrees to comply with all applicable requirements of section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, which prohibits discrimination on the basis of handicaps, and with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires the provision of accessible facilities and services, and with the following federal regulations, including any amendments thereto: (1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. Part 37; (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; 50IPage (3) Joint U.S. Architectural and Transportation Barriers Compliance Board /U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 C.F.R. Part 1192 and 49 C.F.R. Part 38; (4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; (5) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. Part 36; (6) U.S. GSA regulations, "Accommodations for the Physically Handicapped," 41 C.F.R. Subpart 101 -19; (7) U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; and (9) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609; and 51IPage ATTACHMENT 1: REQUIRED OTHER FORMS CERTIFICATION REGARDING LOBBYING PURSUANT TO 49 CFR PART 20 Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of 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. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104 -65, to be codified at 2 U.S.C. 1601, et seq •)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)- (2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The undersigned certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the undersigned understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Authorized Official Name and Title of Authorized Official Date 52I Page CERTIFICATION OF PRIMARY PARTICIPANT REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The Applicant, certifies to the best of its knowledge and belief, that it and its principals: 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 this 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. (If the primary participant (applicant for an FTA grant, or cooperative agreement, or potential third party Applicant) is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.) THE APPLICANT CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET. SEQ. ARE APPLICABLE THERETO. Signature of Applicant's Authorized Official Date Typed Name and Title of Applicant's Authorized Official The undersigned chief counsel for the hereby certifies that the has authority under State and local law to comply with the subject assurances and that the certification above has been legally made. Signature of Applicant's Attorney Date Typed Name of Applicant's Attorney 53IPage