Loading...
HomeMy WebLinkAboutR-2024-003 Resolution authorizing award of RFP 12324P and execution of agreement with Connexionz Limited for procurement of Onboard Integrated Technology System for Yakima Transit RESOLUTION NO. R-2024-003 A RESOLUTION authorizing award of RFP 12324P and execution of an agreement with Connexionz Limited for procurement of Onboard Integrated Technology System. WHEREAS, the City posted and published notice on August 2, and 4, 2023 in the Yakima Herald Republic, on Public Purchase.com and on the City's webpage that RFP No. 12324P was available for competitive proposals; and WHEREAS, Proposals were due September 7, 2023 at 2.00 p.m. publicly opened in City Hall Council Chambers in Yakima, Washington; and WHEREAS, Proposals were received from the following Proposers. Connexionz Limited, Santa Clarita, CA. Ineo Systrans USA, Inc., Sandy Springs, GA. Peak Transit LLC, Orlando, FL. Trapeze Software Group, Inc., Cedar Rapids, IA. WHEREAS, an Evaluation Committee was formed and all proposals were analyzed. Presentations from all four Proposers took place on October 12, and 13, 2023. The Evaluation Committee met on October 23, 2023 to analyze and score the proposals using the criteria specified in the RFP, The Evaluation Committee finalized scoring on October 29, 2023; and WHEREAS, the final combined scores for Onboard Integrated Technology System are as follows: Connexionz Limited, 267 points Ineo Systrans USA, Inc., 215 points Peak Transit LLC, 207 points Trapeze Software Group, Inc., 265 points; and WHEREAS, Connexionz Limited received the highest overall score from the Evaluation Committee for Onboard Integrated Technology System and the Evaluation Committee recommends the Award and Contract be issued to Connexionz Limited; and WHEREAS, the City Council has determined that the Scope of Work and total cost for the services/goods provided herein meet the needs and requirements of the City of Yakima for this procurement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Proposal is hereby awarded and the City Manager is hereby authorized to execute a five-year Contract with Connexionz Limited, in the amount of$491,590.00 plus tax, in accordance with the Agreement, with any additional services and hardware to be billed at proposed rates. ADOPTED BY THE CITY COUNCIL this 2nd day of January, 2024. aa-, i 1o� PK1Mq `4%41 Patricia Byers/Mayor ATTEST: • �. * • : SEAL ! ;% . r.AA _*- -osalinda Ibarra, City Clerk‘h4,gSH;G.-so= Purchasing Division memo To: Bob Harrison, City Manager From: Susan Knotts, Buyer II Date: November 8, 2023 Re: Award of RFP 12324P Onboard Integrated Technology System, Transit On August 2, 2023, the City of Yakima solicited RFP 12324P Onboard Integrated Technology System for Yakima Transit requesting proposals for installation of hardware and technologies to create a functional, fully integrated technology system for use by Yakima Transit in its public transit fixed route buses. The RFP was advertised in the Yakima Herald Republic on August 2, and 4, 2023. A Notice to Proposers was also published on the City of Yakima website and was sent out nationally through Public Purchase.com on August 2, 2023,with proposal due date and time of September 7, 2023 at 2:00 PM in which all submitted proposals were unencrypted and publicly opened. This RFP went out to 85 Companies, with receipt of four Proposals from the following companies: • Connexionz Limited, Santa Clarita, CA. • lneo Systrans USA, Inc., Sandy Springs, GA. • Peak Transit LLC, Orlando, FL. • Trapeze Software Group, Inc., Cedar Rapids, IA. Purchasing reviewed the Submittals for responsiveness to the RFP specifications. All RFP Proposals submitted were determined to meet the minimum requirements of the RFP. An evaluation committee was formed with the following individuals: • Greg Story, Transit Assistant Manager • Kevin Cameron, Transit Operations Specialist • Michael Robles, IT Services Operations Supervisor • Alvie Maxey, Transit Manager(non-voting) • Susan Knotts, City Buyer II (facilitator, non-voting) The Evaluation Committee was sent all Proposal's for review and Presentations/Interviews were conducted with all Proposers. The committee members then scored the Proposal's and the Interviews using the following scoring matrix, as listed in the RFP. Evaluation Criteria Maximum Points Allowed per Evaluator 1 General Requirements 20 2 Technical Requirements 60 3 Cost—Weighted totals based off the lowest priced proposal 20 Total: 100 Page 112 The Proposals were scored in three different areas totaling 100 points. With the three voting committee members, there was a total of 300 points possible (100 total points for each evaluator). On October 23, 2023, the committee met to discuss the Proposal's and the Presentations/Interviews. All scores were collected shortly after and tabulated with the following results: Connexionz Limited 267 Ineo Systrans USA Inc. 215 Peak Transit LLC. 207 Trapeze Software Group Inc. 256 The Committee recommends Award to Connexionz Limited, as the selected Vendor for Onboard Integrated Technology System for the Transit Division. The Purchasing Division is making a conscious effort to reduce our environmental footprint by going paperless. CWA LLC, proposal is on file in the Purchasing Division. If requested it can be email or printed for viewing. Sincerely, Susan Knotts, NIGP-CPP, CPPB, CPPO Buyer II, Purchasing Division APPROVED: i3 - Zoz3 AlvieMaxey, Transit Manager Date PROFESSIONAL SERVICES AGREEMENT FOR 12324P ONBOARD INTEGRATED TECHNOLOGY SYSTEM THIS PROFESSIONAL SERVICES AGREEMENT,entered into on the date of last execution,between the City of Yakima,a Washington municipal corporation("City"), and Connexionz Limited,("Contractor"). WITNESSETH:The parties, in consideration of the terms and conditions herein,do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall provide new product,perform all work and service(s)and furnish all tools,materials,labor and equipment(collectively referred to as"Services")according to the procedure outlined in RFP 12324P Onboard Integrated Technology System Specifications which are attached as Exhibit A, and the most recent edition of the ASTM/ANSI/TIAIEIA/NEC and NSF Standards, all of which are incorporated herein by this reference,and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. All work and project completion by June 4,2024. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractor's Proposal submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one(1)year from its effective date.The City may,at its option,extend the Contract on a year to year basis for up to four(4) additional years. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew or unless the Services have been completed to the City's satisfaction prior to any automatic renewal. 4. Agency Relationship between City and Contractor Contractor shall,at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is,or hold itself out as,an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on, behalf of City. 5. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for itself,and for its heirs,executors,administrators,successors,and assigns,does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential,and the Contractor will not,in whole or part,now or at any time disclose that information without the express written consent of the City. 7. Inspection, Production and Retention of Records a. The records relating to the Services shall,at all times, be subject to inspection by and with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non- complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient,safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract,or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract.If any litigation,claim or audit is started before the expiration of the six(6)year period,the records shall be retained until all litigation,claims,or audit findings involving the records have been resolved. c. All records relating to Contractor's services under this Contract must be made available to the City,and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. e. In addition to the above provisions, Contractor shall comply with Exhibit C's access to records and reports provisions. 8. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 9. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including policies adopted by the City,as those laws,ordinances,rules, regulations,and policies now exist or may hereafter be amended or enacted. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees,and give all notices necessary and incidental to the due and lawful execution of the work. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Foreign (Non-Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 10. Nondiscrimination Provision During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed,color, religion, national origin,sex, age, marital status,sexual orientation,gender identity,pregnancy,veteran's status,political affiliation or belief,or the presence of any sensory,mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment,upgrading,demotion,transfer,recruitment,advertising,layoff or termination, rates of pay or other forms of compensation, selection for training,and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. In addition to the above provisions, Contractor shall comply with Exhibit C's nondiscrimination provisions. 11. Pay Transparency Nondiscrimination Provision The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b)in furtherance of an investigation,proceeding, hearing,or action,including an investigation conducted by the employer,or(c)consistent with the contractor's legal duty to furnish information. 12. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees,agents,representatives,insurers,attorneys,and volunteers from all liabilities,losses,damages,and expenses related to all claims,suits,arbitration actions,investigations,and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor,or any Contractor's agent or subcontractor, in performance of this Agreement,except for claims caused by the City's sole negligence. b. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers'compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors,and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. c. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 13. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims,damages, losses,and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below,as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00)general aggregate. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is,the coverage amount,the policy number,and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima,its elected and appointed officials,employees,agents,attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Automobile Liability Insurance Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials,employees,agents,attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VI] or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable,and shall maintain Employer's Liability insurance with a limit of no less than$1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance,self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and neither the City nor its insurance providers shall contribute to any settlements,defense costs,or other payments made by Contractor's insurance. All additional insured endorsements required by this Section shall include an explicit waiver of subrogation. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. 14. Severability If any term or condition of this Contract or the application thereof to any person(s)or circumstances is held invalid, such invalidity shall not affect other terms,conditions or applications which can be given effect without the invalid term,condition or application. To this end, the terms and conditions of this Contract are declared severable. 15. Contract Documents This Contract, the Request for Qualifications & Proposals No. 12324P Onboard Integrated Technology System Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with Yakima City documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions.These Contract Documents are on file in the Office of the Purchasing Manager, 129 No.2nd St., Yakima,WA,98901, and are hereby incorporated by reference into this Contract. 16. Termination: See Exhibit C—FTA 3rd Party Contract Clauses 17. Dispute Resolution: See Exhibit C—FTA 3rd Party Contract Clauses 18. Safe Operation of Motor Vehicles As applicable, Contractor is encouraged to comply with the following provisions: a. Executive Order No. 13043, "Increasing Seat Belt Use in the United States," 23 USC § 402 note. CONTRACTOR is encouraged to adopt and promote on-the-job seat belt use policies and programs for personnel that operate companyowned vehicles. b. Executive Order No. 13513, "Federal Leadership on Reducing Text Messaging While Driving,"October 1,2009,23 USC§ 402 note, and DOT Order 3902.10, "Text Messaging While Driving," December 30, 2009. CONTRACTOR is encouraged to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving. CONTRACTOR is also encouraged to conduct workplace safety initiatives in a manner commensurate with its size. 19. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to procure or obtain; extend or renew a contract to procure or obtain; or enter into a contract(or extend or renew a contract)to procure or obtain equipment,services,or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system.As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation(or any subsidiary or affiliate of such entities). a. For the purpose of public safety,security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes,video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company,or Dahua Technology Company(or any subsidiary or affiliate of such entities). b. Telecommunications or video surveillance services provided by such entities or using such equipment. c. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by,or otherwise connected to,the government of a covered foreign country. In implementing the prohibition under Public Law 115-232, section 889, subsection(f), paragraph(1), heads of executive agencies administering loan, grant,or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services,to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. 20. Notice to FTA and U.S. DOT Inspector General If a current or prospective legal matter that may affect the Federal Government emerges, the Contractor must promptly notify the Owner and the FTA Chief Counsel and FTA Regional Counsel for the Region in which Owner is located in accordance to the FTA Master Agreement(28)Section 39(b).The Contracter must include a similar notification requirement in its subagreements and must require each subcontractor to include an equivalent provision in its subagreements at every tier,for any agreement that is a"covered transaction"according to 2 C.F.R. §§ 180.220 and 1200.220. a. The types of legal matters that require notification include, but are not limited to,a major dispute, breach,default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. b. Matters that may affect the Federal Government include, but are not limited to,the Federal Government's interests in the Award,the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government's administration or enforcement of federal laws, regulations,and requirements. c. Additional Notice to U.S. DOT Inspector General.The Contractor must promptly notify the Owner and U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the Recipient is located, if the Contractor has knowledge of potential fraud,waste, or abuse occurring on a Project receiving assistance from FTA.The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq.,or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud,conflict of interest, bid rigging, misappropriation or embezzlement, bribery,gratuity,or similar misconduct involving federal assistance.This responsibility occurs whether the Project is subject to this Agreement or another agreement between the Contractors and Owner that includes FTA funds,or an agreement involving a principal,officer, employee,agent, or Third Party Participant of the Contractor or Owner. It also applies to subcontractors at any tier. Knowledge,as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal,state,or local law enforcement or other investigative agency, a criminal indictment or civil complaint,or probable cause that could support a criminal indictment, or any other credible information in the possession of the Contractor. In this paragraph, "promptly" means to refer information without delay and without change.This notification provision applies to all divisions of the Contractor, including divisions tasked with law enforcement or investigatory functions. 21. Re-Award When the contract is terminated by the Contractor upon providing the written notice as herein required, the City, pursuant to City ordinance, may re-award the contract to the next most responsible Proposer within 120 days from original award. When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract,or when the contract is terminated by the City for cause as herein provided,the City reserves the right to re-award the contract to the next most responsible Proposer within 120 days from original award. 22. Substitution The Contractor shall not substitute or deviate from said specifications of this Contract without a written amendment, signed by the City Manager,or pursuant to Section 57 below entitled"Change or Notice". Any violation of this procedure by the Contractor will be considered cause for immediate cancellation of the Contract for cause by the City. 23. Contractor Shall Furnish Except as otherwise specifically provided in this Contract, Contractor shall furnish the following, all as the same may be required to perform and provide the services in accordance with the terms of this Contract• personnel,labor,products and supervision;and technical, professional and other services. All such services, products, property and other items furnished or required to be furnished, together with all other obligations performed or required to be performed, by Contractor under this Contract are sometime collectively referred to in this Contract as the"(Services)." 24. Complementary Provisions All provisions of this Contract are intended to be complementary, and any services required by one and not mentioned in another shall be performed to the same extent as though required by all. Details of the services that are not necessary to carry out the intent of this Contract, but that are not expressly required,shall be performed or furnished by Contractor as part of the services,without any increase in the compensation otherwise payable under this Contract. 25. Invoices The City will use its best efforts to pay each of Contractor's invoices within thirty(30)days after the City's receipt and verification thereof; provided, however,that all such payments are expressly conditioned upon Contractor providing services hereunder that are satisfactory to the City. The City will notify the Contractor promptly if any problems are noted with the invoice. To insure prompt payment, each invoice should cite purchase order number, RFQP number, detailed description of work, unit and total price, discount term and include the Contractor's name and return remittance address. Contractor will mail invoices to the City at the following address: City of Yakima Transit Attn: Gregory Story,Assistant Transit Manager 2301 Fruitvale Blvd. Yakima,WA 98902 26. Prime Contractor Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of services and the payment of any and all charges resulting from its contractual obligations. 27. Delegation of Professional Services The services provided for herein shall be performed by Contractor, and no person other than regular associates or employees of Contractor shall be engaged on such work or services. Contractor shall not (by contract, operation of law or otherwise) delegate or subcontract performance of any services to any other person or entity without the prior written consent of the City. Any such delegation or subcontracting without the City's prior written consent shall be voidable at the City's option. No delegation of subcontracting of performance of any of the services, with or without the City's prior written consent, shall relieve Contractor of its responsibility to perform the services in accordance with this Contract. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors, and any other person who performs or furnishes any services(collectively,the"Support"). Contractor shall at all times be an independent contractor and not an agent or representative of the City with regard to performance of the services. Contractor shall not represent that it is, nor hold itself out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of the City. Neither the Contractor nor any employee of the Contractor is entitled to any benefits that the City provides its employees. The Contractor is solely responsible for payment of any statutory workers compensation or employer's liability insurance as required by state law. The Contractor will have an active account with the Department of Revenue,other state agencies as needed,and a separate set of books or records that reflect all items of income and expenses of the business that the Contractor is conducting. Contractor shall perform the services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized, and financed to perform the services in accordance with this Contract. Subject to compliance with the requirements of this Contract,Contractor shall perform the services in accordance with its own methods. 28. Licenses If applicable,Contractor shall have a valid and current business license per Chapter 5.02 Section 5.02.010 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to fees, etc., should be made to the Office of Code Administration,telephone(509)575-6121. In addition, Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/RFP/quote. Contractor shall take all reasonable precautions to protect against any bodily injury(including death)or property damage that may occur in connection with the services. 29. Removal of Subcontractor If dissatisfied with the background, performance,and/or general methodologies of any subcontractor,the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work/services under this Contract. 30. Taxes and Assessments Contractor shall be solely responsible for and shall pay all taxes,deductions,and assessments,including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event the City is assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before it becomes due. The City and its agencies are exempt from payment of all federal excise taxes, but not sales tax (currently at 8.3%). Tax will not be considered in determining which proposal is the lowest or best, however RCW 39.30.040 allows the City to take any sales tax and B&O tax that is will receive from purchasing supplies, materials and equipment within its boundaries into consideration when determining the lowest responsible Proposer. 31. Contractor Tax Delinquency Contractors who have a delinquent Washington tax liability may have their payments offset by the State of Washington. 32. Inspection: Examination of Records The Contractor agrees to furnish the City with reasonable periodic reports and documents as it may request and in such form as the City requires pertaining to the work or services undertaken pursuant to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and any other matter are to be covered by this Agreement. The records relating to the services shall,at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities and equipment for such inspection and free access to such facilities. 33. Recordkeeping and Record Retention The Contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. The City shall have the right to audit, review, examine,copy,and transcribe any pertinent records or documents relating to any contract resulting from this proposal held by the Contractor. The Contractor will retain all documents applicable to the contract for a period of not less than six(6)years after final payment is made. 34. Confidential, Proprietary and Personally Identifiable Information Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any purpose other than the limited purposes set forth in this Contract, and all related and necessary actions taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in confidence,and shall not disclose such Confidential Information to any persons other than those directors, officers, employees, and agents ("Representatives") who have a business-related need to have access to such Confidential Information in furtherance of the limited purposes of this Contract and who have been apprised of,and agree to maintain,the confidential nature of such information in accordance with the terms of this Contract. Contractor shall institute and maintain such security procedures as are commercially reasonable to maintain the confidentiality of the Confidential Information while in its possession or control including transportation,whether physically or electronically. Contractor shall ensure that all indications of confidentiality contained on or included in any item of Confidential Information shall be reproduced by Contractor on any reproduction, modification, or translation of such Confidential Information. If requested by the City in writing,Contractor shall make a reasonable effort to add a proprietary notice or indication of confidentiality to any tangible materials within its possession that contain Confidential Information of the City, as directed. Contractor shall maintain all Confidential Information as confidential for a period of three (3) years from the date of termination of this Contract,and shall return or destroy said Confidential Information as directed by the City in writing. Contractor may disclose Confidential Information in connection with a judicial or administrative proceeding to the extent such disclosure is required under law or a court order, provided that the City shall be given prompt written notice of such proceeding if giving such notice is legally permissible. 35. Suspension of Work The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond the City's control are interfering with normal progress of the Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal progress of the Service. The Contractor may suspend Service on the Project in the event the City does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the Service shall be extended by the number of days the Service is suspended. If the period of suspension exceeds ninety(90)days,the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate the Service on the suspended portion of Project in accordance with Exhibit C—FTA 3rd Party Contract Clauses—A.25. 36. Provision of Services The Contractor shall provide the services set forth herein with all due skill, care, and diligence, in accordance with accepted industry practices,standards and legal requirements, and to the City's satisfaction;the City decision in that regard shall be final and conclusive. The City may inspect,observe and examine the performance of the services performed on the City premises at any time. The City may inspect, observe and examine the performance of Contractor's services at reasonable times,without notice,at any other premises. a. If the City notifies the Contractor that any part of the services rendered are inadequate or in any way differ from the Contract requirements for any reason, other than as a result of the City's default or negligence, the Contractor shall, at its own expense, reschedule and perform the services correctly within such reasonable time as the City specifies. This remedy shall be in addition to any other remedies available to the City by law or in equity. b. The Contractor shall be solely responsible for controlling the manner and means by which it and its Contracted Personnel or its subcontractors perform the services, and the Contractor shall observe, abide by, and perform all of its obligations in accordance with all legal requirements and City work rules. 37. Assignment This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties,obligations,and liabilities of Contractor stated herein. 38. No Conflict of Interest Contractor represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Contract. Contractor further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Contract. 39. Contract Preservation If any provision of the Agreement, or the application of such provision, shall be rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts or portions of this Agreement shall remain in full force and effect. 40. Promotional Advertising I News Releases Reference to or use of the City,any of its departments,agencies or other subunits,or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 41. Time is of the Essence Timely provision of the services required under this Contract shall be of the essence of the Contract,including the provision of the services within the time agreed or on a date specified herein. 42. Expansion clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the Contractor, as long as the price of such additional products is based on the same cost/profit formula as the listed item/service. At any time during the term of this contract,other City departments may be added to this contract, if both parties agree. 43. Patent Infringement The contractor selling to the City the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further,that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the City(provided that such contractor is promptly notified of such suit,and all papers therein are delivered to it)for any alleged infringement of any patent by reason of the sale or use of such articles,and agrees that it will pay all costs,damages, and profits recoverable in any such suit. 44. Accessibility(for Software RFPs) The Contractor and subcontractor for all web site designers shall agree that information featured on its web site is accessible to all individuals, including individuals with disabilities in accordance with Section 508 of the Rehabilitation Act. Section 508 requires City of Yakima to ensure that employees with disabilities, and members of the public with disabilities seeking information or services from City of Yakima, have access to and use of information and data that is comparable to the access and use by employees,or members of the public who are not individuals with disabilities,unless an undue burden would be imposed. In all cases,the Contractor and subcontractor should incorporate provisions of the WCAG 2.0 AA as published by the World Wide Web Consortium (W3C) available at www.w3.orq/TR/WCAG. 45. Software Assurance Provide software assurance for software and firmware that includes software license keys,software download site access,digital software documentation or download site access for all software/firmware upgrades. 46. Ownership All material produced as a result of this Contract shall be the exclusive property of the City. Additionally,the City shall have unrestricted authority to reproduce, distribute, and use any submitted report, template, data, or material, and any associated documentation that is designed or developed and delivered to the Agency as part of the performance of the Contract. 47. Safety Requirements All materials, equipment, and supplies provided to the City must comply fully with all safety requirements,federal, state and local laws, ordinances, rules, regulations as set forth by the State of Washington RCW's,WAC's and all applicable OSHA Standards. 48. Warranty See Section V.Technical Specifications, Subsection 23., I.Warranty and Support. Unless otherwise specifically stated by the Proposer,Contractor warrants that all goods and/or services furnished under this contract are warranted against defects by the Proposer,per the proposed warranty schedule. Proposer also warrants that all goods/services furnished under this Agreement are new, conform strictly to the specifications herein, are merchantable, good workmanship, free from defect, all goods are properly packaged,are fit for the intended purpose of which such goods and services are ordinarily employed and if a particular purpose is stated in a Special Condition,the goods are then warranted as for that particular purpose and comply with all applicable safety and health standards established for such products and all appropriate instructions or warnings are supplied. Warranty shall include all costs incurred, including shipping, for repair or replacement except that which is damaged by misuse or abuse. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation,ordinance or order will result from the manufacturer, production, sale, shipment, installation or use of any other goods. Contractor's warranties(and any more favorable warranties, service policies,or similar undertaking of Contractor)shall survive delivery, inspection,and acceptance of the goods or services. 49. Facility Security The City may prohibit entry to any secure facility, or remove from the facility,a Contract employee who does not perform his/her duties in a professional manner, or who violates the secure facility's security rules and procedures. The City reserves the right to search any person, property,or article entering its facilities. 50. Waiver of Breach A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement,covenant or condition of this Contract,or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant,condition or right. 51. Integration This Contract, along with the City of Yakima's RFQ 12324P Onboard Integrated Technology System and the Contractor's response to the Request for Qualifications ("RFQ"), represents the entire understanding of the City and Contractor as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Contract may not be modified or altered except in writing signed by both parties. The Contractor shall comply with applicable federal, state and local laws, regulations, and executive orders, which are incorporated by reference herein. This RFP is being used by the City of Yakima Transit Division, which receives Federal funding and, therefore, must adhere to the federal regulations as described in Exhibit C. 52. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays(acts of God, etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 53. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 54. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 55. Authority The person executing this Contract,on behalf of Contractor, represents and warrants that they have been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 56. Notice of Change in Financial Condition If,during the Contract Term,the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract,or experiences a change of ownership or control,the Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 57. Change or Notice Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both responsible parties;no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three(3)business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as follows: TO CITY: COPY TO: TO CONTRACTOR: Gregory Story Susan Knotts h.in C:IiRef t�x�� Assistant Transit Manager Buyer II 2 2() City of Yakima City of Yakima L n i 1 190 2301 Fruitvale Blvd. 129 North 2nd Street chi ( ' �1 Yakima WA, 98902 Yakima, WA 98901 IIII 1 tir`'�`` 58. Survival The foregoing sections of this Contract, 1-51 inclusive,shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA CONNEXIONZ LIMITED By: City Manager Date: 14 Date: 16/12/23 CITY CONTRACT NO: RESOLUTION NO: V 4 K/l9 ny Kan Attes i S (l nt name) L City Clerk List of Exhibits Attached to this Contract Exhibit A—RFP Solicittion Exhibit B—Contractors Proposal and Compensation Exhibit C—Federal Transit Administration 3rd Party Contract Clauses and 2 CFR 200 Procurement Standardards EXHIBIT A RFP SPECIFICATIONS 12324P Onboard Integrated Technology System Sections That Have Been Removed from Specifications Section VIII. Required Forms, Pages 44-49. These are included in the Proposer's Response. Section IX. Sample Contract, Pages 50-91. City of Yakima NOTICE TO PROPOSERS RFP NO. 12324P Notice is hereby given by the undersigned that electronic sealed Requests for Proposals will be accepted via PublicPurchase.com until the hour of 2:00:0o PM PST on September 7, 2023 RFPs will be publicly opened in Yakima City Hall, Council Chambers, 129 N. 2nd Street, Yakima, Washington 98901. At such time, Proposers names will be publicly read for: Onboard Integrated Technology System for Yakima Transit Instructions to register with PublicPurchase.com are available at www.yakimawa.gov/services/purchasing. A pre-proposal conference will be held at 1:30 p.m. on August 10, 2023 in the Public Works Large Conference Room, located at the Public Works Facility. Check in at the Kary Annex,2301 Fruitvale Blvd.,Yakima,WA 98902 for directions to the conference Room. Attendance is not mandatory; however, Proposers are STRONGLY urged to attend. If potential proposers wish to call in on a conference line, call Gregory Story, Transit Assistant Manager at 509-576-6422 for instructions at least one business day in advance. The City of Yakima reserves the right to reject any & all RFPs. The City hereby notifies all Proposers that it will affirmatively ensure compliance with WA State Law Against Discrimination(RCW chapter 49.60)&the Americans with Disabilities Act(42 USC 12101 et set.) The City of Yakima has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the Department of Transportation (DOT)49 CFR Part 26. It is the policy of the City to ensure that DBE's, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT- assisted contracts. The City's current goal proposes that 0% of all DOT funds expended in DOT-assisted contracts will be let to certified DBE firms that are available,willing, and able. The City of Yakima hereby notifies all proposers that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, sexual orientation, or national origin in consideration for an award." Dated August 2, 2023. Publish on August 2"d&4th, 2023 Susan Knotts, NIGP-CPP, CPPO, CPPB Buyer II 12324P_OnboardlntegratedTechnoogysystem_Transit Page 1 of 93 ,• CITY OF YAKIMA REQUEST FOR PROPOSAL # 12324P SIGNATURE SHEET THIS IS NOT AN ORDER RFP Release Date:August 2, 2023 Proposal Receipt: Proposers must first register with PublicPurchase.com and Proposal shall be completely uploaded into PublicPurchase.com no later than the date and time listed below. Register as early as possible and do not wait until the due date to upload your documents, as this may take some time. Late Proposals will not be accepted or evaluated. If you try to submit a Proposal late, the electronic system will not receive it. Proposal openings are public. Proposals shall be firm for acceptance for ninety (90) days from date of Proposal opening, unless otherwise noted. RFP's ARE ONLY RECEIVED THROUGH PURLICPURCHASE.COM Purchasing For: Buyer in charge of this procurement(Contact for further information): City of Yakima Transit Division Susan Knotts, NIGP-CPP, CPPO, CPPB 2301 Fruitvale Blvd. Buyer II Yakima, WA 98902 Proposals Must be completely uploaded by: Phone E-Mail Address September 7, 2023 at 2:00:0o PM PST (509) 575-6095 Susan.Knotts@YakimaWA.Gov Public Opening RI PROJECT DESCRIPTION SUMMARY Onboard Integrated Technology System for Yakima Transit Enter Prompt Payment Discount: %/net days We/I will complete project within days. MUST BE COMPLETED NO LATER THEN DECEMBER 15,2023. Delivery Details: FOB Destination, Freight Prepaid, Inside Delivery required ❑ I hereby acknowledge receiving addendum(a) , , (use as many spaces as addenda received) In signing this Proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a Proposal;that this Proposal has been independently arrived at without collusion with any other Proposer, competitor or potential competitor;that this Proposal has not been knowingly disclosed prior to the opening of Proposals to any other Proposer or competitor;that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms,conditions and specifications required by the City of Yakima in this Request for Proposal and all terms of our Proposal. Company Name Company Address Name of Authorized Company Representative(Type or Print) Title Phone ( Fax ( ) Signature of Above Date Email Address 12324P_OnboardlntegratedTechnoogySystem_Transit Page 2 of 93 TABLE OF CONTENTS I. DEFINITIONS 5 The following definitions of terms shall apply, unless otherwise indicated: 5 II. GENERAL INFORMATION 6 1. Introduction 6 2. Scope and Objectives 6 3. Background and Current Operations 6 4. Project Plan and Deliverables 7 5. Contracting Agency and Point of Contact 7 6. Public Records Access 8 7. Proprietary Information 8 8. Requests for Public Disclosure 8 9. Retention of Rights 8 10. Clarifications and/or Revisions to Specification and Requirements 8 11. News Releases 9 12. Proposer Conference and Site Visit 9 13. Examining Documents & Facilities 9 14. Calendar of Events 9 15. Contract Term 9 16. Incurring Costs 10 17. No Obligation to Contract 10 18. Best Modern Practices 10 19. Equal/Approved Equal 10 20. More or Less 10 21. Delivery/Completion 10 22. Delivery Acceptance 10 23. Delivery of Unapproved Substitutions 11 III. PREPARING AND SUBMITTING A PROPOSAL 11 1. General Instructions 11 2. Organization and Format of Required Proposal Elements 11 3. Prohibition of Proposer Terms &Conditions 12 4. Submitting a Proposal 12 5. Multiple Proposals 13 6. Withdrawal of Proposals 13 IV. PROPOSAL GENERAL REQUIREMENTS 13 1. Recap Scope of Work 13 2. Proposer Qualifications 13 3. Staff Qualifications 13 12324P_OnboardlntegratedTechnoogySystem_Transit Page 3 of 93 4. Organizational Capabilities 14 5. Experience Statement 14 6. Points Not Addressed 14 7. Proposer References 14 8. Contract Performance Requirements 14 9. Questionnaire 15 V. TECHNICAL REQUIREMENTS 15 1. Functional Requirements 15 2. Automatic Vehicle Location (AVL) System 15 A. Mapping Functional Requirements 15 A. Tracking Functional Requirements 17 VI. COST PROPOSAL 36 1. General Instructions for Preparing Cost Proposals 36 2. Total Project Cost 37 3. Pricing and Discount 37 4. Price Clarifications 37 5. Price Increases 37 VII. EVALUATION AND CONTRACT AWARD 41 1. Preliminary Evaluation 41 2. Proposer Presentations/Scoring 41 3. Evaluation Criteria 41 4. RFP Evaluation 41 5. Prompt Payment 42 6. Award/Best and Final Offers 42 7. Tied Score 42 8. Tax Revenues 42 9. Offer in Effect for Ninety (90) Days 42 10. Notification of Intent to Negotiate/Intent to Award 42 11. Right to Reject Proposals and Negotiate Contract Terms 42 12. Single Proposal Process 42 13. Protest Procedure 43 VIII. REQUIRED FORMS 44 IX. SAMPLE CONTRACT 50 Exhibit A- To Contract 62 Exhibit B -To Contract 62 Exhibit C -To Contract, FTA 3rd Party Contract Clauses and 2 C.F.R. 200 Procurement Standards ..62 ATTACHMENT A- Fixed Route Vehicles 93 12324P_OnboardlntegratedTechnoogySystem_Transit Page 4 of 93 I. DEFINITIONS The following definitions of terms shall apply, unless otherwise indicated: "Buyer" means the contact person listed on page 2 of this document. "City" means the City of Yakima,Washington. Also referred to as"Owner". "Contract" means written agreement between the "Owner" and the "Contractor" (or"Successful Proposer")that covers the delivery of work to be performed subsequent to this RFP. "Contract Manager" means the individual in the City of Yakima Purchasing Division (Buyer) responsible for managing this RFP and subsequent contractual issues. "Contractor" means a proposer that is awarded a Contract under this RFP and its employees or other personnel (including officers, agents and subcontractors) provided by the Contractor to perform work under this Contract. "Department" means the City of Yakima, Department/Division. "Executive" means the City of Yakima City Manager "Owner" also referred to as City of Yakima. "Project Manager" means the individual in City of Yakima Departments/Divisions and/or an assigned individual from the Contractor responsible for administering day-to-day operational matters of the Contract. "Proposal" means the complete response of a proposer submitted on the approved forms and setting forth the proposer's prices for providing the services described in the RFP. "Proposer" means any individual, company, corporation, or other entity that responds to this RFP. "RFP" means Request for Proposal. "SOW" means Statement of Work. "Subcontractor" means any entity that enters into any agreement with the Contractor to fulfill the requirements and performance obligations of the Contract. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 5 of 93 RFP #12324P Onboard Integrated Technology System for Yakima Transit II. GENERAL INFORMATION 1. Introduction The purpose of this Request for Proposal (RFP) is to provide interested parties with information to enable them to prepare and submit a proposal for Onboard Integrated Technology System for Yakima Transit. The City of Yakima (referred to as "Owner" throughout this document), Transit Division, as represented by City Purchasing, intends to use the results of this solicitation to award a contract for such services. 2. Scope and Objectives The City of Yakima,Transit Division,is requesting Onboard Integrated Technology System equipment and servicing as detailed below. The purpose of this solicitation is to establish a contract for the purchase and, at Yakima Transit's option, installation of hardware and technologies to create a functional, fully integrated technology system for use by Yakima Transit in its public transit fixed route buses. The overall goal is to continue to expand and improve its transportation operations while maintaining or increasing efficiency, customer service, and satisfaction measures in service delivery. The system should include an integrated on-board system with real time passenger information systems and back office systems to include CAD/AVL dispatching, scheduling and reporting with options for additional fixed route scheduling features.The system shall also include Automated Voice Announcements(AVA),Automatic Passenger Counting (APC) and Passenger Wi-Fi hotspot. Optionally, the system will include real-time information signs at transit center for predicting arrival times. The contract resulting from this solicitation may be funded by federal grants. The awarded Contractor shall comply with the entirety of the project-specific clauses set forth in this RFP. It is specifically noted that the Davis-Bacon Act does not apply to the services to be performed as that effort involves no alteration of real property. 3. Background and Current Operations ABOUT THE OWNER The City of Yakima, county seat of Yakima County,was incorporated in 1886 and is located in central Washington State. It encompasses 28.7 square miles in an area of rich volcanic soil.The City is 145 miles southeast of Seattle, and 200 miles southwest of Spokane, Washington. The region is served by rail, highway and air transportation facilities,which have helped develop the City as the commercial and business center of Central Washington.With a 2020 population of 96,968 Yakima is the eleventh largest city in the State of Washington. The City provides the full range of municipal services contemplated by charter or statute. These include public safety (police, fire, and building), public improvements (streets, traffic signals), sanitation (solid waste disposal, sanitary wastewater utility),water and irrigation utilities,transit, community development, parks and recreation, and general administrative services. The City of Yakima lies within Yakima County in the fertile Yakima River Valley.Apples,cherries,pears,grapes,and other fruits, plus a wide variety of field crops and vegetables make the Yakima Valley one of the top agricultural producing areas of the nation. There are over 400,000 acres of Agriculture zoned land within the County which produce over thirty types of fruits and vegetables.With its farm production base,the Yakima area is a major food processing region. 12324P_OnboardIntegratedTechnoogysystem_Transit Page 6 of 93 Adding to the area's economy are over 250 manufacturing firms in the Yakima area that produces a variety of products including wood products, packaging, plastic products, produce and aircraft parts. BACKGROUND Current Fleet: Yakima Transit is a municipal agency of the State of Washington,which provides public transportation services.Yakima Transit currently operates 9 fixed-routes.Yakima Transit provides connecting service to the Yakima Airport, Greyhound, Union Gap Transit, People for People's Community Connector, and the Yakima-Ellensburg Commuter at the Yakima Transit Center.Yakima Transit currently operates a fleet of 26 fixed-routs buses. Routes,operations, and fleet size are subject to change. A current list of fixed route vehicles is attached and can be found in Attachment"A". Current Agency Infrastructure: Yakima Transit currently has Wi-Fi access in all buses. Yakima Transit has GTFS data available and provides customers with real-time bus location information online and with the City of Yakima iBus App. CURRENT OPERATIONS The City of Yakima Transit buses currently have cabling and connections compliant with the Society of Automobile Engineers (SAE)J-1708/1587 or J-1939 network standard,to form a Vehicle Area Network(VAN) connecting to a Mobile Data terminal (MDT)with standard industry farebox(future procurement),automatic passenger controller(APC), automated voice announcement(AVA)controller, interior digital media sign (DMS) for AVA and a cellular router for passenger Wi-Fi ;for common login, operation control and other integrated functionalities. MDTs are also integrated with optional on-board equipment(when purchased)that may include TSP emitters, on-board surveillance systems and maintenance network gateways for vehicle component monitoring. 4. Project Plan and Deliverables A. Currently Needed Hardware 1) The Contractor shall install communications cabling and connections compliant with the Society of Automobile Engineers(SAE)J-1708/1587 or J-1939 network standard,to form a Vehicle Area Network (VAN) connecting a: a. Mobile Data Terminal (MDT) with standard industry farebox (future procurement), automatic passenger controller (APC), automated voice announcement (AVA) controller, interior digital media sign (DMS)for AVA and a cellular router for passenger Wi-Fi; for common login, operating control and other integrated functionalities. b. Further,MDTs shall be able to be integrated with optional on-board equipment(when purchased) that may include TSP emitters, on-board surveillance systems and maintenance network gateways for vehicle component monitoring. 5. Contracting Agency and Point of Contact This RFP is issued by the City of Yakima Purchasing Division.The person responsible for managing this RFP process from beginning to end is the Buyer listed on page 2 of this solicitation. From the date of release of this RFP until a Notice of Intent to Award the Contract is issued, all contacts with Owners employees, and other personnel performing official business for the Owner regarding this RFP shall be made through the Buyer listed on page 2. Contact with other Owner personnel regarding this RFP is not permitted during the procurement process and violation of these conditions may be considered sufficient cause for rejection of a Proposal and disqualification of the Proposer. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 7 of 93 6. Public Records Access It is the intention of the Owner to maintain an open and public process in the solicitation,submission, review,and approval of procurement activities. Proposal openings are public. 7. Proprietary Information Any consideration of proprietary information is the responsibility of the Proposer to object to through the courts following third party notice, not the Owner(City). All information submitted in response to a request for public disclosure will be handled in accordance with applicable Owner procurement regulations and the Washington State Public Records Act (RCW 42.56 et seq.). It is the Proposer's responsibility to defend the determination in the event of an appeal or litigation. Unless otherwise noted, data contained in a proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, documentation, and innovations become the property of the Owner. 8. Requests for Public Disclosure Washington State Public Disclosure Act (RCW 42.56 et seq.) requires public agencies in Washington to promptly make public records available for inspection and copying unless they fall within the specified exemptions contained in the Act, or are otherwise privileged. All documents submitted in relation to this Specification shall be considered public records and, with limited exceptions, will be made available for inspection and copying by the public. It is the intent of the Owner (City) to post all RFP responses online and available to the public after the contract is signed. Marking the entire submittal as "confidential" or "proprietary" is not acceptable and is grounds to reject such submittal. If, in the Owner's opinion, the material is subject to disclosure, the Owner will notify Proposer of the request and impending release which will allow the Proposer 10 days from notice to take whatever action it deems necessary to protect its interests. All expense of such action shall be borne solely by the Proposer, including any damages, attorney's fees or costs awarded by reason of having opposed disclosure and Proposer shall indemnify Owner against same. If the Proposer fails or neglects to take such action within said period,the Owner will release all materials deemed subject to disclosure. Submission of materials in response to this solicitation shall constitute assent by the Proposer to the foregoing procedure and the Proposer shall have no claim against the Owner on account of actions taken pursuant to such procedure. 9. Retention of Rights The Owner retains the right to accept or reject any or all proposals if deemed to be in its best interests. All proposals become the property of Owner upon receipt. All rights, title and interest in all materials and ideas prepared by the proposer for the proposal to Owner shall be the exclusive property of Owner and may be used by the Owner at its option. 10. Clarifications and/or Revisions to Specification and Requirements If a Proposer discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this solicitation, the Proposer has an affirmative duty to immediately notify the Buyer of such concern and request modification or clarification of the RFP document. Unless instructions are specifically provided elsewhere in this document, any questions, exceptions, or additions concerning the subject matter of the RFP document(s) shall not be considered unless submitted via e-mail (no phone calls)to the Buyer listed on page 2, a minimum of five business (5) days prior to the submittal due date. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 8 of 93 In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFP, supplements or revisions will be provided to all known Proposers in the form of an Addendum. All Addenda are posted on www.yakimawa.gov/services/purchasing and www.publicpurchase.com and/or sent directly to interested parties who have registered for updates to this RFP. If any requirements of the RFP are unacceptable to any prospective Proposer, they may choose not to submit a proposal. 11. News Releases News releases pertaining to the RFP or to the acceptance, rejection, or evaluation of Proposals shall not be made without the prior written approval of the Buyer listed on page 2. 12. Proposer Conference and Site Visit PRE-PROPOSAL CONFERENCE/SITE VISIT: A pre-proposal conference will be held at 1:30 p.m.on August 10,2023 in the in the Public Works Large Conference Room, located at the Public Works Facility. Check in at the Kary Annex, 2301 Fruitvale Blvd., Yakima, WA 98902 for directions to the conference Room. Attendance is not mandatory; however, Proposers are STRONGLY urged to attend. If potential proposers wish to call in on a conference line, call Gregory Story, Transit Assistant Manager at 509-576-6422 or Susan Knotts, Buyer II at 509- 575-6095 for instructions at least one business day in advance. 13. Examining Documents& Facilities The Proposer is hereby advised that by submitting a Proposal, he/she is deemed to have studied and examined all facilities and all relevant documents and acknowledged all requirements contained herein before proposing. 14. Calendar of Events Listed below are important dates and times by which actions related to this RFP may be completed. In the event that the Owner finds it necessary to change any of these dates and times it will do so by issuing an addendum to this RFP. DATE EVENT July 31, 2023 RFP Issuance _........................................................_........................._ _... ....................................._............._........................,._..Pre-Pro....osaLConference/Site Visit August 10, 2023 @ 1:30 PM PSTPre-Proposal Conference/Site fee. ite. ................ September 1, 2023 @ 2:00 PM PST Due date for written questions September 4, 2023 Addenda-Written answers to questions September 7, 2023 at 2:00:00 PM PST Proposals Due September 21, 2023 Interviews if needed (target date) I....September 25,, 2023........................_......................_..........._..-... _._._. _._..-................_iIIntent to Award...Issued (target date) October 3, 2023 Signed Contract from Vendor(target date) I October 17,2023 Contract Approved by City Council (target date) The schedule of events after the Proposal due date will be handled as expeditiously as possible but are target dates and these date may change. An Evaluation Team will be formed to evaluate proposals and may or may not choose to interview Proposers. Every effort will be made to notify short-listed proposers of important post- opening dates. 15. Contract Term See Section 3 of Contract. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 9 of 93 16. Incurring Costs The Owner is not liable for any cost incurred by a Proposer in the process of responding to this RFP including but not limited to the cost of preparing and submitting a response, in the conduct of a presentation, in facilitating site visits or any other activities related to responding to this RFP. 17. No Obligation to Contract This RFP does not obligate the Owner to contract for service(s), or product(s) specified herein. Owner reserves the right to cancel or reissue this RFP in whole or in part,for any reason prior to the issuance of a Notice of Intent to Award. The Owner does not guarantee to purchase any specific quantity or dollar amount. Proposals that stipulate that the Owner shall guarantee a specific quantity or dollar amount will be disqualified (e.g. "all-or- none".) 18. Best Modern Practices All work, including design, shall be performed and completed in accordance with the best modern practices, further, no detail necessary for safe and regular operation shall be omitted, although specific mention thereof may not be made in these specifications. 19. Equal/Approved Equal These specifications are intended to be precise where a specific make, model or trade name is requested. Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved equal means that the make, model or trade name will be given consideration if they fulfill the same performance requirements. The City reserves the right to make the decision on acceptability. Each proposer shall clearly identify make, model or trade name of equipment proposed in their proposal. Any equipment proposed as an equal to that herein specified must be substantiated with supporting data to justify such request for substitution. 20. More or Less Quantities are estimated only and shall be bid on a MORE OR LESS basis. For the purpose of comparison, bid proposals shall be made in the quantities listed in this specification. Listed quantities shall not be considered firm estimates of requirements for the year, nor shall the City be bound or limited to quantities listed. Payment will be made only for quantities actually ordered, delivered, and accepted, whether greater or less than the stated amounts. 21. Delivery/Completion Each proposer is required to list on the Cost Proposal form the number of calendar days he/she expects delivery to be made at the destination, in terms of time interval, following placement of each order. Time of delivery is important and will be considered in the evaluation of the Proposals. Failure to include a specific number of calendar days may be sufficient grounds for rejection of Proposal. 22. Delivery Acceptance Delivery will be accepted by Yakima Transit, 2301 Fruitvale Blvd,Yakima,Washington, 98902, between the hours of 8:00 a.m. and 4:00 p.m. Monday through Friday, ready for regular and safe operation. The successful Contractor's personnel making the delivery shall instruct City personnel in maintenance and proper operation of the equipment prior to their departure from the delivery site. All equipment shall have complete pre-delivery setup and service. 12324P_OnboardlntegratedTechnoogysystem_Transit Page 10 of 93 23. Delivery of Unapproved Substitutions Contractors are authorized to ship only those items ordered covered by the contract. If a review of orders placed by the City reveals that an item other than those covered by and specified in the contract have been ordered and delivered, the Purchasing Manager will take such steps as are necessary to have the item(s) returned to the Contractor at no cost to the City, regardless of the time elapsed between the date of delivery and discovery of the violation. III. PREPARING AND SUBMITTING A PROPOSAL 1. General Instructions The evaluation and selection of a Contractor will be based on the information submitted in the Proposal plus references, and any on-site visits or best and final offers (BAFOs)where requested. Failure to respond to each of the requirements in the RFP may be the basis for rejecting a Proposal. 2. Organization and Format of Required Proposal Elements Proposers responding to this RFP must comply with the following format requirements. The Owner reserves the right to exclude any responses from consideration that do not follow the required format as instructed below. Proposals shall be organized and presented in the order and by the numbers assigned in the RFP with each heading and subheading should be separated by tabs or otherwise clearly marked. Tab 1-Table of Contents Provide a table of contents for the Proposal. Tab 2-RFP Signature Sheet Complete and sign the signature Sheet,which is page 2 of this RFP solicitation. Tab 3-Transmittal Letter The transmittal letter must be written on the Proposer's official business stationery and signed by an official authorized to legally bind the Proposer. Include in the letter: 1) Name and title of Proposer representative; 2) Name, physical and mailing address of company; 3) Telephone number,fax number, and email address; 4) RFP number and title; 5) A statement that the Proposer believes its Proposal meets all the requirements set forth in the RFP; 6) A statement acknowledging the Proposal conforms to all procurement rules and procedures articulated in this RFP, all rights terms and conditions specified in this RFP; 7) A statement that the individual signing the Proposal is authorized to make decisions as to the prices quoted and that she/he has not participated and will not participate in any action contrary to the RFP, 8) A statement that the Proposer will be making a number of representations outside of its formal Proposal document in, possibly, discussions, presentations, negotiations, demonstrations, sales or reference material and other information-providing interactions and as such hereby warrants that the Owner can rely on these as inducements into any subsequent contract, and be made a part thereof; Tab 4-Response to General Requirements Provide a point-by-point response to each requirement specified in Sections IV. General Requirements of this RFP. Responses to requirements must be in the same sequence and numbered as they appear in this RFP. Responses that fail to meet the mandatory requirements shall be deemed non-responsive. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 11 of 93 Tab 5- Response to Technical Requirements Provide a point-by-point response to each requirement specified in Section V, Technical Requirements of this RFP. Responses to requirements must be in the same sequence and numbered as they appear in this RFP. State whether if you comply 100%with that particular specification, or indicate that you do not comply 100% and explain how your product/service deviates. Deviation on any item will not necessarily disallow proposal. The Owner shall be the sole judge as to whether a deviation/exception is acceptable, or not. • Provide Support and Upgrade Terms and Conditions with Proposal submittal under Tab 5. Tab 6—Sample Contract and Terms and Conditions The Sample Contract,General and Special Terms and Conditions provided with this RFP represents the terms and conditions which the Owner expects to execute in a contract with the successful Proposer. Proposers must accept or submit point-by-point exceptions along with proposed alternative or additional language for each point. The Owner may or may not consider any of the Proposer's suggested revisions. Any changes or amendment to any of the Contract Terms and Conditions will occur only if the change is in the best interest of the Owner. Proposers may not submit their own contract document as a substitute for these terms and conditions. Tab 7—Required Forms Include here any additional completed forms required in the RFP. Failure to complete and/or provide any required forms may result in disqualification of proposal, including, but not limited to: • Signature Sheet Page 2 • Proposer Questionnaire Pages 44-47 • Proposer References Page 48 • DBE Personnel Inventory Form Page 49 • Buy America Acknowledgements and Certificate Page 66 • DBE Utilization Form Page 73 • DBE Identification & Information Form Page 73 • Fly America Statement Page 76 • Lobbying Restrictions Certification Page 78 Tab 8-Cost Proposal as identified in Section VI. Provide all cost information according to the instructions provided and the Cost Proposal Form on pages 39 and 40. Include all costs for furnishing the product(s) and/or service(s) included in this proposal. Identify all assumptions. Failure to provide any requested information in the prescribed format may result in disqualification of the Proposal. Also include on a separate sheet under this tab a list of all Optional Services and the price for each service. If service is not provided please state so. 3. Prohibition of Proposer Terms&Conditions A Proposer may not submit the Proposer's own contract terms and conditions in a response to this RFP. If a proposal contains such terms and conditions,the City, at its sole discretion, may determine the proposal to be a nonresponsive counteroffer, and the proposal may be rejected. 4. Submitting a Proposal Proposals shall be completely uploaded into Public Purchase.com no later than the date and time listed on Page 2 of this RFP. Late Proposals will not be accepted or evaluated. If you try to submit a Proposal Late,the electronic system will not receive it. If City Hall is closed for business at the time scheduled for opening, for whatever reasons, Proposer's response will be opened on the next business day of the City, at the originally scheduled hour. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 12 of 93 Proposers must submit their response electronically through PublicPurchase.com where they will be kept in an electronic lockbox until date and time of opening. To register as a Vendor/Proposer with Public Purchase, go to www.publicpurchase.com or the City of Yakima website at www.YakimaWA.Gov/Services/Purchasing. The City is not responsible for late proposals due to operator error, electronic malfunction, system errors or interruptions affecting the Public Purchase site and the processing of any proposals. The Purchasing Manager reserves the right to make exceptions for extenuating circumstances. Any sections deemed by proposer to be confidential per Washington State Public Disclosure Act (RCW 42.56 et seq.) shall be separated from the main document and uploaded to Public Purchase in a separate file marked "confidential". All other sections of the response shall be made available to the public immediately after contract signing. All materials required for acceptance of the Proposal by the deadline must be uploaded to Public Purchase. 5. Multiple Proposals Multiple Proposals from a Proposer will be permissible; however, each Proposal must conform fully to the requirements for proposal submission. Each such Proposal must be submitted separately and labeled as Proposal #1, Proposal#2, etc. on the first page of their response. 6. Withdrawal of Proposals Proposers may withdraw or supplement a proposal at any time up to the proposal closing date and time. If a previously submitted proposal is withdrawn before the proposal due date and time, the Proposer may submit another proposal at any time up to the proposal closing date and time. After proposal closing date and time, all submitted Proposals shall be irrevocable until contract award. IV. PROPOSAL GENERAL REQUIREMENTS The purpose of this section is to provide the Owner with a basis for determining a Proposer's capability to undertake this Contract. Responses to this Section will be scored. 1. Recap Scope of Work The proposal should recap the Scope of Work to provide a detailed approach to be used in conducting the Implementation and amenities study project. Contract shall include example of past implementation project plans and amenities studies. 2. Proposer Qualifications Proposer must have at least three (3)years of experience in successful. 3. Staff Qualifications Staff involved within the scope of this project must have at least five years of experience in. Identify and provide a resume for the Project Manager that will be assigned to this project and any additional projects they will be involved in during the Contract term.The Project Manager will be the primary point of contact for Owner and must be available on an as-needed basis. Describe how the Project Manager will guarantee availability to Owner during the entire duration of the project. Identify additional key personnel from your company that will be assigned to this contract, including their current job title and the role they will play in the project. For each staff person, attach a brief resume with any pertinent 12324P_OnboardlntegratedTechnoogySystem_Transit Page 13 of 93 licenses or accreditations and give at least one (1) example of a project where the staff provided similar services to an organization with needs similar to those described in this RFP. Identify the Account Manager who will be handling all invoices and billing and will serve as the account main point of contact for this contract. If any of these contacts change during the contract term, the Contractor shall verbally notify the Owner within twenty-four(24) hours of change and follow up in writing within five (5) business days of the date of change. 4. Organizational Capabilities Describe your company's experience providing services similar to those required by this RFP to customers of comparable size, scope and circumstance. Provide an organizational chart for your company and include an issue escalation process used to resolve any potential issues between the Owner and the Contractor during the Contract term. 5. Experience Statement A. Describe when the Contractor was founded and provide a professional history of the Contractor and its principals. B. Describe Contractor's relevant experience and relate that experience to your understanding of the skills necessary to complete this contract. C. Identify examples of contracts and experience with public agencies. D. List any contracts that were terminated prior to end of contract term in the last 10 years. 6. Points Not Addressed Proposers are encouraged to list any points not addressed in these specifications that they feel improve or enhance the operation of their unit. 7. Proposer References The Owner will determine which, if any, references are contacted to assess the quality of work performed. The results of any reference checks will be provided to the Evaluation Team for this RFP and will be used when scoring the written proposal. Using the form provided, submit at least three (3) references (preferably from WA State or Northwest transit agencies) who can attest to the Contractor's experience as it relates to implementation services for changes to Yakima Transit's fixed route bus system.The references must include current contact name,title,address,e-mail address, and telephone. Include a clear, concise description of the project. 8. Contract Performance Requirements Proposer must agree to provide all deliverables identified in Section II.,Scope and Objective. A. Within five (5) business days of Contract award, Contractor must provide a final work plan to Owner that identifies a chronological outline of all activities related to the project, key timelines and the deliverables that will be provided which shall include all deliverables identified in Section V. B. Contractor's analysis must,at a minimum,identify potential efficiencies and unnecessary duplication of efforts and process redundancies. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 14 of 93 9. Questionnaire Proposer must complete the Proposer Questionnaire Form in Section VIII and submit it with their proposal response. V. TECHNICAL REQUIREMENTS Responses to each requirement must indicate that the Proposer either "does comply with the requirement or "does not comply". No explanation is required, as non-compliance with any of the following requirements will result in proposal resection and remove that Proposal from further consideration. If Proposer feels the Mandatory Proposal Requirements are proprietary,contact the Buyer listed on the Signature Sheet to determine if requirements should be changed. 1. Functional Requirements A. The selected Contractor shall provide hardware, all brackets, nuts, bolts, connectors, and all integration and installation necessary to provide a fully operational system for each vehicle. B. The project management services to be provided include, but are not limited to,those related to management and coordination of ITS component compatibility,testing of installed ITS equipment to ensure proper functionality, and other functions as needed in the successful deployment of ITS components. C. Specific responsibilities of the successful proposer will include, but will not be limited to,the following: 1) Coordinate the installation of, or if so requested by City of Yakima, physically install, ITS components (hardware and software) on fixed route vehicles. 2) Testing of ITS components before, during, and after installation to ensure proper functionality. 3) Ensure compatibility and coordination of effort and information between the various ITS components (e.g.Single-button settings,shared GPS,wireless communications, etc.) 4) The proposed solution will be a cloud solution. The Contractor must supply all hardware, operating system software,application software and applicable licensing to support the appropriate number of users. 5) All hardware, purchased or replaced, must be new, compatible and successfully and seamlessly interface with the current software. 6) All hardware installed on the vehicle must be able to withstand the harsh environment of a public transportation bus.Hardware must be able to function within temperatures of-16.1°F below zero and 109.0°F above zero, Fahrenheit. 7) Maintenance and upkeep of ITS components per contractual requirements. 2. Automatic Vehicle Location (AVL)System A. Mapping Functional Requirements 1) Several basic features must be available when using the mapping component, including: a. Pan, zoom in, and zoom out of the map, using both the mouse and shortcut keys b. Undo pan and zoom actions. c. Mini-map display that allows the dispatcher to see Yakima Transit's service area and to quickly select an area to see on the main map. d. Latitude/Longitude and address must be displayed at the location of the mouse pointer on the map. 12324P_OnboardlntegratedTechnoogysystem_Transit Page 15 of 93 e. Ability to hide or display Bus stops on the map. Bus stop information including stop name, routes served, and upcoming bus arrivals can be viewed when bus stop is shown. 2) Mapping tools must be provided that include: a. Proximity Circle tool that will display all vehicles within a certain, user-selected radius of a given address point.This circle should generate a list of vehicles within its boundary.Search results can also include different map layer elements.Tool can also be used to display a table of the closest vehicles to a given address point (as the crow flies). b. Address search. c. Point of interest search. d. Ability to locate a vehicle, facility, bus stop or point of interest within a specified proximity to a point on the map. e. Distance tool that will display the distance between 2 or more specific points.This must provide the user the option of distance as the crow flies, or by street segments. f. It must be possible to open a secondary AVL window that contains the same map functionality as the primary AVL window.The secondary window must be able to be opened or closed as required, typically to temporarily monitor specific vehicles or routes. 3) Map attributes and layers must include: a. Map Views: multiple views must be supported, consisting of the various layers that a user wants to display on the AVL map. i. Map views must be able to be toggled in real-time. ii. Street names should be displayed at a defined zoom level. iii. Display of information associated to GIS elements in ESRI format shape file(s). b. Route Visualization: i. Routes should be able to be hidden or shown individually. ii. Locate route:the map should pan and zoom to display the whole route. iii. A route's display must consist of a set of lines and stops.The choice of line for individual routes should be configurable. iv. It must be possible to show time points, pattern points, RSA corridors and non-display patterns for visible routes. c. Facility Visualization: User must be able to display or hide any facilities i. Facilities should be able to be hidden or shown individually. ii. Locate facility: the map should pan to display the facility and indicate the facility's location. iii. A facility's display must consist of an icon, and an icon's shape, color, and size must be configurable. d. Geofence Visualization: Users must be able to create geofences i. Geofences should be able to be hidden or shown. ii. Locate geofence: there must be a means for the user to pan the display to a specific geofence and indicate the geofence's location. e. Vehicle Attribute Visualization: From the map view the user must be able to select a vehicle icon and configurable text should display the vehicle's current information (including vehicle type, schedule adherence status, and route adherence status) i. Vehicle ToolTip: hovering over a vehicle with the mouse must display configurable information about that vehicle. 12324P_OnboardlntegratedTechnoogysystem_Transit Page 16 of 93 3. Vehicle Tracking Functional Requirements A. Tracking Functional Requirements 1) Software must provide a vehicle table that displays relevant information about the Yakima Transit vehicles, including: a. Location, Route and Schedule Adherence,Current Work and GPS Troubleshooting. b. Quick View Pane: Displays the most relevant information of the selected vehicle c. Vehicle Detail: User will be able to view vehicle details including: i. Vehicle Information: Make, Model,Year,VIN, License plate ii. Schedule and route adherence status iii. Assignment Status(logged on/off, pulled in/On out,Assignment) iv. Event Type associated to that vehicle v. Communication status(in/out of coverage) vi. User entered notes vii. List of installed devices viii. Reporting Rates Configuration ix. Location information x. Current Work xi. Current Passenger Capacity xii. GPS status xiii. Fuel Configuration (fuel type &consumption rates) 2) Locate vehicle function: the map view must be able to automatically pan and display the vehicle and indicate the vehicle's location. 3) Follow vehicle function: must provide a map view that automatically pan to a specified vehicle and continue to pan the map to keep the vehicle displayed on the screen. 4) Poll vehicle: poll a selected vehicle to obtain its current GPS location in real-time. 5) Vehicle reporting rate control: be able to change the GPS reporting rate of a vehicle or group of vehicles. 6) To minimize wireless costs schedule adherence should be calculated on the vehicle and only reported to Dispatch when there is an exception to a configurable adherence window. 7) Text Messaging:Send a text message to selected vehicles. 8) Vehicle Filters: Users must have the following tools when viewing vehicle details: a. Global filters should be able to be created by Yakima Transit, as well as individual ones by the dispatcher. b. Vehicles should be able to be filtered by their GPS properties (GPS status, antenna functionality, GPS reporting). c. Vehicle filters should be able to be created based on the following criteria: i. The vehicle geographic location ii. The vehicle type iii. Vehicle GPS properties(GPS status, antenna functionality) iv. The vehicle garage (Facility) v. The vehicle current route vi. Individual vehicles 9) It must be possible to temporarily increase a vehicle's location reporting rate. 4. Mobile Data Terminal (MDT) A. Hardware Functional Requirements 1) The MDT and all other on-board equipment must be of commercial (not consumer)grade and ruggedized 12324P_OnboardlntegratedTechnoogySystem_Transit Page 17 of 93 to operate within a transit environment. 2) The MDT In-Vehicle Hardware shall include the following: a. A color display and touch screen for driver input. b. Computer processing and operating system for the MDT software. c. Hard-wired connections to the vehicle interfaces and between the in-vehicle peripheral equipment (e.g. AVA system, APCs, integrations to headsigns and fare boxes as specified). Wireless links in the Vehicle Area Network (VAN) or between the MDT and the VAN are not acceptable. d. Antenna systems internal to the MDT for GPS, Wi-Fi and cellular data are preferred to minimize the need for extra cabling and antenna installations on the bus and negate tampering. 3) MDT Specifications (minimum): a. Memory i. Internal SD card for flash memory, upgradeable to 32 GB ii. External SD card socket b. GPS/AVL i. Integrated 50-channel GPS receiver with internal antenna (connector for optional external antenna) c. Wireless Modems Cellular Access i. Integrated modem for public data network (e.g., EVDO, HSPA, LTE) ii. Certified by proposed carrier iii. Integrated 802.11/b/g/n Wi-Fi data modem with internal antenna (connector for optional external antenna) iv. Optional Bluetooth capabilities d. User Interface i. Color display with touchscreen ii. Multi-button keypad w/LED backlight(able to configure function of keys) iii. Ambient light sensor for automatic backlight adjustment (also with driver adjustable backlight control) e. Adjustable mount hardware for the MDT.The mount hardware will allow drivers to reposition the angle and tilt of the display. f. Cabling for connections to the applicable on-board equipment, antennas, power, and ignition switch. B. Software Functional Requirements 1) The MDT Software should provide the vehicle operator with the following information/functionality: a. Driver Log On screen that appears immediately after the Mobile Data Terminal powers up. The driver will be prompted to enter his Driver ID and PIN number. b. Driver Log On should automatically act as log on to other connected ITS systems on the vehicle, such as: i. Head sign ii. Voice Annunciator(AVA) iii. Automatic Passenger Counter(APC) iv. Farebox c. View of work assignment with stop arrival/departure times. This information will be updated as stops and time points are passed. d. Route Adherence Status. e. Schedule Adherence Status i. Adherence status should be calculated and displayed on the MDT for timely action by the operator. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 18 of 93 ii. Acceptable schedule adherence should be based on a time window that can be configured by the CAD/AVL system administrator. iii. Only schedule adherence exceptions should be transmitted and displayed for the Dispatcher to minimize wireless data usage. f. Manual Passenger Counting Capability i. A MDT screen should be available to Drivers to assist with counting of passengers boarding and alighting. ii. Passenger counting screen shall be configured to automatically be displayed to the Driver when the door(s) open. iii. Minimal button presses shall be required by Driver to record the number of passengers that have boarded or alighted before departing the stop. Vehicle load data shall be calculated and made available to the Driver on the MDT. iv. Count and vehicle load information shall be sent back to the office CAD/AVL software automatically over the wireless network after departing each stop. v. MDT should allow for bus operator to manually enter different fare types in the absence of an automated farebox. g. Two-Way Messaging i. A selection of canned messages (as defined by Yakima Transit) will be available to the Driver on the terminal. The Driver can send a message to Dispatch with a minimum of distraction, and only when the vehicle is not in motion. ii. The Driver will be able to receive the following message types from the Dispatch software: a) Normal Messages—These text messages appear in the Text Message summary screen and can be viewed by the driver at their convenience. b) Priority Messages: If the vehicle is in motion when a message is received the Driver will be alerted with a sound. When stopped, these messages will pop up on the driver display and require the driver to press a key to verify that the message has been received and read.The message will not be removed from the screen until the driver acknowledges the message. c) Response Required Message: The operator must respond to the message with either a Numerical value (keypad to be provided on touchscreen) or by using YES/NO touchscreen keys. iii. RTT/PRTT- a driver may send a Request to Talk (RTT) or Priority Request to Talk (PRTT) message to a Dispatcher via preconfigured RTT and PRTT button on the MDT. iv. Once a RTT/PRTT message is delivered to the central system, it will be shown on the dispatcher's event screen,together with the time received.The dispatcher can then take the appropriate action with their existing radio system to set up a voice call with the driver. h. Provide interface with additional onboard devices (APC, annunciator, LED signs) for triggering actions at designated locations. C. General MDT Operations/Information 1) The following information and functionality shall be available on the MDT: a. GPS status of the vehicle will be displayed,to show GPS lock or no-lock status. b. The software version of the application will be shown c. A control should be provided to the Driver to adjust the display backlight intensity. d. A control should be provided to the Driver to adjust the speaker volume. e. The software will have a function key that can toggle the screen graphics back and forth from a daytime version to a nighttime version.The daytime graphics will be designed for good readability under well-lit conditions,while the nighttime graphics will be designed for dark conditions. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 19 of 93 D. Communication Functionality 1) The MDT Software will be capable of the following communication features: a. When sending messages over the wireless network, the MDT must be capable of queuing messages in a buffer and repeatedly attempting to deliver them to the host application. Each message type must be configurable to attempt delivery indefinitely or to attempt delivery only for a fixed period of time after which the message will be discarded.This sending method is known as STORE and FORWARD. b. When sending messages over the wireless network, the MDT must be capable of sending messages that are sent only once, regardless of whether they are acknowledged. This sending method is known as SEND and FORGET. E. MDT Management Software 1) The system must allow Yakima Transit to remotely download new software and files to the mobile data terminal, including at a minimum: a. Ability to remotely deploy both application updates as well as complete operating system updates over-the-air, including: i. Mobile applications and operating system updates ii. Bus schedules iii. Annunciator message files b. Support for scheduling of over-the-air pushing and installation of software updates. c. Compression and packet-level resume of transfers to minimize over-the-air data. F. Remote Diagnostics of the MDT 1) Over-The-Air Functionality Include: a. Graphical dashboard allowing users to monitor fleet health at a glance. b. Ability to remotely obtain screen captures of any in-vehicle MDT. c. Ability to remotely access the registry and file system of MDTs. d. Ability to start/end individual processes on any mobile terminal wirelessly. e. Ability for units to automatically report critical event information and logs to the server for analysis. f. Ability to notify system administrators via email when critical events occur on MDTs, and the ability for system administrators to view events. G. Accurate Record Keeping 1) The system must automatically catalogue all programs and updates sent to the terminals, replacing error- prone manual record keeping.The system should quickly determine which units are due for an upgrade. 2) Comprehensive reporting suite with reports ranging from monthly MDT data usage to complete MDT software version information. H. Retrieve Files Remotely 1) The system must provide data logging capabilities that can remotely retrieve data log files such as GPS or speed logs for immediate use in emergency situations. 5. MDT/AVL Reporting A. Functional Requirements 1) The MDT In-Vehicle Hardware must have the capability to report AVL/GPS information to the dispatcher 12324P_OnboardlntegratedTechnoogySystem_Transit Page 20 of 93 center in each of the following ways: a. Event Based Reporting — When a function is performed (e.g. door opening, bus off route, speeding, etc.) the location of the vehicle is reported along with any data relevant to the performance of that particular function. b. Distance Traveled Reporting— every time the vehicle has moved a predetermined distance the Mobile Computing Device automatically reports the vehicle's location to the host AVL system.The advantage of this method is that it eliminates unnecessary reports from vehicles that have not moved from their previously reported positions. c. Time Elapsed Reporting—every X minutes(X being a predetermined value)the MDT automatically reports the vehicle's location to the host AVL system.The reporting rate should be configurable for single vehicles or groups of vehicles from the Host-end Application software. d. Hybrid GPS Reporting — system that incorporates the advantages of all three of the preceding methods.The key idea of AVL is to receive information ONLY WHEN desired and not waste airtime sending GPS information that is not useful to the dispatch operations. e. Poll-on-Demand—MDT capable of reporting GPS based on an AVL poll request message from the Host-end Application Software. f. Maximum Report Rate—MDT unit can be set to report GPS not more than every X minutes. E.g., the MDT unit can be set to not report GPS more than once a minute to conserve air time and bandwidth. g. Emergency—Reporting rates can automatically be adjusted in the case of an emergency. 6. Automated Voice Annunciation System (AVA) A. Functional Requirements 1) Meet the requirements of the Americans with Disabilities Act (ADA). 2) Automatically announce and display recorded information about each stop, major intersection, key locations,transfer opportunities,and route destination in each Yakima Transit fixed route vehicle prior to arriving at that location; and 3) Provide the ability for authorized personnel to record the announcements and construct the related text at a centrally-located location, transferred to buses and to have those announcements associated with the appropriate trip. 4) An AVA shall be installed on each Agency fixed-route vehicle. 5) Announcements shall be created utilizing text-to-speech technology. a. Programming a new announcement should be as simple as typing it in a text file in a desktop application. b. 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. c. It must be easy to quickly and easily create custom dictionaries. d. English and Spanish language must be supported. e. If possible,Yakima Transit should be able to utilize pre-recorded .wav file announcements. 6) The AVA shall function as follows: a. As each Yakima Transit fixed route vehicle approaches a stop, major intersection, or other designated location,a digitally-recorded announcement shall be automatically made over the on- board public address (PA) system speakers (it is the responsibility of the proposers to test the vehicle PA system speakers for proper operation and provide speakers or replace speakers as needed)and displayed on an LED sign inside the vehicle to inform passengers about the next stop. b. The volume of the announcements shall be automatically adjusted according to the noise level on the vehicle at the time. c. No vehicle operator interaction shall be required to operate the annunciation system. However, 12324P_OnboardlntegratedTechnoogySystem_Transit Page 21 of 93 the vehicle operator shall have the ability to manually operate the system whenever it is deemed appropriate to do so. Further,the vehicle operator's use of the on-board PA system shall override any automated announcements. 7) In the event that a vehicle is operating off-route, the automated announcements/displays shall not be made.The system shall detect reacquisition of the route, at any point along the route, and automatically determine and announce the next valid bus stop or other designated location. Off-route and on-route detection and recovery shall be automatic and not require operator intervention or action, nor shall it require the vehicle to be driven to special reacquisition points. 8) The location information announced/displayed shall be the name of the stop, the location of the stop (if different from the stop name), transfer opportunities (if the potential route is currently operating), and other information to be determined at a later date (e.g., points of interest located close to the stop).The annunciation system shall use the vehicle location information from the AVL to trigger these announcements on-board the vehicle whenever the vehicle enters a "trigger zone." A trigger zone is a user-defined area that is located just prior to each stop location configurable by the vehicle on both a global basis or as superseded on a stop-specific basis. For example, the trigger zone may begin 800 feet before each stop or other announcement location. 9) Optionally, at each stop, as the doors are opened for passenger boarding, a route/destination announcement shall be made outside the vehicle. The volume of the external announcement must be able to be set globally dependent on the time of day and location that the announcement is being made. 10) In addition to next stop announcements/displays, the annunciation system shall be capable of making time-based, location-based and vehicle operator-initiated announcements/displays. Time-based announcements/displays shall be programmed to be made on-board the vehicle at specific times of the day, days of the week, or within specified time periods. Separate announcements/displays shall be programmed to be made on-board the vehicle when that vehicle is at a specific location(s). 11) Vehicle operator-initiated announcements/displays (e.g., safety-related announcements) shall be programmed to be made at the vehicle operator's discretion. The system shall be able to store up to a total of 99 time-based, location-based and vehicle operator-initiated announcements/displays on the MDT. 7. In-Vehicle Hardware Requirements A. The AVA shall utilize the AVL MDT to the extent possible to provide the following capabilities: 1) Automatically initiate audio announcements and sign displays; 2) Communicate with the AVL system and other on-board systems, as necessary; and 3) Provide the vehicle operator with manual control of the system, if necessary; 4) Dual-channel high fidelity audio capable of playing simultaneous internal (and optional external) announcements; 5) Two built-in 20-watt amplifiers; or whatever size to sufficiently be audible. 6) Noise-sensing device for each audio channel, which shall automatically and independently adjust each channel's volume as appropriate in response to ambient noise detected; and 7) Independent volume control for each audio channel, automatically adjusted for ambient noise. 8. In-Vehicle LED Signage A. Functional Requirements 12324P_OnboardlntegratedTechnoogySystem_Transit Page 22 of 93 1) The internal LED display sign for each fixed route vehicle shall display coordinated text from the AVA system to display the following: a. Current date and time of day b. Stop Requested announcements c. Next stop announcements d. Landmark or attraction announcements e. Yakima Transit generated PSA announcements 2) The LED sign shall meet all ADA requirements for internal signage 9. Automated Passenger Counter(APC)Systems A. Functional Requirements 1) Contractor must provide Automatic Passenger Counter (APC) equipment to collect passenger boarding and alighting counts on the vehicles and report counts back to Yakima Transit's CAD/AVL software. 2) Each doorway on an equipped vehicle shall be fitted with one or more APC sensors. 3) The APC sensors for each doorway will be mounted above the doorway passage, involving the use of infrared beam technology and no need for direct contact with passengers. 4) Floor treadles shall not be incorporated into the doorway sensor design. 5) The APC sensor for each doorway shall be connected to a single APC controller. a. The APC controller shall be connected to the standard SAE J-1708/J-1587 or J-1939 VAN Vehicle Area Network(VAN)to enable communication with the MDT. b. The APC sensors may alternatively be each connected directly to the J-1708/J-1587 or 1-1939 Vehicle Area Network (VAN) to enable communication with the MDT without any intermediate APC controller. 6) Counts the number of passengers boarding and alighting at each stop, separately for each doorway. 7) Stores the boarding and alighting counts on-board,for each stop and doorway, including the GPS latitude and longitude for the stop location as well as the current date,time, block, route and trip. 8) Maintains the current vehicle occupancy, based on the cumulative boardings and alightings. 9) Assigns count records to stops based on GPS locations. 10) Transfers the stored counts date to the central transit management system via the cellular or wireless network. 11) Receives and implements APC subsystem software and data updates, from the central transit management system,via the cellular or wireless network. 12) Provides a combination of pre-defined reports and the ability to create ad-hoc reports based on the APC data. 13) Supports data post-processing to improve the accuracy of the APC data. 14) Provides interface between APC post-processed data and standard GIS systems for service planning analysis. B. APC Performance Requirements 1) The doorway sensors shall be able to count and differentiate between boarding and alighting passengers. 2) The doorway sensors shall be able to separately count successive passengers that are walking as close together as is practicable, either one behind the other or side by side. 3) The doorway sensors shall be able to count the moving passengers with heights between 1 meter in height 12324P_OnboardlntegratedTechnoogySystem_Transit Page 23 of 93 and a maximum height of the doorway. 4) The doorway sensors shall be able to count moving passengers with speed between 0.1 and 3 meters per second. 5) The doorway sensors shall be able to separately count a small child being carried by another passenger. 6) The doorway sensors shall not register as multiple passengers the passage of a single passenger that reaches into or out of the doorway passage, or is swinging their arms, while passing through the sensor beams. 7) The doorway sensors shall not separately count objects carried by passengers such as shopping bags or umbrellas. 8) Boarding and alighting counts shall only be recorded when the doorway is open. This will avoid any counting of passengers moving in the vicinity of the doorway passengers between stops. 9) Boarding and alighting counts shall only be recorded when the vehicle MDT is logged into the revenue service run. If there is a bus breakdown and passengers need to transfer to a replacement bus, this will allow the passenger transfer to be done with both buses logged out of the run so the transferring passengers are not erroneously double-counted. 10) The percent error for boarding or alighting counts at a given doorway, measured at a given stop, shall be calculated as:absolute value of(measured count minus observed count) divided by(observed count). For example, if 7 passengers were observed boarding through the front door at the stop and the APC system recorded 8 passengers boarding,the percent error would be 1/7(i.e., 14%) 11) The average percent error for both boardings and alightings for each vehicle doorway shall be 5%, under the full range or ambient illumination conditions and for ambient temperatures. 12) A sample of at least 50% error observations shall be collected at various revenue service stops, for both boardings and alightings at each vehicle doorway, and the average percent error for each sample shall be within the range 3%to 7%. 13) The APC subsystem shall be interfaced with a wheelchair lift sensor, with the number of wheelchair lift operational cycles at each stop is also recorded. 14) For each stop, a data record shall be created to store the number of boarding and alighting passengers for each doorway and the number of wheelchair lift activations. 15) Each data record shall include the current GPS latitude and longitude (if the GPS receiver indicates that it currently has GPS lock), as well as the current date/time, block,vehicle number,vehicle operator ID, run number, route and trip number. 16) The date/time of any separate APC controller shall be updated at least one per day from the MDT. 17) Data records may be stored in either the APC controller or the MDT, with sufficient on-board memory capacity to allow for storage of at least 72 hours of APC data. 18) On-board memory shall be non-volatile storage so that a power supply is not required to retain the stored APC data records. 19) The APC controller shall be connected to the MDT to support annual and as-needed calibration of the doorway sensors and review of stored data records. C. APC Installation Requirements 1) APC sensors shall be mounted to avoid any protrusions into the doorway passage, with sealed windows for the infrared beams. 2) Cabling to the doorway sensors shall be shielded and routed to avoid sources of electromagnetic interference, such as fluorescent lighting ballasts. 3) The doorway sensors and APC controller shall be mounted in locations that are not accessible to the 12324P_OnboardlntegratedTechnoogysystem_Transit Page 24 of 93 driver. 4) The alignment of the doorway sensors shall be calibrated after installation, to establish the alignment settings for each vehicle that achieve the most accurate performance (and the calibration settings for each vehicle shall be documented for future reference by Yakima Transit). D. APC Test Requirement 1) The Test Procedures shall be prepared by the Contractor and accepted by Yakima Transit prior to the start of any acceptance testing. The Test Procedures shall define which specification performance requirements are to be demonstrated through each of the following stages of acceptance testing. The Test Procedures shall define for each performance requirement the test stage, test procedure and the test result that would constitute a successful demonstration of the performance requirement. E. Factory Acceptable Testing 1) Factory Acceptance Testing shall be completed prior to any installations of the APC subsystem. 2) Factory Acceptance Testing shall use a complete bench test configuration for the APC subsystem that would be installed on a single vehicle, at a facility provided by the Contractor such as their factory. 3) The bench test configuration shall include at minimum the following components: (1) doorway sensors installed in two doorway passages with dimensions corresponding to the doorway passages in the actual Yakima Transit vehicles to be used; (2) integration of the doorway sensors with the APC controller and MDT(or directly with the MDT),to allow the boarding and alighting counts for test passages through each doorway to be reviewed; and (3) integration with simulated doorway closure sensors. F. Proof of Performance Testing 1. Proof of Performance Testing shall be completed after APC subsystem installation for each vehicle. 2. Proof of Performance Testing shall use the complete configuration for the APC subsystem installed on each single vehicle, at the vehicle installation facility provided to the Contractor by the Yakima Transit. 3. The installed vehicle configuration shall include at minimum the following components: (1) doorway sensors installed and calibrated in all doorway passages; (2) integration of the doorway sensors with the installed APC controller and MDT (or directly with the MDT), to allow the boarding and alighting counts for test passages through each doorway to be reviewed; and (3) integration with the doorway closure sensors. G. Subsystem Integration Testing 1. Subsystem Integration Testing shall be completed after the APC subsystem has been integrated with the on-board and central systems. 2. Subsystem Integration Testing shall use the APC subsystem installed on all equipped vehicles, with the central system at Yakima Transit. 3. The installed test configuration shall include at minimum the following components: (1) integration of the doorway sensors (and any APC controller) with the MDT, based on the standard SAE J-1708/J-1587 or J- 1939 VAN on the vehicles; and (2) integration with the cloud capabilities for bulk data exchange with vehicles and for performing post-processing and reporting for APC data. 10. APC Back Office Reporting A. Functional Requirements 1) The passenger count information received from each vehicle must be used to generate reports for Yakima Transit. Yakima Transit prefers that this functionality reside within the CAD/AVL component and not a 12324P_OnboardlntegratedTechnoogySystem_Transit Page 25 of 93 separate APC data software module. 2) Contractors shall describe the reports available from the passenger count data and provide sample reports in the proposal. 3) At a minimum the following reports shall be available from the passenger count data: a. Count of passengers on and off at a specified stop by: i. Time of day ii. Day of week iii. Specific day,week, month, or year b. Ridership by: i. Route ii. Trip iii. Day of Week iv. Specific day,week, month, or year 4) An option should be included to allow users to adjust the APC counts in the database if erroneous data is detected by the user. 11. Passenger Wi-Fi Hotspots A. Functional Requirements 1) The proposed system shall include a Wi-Fi hotspot to provide passengers with Internet service for the duration of their trip. 2) The Wi-Fi device must work with Yakima Transit's current cellular provider—Verizon Wireless. 3) Yakima Transit should be able to configure the Wi-Fi hotspot with regards to the following: a. Content blocking. b. Time limits for users. c. Timeout period for inactivity. d. Bandwidth throttling to ensure primary on-board systems have adequate bandwidth. 12. Passenger Information Systems A. Passenger Information Portal (Website/Mobil App) Functional Requirements 1) The Passenger Information Portal is defined as a website and/or mobile application that allows passengers to get real-time bus information, departure times and bus locations on either a desktop PC or mobile device such as a tablet or smartphone. 2) Passenger Information Portal must utilize the latest in responsive website design that can automatically accommodate various screen sizes ranging from smartphones,to tablets to desktop PCs. 3) Passenger Information Portal must be allowed to integrate with Yakima Transit website (www.vakimatransit.org)to allow users to access the portal from Yakima Transit website. 4) Passengers must be able to access real-time bus schedule information on the portal including map views, an integrated trip planner,and static schedule information for their chosen route(s). Bus location positions (icons)should update without the need for refreshing. 5) The Passenger Information Portal must provide Riders with access to Yakima Transit's posted schedule. Users should be able to select a day in the future and have the system display the standard, posted departure times for the route specified. 6) The passenger information system must actively receive static route,schedule,and stop information from the scheduling/CAD/AVL system so that changes to route locations,stop locations,and bus schedule times are automatically propagated to the passenger information system without administrator involvement. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 26 of 93 7) Passengers must also be able to see the real-time position of buses on temporary route segments that were created in the scheduling/CAD/AVL system for detours or service interruptions. 8) 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, and the direction they are traveling. Users must have the ability to select one, some, or all routes on the map that they wish shown, and each route should be drawn in a separate color. 9) The user must be able to click their mouse pointer on any bus and see its route identifier, bus#,and arrival information for that vehicle's next few stops. ETAs to the next few (configurable) down-line stops should be displayed. If the bus is equipped with APCs the bus information should also include the current passenger load of that bus. 10) Hovering the mouse pointer over any bus stop must return the next few buses to arrive through the stop. Shared stops(those on multiple routes) should be clearly shown as such. ETAs must be provided for each bus enroute to that bus stop (e.g.: if two buses are on their way to a bus stop,there shall be two arrival time predictions). B. Subscription Alerts and Notifications Functional Requirements 1) Passengers must have the ability to sign up for a user account in order to configure and receive transit bulletins, or departure alerts for stops and routes they are interested in. 2) Passengers who sign up for a rider information account must be able to receive automatic transit bulletins and notifications for the specific routes they wish. 3) Once created, passengers should be able to easily log into their account using their existing Facebook or Google accounts. 4) Passengers must be able to choose to have their notifications delivered via SMS text message, voice call (with optional IVR), or email. 5) Passengers must be able to configure their notifications to be a single use, or a recurring alert for their daily commute C. SMS Real-Time Information - Functional Requirements 1) Passengers must be able to text message Yakima Transit using a designated five or six digit SMS short code. 2) 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, using real-time information for those buses within the prediction window, and scheduled times for those buses outside the real-time window. 3) SMS users should be able to get up to the minute information quickly without needing to repeatedly text the route number and stop code. D. Integrated Trip Planner Functional Requirements 1) The Passenger Information Portal must include an integrated Trip Planner. Passengers must be able to enter a starting location, ending location, as well as departure or arrival days and times then the Trip Planner will return transit trip options available to the rider and highlight their route on a map. When entering starting/ending locations,the system should not require the user to know the exact address, but be able to provide a list of closest matches based on a descriptive name (e.g. YVC, Walmart, etc.). User should be able to save their favorite locations, routes or stops. E. Portal Administration Functional Requirements 12324P_On boa rdlntegratedTechnoogySystem_Transit Page 27 of 93 1) Authorized Yakima Transit administrators shall have access to the passenger information portal configuration settings. Portal configuration settings must allow the administrator to specify: a. Display units(i.e. standard or metric) b. How many bus stop times(1-4)will be shown c. Country restrictions for location searches d. Define default location when a user's smartphone has its geolocation disabled e. Real-time information refresh rates 2) The Administrator shall be able to configure how the portal will be displayed, and at a minimum provide the ability to: a. Import logos to be displayed on the browser header b. Import icons to be displayed when users add the webpage link to their mobile device home screen. c. Specify footer content d. Specify colors for visual elements on the web page (e.g.text, background color, button color) e. Specify if display patterns, real-time bus capacity and traffic layers are to be shown. 3) Administrators shall be able to configure and select display icons for up to five additional navigation menu links that can be used to open an external page or custom page. 4) Administrators shall have the ability to enable the SMS function and configure settings in such areas as, provider details, response length and timeout duration. 5) An optional IVR function should be available complete with the ability to configure voice and language selection, and maximum route and bus time announcements.Administrators shall be able to manage the messages users will hear. 6) Google Analytics-System must support the ability to track website usage,trends and all other information collected by Google Analytics. 7) A tool must be provided that allows Yakima Transit to export schedule data in the general transit feed format (GTFS) for integration with Google's Trip Planning web site, as well as 3rd-party developers who adhere to the GTFS format. a. The export function must include a validator to ensure the data is compliant with current GTFS format standards. F. Real-Time Informational Signs (Optional) Functional Requirements 1) Passenger information system shall provide real-time bus arrival information through the use of signage system. a. The signs shall be installed at the Agency transit center. 2) Information on the signs must be fully integrated and in coordination with the other Passenger Information Systems(website, mobile app, etc.) using information from the on-board CAD/AVL system. 3) The signs shall be in compliance with the Americans with Disabilities Act(ADA). 4) The system shall include predictions about arrival times, as well as information about the nature and causes of disruptions.Signs shall meet indoor and outdoor illumination standards and be in weatherproof casing and have internal temperature and humidity control. 5) The signs shall be capable of displaying the destination of the route, route name, and estimated arrival times. These signs shall also be capable of displaying the current time, and a text message entered by a dispatcher or system administrator on one line, in case of emergency or an unforeseen event. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 28 of 93 13. Computer Aided Dispatching(CAD)Software System A. Vehicle and Driver Management Functional Requirements 1) Agency staff will dispatch the fixed route vehicles from a central office using this software solution.They must have the ability to: a. View all the transit Agency work for a specific day.The work can be viewed in a calendar and table view. b. View work assignments for drivers for a specific day c. Assign and re-assign work to employees: By using drag and drop functionality,the dispatcher can assign and re-assign work to any employee. d. Split and re-assign work to an employee e. Modify or cancel work f. View when drivers are absent g. View in real time the work that has been completed (and still needs to be completed) h. The system should provide an alert for the User if there is any unassigned work. 2) User will be able to perform assignment functions on behalf of the driver(log on/off, pull in/out,stopping an assignment). 3) User can allow a vehicle to become non-schedule or non-route adherent. This is available for the entire route or just a segment of the route and for a given duration (pattern detours). 4) View vehicle details including make, model,year,VIN, license plate,and notes. 5) A vehicle list must be available that allows the user to: a. View the status of a vehicle (logged on, logged off, pulled out,on assignment) b. Determine who is logged on that vehicle c. View the route the vehicle is on d. Determine the schedule and route adherence 6) Users must be able to manage vehicle peripheral equipment integration,such as the ability to add pattern point actions to waypoints and bus stops to trigger annunciators and on board signs. 7) An employee list must be available that allows the user to: a. View the status of an employee(logged on, logged off, pulled out,on assignment) b. Determine the vehicle the employee is driving c. View the route the vehicle is on d. Determine the schedule and route adherence 8) Users must have the ability to manage employee absences (vacation, sick days, personal leaves, etc.). If work has been assigned to an employee during the period they have been marked absent,the system will automatically un-assign that work. 14. Event Management A. Functional Requirements 1) The System must support the creation of events which can be tracked and managed by Dispatch when they occur. 2) As a minimum,the system must support the following types of automatically generated system events: a. Emergency Button Broken b. Geofence Entry c. Idling d. Passenger Volume e. Silent Alarm 12324P_OnboardlntegratedTechnoogySystem_Transit Page 29 of 93 f. Speeding g. Vehicle Off Route h. Vehicle Running Early i. Vehicle Running Late j. Unauthorized Vehicle Movement k. Yard Alarm I. Work started early/late 3) In addition to system events, other users must be able to create an event, such as Dispatchers and driver/operators via their in-vehicle MDT. 4) 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) During system setup Yakima Transit should have the ability to configure events in a number of ways, including: a. Includes type, color coded priorities, description, notes, and open/close/clear statuses b. The foreground, background and bold attributes of an event will be configurable and change based on an event's current information (including status, priority, and event type) c. Configurable parameters must include time to hold event on screen after being closed and last xx hours of events to be loaded when application runs d. Configuration support must be included for emailing internal staff or managers when an event occurs. e. Display different events to different groups of users(supervisors, dispatchers, etc.) 6) When an event occurs the Dispatcher obtain details on the event by locating the event and/or vehicle through right click menu options on the event and following the vehicle on the map. 7) A Silent alarm on a vehicle must be supported as a priority event. When a vehicle sends in a silent alarm Dispatch must acknowledge or clear the alarm and the event status will be modified accordingly. 15. Text Messaging A. Functional Requirements 1) The system must be able to support sending text messaging to/from the MDT on a vehicle, group of vehicles,or all vehicles. 2) Messages can be sent from the dispatcher to MDTs or to other dispatchers. 3) Message can be configured to require accept/reject,yes/no, numeric or acknowledged responses. 4) Free form text messages must be supported between dispatchers and to vehicle MDTs. 5) Messages on the dispatch application should be grouped by conversation. 6) Dispatcher must be able to receive canned messages back from vehicle MDTs. 7) Dispatcher should be able to locate vehicle/driver who sent a text message. 16. Transfer Protection A. Functional Requirements 1) 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. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 30 of 93 17. Vehicle History A. Functional Requirements 1) Dispatchers must be able to select a group of vehicles, a time range (start and stop time), a specified bus stop or set of stops, a specific map area, or individual drivers or a group of drivers.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. Each vehicle's location reported on the map should include the date/time, vehicle speed and direction of travel. In addition, the ability to toggle status information such as schedule and route adherence must be available. 2) The system must include the ability to save and retrieve playback files for later use. 18. Route Monitoring A. Functional Requirements 1) The Dispatch software must provide a convenient way for users to quickly look at many routes and determine overall vehicle spacing (headway) and schedule adherence. The following functionality is required with this tool: a. Show a route bar for each direction defined for a given route(if multiple directions are defined in a route's schedule). b. Layer each pattern (for a given direction) on to the same route bar. c. Time points for all patterns(for a given direction) must be evenly distributed along the route bar. d. Provide arrows at the start of a route bar to show the next pending blocks(up to 3)to travel along the indicated route bar within the next hour. e. Hovering the mouse over a pending block should reveal additional details, such as the scheduled start time,vehicle ID,and employee's name. f. Hovering the mouse over a vehicle should reveal details such as the current driver,current vehicle ID performing the work, schedule adherence, and the time points associated with the vehicle. g. Users should have the same functionality available to them that is available on the map when right clicking on a vehicle (e.g. Locate,follow, etc.). h. Individual users should be able to make their own route color coding and sorting preferences and have them stored in the application for their next use. i. Headway alerts should appear in the route monitor window to alert dispatchers of bunching issues. 19. Scheduling Software—Route Definitions A. Functional Requirements 1) The system must provide a way to manage Yakima Transit's bus stops: a. Bus Stop Importer: It must be possible to import a list of bus stops using a CSV file. b. Where Bus Stop data is not available to be imported, or to create new bus stops, it should be possible to click on the desired location on the map to create one.The address and latitude and longitude of the new stop should be automatically geo-coded and displayed. c. System must support entry of timepoint locations,stop locations,trip patterns, running times. d. System must support the import and/or creation of actions associated with approaching and departing from bus stops(e.g. annunciations, Next Stop sign announcement changes). 2) The system must provide a way to manage Yakima Transit's service types: e. Define different types of service (regular service, holiday service, etc.). 12324P_OnboardlntegratedTechnoogySystem_Transit Page 31 of 93 f. Define different patterns for these services (weekday,weekend, etc.). g. Define on which dates you will apply which type of service. 3) The system must provide a way to perform route and pattern management: h. Route and Pattern maintenance functionality should include a map for visual representation of routes and ease of creation. i. Manual Pattern Maintenance—Users must have the ability to: i. Create new routes and update exiting routes ii. Create new patterns and update existing patterns, including time points and stops iii. Assign multiple patterns to a single route iv. Assign pattern run time and running time exceptions v. Color code patterns vi. Route line color, route line thickness, stop color, stop shape, and stop size should be configurable vii. View pattern statistics, including distance, drive time, hold time, number of time points and stops and locations of action-point triggers. viii. View a pattern's route adherence corridor on a map and be able to modify it for each stop ix. View pattern statistics, including distance, drive time, hold time, number of time points and stops 20. On-Board Equipment Management A. Functional Requirements 1) Users must be able to: a. Automatically import triggers associated with pattern and block item types (e.g. annunciations, Next Stop sign announcement changes). b. Associate annunciator messages to time points,stops,start and end tasks. c. Associate annunciator messages to specific times of day or a specific interval (e.g. to be played every hour). d. Associate selected other peripheral messages and commands to time points and stops, start and end tasks. 21. Interlining Schedules A. Functional Requirements 1) Users should be able to interline routes and have them display vehicle locations on the correct route on the AVL map. Schedule and route information must be pushed out to the vehicles so that the MDT will control any connected equipment appropriately, even on interlined routes. a. Connected peripheral equipment on the vehicles such as headsigns, fareboxes and annunciators should automatically switch to the appropriate actions for the new route based on vehicle location and work assignment,without operator intervention. 22. Scheduling Software Optional Features 1) Trip Generation a. Runcutting b. Blocking 12324P_OnboardlntegratedTechnoogySystem_Transit Page 32 of 93 2) Rostering c. Create and maintain rosters d. Associate drivers to rosters e. Manage employee vacation and sick days 3) Schedule Publishing f. Schedule Generation g. Schedule Validation h. Emergency Schedules 4) Service Interruptions i. Detour Management i. Emergency Detours(Short Term) ii. Extended Detours (Long Term) 23. Project Implementation,Training and Documentation A. Project Management Functional Requirements 1) A project manager must be assigned for the duration of the project.A new project manager may only be assigned with the approval of Yakima Transit. 2) The project manager should organize weekly conference calls to discuss the project progress,scheduling moving forward, and responsibilities. a. An agenda must be provided prior to each call. b. 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. c. Please include a sample implementation plan in your response. 4) The project manager must provide and maintain a project schedule in a Gantt chart format. d. Please include a sample project schedule in your response. B. Implementation Phases The project will be implemented in a phased approach with milestones for each phase. Yakima Transit feels that a phased approach is essential to the successful implementation of an ITS system. 1) Design Review 2) Functional Acceptance Testing 3) Pilot Program 4) Rollout C. Design Review Phase—Functional Requirements 1) A System Design Review shall be undertaken prior to taking delivery of System components. The Contractor shall review and document all Project Specifications and ensure that the goals of the RFP are met in the specification. 2) Yakima Transit and Contractor shall agree to the Project Specification prior to the Contractor commencing System Implementation. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 33 of 93 3) Part of the Design Review will include an onsite visit from the Contractor, for a project review/kickoff meeting, site surveys and vehicle inspections. D. Functional Acceptance Testing Phase 1) Contractor will perform an onsite Functional Acceptance Test of the System. 2) The Functional Acceptance Test Phase (FAT) will be an end-to-end test of the System using one fully installed vehicle in a controlled testing environment. 3) The Functional Acceptance Test will prove that the hardware and software provided (including customizations) meet the System Specifications of the project. 4) Testing of the end-to-end system shall be conducted prior to going 'live' with any portion of the system. Test cases and documentation shall be developed to prove out all system components identified in the Design Review. The Contractor will develop all test cases and Yakima Transit and Contractor shall agree to the testing requirements prior to proceeding with testing. 5) Any issues that are identified with the System during the FAT will either be addressed immediately or with a resolution plan acceptable to Yakima Transit and the Contractor. At the conclusion of the FAT, Yakima Transit and the Contactor shall be confident that the System meets the requirements of the project and that any identified issues will be addressed to ensure the Pilot Phase is successful. 6) Contractor shall include a Functional Acceptance Testing proposal outlining philosophy, scope and resolution procedures, and account for the FAT as proposed in the Schedule Proposal above. E. Pilot Program Phase Functional Requirements 1) The Contractor will perform an onsite pilot test of the system. 2) The Pilot test will be a live system test using a subset of the entire fleet(approx. 5-10%of fleet).The Pilot will complete end-to-end testing of the system under real-life working conditions so that any potential issues may be identified and addressed. Pilot testing shall be undertaken prior to full System rollout. 3) A resolution plan must be developed by the Contractor and approved by Yakima Transit for all issues identified in the Pilot. F. Rollout Phase Functional Requirements 1) After the successful Pilot phase, the remainder of the System Equipment shall be provided and installed. Vehicles shall be added to the live system as installations are completed. 2) Contractor shall continue to provide comprehensive support for the System during this phase. G. System Training Functional Requirements 1) The Contractor must provide onsite personnel to perform the following training: a. Training must be provided in a manner that allows Yakima Transit to operate and maintain the system. b. The Contractor's project manager must work closely with Yakima Transit's project coordinators to ensure that all training and schedules coincide properly with system implementation activities and staff availability. 2) The Contractor must provide a soft copy of the original training workbook, suitable for copying, and written permission for Yakima Transit to make as many copies as necessary to train personnel and operate the system. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 34 of 93 3) The Contractor needs to provide comprehensive training to: a. Dispatchers b. Schedulers c. System Administrators d. Bus Operators(train the trainer approach preferred) e. Management Staff f. Maintenance Personnel 4) Contractor should provide a training overview for each group listed above as part of this RFP response that includes: a. Description b. Audience c. Format d. Equipment Required e. Prerequisite Knowledge f. Outline g. Duration h. Proficiency i. Timeline j. Listing of Documentation Provided 5) Online training must be available in the forms of webinars,videos and documentation. H. System Documentation Functional Requirements 1) The Contractor must provide the customer with documentation pertaining to the System. This documentation should include at a minimum: a. General Information. b. All documentation must be in English and reflect the most up-to-date version of the software. c. Driver manuals must be built using Microsoft Word and must be customizable at the discretion of Yakima Transit. d. Contractor 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 a. Printed CAD/AVL Manuals,Training Manuals, Driver Manuals, and Functional Overviews must be provided. All documents should be available electronically from the Contractor. b. 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 for on-going support.The system binder must include; i. System maintenance guide ii. Software application notes iii. Copy of all relevant software required from Contractor&back up procedures iv. Descriptions and schematics of cabling and mounting 3) Context-sensitive online help system must be available to provide immediate assistance as dispatcher, schedulers and administrators need help. This online help should be available for the dispatch, administration and schedule modules of the software. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 35 of 93 4) In instances of software upgrades and/or enhancements, relevant documentation must be provided or made available electronically. I. Warranty and Support 1) The Contractor shall provide Yakima Transit with a warranty schedule detailing the coverage for hardware defects and faults due to improper installation. 2) The Contractor should provide at a minimum the following System Support: a. 24x7 coverage for system critical issues. b. Regular business hour support for minor issues. c. Free software updates as they become available for proposed applications. d. Responsive support must be provided to requests that come through phone, fax, e-mail and a customer Website. e. Assessment process for escalating issues to the appropriate severity level. f. Contractor should indicate their standard warranty terms and conditions. J. Quantity of Systems 1) Provides for Yakima Transit an initial order of twenty-four(24)systems.Future orders will have a minimum quantity of one (1). 2) Deliveries will be scheduled by placing orders directly with the Contractor; and 3) Does not bind Yakima Transit to order more than the guaranteed initial order of twenty-four(24)systems during the term of the contract; and 4) Binds the Contractor to provide an initial order of twenty-four(24)and up to a total of thirty(30)systems over a possible five(5)year period form the signing date of the contract. K. System Installation and Planning 1) Contractor will work with Yakima Transit on the location of equipment. 2) Contractor shall provide installation, documentation, maintenance and user training selected staff. 3) Contractor shall conduct final acceptance testing as deemed satisfactory by the Yakima Transit staff. 4) Working hours for this project are 7 AM—8 PM daily, subject to change. 5) Yakima Transit will provide adequate space for the Contractor to setup and store equipment. 6) Contractor will provide Yakima Transit with serial numbers of the equipment installed in each bus. 7) Yakima Transit will work with agency to establish buses being held for downtime. VI. COST PROPOSAL 1. General Instructions for Preparing Cost Proposals Proposer must submit a cost proposal under Tab 8 of their proposal. If proposer agrees to allow other governmental agencies to purchase goods or services from the awarded Contractor under the resulting contract, price accordingly so other jurisdictions can perform an apples-to-apples comparison for their resulting contract. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 36 of 93 2. Total Project Cost Proposer must provide a total project cost to include all requisite services, materials,work products and ancillary expenses. Contractor and any subcontractors' travel expenses (e.g. airfare, lodging, and meals, insurance) and other miscellaneous expenses related to the provision of on-site services must be included in the proposed cost and cannot be an additional charge. Rates may not exceed the current Washington Department of Administration published per diem rates which can be viewed at: https://ofm.wa.gov/accounting/administrative-accounting- resources/travel/diem-rate-tables. Contractor's expenses related to providing on-site services (e.g. computer, printer, miscellaneous equipment) must be included in the proposed cost and cannot be at an additional charge. Owner will coordinate and provide any requisite meeting space for on-site services. 3. Pricing and Discount The Owner qualifies for governmental discounts. Unit prices shall reflect these discounts. Unit prices shown on the proposal or contract shall be the price per unit of sale (e.g., hour, ea.) as stated on the request or contract. For any given item,the quantity multiplied by the unit price shall establish the extended price,the unit price shall govern in the proposal evaluation and contract administration. 4. Price Clarifications The Owner reserves the right to clarify any pricing discrepancies related to assumptions on the part of the Proposers. Such clarifications will be solely to provide consistent assumptions from which an accurate cost comparison can be achieved. Must provide pricing for all five tasks. Use Cost Proposal Form as a guide for pricing proposals and include rates for consulting hourly rates for additional consulting if Yakima Transit requires. 5. Price Increases Pricing shall be prepared with the following terms.The Purchasing Manager may exempt these requirements for extraordinary conditions that could not have been known by either party at the time of bid or other circumstances beyond the control of both parties, as determined in the opinion of the Purchasing Manager. Prices shall remain firm for the first twelve (12) month period of the contract. Requests for Rate Increases must be delivered to the Buyer listed on Page 2, in accordance with the rules below. No other employee may accept a rate increase request on behalf of the City. Any invoice that is sent to the City with pricing above that specified by the City in writing within this Contract or specified within an official written change issued by Purchasing to this contract,shall be invalid. Payment of an erroneous invoice does not constitute acceptance of the erroneous pricing, and the City would seek reimbursement of the overpayment or would withhold such overpayment from future invoices. A. Discount from Manufacturer List Pricing: For all contract items that are priced as a discount below Manufacturer List prices, there shall be no changes to the discount rate throughout the life of the contract.As manufacturer list prices change,the net price to the City will automatically change in the same percentage as the discount rate to the City. B. Fixed Product Pricing: For product and supply contracts that provide on-going, multiple year supply. Original pricing shall be fixed and firm for the first year of the contract. Price requests are at the discretion of the Purchasing Manager; and must also be: 12324P_OnboardlntegratedTechnoogySystem_Transit Page 37 of 93 a. The direct result of increases at the manufacturer's level (or if Bidder is a supplier of a raw material delivered directly to the City such as brass,the increase must be verified at the supplier level). b. Incurred after contract commencement date. c. Not produce a higher profit margin than that on the original contract. d. Clearly identify the items impacted by the increase. e. Be filed with Purchasing Manager a minimum of thirty(30) calendar days before the effective date of proposed increase. f. Be accompanied by detailed documentation acceptable to the Purchasing Manager sufficient to warrant the increase. g. Should not deviate from the original contract pricing scheme/methodology. The United States published indices such as the Producer Price Index or other government data may be referenced to help substantiate the Contractor's documentation. The PPI Commodity Data is available at https://www.bls.gov/ppi/detailed-report/home.htm#2021. The adjustment(if any)shall remain firm and fixed for at least 365 days after the effective date of the adjustment. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 38 of 93 COST PROPOSAL FORM RFP #12324P Onboard Integrated Technology System for Yakima Transit The CONTRACTOR, in accordance with the RFP Specifications for providing an Onboard Information Technology System has carefully examined the project requirements, and the scope of the proposed work, and being familiar with all the conditions surrounding the project, hereby proposed to perform all work required for the amount listed below: Itemized Quantity Project Pricing of buses Total 1. Hardware Per Bus $ X 24 $ 2. Software License $ X 24 $ 3. Installation Cost $ X 24 $ 4. Travel Costs $ X 1 $ 5. One Year Software & Support Fee $ X 1 $ Total Project Cost $ Optional Units 1. Hardware Per Bus $ X 1 $ (Up to 30) 2. Software License $ X 1 $ 3. Installation Cost $ X 1 $ 4. Travel Costs $ X 1 $ 5. One Year Software& Support Fee $ X 1 $ 6. Optional - Real Time Informational Signs $ X 1 $ Software& 1. Year 2 Software Support License &Support Fee $ X 1 $ 2. Years 3 Software License &Support Fee $ X 1 $ 3. Years 4 Software License &Support Fee $ X 1 $ 4. Years 5 Software License &Support Fee $ X 1 $ Total $ 12324P_OnboardlntegratedTechnoogySystem_Transit Page 39 of 93 COST PROPOSAL FORM PG 2 OF 2 Hourly Rates for Offsite Services Hourly Rate Offsite/Remote- Program Manager $ Offsite/Remote-Technical Specialist $ Offsite/Remote-Other $ On-Site Rate - The "blended hourly rate" for post-installation services shall be a single hourly rate encompassing all personnel classifications that may be required for completion of any given post-installation task under the resulting contract. This blended hourly rate shall be a fully loaded rate to include, but not be limited to, all salary, benefits, overhead, profit, and local travel costs (defined as travel within Yakima County,WA). $ Provide a separate quote for one year of software assurance based on a five(5)year contract,billable on a yearly basis and submit with Cost Proposal Form under Tab 8. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 40 of 93 VII. EVALUATION AND CONTRACT AWARD 1. Preliminary Evaluation All Proposals shall be evaluated against the same standards. The Proposals will first be reviewed to determine if they contain the required forms,follow the submittal instructions and meet all mandatory requirements. Failure to meet mandatory requirements will result in proposal rejection as non-responsive. In the event that NO Proposer meets specified requirement(s),the Owner reserves the right to continue the evaluation of the proposals and to select the proposal most closely meeting the requirements specified in this RFP,or not select any proposals. 2. Proposer Presentations/Scoring Based on evaluation of the written proposals by the Evaluation Team on the stated criteria,an estimate of two to four top scoring proposals may be short-listed. Short-listed Proposers may be required to participate in interviews and/or site visits to support and clarify their Proposals if requested by the Evaluation Team. The Evaluation Team will make every reasonable attempt to schedule each presentation at a time and location agreeable to the Proposer. Failure of a Proposer to interview or permit a site visit on the date scheduled may result in rejection of the Proposer's Proposal. Should the Evaluation Team request any oral presentations or demonstrations from one or more of the short- listed proposers, the Evaluation Team will review the initial scoring and make adjustments based on the information obtained in the oral presentation or demonstration and site visits and to determine final scoring. 3. Evaluation Criteria The proposals will be scored using the following criteria: Description Max Points General Requirements 20 Technical Requirements 60 Cost 20 TOTAL POSSIBLE POINTS 100 The cost proposal section shall receive a weighted score, based upon the ratio of the lowest proposal to the highest proposal. The lowest cost Proposal will receive the maximum number of points available for the cost category and other proposals will be scored accordingly. Results of reference checks will be used to clarify and substantiate information in the written proposals. The reference results shall then be considered when scoring the responses to the requirements in the RFP. The points stated above are the maximum amount awarded for each category. The evaluation process is designed to recommend award of this procurement to the proposal that is the best value of the Owner, not necessarily the lowest cost Proposal. 4. RFP Evaluation Evaluation of proposals shall be based on conformity to the specifications,cost,past experience and performance with the City and other agencies, manufacturers past performance with the City and other agencies, proposed manufacturer's service availability, parts availability, equipment design and functionalism and effect on productivity and bidder's supporting documentation. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 41 of 93 5. Prompt Payment Proposers are encouraged to offer a discount for prompt payment of invoice. Please indicate your discount proposal on page 2 of this document. If awarded by the City, period of entitlement begins only after: a. Receipt of a properly completed invoice b. Receipt of all supplies,equipment or services ordered c. Satisfactory completion of all contractual requirements 6. Award/Best and Final Offers The Buyer will compile the final scores for all sections of each responsive proposal. The award will be granted in one of two ways. The Evaluation Team's Recommendation of Award may be granted to the highest scoring responsive Proposal and responsible Proposer. Alternatively, Proposers with the highest scoring proposer or proposers may be requested to submit Best and Final Offers. If Best and Final Offers are requested by the Evaluation Team and submitted by the Proposer, they will be evaluated against the stated criteria, scored and ranked by the evaluation committee. The Intent to Negotiate then will be granted to the highest scoring Proposer. However, a Proposer should not expect that the Owner will request a Best and Final Offer. 7. Tied Score In case of a tied score, recommendation of award will go to the firm who was favored by the majority of the Evaluation Team members,according to their score. The Evaluation Team shall then offer an "Intent to Negotiate and/or Intent to Award"the final contract with the successful Proposer and the decision to accept the award and approve the resulting contract shall be final. 8. Tax Revenues RCW 39.30.040 allows the City to consider the tax revenue that is generated by a purchase of supplies, materials, and equipment, including those from a local sales tax or from a gross receipts business and occupation tax, it determining which bid proposal is the lowest,after the tax revenue has been considered. 9. Offer in Effect for Ninety(90) Days A Proposal may not be modified, withdrawn or canceled by the proposer for a ninety (90) day period following the deadline for proposal submission as defined in the Calendar of Events, or receipt of best and final offer, if required, and Proposer so agrees in submitting the proposal. 10. Notification of Intent to Negotiate/Intent to Award Proposers will be notified in writing of the Owner's Intent to Negotiate and/or Intent to Award the contract resulting from this RFP. 11. Right to Reject Proposals and Negotiate Contract Terms The Owner reserves the right to negotiate the terms of the contract, including the award amount, with the selected Proposer prior to entering into a contract. If substantial progress is not made in contract negotiations with the highest scoring Proposer, the Owner may choose to cancel the first Intent to Negotiate and commence negotiations with the next highest scoring Proposer. 12. Single Proposal Process If only a single proposal is received,the City may require that the Proposer provide verification of cost/price reasonableness,which may include but is not limited to: a cost analysis or a price comparison between the proposed price and that of similar items, materials, supplies, and/or services to confirm that the proposal 12324P_OnboardlntegratedTechnoogySystem_Transit Page 42 of 93 submitted price is fair and reasonable. If requested,the Proposer shall provide the cost analysis or price comparison within seven (7) calendar days of the date requested. The City reserves the right to reject or accept the proposal submitted on the basis of verification of price reasonableness. 13. Protest Procedure Any protest must be made in writing, signed by the protestor, and state that the Proposer is submitting a formal protest. The protest shall be filed with the City of Yakima Purchasing Manager at 129 No. 2nd St., Yakima, WA 98901, or by fax: 509-576-6394 or email to: Maria.Mayhue@yakimawa.gov. The protest shall clearly state the specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being requested. Protests based on specifications/scope of work,or other terms in the RFP shall be filed at least five(5) calendar days before the solicitations due date, and protests based on award or after the award shall be filed no more than five calendar(5) days after Award Announcement(see below for details). The following steps shall be taken in an attempt to resolve the protest with the Proposer: Step I. Purchasing Manager and Division Manager of solicitation try resolving matter with protester. All available facts will be considered and the Purchasing Manager shall issue a written decision. Step II. If unresolved,within three (3) business days after receipt of written decision,the protest may be appealed to the Department Head by the Purchasing Manager. Step III. If still unresolved, within three (3) business days after receipt of appeal, the protest may be appealed to the Executive (or his designee). The Executive shall make a final determination in writing to the Protester. Award Announcement Purchasing shall announce the successful Proposer via Website, e-mail, fax, regular mail, or by any other appropriate means. Once the Intent to Negotiate is released by Purchasing,the protest time frame begins. The timeframe is not based upon when the Proposer received the information, but rather when the announcement is issued by Purchasing. Award Regardless of Protest When a written protest against making an award is received, the award shall not be made until the matter is resolved, unless the Owner determines that one of the following applies: • The supplies or services to be contracted for are urgently required; • Delivery or performance will be unduly delayed by failure to make award promptly; • A prompt award will otherwise be advantageous to the Owner. If the award is made, regardless of a protest,the award must be documented in the file, explaining the basis for the award. Written notice of the decision to proceed shall be sent to the protester and others who may be concerned. The Owner retains the right to enter into any contract and nothing herein shall be construed to limit that authority in any manner. 12324P_OnboardlntegratedTechnoogySystem_Transit Page 43 of 93 ATTACHMENT A Fixed Route Vehicles Vehicle Agency Identification Number Vehicle No. Year Make/Model (VIN) Number 1 2008 GILLIG 'LOW FLOOR'35 FT 15GGB271581078050 ER7136 2 2009 GILLIG 'LOW FLOOR' 35 FT 15GGB271791078052 ER7138 3 2009 GILLIG 'LOW FLOOR' 35 FT 15GGB271991078053 ER7139 4 2010 GILLIG 'LOW FLOOR'35 FT 15GGB2718A1178505 ER7160 5 2010 GILLIG 'LOW FLOOR' 35 FT 15GGB271XA1178506 ER7161 6 2010 GILLIG 'LOW FLOOR'35 FT 15GGB2711A1178507 ER7162 7 2010 GILLIG 'LOW FLOOR' 35 FT 15GGB2713A1178508 ER7163 8 2010 GILLIG 'LOW FLOOR' 35 FT 15GGB2715A1178509 ER7164 9 2014 GILLIG 'LOW FLOOR'35 FT 15GGB2717E1183166 ER7165 10 2014 GILLIG 'LOW FLOOR' 35 FT 15GGB2719E1183167 ER7166 ii 2014 GILLIG 'LOW FLOOR'35 FT 15GGB2710E1183168 ER7167 12 2016 GILLIG LOW FLOOR'40 FT 15GGD2713G1186224 ER7168 13 2016 GILLIG LOW FLOOR'40 FT 15GGD2715G1186225 ER7169 14 2016 GILLIG LOW FLOOR'40 FT 15GGD2717G1186226 ER7170 15 2017 GILLIG 'LOW FLOOR'35 FT 15GGB2715H1188869 ER7171 16 2017 GILLIG 'LOW FLOOR' 35 FT 15GGB2711H1188870 ER7172 17 2017 GILLIG 'LOW FLOOR' 35 FT 15GGB2713H1188871 ER7173 18 2017 GILLIG 'LOW FLOOR'35 FT 15GGB2715H1188872 ER7174 19 2023 GILLIG 'LOW FLOOR' 35 FT 15GGB2716P3198040 ER7175 20 2023 GILLIG 'LOW FLOOR'35 FT 15GGB2718P3198041 ER7176 21 2023 GILLIG 'LOW FLOOR'35 FT 15GGB271XP3198042 ER7177 22 2023 GILLIG 'LOW FLOOR' 35 FT 15GGB2711P3198043 ER7178 23 2023 GILLIG 'LOW FLOOR'35 FT 15GGB2713P3198044 ER7179 24 2023 GILLIG 'LOW FLOOR'35 FT 15GGB2715P3198045 ER7180 12324P_OnboardlntegratedTechnoogySystem_Transit Page 93 of 93 EXHIBIT B CONTRACTORS PROPOSAL WITH PROPOSAL AMENDMENTS AND COMPENSATION Including deliverables and payment schedule AMENDMENTS TO CONNEXIONZ PROPOSAL • System Requirements o Automatic Vehicle Location (AVL)System o Vehicle Tracking Functional Requirements o Automated Voice Annunciation System (AVA) o In-Vehicle Hardware Requirements o In-Vehicle LED Signage o APC Performance Requirements o Text Messaging o Transfer Protection o Route Monitoring • Cost Proposal Form and Milestone Schedule • Project Implementation and Completion Timeline • End-User License Agreement Addendum to CNX RDP Response Clarifications and Revised Cost Proposal dated 21-Nov-2023 The following Addendum represents the discussion and clarifications on RFP Response during the meeting between CNX and Yakima Team in November 15'2023. Section Notes 2-Automatic Vehicle Location(AVL)System Yakima—decided to move forward with the Stop Survey.There are around 800 stops to be surveyed.The Cost Proposal will be updated accordingly. CNX—if Yakima provides a driver,then we can survey about 150 stops per day, so the expected work effort would be 6 days—@$550(at the discounted rate) CNX—the system can show route patterns,which we assumed cover RSA corridors and non-display patterns for visible routes. Yakima—RSA corridors and no-display patterns are a hangover from some unknown historical influence,and that what CNX has will be sufficient. CNX—System can only set up visible pick-up and drop-off stops or "candidate"stops for when a route passes a stop it doesn't use.System can set up stops on a route to either announce or not announce in the system,which means the requirement can be met. Yakima—the main purpose of the requirement is that they don't want to announce all stops on a route,so if we can do this,then we meet the intent of the requirement. 3 Vehicle Tracking CNX—can"manually"update the GPS location reporting rate on individual Functional vehicles,although there is no"end user"ability to do this,so this would Requirements need to be raised under a support request and completed by the CNX tech team. Yakima—this approach works for Yakima 1 Automated Voice CNX—System can only do automatic text-to-speech announcements at Annunciation System stops or set up a stop-level playlist to make announcements on the (AVA) infotainment system for an upcoming stop on a trip—no other non-stop announcements are possible. Yakima-no issues with this approach,as it is how the system works now. CNX—System does not have this functionality available,although it is on the roadmap, but does not have a confirmed delivery date. Yakima-no issues with this approach,as it is how the system works now. CNX—can manually create customer dictionaries,although there is no "end user"ability to do this,so this would need to be raised under a support request and completed by the CNX tech team. Yakima—no issue with this approach. CNX—System can only have English OR Spanish text-to-speech announcements,and there is no facility to have both English and Spanish TTS announcements together. The only way we could perform Spanish announcements for system setup for English US announcements is through the infotainment. Yakima—no issues with this approach CNX—drivers can use the microphone but cannot do vehicle operator- initiated display announcements. CNX System cannot do"time-based"announcements,that aren't linked to a stop and a schedule. Yakima—no issue with this,as it mirrors their current system. 2 In-Vehicle Hardware CNX- have included ambient noise sensors as an option but have not Requirements provisioned for the equipment in the project budget, as this has never been required by other customers. Yakima—this isn't an issue 3 In-Vehicle LED Signage CNX-System cannot show the date and time on an LED,as we originally indicated. Yakima—not having the date and time on the LED is fine CNX—System can only do automatic text-to-speech announcements at stops or set up a stop-level playlist to make announcements on the infotainment system for an upcoming stop on a trip—no other non-stop announcements are possible. Yakima—that is fine B APC Performance CNX—does not link APC counts with a logged-in MDT by design, as it could Requirements be possible an MDT isn't working for some reason,which would then result in no APC counts. What we do have is a workaround for this scenario where Yakima could assign the trip to the"replacement"bus only once the passengers are onboard,which means that the riders would only be counted once in the APC"route" report—they would still be counted in a temporal report, but not associated to a route. Yakima—this is fine 10 Text Messaging CNX—System can only cater for driver to dispatch and dispatch to driver messages and cannot cater dispatcher to dispatcher messages. Yakima—currently has this, but no one uses it,so this is not a problem,as it is faster to call if needed. 11 Transfer Protection CNX—there is Connection Protection system mentioned that requires an active third-party system to trigger an external API to request a bus to hold based on a set of external business rules,which we don't have in this instance. In our experience at other sites,drivers call dispatchers and ask them to call another bus to get them to hold,which is what we recommend in this instance. Yakima—currently uses radio for this purpose,so the proposed approach is fine. 18 Route Monitoring CNX—has a Headway function on the roadmap. Yakima—this is fine. Connextionz Amended COST PROPOSAL FORM RFP#12324P Onboard Integrated Technology System for Yakima Transit The CONTRACTOR, in accordance with the RFP Specifications for providing an Onboard Information Technology System has carefully examined the project requirements,the scope of the proposed work,and being familiar with all the conditions surrounding the project,hereby propose to perform all work required for a complete project for the amount listed below. The amounts listed below are the amounts for a complete project and will be scored according to Section VII. Evaluation and Contract Award.Any Optional benefits that might enhance the system maybe added on a separate sheet and uploaded under Tab 8 titled Cost Proposal but will not be considered as part of the completed project as required in the specifications or in the evaluation scoring. QUANTITY ITEMIZED Project Pricing for EXISTING BUSES AMOUNT X OF BUSES TOTAL Hardware Per Bus without new interior signs(minus la modems,cameras,antennas,exterior signs) $7,135.08 24 $171,242.00 Hardware Per Bus with new interior signs(minus lb modems,cameras,antennas,exterior signs) $7,825.08 24 $187,802.00 2 Software License $2,385.73 24 $57,257.50 3 Installation Cost $7,283.72 24 $174,809.20 4 Travel Costs 48,142.50 1 $48,142.50 5 Stop Survey $3,300.00 1 $3,300.00 6 One Year Software and Support Fee $ - 1 $ - DISCOUNT $ TOTAL PROJECT COST Without Interior Signs $454,751.20 TOTAL PROJECT COST With Interior Signs $471,311.20 QUANTITY ITEMIZED Project Pricing for NEW BUSES(up to 6) AMOUNT X OF BUSES TOTAL Hardware Per Bus without new interior signs(minus 1 modems,cameras,antennas,exterior signs) $7,135.08 1 $7,135.08 Hardware Per Bus with new interior signs(minus modems,cameras,antennas,exterior signs) $7,825.08 1 $7,825.08 2 Software License $2,385.73 1 $2,385.73 3 Installation Cost $2,505.00 1 $2,505.00 4 Travel Costs $6,662.30 1 $6,662.30 5 One Year Software and Support Fee $0.00 1 $ - 6 OPTIONAL-Real Time Informational Signs $ 2,572.50 1 $2,572.50 QUANTITY SOFTWARE AND SUPPORT AMOUNT X OF BUSES TOTAL Year 2-Software License and Support Fee $2,416.52 1 $57,996.38 Year 3-Software License and Support Fee $2,537.34 1 $60,896.19 Year 4-Software License and Support Fee $2,664.21 1 $63,941.00 Year 5-Software License and Support Fee $2,797.42 1 $67,138.05 TOTAL WITHOUT OPTIONAL INTERIOR SIGNS $704,722.83 (includes initial project cost plus Five Years Support) LESS DISCOUNT 30% $213,132.83 TOTAL WITHOUT OPTIONAL INTERIOR SIGNS $491,590.00 (includes initial project cost plus Five Years Support) COST PROPOSAL FORM PG 2 OF 2 Hourly Hourly Rates for Offsite Services Rate Offsite/Remote-Program Manager $ 175.00 Offsite/Remote-Technical Specialist $ 110.00 Offsite/Remote-Other $ 175.00 Blended Hourly Rate $ 151.01 On-Site Rate The "blended hourly rate" for post-installation services shall be a single hourly rate encompassing all personnel classifications that may be required for completion of any given post-installation task under the resulting contract. This blended hourly rate shall be a fully loaded rate to include,but not be limited to,all salary,benefits, overhead, profit,and local travel costs(defined as travel within Yakima County, WA). MILESTONE PAYMENT SCHEDULE ONBOARD INTEGRATED TECHNOLOGY SYSTEM RFP 12324P The following Milestone Payment Schedule refers to the main project, itemized project pricing for EXISTING BUSES, items la and 2-6. Schedule Approved 10% Design Approved and Hardware Order 35% System Configuration 20% Vehicle Install Complete 20% Training complete 5% CAD/AVL Project Acceptance Complete 10% Total 100% The Support and Maintenance fees will be paid annually. First year of software and support will begin on Project Completion Acceptance date. REVISED PROJECT TIMELINE RFP 12324P Onboard Intel ated Technology System,Yakima Transit ID Task Name (Duration Start Qtr 1,2024 I QV 2,2024 Qtr 3,2024 1an Feb Mar Apr M-av Jun Jul our{ 1 Yakima Transit RFP-AVL/ITS Implementation 16 25 days Men 1/8/25 2 Project NTP 0 days Mon 1/8/24 «1/8 3 r-'-I 4 Protect Initiation 1.5 days Mon 1/8/ fi 5 Project Charter/Scope&Schedule Review 1 hr Mon 1/8/24 CNX-Project Manager,YT-Proj Lead 6 Project Risks Process Review,Identification&Owner Assignment 1 hr Mon 1/8/24 CNX-Project Manager,YT-Proj lead 7 Project Charter/Scope&Schedule Updates 2 hrs Mon 1/8/24 CNX-Project Manager 8 Project Charter/Scope&Schedule Approval 1 day Mon 1/8/24 f YT-Proj Lead,YT-Project Sponsor 9 Project Initiation-Complete 0 hrs Tue 1/9/24 •1/9 10 Solution Discovery&Design Prep 5 days Tue 1/9/24 r---1 11 Solution Discovery Planning&Bookings 2 hrs Tue 1/9/24 CNX-Project Manager 12 Send Vehicle Manufacturer Schematics 5 days Tue 1/9/24 T YT-Proj Lead 13 Solution Discovery&Design Prep-Complete 0 days Tue 1/16/24 V 1/16 14 ITS Solution Discovery 5.25 days Tue 1/9/24; r-1 15 ITS Configuration&Integration Requirements Workshop 4 hrs Tue 1/16/24 CNX-RAM-Proj Lead 16 Vehicle&Installation Requirements Survey 16 hrs Tue 1/9/24 ' CNX-Lead Field Tech,yT-Lead Mech 17 ITS Solution Discovery-Complete 0 hrs Tue 1/16/1< 4 1/16 18 ITS Solution Design,Review&Approval 9 days Tue 1/16/2c r—"1 19 Vehicle install Schematics Design&Bui of Mater,als Creation 3 days Tue 1/16/24 wt. CBS-Technical Eng 20 ITS Solution Configuration&Integration Specification Creation 3 days Mon 1/22/2 Ng CBS-BA 21 ITS Solution Configuration&Integration Specification Review 2 hrs Fri 1/26/24 'CNX-Project Manager,CNX-BA,YT-Proj Team 22 ITS Solution Configuration&Integration Specification Updates/Clarifications 2 hrs Fri 1/26/24 CNX-BA 23 ITS Solution Configuration&Integration Specification Approval 1 day Fri 1/26/24 T YT-Proj Lead,YT-Proj Sponsor 24 ITS Solution Design, Review&Approval-Complete 0 hrs Mon 1/29/2 1/29 25 System Design(PHASE 1-Design Review)-Complete 0 hrs Mon 1/29/2 �1/29 26 -Supply and Instal AVt System Software -75.75 days Mon 1/29/2 27 AVL Core System Software Install,Conti;&Testing 75.75 days Mon 1/29/2 211 Dispatch Cloud&ITS System Install 3 days Mon 1/29/2 r7 29 Budd Hosting Environment,Install TransitManager&Dispatch Cloud,Configure&T 3 days Mon 1/29/2 ' a4X-Snr Dev 30 Dispatch Cloud&ITS System Install-Complete 0 hrs Thu 2/1/24 1► 1'811- 31 Stops,Routes,Stop Announcements&Schedule Configuration 15.25 days Thu 2/1/24 32 Stop.Rouse,Stop Announcements&Schedule Configuration Training Workshop 2 hrs Thu 2/1/24 CNX-Trainet,VT-Proj Lead 33 Stop.Route,Stop Announcements&Schedule Configuration 3 wks Thu 2/1/24 YT-Planners,CNX-Trainer 34 Stop,Route,Stop Announcements&Schedule Configuration Support 4 hrs Thu 2/22/24 4CNX-Trainer 35 Stop,Route,Stop Announcements&Schedule Configuration Complete 0 hrs Thu 2/22/21 ....2/22 vet 36 AVL Core System Software Install,Config&Testing-Complete 0 days Thu 2/22/2, 2/22 37 Supply and Install AV!System Software-Complete 0 days Thu 2/22/2, 2/22 38 Google Transit integration 57.5 days Thu 2/22/21 39 GTFS Static Integration&Google Transit Validation 1 wk Thu 2/22/24 T Google Transit 4o GIPS-Realtime Integration&Google Transit Validation 4 wks Tue 4/16/24 } I Google Transit Page 4 ID Task Name Duration Start Qtr 1,2024 Qtr 2.2024 Qtr 3,2024 Jan Feb Mar Apr May Jun Jul Aug 41 Google Transit Integration Support 4 tins Mon 5/13/2 .4CNX-Den 1 42 Google Transit Integration-Complete 0 days Tue S/14/24 gr S/14 43 Mobile App0ation&Public Website Configuration&Testing 3 days Thu 2/22/24. r-i 44 Branded Mobile App Configuration,Deployment&Testing 16 hrs Thu 2/22/24 CNN-Den 1 45 Public Website Configuration&Testing 8 hrs Mon 2/26/2 'VCNX-Dev 1 46 Mobile Application&Public Website Configuration&Testing Complete 0 hrs Tue 2/27/24 j 2/27 47 SMS Arrival&Service Alert Notification Configuration&Testing 1.56 days Tue 2/27/24 fl 48 SMS Number Procurement 0 5 hrs Tue 2/27/24 CNX-Tech Support 49 SMS Arrival&Service Alert Notification Configuration&Testing 12 hrs Tue 2/27/24 Ix CNX-Dev 1 50 SMS Arrival&Service Alert Notification Configuration&Testing:Complete 0 days Thu 2/29/24 j2/29 51 Supply and Mstail AVL System Hardware 30.5 days Mon 1/29/2 52 Hardware Procurement&Shipping 25.5 days Man 1/29 . f•-'-- —1 53 Hardware Procurement&Shipping 25.5 days Mon 1/29/2 Yr 54 Hardware Procurement 4 hrs Mon 1/29/2 CNX-Technical Eng 55 Hardware Fulfilment&Shipping 5 wks Tue 1/30/24 T i MFG 56 Hardware Procurement 8 Shipping-Complete 0 hes Mon 3/4/24 47 3/4 57 System Hardware Configuration,Testing&Shipping 9 days Tue 1/30/24 11 58 Medius&MDT Configuration&Testing 2 days Tue 1/30/24 T CNX-Tech Support 59 Package Hardware for Shipping 2 days Thu 2/1/24 *CNX-Tech Support 60 Hardware Shipping 5 days Mon 2/5/24 Courier 61 System Hardware Configuration,Testing&Shipping-Complete 0 his Frl2/9/24 gr2/9 62 Hardware Procuremem&Shipping-Complete 0 hrs Mon 3/4/24 mpg.3/4 63 Installation Planning&BookIngs 5 days Tue 3/9/24 i r'-1 64 !.nstallation Planning&Bookings 5 days Tue 3/5/24 7 1 CNX•Project Manager,yT-Proj Le d 65 installation Planning&Bookings-Complete 0 days Mon 3/11/2 3/11 66 Supply and Install AVL System Hardware-Complete 0 days Mon 3/11/2 4,3/11 67 Functional Acceptance Testing(PHASE 2) 40 days Tue 1/30/24 1 I 68 (FAT)Plan Creation 2 days Tue 1/30/24 Y CNX-Project Manager 69 (FAT)Plan Creation Approval 1 day Thu 2/1/24 TT-Proj Lead 70 (FAT)Design Creation 2 days Tue 1/30/24 p CNX-Project Manager 71 (FAT)Design Approval 1 day Thu 2/1/24 ivrYT-Proj Lead 72 Define(FAT)Vehicle 1 day Tue 2/6/24 'V VT-Proj Lead 73 Install(FAT)Vehicle ITS Equipment 2 days Thu 3/14/24 'V CNX-Lead Field Tech 74 Functional Acceptance Testing Execution 5 days Mon 3/18/2 'V CNX-Lead Field Tech 75 Functional Acceptance Testing Defects and Reporting S days Mon 3/18/2 0. CNX-Lead Field Tech 76 Functional Acceptance Testing Fixes&Regression Testing 5 days Mon 3/18/2 (. CNX-Dev 1 77 Functional Acceptance Testing Sign Off and Approval 1 day Mcn 3/25/2 'YT-Proj lead 78 Functional Acceptance Testing(PHASE 2)-Complete 0 days Mon 3/25/2 j 3/25 79 Pilot Testing Program(PHASE 3) 10.25 days Tue 3/26/24 1'' '' 1 80 Define 2x Vehicles for Pilot Testing Program"(FAT)Vehicle will also be used for Pilot Testir 2 hrs Tue 3/26/24 'V T-Proj lead Page 5 ID Task Name Duration Start Qtr 1,2024 Qtr 2,2024 Uo 1,7024 _ Jan li•b Mar Apr May Jun •i, A•R 81 Install RS Equipment on 2x Vehicles for Pilot Testing Program 4 days Tue 3/26/24 v CNX-Lead Field Tech 82 Begin Pilot Testing Program 1 wk Mon 4/1/24 • CNX-Lead Field Tech 83 Pilot Testing Program Defects and Reporting I wk Mon 4/1/24 ix 1 CNX-lead Field Tech 84 Pilot Testing Program Fixes&Regression Testing I wk Mon 4/1/24 a I CNX-Dev 1 85 Pilot Testing Program Sign Off and Approval 1 day Mon 4/8/24 .VT-Proj Lead 86 Pilot Testing Program(PHASE 3)-Complete 0 days Tue 4/9/24 4/9 87 Vehlde Installation&Rollout-IMAM 4) 23 days Tue 4/9/24 . 88 ITS Vehicle Installation&Testing-21 Vehicles 21 days Tue 4/9/24 t 1 1 89 CNX Full ITS Vehicle Installation&Testing 8 Hours Per Vehicle 2 Resources 21 days Tue 4/9/24 CNX-Lead Field Te ch,CNX-Field Tech 1 90 ITS Vehicle Installation&Testing-Complete 0 hrs Wed 5/8/24 5/8 91 Vehicle Installation Road Test Sign-off 2 days Wed 5/8/24 11 92 Vehicle Installation Inspection&Road Test Sign-off 2 days Wed 5/8/24 T YT-Lead Mech,CFIX-Lead Field Tech 93 Vehicle Installation&Road Test Sign-of/s-Complete 0 hrs Fri 5/10/24 I ♦ S/l0 94 Vehicle Installation&Rollout-(PHASE 4) 0 days Fri 5/10/24 r5/10 95 r 96 Training Prep 5.13 days Tue 3/5/24 1"-1 97 Training Plan Creation&Submittal 2 days Tue 3/5/24 V CNX-Trainer 98 Training Plan Approval 1 day Thu 3/7/24 1 VT-Proj Lead 99 Send User Logins to Dispatch Cloud&ITS System.&Related Training Documentation 1 hr Fri 3/8/24 1 CNX-Project Manage' 100 Confirm User Access Dispatch Cloud&ITS System 16 hrs Fri 3/8/24 i i YT-Proj Lead I 101 Support Desk Setup I hr Thu 3/7/24 1 CNX-Tech Support 102 Make Bookings for Training 4 hrs Thu 3/7/24 CNX-Project Manager,YT-Proj Lead 103 Training Prep-Complete 0 days Tue 3/12/24 j 3/12 104 Training Workshops 12.75 days Wed 5/15/2 I '—''''�7 305 Onutc ITS Operations&Dispatch Training 2 days Wed 5/t5/2 CNX-Trainer,YT-Trainees 106 In-vehicle Hardware Maintenance Training 2 hrs Fri 5/17/24 'ENS-Lead Field Tech,YT-Maintenance Team le • 107 System Admin Training 1 hr Fri 5/17/24 CNX•Trainer,YT-Trainees 108 Real-time Passenger Information Systems Maintenance&Troubleshooting Training 1 hr Fri 5/17/24 "CNX-Lead Field Tech,YT•Trainees 109 Report&Analysis Training 2 hrs Fri 5/31/24 I CNX-Trainer,TT-Trainees 110 Training Workshops-Complete 0 days Fri 5/31/24 V S/31 111 Provide System Training-Complete 0 hrs Fri 5/31/24 •5/31 112 Project Closure 17 days Fri S/10/24 I"' .._ �- I 113 Requirements Compliance Review 1 hr Tue 5/14/24 CNX-Project Manager,YT-Proj lead 114 Confirm SMA&BAU Support Process,Hardware Warranty List,&Spares List 4 hrs Tue 5/14/24 'ENS-Project Manager,YT-Proj lead 115 Generate Hardware Warranty Certificate 4 hrs Fri 5/10/24 "CNX-Project Manager 116 Generate Project Acceptance Certificate 2 hrs Mon 6/3/24 'CNX-Project Manager 117 Full Project Approval&Closure 1 day Mon 6/3/24 '''`FT-Proj lead,YT-Proj Sponsor 118 Project Closure-Complete 0 days Tue 6/4/24 oir6/4 _ Page 6 i 9 9 Connexionz CONNEXIONZ END USER LICENSE AGREEMENT PLEASE READ THIS END USER LICENSE AGREEMENT("LICENSE AGREEMENT")CAREFULLY BEFORE INSTALLING OR USING THE SOFTWARE.THE SOFTWARE IS COPYRIGHTED AND LICENSED(NOT SOLD). BY INSTALLING OR USING THE SOFTWARE,YOU ARE ACCEPTING AND AGREEING TO BE BOUND BY THE TERMS OF THIS LICENSE AGREEMENT. EXCEPT TO THE EXTENT THE SOFTWARE IS SUBJECT TO A SEPARATE WRITTEN SOFTWARE LICENSE AGREEMENT BETWEEN YOU AND CONNEXIONZ,THIS LICENSE AGREEMENT WILL SUPERSEDE ANY AND ALL LICENSE AGREEMENTS GOVERNING ANY LICENSES OF THE SOFTWARE PREVIOUSLY GRANTED BY CONNEXIONZ(AND ITS PREDECESSORS IN INTEREST)TO YOU. 1. Software License Grant. 1.1. License Grant. 1.1.1. Subject to your acceptance of the terms and conditions of this License Agreement and conditional on payment of all required fees,Connexionz Ltd. ("Connexionz") grants you a non-exclusive, non-transferable limited license to: (i) use and access the Software, including any upgrades and new version releases that may be provided to you from time to time(as and when available as part of Connexionz's Software Maintenance and Support Program),for your internal use in object code form only and as otherwise provided in this License Agreement;and (ii)use and access any user manuals,guides or other documentation relating to the Software which we provide or make available to you from time to time ("Documentation"),for your internal use and only for the purposes of supporting your use of the Software. 1.1.2. Your license allows you to use the Software only for the purposes(production, evaluation,testing,demonstration,disaster recovery)and for the duration and extent for which you have paid the appropriate license fees, as evidenced by one or more valid order documents(a"Sales Order"or a signed quotation) between you and Connexionz or between you and an authorized Connexionz reseller or distributor identifying the specific software products licensed (the"Software")and the limitations on use of the Software(such as volume limitations or concurrent client module use limitations). 1.1.3. You agree to exercise the same level of care against unauthorized use or disclosure of the Software and Documentation (to the extent it is not already publicly available) by or to third parties as you use with respect to your own proprietary information of comparable importance,provided that in no event will you use less than reasonable care. 1.2. Restrictions. 1.2.1. You will use the Software and Documentation only for your internal business purposes and only for your direct benefit, and you will not attempt to use the o 9 connexionz Software,or any portion of that, in excess of its licensed capacity for which you have paid the appropriate license fees. 1.2.2. You will not, nor will you permit any third party to: (i) reverse engineer, decompile, disassemble,decrypt, re-engineer, reverse assemble, reverse compile or otherwise translate or create, attempt to create the source code of the Software or perform any process intended to determine the source code for the Software; or (ii) modify,enhance or create derivative works based upon the Software or otherwise change the Software.Any modification,enhancement,derivative work or other improvement to the Software developed by you,whether with or without the consent of Connexionz,will be the exclusive property of Connexionz and subject to and governed by this License Agreement. 1.2.3. The licenses granted under this agreement are personal to you, and any attempt by you to transfer any of the rights, duties or obligations under this License Agreement shall be void ab initio and shall result in this License Agreement being terminated automatically and with immediate effect. 1.2.4. You may not rent, lease, loan, resell or distribute the Software or any part of that in any way including, but not limited to, making the Software available to others via shared access. 1.3. U.S.Government Entities. 1.3.1. If you are a U.S.Government entity,then your use, duplication or disclosure of the Software is subject to the following restricted rights clause:The Software is a "Commercial Item," as that term is defined in 48 C.F.R. §2.101,consisting of "commercial computer Licensed Software"and "computer software documentation," as such terms are used in 48 C.F.R.§252.227-7014(a)(1)and 48 C.F.R. §252.227- 7014(a)(5), respectively,and used in 48 C.F.R. §12.212 and 48 C.F.R.§227.7202, as applicable,and all as amended from time to time. 1.3.2. Consistent with 48 C.F.R. §12.212 and 48 C.F.R. §227.7202-1 through 227.7202-4,and other relevant sections of the Code of Federal Regulations,as applicable;and all as amended from time to time,all U.S.Government entities license the Software (i)only as Commercial Items;and (ii)with only the rights explicitly set forth in this License Agreement and the Sales Order. 1.4. New Zealand Users. If you are a New Zealand entity or otherwise using the Software in connection with your business in New Zealand,then nothing in this License Agreement: (i) is intended to exclude, limit or have the effect of contracting out of the Fair Trading Act 1986;and 9 9 Connexionz (ii)will prevent you from exercising any of your legal rights and remedies under Subpart 3 of Part 2 of the Contract and Commercial Law Act 2017(NZ)or the Fair Trading Act 1986 in relation to any representations made by Connexionz to you in relation to the Software prior to you entering into this License Agreement. 1.5. Third Party Software.Any portion of the Software that constitutes third party software, including software provided under a public license, is licensed to you subject to the terms and conditions of the software license agreements accompanying such third party software. 2. Intellectual Property. 2.1. You acknowledge and agree that: (i)the Software is licensed and not sold;and (ii) by accepting the licenses set forth in this License Agreement,you acquire only the right to use the Software and Documentation in accordance with the terms of this License Agreement, and that Connexionz and/or its licensors will retain all rights,title, interest, including all associated intellectual property rights,patent,copyright,trademark,trade dress,trade secret,technology, information,confidential information and other proprietary rights in and to the Software and Documentation, including all portions,copies and modifications to that. 2.2. Connexionz reserves all rights not expressly granted to you in this License Agreement. 3. Warranties. 3.1. Subject to the limitations stated in this License Agreement,Connexionz warrants to you, the original end user,that,for a period of ninety(90)days from the date the Software is made available to you ("Warranty Period"),the Software, as delivered: (i)will materially conform to Connexionz's then-current Documentation;and (ii)does not contain any computer worms or viruses. 3.2. To be eligible for a remedy under this warranty you must report all warranted problems to Connexionz in writing within the Warranty Period. 3.3. In the event of any breach of this warranty,Connexionz may,at its sole option, provide a correction or a workaround for any reproducible errors or other noncompliance,a replacement of the non-conforming Software, hardware key,media and/or documentation,or a refund of the license fees you paid for the affected Software,subject to Your return of the Software. If Connexionz does so within a reasonable time of you reporting, and Connexionz verifying,the breach,this will constitute your exclusive remedy, and Connexionz's entire liability, in respect of the breach of warranty. 3.4. This limited warranty is void if you have modified or altered the Software, installed, operated, repaired or maintained the Software other than in accordance with the then- 9 9 connexionz current Documentation,subjected the Software to misuse, negligence,or accident,or cannot reasonably reproduce the error reported by you. 3.5. Any replacement Software will be warranted for the remainder of the original warranty period or thirty(30) days,whichever is longer. 3.6. Disclaimer of additional warranties 3.6.1. The express warranty above is in lieu of all other warranties, and Connexionz makes no representations or warranties concerning the Software,expressed or implied, except as expressly provided in this License Agreement or preserved under section 1.4 above(New Zealand Users),and expressly disclaims to the maximum extent permitted by applicable law any and all other warranties, including, but not limited to,any implied warranties of merchantability, satisfactory quality,fitness for a particular purpose, non-infringement or skill and care. 3.6.2. Any implied warranties that by law cannot be disclaimed are limited in duration to the greater of: (i) ninety(90)days from the date of this License Agreement,or (ii)the shortest period permitted by law. 3.6.3. Except as expressly set out in this License Agreement,the Software provided by Connexionz is provided "as is" and without warranty of any kind. You agree that you are solely responsible for the results obtained from the use of the Software. 4. Intellectual Property Indemnification. 4.1. Indemnification. 4.1.1. Connexionz will indemnify and defend,at its own expense,any claim, suit or proceeding brought against you by a third party to the extent it is based upon a claim that your use of the Software worldwide except in North America pursuant to this License Agreement infringes upon any patent,copyright,trademark rights, registered designs,geographic indications, layout designs of a third party. 4.1.2. If you comply with the provisions of this document, Connexionz will pay all damages, costs and expenses finally awarded to third parties against you in such action. 4.1.3. If the Software is,or in Connexionz's opinion might be, held to infringe as set forth above,Connexionz may,at its option: (i) acquire the right for you to continue to use the Software upon the terms of this Agreement; (ii) modify the Software to avoid or correct the infringement;or (iii) replace the Software. 9 9 Connexionz 4.1.4. If none of such alternatives are, in Connexionz's opinion,commercially reasonable, you will return the infringing Software to Connexionz,and Connexionz's sole liability, in addition to its obligation to pay awarded damages,costs and expenses as set forth above,will be to refund the license fees you paid to Connexionz under this agreement, depreciated on a 3-year,straight-line basis. 4.2. Limitations. 4.2.1. The foregoing notwithstanding, Connexionz will have no liability for any claim of infringement arising as a result of: (i)your use of the Software in combination with any items not supplied by Connexionz; (ii)any modification of the Software by you or at your request; (iii) use of other than the latest revision of the Software if use of the latest revision would avoid the infringement; (iv) use of the Software outside the scope of the granted licenses or otherwise in violation of the terms of this License Agreement;or (v) any other act or omission by you which is a breach by you of any term of this License Agreement. 4.3. Conditions to Indemnification. 4.3.1. Connexionz will have the sole right to control the defense of,and to settle or compromise, any claim of infringement concerning the Software,and Connexionz's indemnification obligations are conditioned upon you: (i)giving Connexionz prompt written notice of any claim for which indemnity is sought;and (ii)fully cooperating in the defense or settlement of any such claim. 4.3.2. Subject to the foregoing, however,you, at your own expense, may participate, through your attorneys or otherwise,in the investigation,trial and defense of any such claim,demand or action and any appeal therefrom. 4.4. Exclusive Remedy.The foregoing states Connexionz's entire liability and your exclusive remedy concerning infringement of intellectual property rights,including but not limited to, patent,copyright and trade secret rights. 5. Limitation of Liability. 5.1. Under no circumstances will either party be liable to the other for any punitive damages or lost profits or other economic loss, lost or degraded data, interruption of business, procurement of substitute products,or for indirect,special, consequential, exemplary or incidental damages(including without limitation any loss of business, revenue,goodwill or use), however caused and regardless of theory of liability,arising out of the use of(or 9 9 connexionz inability to use)the Software provided under this License Agreement,even if such party has been advised of the possibility of such damages. 5.2. These limitations apply to all causes of action in the aggregate, including causes of action arising out of termination of this License Agreement, breach of contract, breach of warranty, negligence,strict liability, misrepresentation, product liability and any other torts. 5.3. The maximum aggregate amount for which either party may be liable under this License Agreement will be limited to the amounts actually paid or payable by you for the Software subject of the claim for which such liability is asserted. 5.4. This section will not apply,however,to: 5.4.1. a party's breach of confidentiality; 5.4.2. to any claim arising out of your breach of the license restrictions set forth in this License Agreement;or 5.4.3. to any liability we may have to you under the legislation referred to in section 1.4 above(New Zealand Users) 6. Term and Termination. 6.1. Term.The term of this License Agreement and your licenses to the Software and Documentation will commence as of the first to occur of the date of your acceptance of this License Agreement or the date the Software is made available to you and you have commissioned it, and will continue until the termination or expiration of the term of all of the licenses of the Software, unless earlier terminated at the end of any timeframe specified in a Sales Order or as provided below. 6.2. Termination. 6.2.1.Connexionz may terminate this License Agreement effective ten (10)days after written notice to you in the event that you fail to pay when due any fees for the Software as provided in a Sales Order. 6.2.2. Either party may terminate this License Agreement effective thirty(30)days after written notice to the other party("Breaching Party") in the event that the Breaching Party has breached a material provision of this License Agreement and the Breaching Party does not cure such breach within such thirty(30)day period. 6.3. Rights and Obligations upon Termination or Expiration. 6.3.1. Upon termination of this License Agreement,all rights granted to you under this agreement will immediately cease and you will: (i) immediately discontinue all use of the Software and Documentation;and (ii)destroy all copies of the Software and Documentation. 9 9 connexionz 6.3.2. Termination of this License Agreement for any reason will not excuse your obligation to pay in full any and all amounts due for the Software, nor will termination result in a refund of any fees paid by you for the Software.The absence of a right to a refund will not preclude you from bringing a claim for damages or other compensation which you are otherwise entitled to bring under this License Agreement. 6.4. Continuing Obligations.The terms and conditions in this License Agreement that by their nature and context are intended to survive any termination of this License Agreement, including,without limitation,Sections: (i)2(Intellectual Property); (ii)4(Intellectual Property Indemnification); (iii)5(Limitation of Liability); (iv)6(Term and Termination); (v) 7(Disclaimer of Damages);and (vi)8(Miscellaneous) will survive such termination of this License Agreement for any reason and will be fully enforceable thereafter. 7. Miscellaneous. 7.1. Notices. 7.1.1. All notices,demands or other communications under this License Agreement will be in writing,will reference this License Agreement,and will be deemed given: (i)when delivered personally; (ii)five(5)days after having been sent by registered or certified mail, return receipt requested;or (iii)one(1)day after deposit with a commercial overnight carrier,with written verification of receipt. 7.1.2. All communications will be sent to the address for such party as last provided to the other,subject to modification by giving notice as provided in this agreement. 7.2. Governing Law. 7.2.1. This License Agreement will be construed and governed in accordance with the applicable laws as determined (based on your location) in accordance with the table set out at the end of this section without regard to any rules of conflicts or choice of law provisions that would require the application of the laws of any other jurisdiction. 9 9 connexionz 7.2.2. All disputes arising out of or relating to this License Agreement will be submitted to the exclusive jurisdiction of the applicable courts as determined (based on your location) in accordance with the table set out at the end of this section ,and each party to this Agreement irrevocably consents to such jurisdiction and waives all objections to this venue. 7.2.3. The parties to this License Agreement as a result of this document waive trial by jury in any action, proceeding,claim or counterclaim brought by either of them against the other on any matters whatsoever arising out of or in any way connected with this License Agreement. Jurisdiction where you are Governing Law of this Courts with jurisdiction to permanently located Licence Agreement hear matters concerning this License Agreement United States Laws of the State of State or federal courts of Washington competent jurisdiction located in Yakima County, Washington Canada The Laws of Canada The Courts of Canada Australia The Laws of Australia The Courts of Australia United Kingdom The Laws of the United The Courts of the United Kingdom Kingdom European Union The laws of the European The Courts of the European Union Member Country in Union Member Country in which the licensee is which the licensee is permanently located. permanently located. New Zealand The laws of New Zealand The Courts of New Zealand Other(rest of the world) The laws of New Zealand The Courts of New Zealand 7.3. Severability. 7.3.1. If any one or more of the provisions of this License Agreement is determined to be invalid, illegal,or unenforceable,the validity, legality,and enforceability of any of the remaining provisions or portions of that will not be affected or impaired as a result of that and will nevertheless be binding between the parties. 7.3.2. In the event any provision of this License Agreement is found to be invalid, illegal,or unenforceable,the parties will modify that provision in a manner that gives effect to the intent of the parties in entering into the License Agreement. 7.4. Waiver or Delay. 7.4.1. No failure to exercise or delay by a party in exercising any right, power,or remedy under this License Agreement operates as a waiver of such right, power,or remedy. 9 9 connexionz 7.4.2. A single or partial exercise of any right, power,or remedy does not preclude any other or further exercise of that or any other right, power,or remedy. 7.4.3. A waiver is not valid or binding on the party granting the waiver unless made in writing. 7.5. Export Laws. 7.5.1. The Software is subject to United States export control jurisdiction,and may not be shipped,transferred, re-exported to any country or recipient,or used for any purpose prohibited by any applicable international and national laws that apply to the Software,including the U.S. Export Administration Regulations as well as end- user,end-use,and destination restrictions issued by the United States and other governments. 7.5.2. You will not export or re-export the Software without first obtaining the appropriate U.S.or foreign government export licenses. 7.6. Entire Agreement. 7.6.1.This License Agreement is made in conjunction with that certain Professional Services Agreement for 12324P Onboard Integrated Technology System ("PSA Agreement") between the City of Yakima and Connexionz. This License Agreement and the PSA Agreement constitute the entire understanding and agreement between the parties with respect to the subject matter of this License Agreement and the PSA Agreement. In the event that there is a conflict in terms between this License Agreement and the PSA Agreement the terms of the PSA Agreement shall control. 7.6.2. No modifications may be made to this License Agreement except in writing,signed by both parties. 7.7. Benefit of Agreement.This License Agreement will bind and inure to the benefit of the parties and their respective permitted successors and assigns. 7.8. Cumulative Remedies. Except as otherwise provided by this License Agreement,all remedies of the parties under this agreement are non-exclusive and are in addition to all other available legal and equitable remedies. 7.9. Force Majeure. Neither party("Affected Party")will be liable or deemed to be in default for any delay or failure in performance under this License Agreement(except for payment obligations) resulting,directly or indirectly,from acts of God,civil or military authority, acts of the public enemy,war, riots,civil disturbances,insurrections,accidents,fire, explosions,earthquakes,floods,the elements,strikes, labor disputes or any causes beyond the Affected Party's reasonable control provided that the Affected Party will promptly resume or remedy, as the case may be,the performance of its obligations under this Agreement as soon as practicable. 7.10. Construction of Agreement. 7.10.1. Each party acknowledges that it has had the opportunity to review this License Agreement with legal counsel of its choice. Q 9 connexionz 7.10.2. The titles and headings in this agreement are for reference purposes only and will not in any manner limit the construction of this License Agreement,which will be considered as a whole. 7.11. Choice of Language. 7.11.1. The original version of this License Agreement has been written in English,which will be the controlling language in all respects. 7.11.2. Any translations into any other language are for reference only and will have no legal or other effect. 7.12. Personal Data;Consent to Process and Transfer. 7.12.1. You agree to comply with all applicable laws and regulations which may govern your use of the Software, including, but not limited to, laws pertaining to the collection and use of personal data and to the transfer of data over state or other jurisdictional lines. 7.12.2. You agree that Connexionz, its affiliates,and agents may collect and use information you provide in relation to any support services performed with respect to the Software and requested by you. 7.12.3. Connexionz agrees not to use this information in a form that personally identifies you,except to the extent necessary to provide such services. 7.12.4. You agree that Connexionz may transfer your information to the United States or other countries for use in accordance with this Section. 7.13. Conflicts. In the event of a conflict between this License Agreement and any other document or agreement involving the Software,the terms of this License Agreement shall take precedence to the extent of such conflict. 7.14. Trademarks.This License Agreement does not grant you any rights in connection with any trademarks and/or service marks of Connexionz. Onboard Integrated TechnologySystem City of Yakima In response to Request for Proposal by: City of Yakima for: Intelligent Transportation Systems ref: 12324P Date of this Proposal: September 14, 2023 9 connexionz 4 \ assaiiiiiimiiiiiipio .11. , SMARTER TRANSIT SOLU I' k` C r011111111.1111111. ".6 geltiWA- 1 , 1 3 4 „u, '.' r . b mi6..... 4.041. .4i. 1 Tab - Tab e f ntent 9 connexionz Tab 1 - Table of Contents Tab 1 -Table of Contents 2 Tab 2 - RFP Signature Sheet 4 Tab 4 - Response to General Requirements 10 4. Organizational Capabilities 2 Organizational Structure 3 5. Experience Statement 4 Examples of contracts and experience 6 6. Points Not Addressed 12 7. Proposer References 14 8. Contract Performance Requirements 15 9. Questionnaire 45 Tab 5- Response to Technical Requirements 47 Tab 6—Sample Contract and Terms and Conditions 109 Tab 7—Required Forms 111 Tab 8-Cost Proposal as identified in Section VI. 113 4;9 connexionz Page 2 of 132 Ta b Two is �'' CITY OF YAKIMA REQUEST FOR PROPOSAL # 12324P "1 ` SIGNATURE SHEET THIS IS NOT AN ORDER RFP Release Date:August 2, 2023 Proposal Receipt: Proposers must first register with PublicPurchase.com and Proposal shall be completely uploaded into PublicPurchase.com no later than the date and time listed below. Register as early as possible and do not wait until the due date to upload your documents, as this may take some time. Late Proposals will not be accepted or evaluated. If you try to submit a Proposal late, the electronic system will not receive it. Proposal openings are public. Proposals shall be firm for acceptance for ninety (90) days from date of Proposal opening, unless otherwise noted. RFP's ARE ONLY RECEIVED THROUGH PUULICPURCHASE.COM Purchasing For: Buyer in charge of this procurement(Contact for further information): City of Yakima Transit Division Susan Knotts, NIGP-CPP, CPPO, CPPB 2301 Fruitvale Blvd. Buyer II Yakima, WA 98902 Proposals Must be completely uploaded by: Phone E-Mail Address September 7, 2023 at 2:00:0o PM PST (509) 575-6095 Susan.KnottsPYakimaWA.Gov Public Opening PROJECT DESCRIPTION SUMMARY Onboard Integrated Technology System for Yakima Transit Enter Prompt Payment Discount: NA_%/net_N/A_days We/I will complete project within 112_days. MUST BE COMPLETED NO LATER THEN January 31,2024. Delivery Details: FOB Destination, Freight Prepaid, Inside Delivery required WI I hereby acknowledge receiving addendum(a) _1_,_2_,_3,_4_ (use as many spaces as addenda received) In signing this Proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition;that no attempt has been made to induce any other person or firm to submit or not to submit a Proposal;that this Proposal has been independently arrived at without collusion with any other Proposer, competitor or potential competitor;that this Proposal has not been knowingly disclosed prior to the opening of Proposals to any other Proposer or competitor;that the above statement is accurate under penalty of perjury. Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any responsibility or involvement in the purchase orders or contracts issued by other public agencies. We will comply with all terms,conditions and specifications required by the City of Yakima in this Request for Proposal and all terms of our Proposal. Company Name Company Address UNITED NI eDnue STATES 27720 Connexionz Limited Una 190 Santa Clarita,CA 91355 Name of Authorized Company Representative(Type or Print) Title Phone 4-1 661)568 2674 Tony Kan Exective Chair Fax ( > Signature of Above /� Date Email Address 15/09/23 tony.kan@connexionz.com 9:0 connexionz Page 4 of 132 Ta b - Tran itta etter RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Tab 3 - Transmittal Letter 13 September 2023 UNITED STATES 27720 Avenue Scott. Unit 190 Santa Clarita,CA 91355 Susan Knotts Tel:+1 213 807 9366 City of Yakima Transit Division www.connexionz.com 2301 Fruitvale Blvd. Yakima,WA 98902 Request for Proposal(RFP) 12324P Onboard Integrated Technology System Dear Susan and the transit team at the City of Yakima Purchasing, Connexionz(CNX)thank you for the opportunity to participate in the above-referenced RFP,with which there are no known conflicts of interest.We look forward to earning your trust for a business relationship that serves your ever-changing needs and will focus on the welfare and satisfaction of your ridership and staff. Every year our customers provide over 32 million passenger trips using our intelligent transit solutions(ITS) operating in the background of their public transit commutes.At the root of our successful ITS system are some of the world's most reliable and accurate real-time arrival predictions that were independently analyzed and proven to be accurate more than 99%of the time. You won't be left high and dry. Many of our customers have been with us for 15 or more years. Unsurprisingly,their needs have evolved,and our system has evolved along with them. "When we went looking for a new system,we wanted to find a partner not just a vendor. After all these years with Connexionz, I want to tell you, that I can say, we found that partner." Steve Pont, COO,TriDelta Transit As part of your support and maintenance package we do preventative maintenance. This means with our system,your riders will come to rely on it without a second thought, planning their trips, timing their walk to their stop,following the progress of their journey,and getting off at the right time. Our system will help you expand and grow your operations. Research shows that the biggest factor that stops people choosing public transit is the anxiety of not reaching your destination on time to see someone or make an event. With our system,your passengers can plan their trips, use their smartphones to track progress as they make their journey.Their journey plan will even tell them which stop to walk to. At the stop,external signage and voice announcements will confirm that they are on the right bus,inside,they will hear and potentially see announcements that confirm what they are seeing on their phones, and let them know when to get off and if need be,connect to another service.They can even use our system to send messages to the vehicle ahead to delay their departure if the current vehicle is running late and there is risk of missing a connection or transfer. All this gives your riders confidence.With confidence, comes trust as your riders realize that the information is accurate and reliable. Over time, more riders will choose transit as an option. More riders mean more funding,and your operations can grow. We can grow along with you.The biggest fleet we have tracked is over 400 strong. 9 9 connexionz Page 6 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Bringing ITS system technology to Transit Centers As you continue to advance in your Transit Planning, a partnership with us will be perfect to help your technology objectives.We have extensive experience with integrating ITS systems with Transit Center operations such as Kayak Transit in Central Oregon,Soltrans in the Bay Area of California, and Star Tran in Lincoln Nebraska. From bringing real time ETA and ETD displays to a transit center,tying your PA systems into our system for announcing arrivals and departures,all the way through to electronic ushering and dynamic bus bay allocations,we cover a wide range of sophistication and complexity. By doing so,you can allow your riders to enjoy the benefits of your system wherever you want them to have It.We have a product called TimeView that makes it incredibly easy(and fast)to configure a new display. Putting real time passenger information signage in public spaces like shopping mall foyers and food courts turn them into transit centers where riders can wait for their transit services in comparative comfort and safety. With our system you can take big steps toward greater efficiency Our customers love our tools that allow your team to set up their work day,and quickly identify any disruptions through the day.Then our systems provide them with tools to quickly resolve them. A big step towards greater efficiency is being able to track your KPIs. With our Insights tool you can create beautiful dashboards which can help you to see how your system is doing at a glance. They make great illustrations for your management and board reports too. We can help you with improving customer service leading to higher customer satisfaction When a complaint comes in our system provides you with the bullet proof historical evidence you need to show whether a trip departed early or was running late. You can easily see whether or not your driver was driving too fast. Our system also gives you great information that you can use to support your route and schedule changes during public consultations. More importantly,our system will provide you with the information you need to optimize your routes and schedules or to plan new ones. Better on-time performance means that your riders can minimize the time they wait at stops so they can avoid exposure to poor weather and they will feel safer too. Gillig friendly We note that you have incorporated Gillig Vehicles over the years, and your plan is likely to continue this strategy. We have worked well with Gillig Vehicles for many years and they frequently install our system in their factory for our customers who are renewing or expanding their fleets. An ITS system that grows with you Our customers also use: • Mobile video surveillance and duress alarms for driver and passenger safety. • Wayside signage,so that passengers can gain even better access to real-time ETAs. • On-vehicle public WiFi to enhance your passengers'travel experience. • Traffic Signal Prioritization:to give your vehicles green lanes through congested traffic and so improve your on-time performance. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL We recently met with a Transit Agency. One of their executives, rang one of our customers to find out what our customer service was like beforehand. During the discussion, another executive asked the question, "So what is Connexionz's customer service like?" The answer: "Apparently, they walk on water!" Audio recorded meeting,26 July 2023 Putting it together... All the above,coupled with our experience of successful deployment, makes us an incredibly compelling partner for Yakima's goals with regard to operational efficiency and ridership satisfaction overall. We have applied significant effort and resources to identify the best optimal configuration to satisfy your requirements and long-term vision.Within this packet,you will find all submission requirements including our response to your RFP, and price for core functionality requirements. Our discount for you We are building partnerships with more and more customers in your region.They include Tribal customers in Washington and Oregon,and a strong presence in the rest of California. Working with you will contribute to the economies of scale to be had in servicing customers in your area. For this reason,we have applied a 30%discount to the pricing we're offering you.This drops the asking price for your complete system, including 5 years of support and maintenance,from approximately$701,423 to approximately$488,290,saving over$213,130. We look forward to discussing our proposal in more detail with you. Yours sincerely,Authorized Representative: Executive Chair for Patrick O'Donnell Senior Sales Executive Tel:(712)242-8688 patrick.odonnell@connexionz.com This Proposal shall remain valid for a period of no less than 120 days from the date of submittal. If a Freedom of Information Act request is received by the City of Yakima Purchasing,then please advise us, and we will provide you with a redacted copy. o 9 connexionz Page 8 of 132 Tab 4 - Re n e t enera Re uire ent RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Tab 4 - Response to General Requirements 1 . Proposer Qualifications Connexionz is a leading provider of Fixed Route Integrated Technology Solutions—and has over thirty years of Transit Technology experience with Transits throughout North America,and around the world. 2. Staff Qualifications We have years of experience working with agencies who have limited staff and understand that roles are often not fixed.We recognize that your personnel may be pulled away to perform other tasks throughout implementation,and we have formulated our project delivery and training plan to suit these occurrences. We value the sense of community and communication within our organization.The benefit of this is that the project team at Connexionz will know how you operate and will make it easier to resolve instances quickly. SMA Hugo Valdovinos Vaughan Keenan Project Manager Chief Operations _, y Officer c Paul Stevens o Michael Stocks Chief Technical • y Systems Engineer Officer Tomas Hedman Joey Dillon Procurement Officer Customer Support &Lead Tech orgi Marcos Mendez Pam Heser Field Technician Field Technician Ability to provide timely suppct . Our team provides support through our 24/7/365 manned support desk for all incidents raised providing a current support and maintenance agreement in place. 10- Target resolution times are documented in our Support and Maintenance Agreement for each incident priority type, and if incidents cannot be resolved ,� J remotely,then Connexionz is committed to sending resources on-site free of charge to resolve all incidents covered under support. The Support Team monitors all customer systems to identify issues and will proactively raise support tickets as required to ensure all customer systems are operational. Monthly Incident Status Reports are sent to all customers,and support update This picture was taken by Nune, calls are booked between customers and our Support Technician. Marcos, and Jorgelde whilemi a instaNiit Pp infotainment into Golden Empire Transit vehicles in sweltering hot temperatures, All Priority 1 Incidents will receive a P1 Incident report within 10 days of the Yet, still smiling! incident occurring,which details the cause,actions taken,timelines, and what steps have been put in place to prevent a similar incident from occurring again in the future. a 9 connexionz Page 10 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Nune Arslanian - Project Manager Joey Dillon—Trainer& Customer Support Tier 1 Nune's role will be the Project Manager, her As the Trainer for you,Joey will: responsibilities will include: • Prepare the Training Agenda • Develop the project schedule and project • Provide remote workshops and onsite training charter and work with you to ensure all goals for the Agencies trainees. and deliverables are scoped. • And as Tier 1 Customer Support for you,Joey • Will work with our Lead Tech and Procurement will: Team to procure all hardware under the • Customer support to the Agencies for all proposed instances from initial response to resolution • Will direct the work,document reports,control after the project has been deployed. change, and monitor quality. • Balance the scope schedule and utilize key Marcos Mendez—Field Technician resources. Role as Field Technician within the Installation • Oversees the cost of the project. Team Marcos will: • Oversees the installation phase and testing of all equipment. • Ensures all hardware has been configured and tested prior to installation. Vaughan Keenan—Chief Operating Officer • Participates in the deployment of hardware and installs then tests to ensure it meets your and Vaughan's role will be Chief Operating Officer, his our quality assurance check. responsibilities will include: • Troubleshoots, repairs,and ensures hardware • Work with Nune to ensure hardware, software, is in good working order. and key resources are made available for the • Provides preventative maintenance to Agencies' project. hardware and ensures firmware is kept up to • Escalation point for issues. date. Paul Stevens—Chief Technical Officer Pam Heser—Field Technician Chief Technical Officer(software lead)for you. Role as Field Technician within the Installation Paul's role on the contract will include: Team for the Agencies: • Technical expert when it comes to integration • Ensures all hardware is ready for shipment. of 3rd party software/hardware with • Manages inventory of the City of Tracy's ITS Connexionz CAD/AVL System. assets(parts/components) • Future proofs Connexionz CAD/AVL system to • Troubleshoots, repairs,and provides ensure you return on investment and preventative maintenance to systems installed opportunity to grow with upgrades. at the City of Tracy. Mike Stocks—Systems Engineer Mike will be the System Engineer for you; his role will include: • Manages the hardware&software requirements for the project and ensures the architecture of the Connexionz CAD/AVL system falls within the scope of this project. a 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Resumes of Key Personnel for this Contract Nune Arslanian Project Manager Profile Summary Career History Nune joined the Connexionz team in 2021 as a Project Connexionz I Project Manager Manager based at our Santa Clarita,CA office. (Jun 2021-Present) Nune has over 5+years of IT project management • Managed full system implementation life cycle experience and is a Certified Scrum Master CSM®, including Requirements Gathering,Scope experienced in Agile Development Methodology,and Management,Process Design,System System Analysis,and has strong knowledge of PMBOK. Configuration,Integration,User Acceptance Testing,Training and Go-Live Key Responsibilities: • Coordinated and facilitated the project's daily work including planning,daily scrums,and As the Project Manager for The City of Tracy,she will be retrospectives. responsible for the overall success of the team and • Projects primarily included web-based information project.Within this,she will develop the project collection,tracking,analysis,planning,and schedule,and project charter,and work with you to reporting systems for national governments and ensure all goals and deliverables are scoped. organizations'management usage. Nune will direct the work,document reports, • Communicated directly with high-level project controlling change,and monitor quality throughout the sponsors in client organization/governmental project.Additional responsibilities include balancing the agencies and its contractors and vendors. scope,schedule,and utilizing key resources while • Ensured final product met the needs of the various overseeing the cost of the project,as well as the entire key stakeholders. installation phase and testing of all equipment. Synergy International Systems—Global IT system provider I Project Manager/Systems Analyst Key Projects: (July 2015-Sept 2017) • City of Lincoln(StarTrans)—ITS implementation of Workfront Utah based IT solutions company I CAD/AVL systems and the deployment of related Technical Support Engineer hardware. (June 2014—June 2015) • City of Racine—implementation of RTT system and HSBC Bank Armenia GSC,Change Delivery Department I the deployment of related hardware.Nune was the Associate Project Manager(IT) Project Manager. (Jan 2013—June 2014) • Solano County Transit(SolTrans)—ITS HSBC Bank Armenia GSC, Main Office I Customer Service implementation of CAD/AVL systems and the Representative deployment of related hardware.Won in 2021,and (Sept 2008—Dec 2012) Nune is the project manager on this contract. Education Professional Development 2022 Project Management Professional(PMP)® 2021 Certified ScrumMaster CSM® 2020 PMP exam prep course 2008 MPA(Master's)-Public Administration-Public 2014 Project Management Fundamentals Administration Academy of Armenia 2014 Agile Project Management 2014 Time Management Fundamentals 2006 BS Engineering-Microsystem Engineering-State 2013 Microsoft SQL Server 2012 Engineering University of Armenia 2012 IT Project Management Languages Fluent in English,Russian,Armenian/Basic proficiency in Spanish a 9 connexionz Page 12 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Vaughan Keenan Profile Summary Career History Vaughan is instrumental in turning our customers into Connexionz 'Chief Operating Officer project partners and will keep you updated every step (May 2020-Present) of the way. In the background he keeps all Connexionz Connexionz Project Manager teams on task,ensuring quality solutions are delivered (Apr 2019-May 2020) on time and within budget. Espire I Operations Team Lead and Project Manager Vaughan is a certified PRINCE2 Practitioner and has 15 (2018-Feb 2019) years history of making significant contributions—both Fusion5 ApprovalPlus Team Lead and Project Manager technical and project-discipline-related—to the (2013-2018) successful delivery of software and technology Fusion5 I Project Manager products. (2010-2012) Key Responsibilities: Fusion5 Project Coordinator (Jan 2010-May 2010) As Chief Operating Officer for you,he will work with Fusion 5 Technical Consultant Nune to ensure hardware,software,and key resources (Feb 2007-May 2010) are made available for your project. Foodstuffs NZ Business Analyst and Application Key Projects: Specialist (Aug 2005—Feb 2007) • Chief Operations Executive/Project Manager for ITS Foodstuffs NZ eCommerce Integration Specialist implementation of CAD/AVL systems at Solano (Apr 2004—Aug 2007) County Transit(SolTrans) Weltec Website Administrator • Chief Operations Executive for ITS implementation (Dec 2003—Apr 2004) of CAD/AVL systems at Muskegon Area Transit System Education • Chief Operations Executive for ITS implementation Jun 2002—Dec 2003 Bachelor of Information Technology of CAD/AVL systems at the City of Racine Jun 2001—Jun 2002 Diploma in Business Computing • Chief Operations Executive for ITS implementation Jun 2000—Jun 2001 Certificate in Business Computing of CAD/AVL systems at the City of Gatlinburg Jan 2000—Jun 2000 Introductory Certificate in Business Chief Operations Executive for ITS implementation Computing • of CAD/AVL systems at Golden Empire Transit Awards Workplace Professional Development 2017 ERP People's Choice Jun 2010 Prince2 Practitioner 2010 ERP Customer Service Nov 2007 JD Edwards CNC 2008 Newcomer of the Year Mar 2007 XSOL Process Mapping Certified Trainer Award for Excellence Feb 2006 JD Edwards OneWorld XE Application Nov 2005 Development MS Reporting Services 2003 Bachelor of Information Technology Solutions 2003 Business School(Commercial Law) Dec 2004 Development Software Testing for Users 2002 Diploma in Business Computing and Developers 2001 Certificate in Business Computing 2000 Introductory Certificate in Business Computing 9 o connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Paul Stevens Profile Summary SaaS customer release along with the development Paul has 25 years'extensive software design and of the audio-visual passenger information service development experience which comes with 15 years of • Connexionz—The Chief Technology Officer oversees customer-facing business development and team ' the Software as a Service(SaaS)and Internal of leadership. Thins(loT)requirements,design,architecture,and release. Paul has a bachelor's degree and numerous technology certifications including Business Analysis,SQL Server Career History Database Design and Development,Mapinfo Spatial Connexionz Limited I Chief Technology Officer Development,Pivotal Development,SAP Financial (Nov 2021—Present) Processes,NetSuite Scripting,and customization. Connexionz Limited I Solutions Architect Paul is well-equipped to get the best productivity and (Mar 2020—Nov 2021) performance from the Connexionz software Connexionz Limited I Lead Developer development team,having done the same in the past (Mar 2019—Nov 2020) for organizations of varying sizes,including his own Ospri I Senior Contract Developer companies as well as large corporates like Fusions. (Sept 2018-2013-2018) Key Responsibilities: Ospri I Senior Developer—special solutions (Feb 2018-Sept 2018) Paul oversees the Development Team to maintain and Fusions I Senior Consultant support 3rd party software/hardware integrations with (Mar 2008—Dec 2017) CAD/AVL Systems.This is to future-proof our CAD/AVL system so as to enable it to continue to grow with your RemotelT I Contract future plans,assisting in ensuring a return on (Apr 2006—Mar 2008) investment for years to come. New Zealand Army I Contractor Financial Officer (1998-2005) Key Projects: • NY Waterway—The Chief Technology Officer Education completed the business analysis,system design, • Diploma of Photojournalism development,and implementation of their Ferry • GCE 0,A Levels London Examinations Transit solution • FA Referee • SolTrans—The Chief Technology Officer completed Professional Qualifications the system design and managed the implementation • Business Analysis(Rational Rose) of Connexionz Core and TimeView Transit Center. • SQL Server Database Design and Development • StarTran—The Chief Technology Officer completed • Mapinfo Spatial Development the system design and managed the implementation • Pivotal Development of Connexionz Core,Transit Check integration,and • SAP Financial Processes commissioned the hostContent Management • NetSuite Scripting and customization System. • Technical Mountaineering • Muskegon—The Chief Technology Officer managed the overall implementation of Connexionz Core as a Q 9 connexionz Page 50 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL ilhMike Stocks Profile Summary Professional Development Mike has been with Connexionz since 2002 and has • ATL&COM for C++engineers. been the Research and Development Manager and • UML Chief Engineer throughout the development of our • Object orientated design,Analysis Patterns and products for the last 21 years. Reuse. Mike was first employed by Connexionz to design the • Microsoft Project. ITS solution for the NSW T80 Liverpool—Paramatta • Basic and advanced refrigeration. transitway project.Responsible for the design of dynamic allocations for interchanges,real-time tracking system,arrival predictions,signage,and announcement Career History systems. Connexionz Limited I Chief Engineer Mike's professional history includes over 35 years of (2002 to present) designing and developing software and systems for Danfoss(refrigeration/air conditioning) I Research and Refrigeration control and monitoring systems for food Development Manager processing,storage,transport,and supermarkets. (2000-2002) Woodley Electronics Ltd I Project Leader He particularly enjoys working closely with diverse (1999-2000) customers to understand their needs and then working with the Connexionz team to develop and deploy George Barker&Co(Leeds)Ltd I Senior Software solutions to meet those needs. Engineer (1991-1999) Key Responsibilities: Farnell Instruments PLC(power supplies) I Production Automation Engineer Mike will be the Solutions Architect for you,managing (1981-1991) the hardware and software requirements for the project and ensuring the architecture of our CAD/AVL Fotherby Willis&Co Ltd Apprentice Electronics system falls within the scope of this project. Engineer (1978-1981) Key Projects: • Golden Empire Transit—Chief Engineer for the ITS Education implementation of CAD/AVL system and the The Open University BSc Mathematics with deployment of related hardware. Computing BTEC • Tri-Delta Transit-Chief Engineer for the ITS (1985 1995) implementation of CAD/AVL system and the • MT365 Graphs,Networks and Design deployment of related hardware. • T395 Mechatronics • City of Lincoln(StarTrans)—Systems Engineer for • T396 Artificial Intelligence the ITS implementation of CAD/AVL systems and the • M353 Topics in Software Engineering deployment of related hardware. • MST204 Mathematical Models and Methods • Corvallis-Chief Engineer for the ITS implementation • M358 Relational Databases&Data Management of CAD/AVL system and the deployment of related hardware. • M205 An Introduction to Computing • T202 Analogue&Digital Electronics • ST212 Basic Physical Science • M101 Mathematics Foundation 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Joey Dillon Profile Summary • Operating Systems Joey has a wealth of experience in technical support • Microsoft Windows Server roles.As a leading member of Connexionz Customer • TCP/IP and IT support,Joey makes it his mission to ensure any • Disaster Recovery incidents that arise are resolved before customers • Project Leadership become aware of them. • Microsoft Exchange Career History Joey has a keen understanding of Connexionz hardware Connexionz Limited I Customer Support Manager(2020 and software applications,and how these integrate.He -Present) uses all the systems and hardware every single day of Providing customer and technical support to customers the week,except when he's in the classroom teaching! nationwide.I am involved in shipping,inventory, Key Responsibilities: purchasing,and operational coordination with our staff as well as external customers. As Trainer for you,Joey will prepare the Training Agenda,providing remote workshops and onsite Familiar with JIRA and creating and tracking issues training for The City of Yakima trainees. within the system.Organizing and coordinating monthly,bi-weekly,and weekly meetings with As Tier 1 Customer Support,he will provide customer customers to address any concerns or issues and support to you for all instances from initial response to provide updates from Connexionz. resolution after the project has been deployed. Coordinating traveling arrangements with our techs for Key Projects: installations,troubleshooting,and site visits to resolve • Tier 1 Customer&IT Support for Dispatch and any issues.Provide training with our software to our RoutePlanner Kayak Public Transit customers with applicable dispatch and routeplanner • Tier 1 Customer&IT Support for Dispatch and software and provide ongoing support. RoutePlanner-Pigeon Forge Mass Transit Scientific Games I Field Service Engineer • Tier 1 Customer&IT Support for Dispatch and (2018-2020) RoutePlanner-City of Racine Scientific Games I Technical Support • Tier 1 Customer&IT Support for San Joaquin (2007-2018) Regional Transit District Scientific Games I Systems Monitor Professional Development (2006-2007)Company • Desktop Support • Equipment Repair • Field Service Education • Help Desk 1987—1991 Army—Rank E-4 • Project Coordination • Service Technician Experience Key Competencies • Software Troubleshooting • Communication—Exceptional friendly public • Technical and IT Support relationship skills. Optimistic and enthusiastic • Microsoft Windows • Detail Oriented with 10 years of assisting,leading • Computer Networking projects and deployments of software and • Network Support hardware. • LAN • Network Administration 9 Connexionz Page 52 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Marcos Mendez Profile Summary • Pierce County Washington Ferry system-Senior Marcos joined Connexionz in 2021.He is an experienced Field Technician in ITS implementation of CAD/AVL Information Technology Specialist with a demonstrated systems and the deployment of related hardware. history of working in the transportation/trucking Career History industry.He is skilled in Electrical, Research,Electronics, and Information Technology. Connexionz Limited I Technical Filed Engineer(2023- Present) Marcos's strength is in information technology focused Connexionz Limited Information Technology Support on Computer/Information Technology Administration specialist(2021-2023) and Management from California State University- Northridge. MV Transportation I Electrical/Information Technology Specialist(2015-2021) With great attention to detail and a natural problem solver,Marcos'exceptional level of versatility and his Qualifications & Education mechanical engineering and computer science Candidate for Bachelor of Science,Computer Information Technology knowledge make him invaluable as your lead Field Technician. • CompTIA/A+ Key Responsibilities: o CPU,RAM,BIOS,Motherboards, Install/Configure/Troubleshoot hard drives, As Lead Field Technician for you,Marcos will ensure all Configure wired/Wireless networks. hardware has been configured and tested before • Computer Electronics installation and participate in the deployment of o Analog/Digital circuit boards,Node,GPS, hardware and final testing after installation to ensure it microphone, resistors,capacitors,integrated meets the Agencies and our quality assurance circuit chips,Switches,MOS transistors, procedures. amplifiers,diodes • Computer Science Cyber Security I Throughout your relationship with us,Marcos will o Windows basics,windows networking, provide preventative maintenance as needed to accounts basics,threats,vulnerabilities,and hardware and ensure all firmware is kept up to date. exploits, routes,domain name servers, Key Projects: workgroups,domains,servers,access control, authentication and basic cryptography and • City of Lincoln(SolTrans)—Senior Field Technician in design of system defensive strategies ITS implementation of CAD/AVL systems and the deployment of related hardware. Certification • Morrow County-Senior Field Technician in ITS • Google IT Support Certificate implementation of CAD/AVL systems and the • Southern California Regional Transit Training deployment of related hardware. Consortium(SCRTTC) • NY Waterways-Senior Field Technician in ITS implementation of CAD/AVL systems and the deployment of related hardware. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 0 Pam Heser Field Technician Profile Summary Pam joined Connexionz in 2010 and has been with the company for 13 years as a Field Technician.Pam has an exemplary work ethic distilled from the USA Air Force. Pam has significant experience installing and maintaining all our customer's vehicles and street infrastructure.She provides our technical support for vehicle installations. Key Responsibilities: • Ensures all hardware is ready for shipment • Manages inventory of your assets (parts/components) • Troubleshoots,repairs,and provides preventative maintenance to systems installed. Key Projects: • Lead Field Technician for the ITS implementation of CAD/AVL systems and the deployment of related hardware at Solano County Transit(SolTrans) • Lead Field Technician for the ITS implementation of CAD/AVL systems and the deployment of related hardware at the City of Gatlinburg • Field Technician for the I TS implementation of CAD/AVL systems and the deployment of related hardware at the City of Racine • Field Technician for the ITS implementation of CAD/AVL system and the deployment of related hardware at New York City Ferries(NYCF) Career History Connexionz I Field Technician (2010-Present) 92:0 connexionz Page 54 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 4 Organizational Capabilities It is important to note that Connexionz"Experience" has great significance for us, and for our partner agencies not only for what we have done, but what we have learned along the way. At Connexionz, we have come to know that our efforts to get better,and to apply our core values into all that we do, results in better agency operations, better passenger experience, and a better Transit World. We are grateful to our customers and partners over the years for the opportunities to learn and to grow. As some examples of this experience, =similar to Yakima Transit's serving the City and having a strong commitment to serve a diverse and large geographic region around the area, our agency client Kayak Public Transit is part of the Confederated Nations of Cayuse, Umatilla,and Walla Walla. The agency serves a large and diverse patron base. Kayak is a strong user of the Connexionz Web Applications and Mobile Applications. They need strong communications within their operations—and the Connexionz CAD/AVL platform project has been picture perfect for them. Corvallis Transit operates 14 buses, and has responsibility for diverse patronage as well, including Passenger Counters.They were interested in improving their operational and reporting capabilities. Subsequently,they have been working to enhance their passenger experience, and Connexionz has been instrumental in helping them strategically and executing this strategy. They now have real time passenger information, an updated website and mobile application—Video Monitors onboard the buses,and at strategic transit stations.with onboard signage. And they are continuing growth with Connexionz experience and project management. Yamhill Transit—is a very strong and similar agency client,who has been in partnership with Connexionz since 2019. With 33 vehicles in the fleet,Yamhill has incorporated the full CAD/AVL experience,and is also improving their passenger experience with Next Stop onboard signage,Voice Announcements, plus full execution of the Website and Mobile App. With 18 vehicles,Valley Transit in Washington State have added features to their base CAD/AVL platform since coming on with Connexionz four years ago, including website and mobile app. In addition, like most of our other clients,Valley Transit has worked closely with Connexionz on Bus Builds. Bus builds have been a significant event for them and many other clients,since Connexionz equipment and project management has extended WELL beyond the original CAD/AVL project. To keep strong technology after the original project,Connexionz has continued with strength in managing OEM bus builders to ensure that the agency is best served. As we know,when a new bus is delivered—everyone wants to ensure that there are no delays in putting that bus in service. Connexionz has worked tirelessly with all of our agencies,step by step,through the bus build process to make sure that the vehicles are ready on DAY ONE. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Organizational Structure Tony Kan Executive Chair Paul Stevens Vaughan Keenan Chief Technology Chief Operating Angela Ganag Officer Officer Finance Manager Norm Sanders Neil Riley Jennifer Milian Senior Sales Mike Stocks Senior Database HR&Business Tomas Hedman Executive Systems Engineer Developer Services Technical Manager Coordinator Pat O'Donnell Jorge Leonard- Marcos Mendez Senior Sales Suzette Harper Calderon Hugo Valdovinos Technical Writer Senior Software Project Manager Field&Technical Executive Support Engineer Developer Zhimin Liu Pam Heser Maria Alsayyad Brianna Ward g Nune Arslanian - Field Service Bid Manager Test&QA Analyst Senior Web Project Manager Technician Developer Joshua Aitken Joey Dillon Jorge Gutierrez Jamie Palmer Pushkar Dandekar Customer Support Field Service Sales Associate IT Systems Software Developer Administrator Technician Technician Key MynoKel Fox Jared Sork Field Rustrian Field Service Senior Leadership Team IT Business Analyst Software Developer Technician . Sales Team IITechnology and Development Carlo Vargas Software Developer , IT Business Analyst . Customer Success Team 9.9 connexionz Page 3 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 5. Experience Statement Established in 1996, Connexionz has become a world leader in fixed route CAD/AVL ITS systems. Please see below a diagram of our company history. 2001 2019 - Ferry services expand from NY to CA. - Moved into a new corporate HO.in Christchurch,NZ. 2020 2002 2014 - - Listed on the NZ Stock Exchange. - World's first dynamic stand allocation system for Moved into a larger office in California 2003 Christchurch redesigned,developed,and - Established a regional office in Northern California. - - 1st Australian contract Awarded,for RTT System for installed anchor project—City Bus Exchange. Implementation of new development and test facility light rail. 2015 - CNX launch BusFinder Cloud. 2004 - Launch of CNX Application to support Real-Time 2021 - - 1st contract awarded on East Coast,US. services. Launch of CNX Dispatch Cloud. 2000 2010 2020 • 1996 2005 2015 2023 1996 2006 2016 2022 Invention of Real-Time Tracking software. - 1st contract awarded in the UK. 1"CNX Solar BusFinder units deployed - Our march eastward continues 1999 2007 2017 - New customers in MI,WI,&TN - 1' contract awarded for RTT System in - First contract awarded in Asia. - CNX awarded 1"Ferry ITS system - New customers in CA Christchurch,NZ. 2009 One of the firstpioneers toproduce GTFS. - CNX awarded a multi-agency ITS solution contract 2023 Launched Radio BusFinder, across three US States. - Launch of CNX Dispatch Cloud. B - Rases first round of private equity funding, - 1st contract awarded on West Coast,US. - Launch of vehicle diagnostics Another new customer in TN 2010 - CNX opens a California office in the US. - Cellular communications support 2018 introduced - Launch of multi-media platforms - CNX launched Android transit operator tablet 9 connexionz 4 H 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Connexionz remains wholly owned by a small number of shareholders located predominantly in the United States and New Zealand.Our California office is responsible for deploying and supporting the installation of Intelligent Transportation Systems into US transit agencies while our Christchurch office handles New Zealand contracts. We design,deliver, and support end-to-end Intelligent Transportation Systems(ITS)solutions for public transport agencies globally,including design consultancy services for new bus interchange technologies.Our core ITS platform, is a Real-time Passenger Information (RTPI)system combined with a powerful Computer Aided Dispatch (CAD)system and highly accurate Automatic Vehicle Location (AVL)technology.GPS positioning systems provide agency staff with real-time bus location information and passengers with real- time service updates and arrival prediction information.A core feature of the on-vehicle ITS functionality is our advanced audiovisual Automated Voice Annunciator System. You can find more information on what we do and how we do it through our website,see link here: https://connexionz.com/ As a single point of accountability, and a team that's solely dedicated to your project's successful deployment, Connexionz(CNX)epitomizes the adage of"the whole is greater than the sum of its parts".We have built an incredible team consisting of dedicated hardware and software engineers, project managers, and field technicians to ensure successful project deployment with unparalleled service and support.We design, deliver,and support end-to-end Intelligent Transportation Systems(ITS)solutions for transportation providers such as yourself.Our cloud-based solutions mean that our system will evolve as new features are added, giving you flexibility should you wish to adopt them. B Describe Contractor's relevant experience and relate that experience to your understanding of the skills necessary to complete this contract. Over the decades CNX has successfully installed CAD/AVL hardware on hundreds of mass transit vehicles across America, ranging from large buses to cut-aways and trolleys, and even ferries. Below we have selected a few of our current clients that are similar to your agency and indicated the similar services we provide. et a) ' v) m a a) a) J '4. E a Q o in Q c c . H a) a� a Z. d Q G 0.. c!° w 0 0 o LT c) 2 < wo .E 3 2 Pasadena,California 2011 45 x x x x x x x Tri Delta Transit 2006 40 x x x x x City of Racine-RYDE Racine 2021 71 x x x x x x Muskegon Area Transit System 2021 28 x x x x x x San Luis Obispo RTA,California 2015 46 x x x x x x Solano County Transit(SolTrans) 2021 59 x x x x x x City of Lincoln StarTran 2022 91 x x x x x x Kings Area Rural Transit, Hanford, 2014 27 x x x x x x California Yamhill County Transit Area 2019 33 x x x x x 9 9 connexionz Page 5 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Augmenting the CAD/AVL core has included add-on/integration of APCs(Automated Passenger Counters), AFCs(automated fare collection),AVA(Automatic Voice Announcements), infotainment, engine diagnostics, and a myriad of long-standing partner relationships for specialties such as MVS(Mobile Video Systems), NTD (National Transport Database) reporting, pre and post-trip inspections, run-cutting and more. CNX prides itself on two very key differentiators: • firstly, its long-standing customer relationships that have been renewed multiple times,which could be due in-part to the second-- • its unique ability to play very well with 3rd party hardware and software for integration purposes. This customization and adaptability of our services have provided our customers with peace of mind, knowing they're never"painted into a corner". With the ability to take advantage of future technologies, our customers simply don't have to worry about going to bid for a completely new system every 5 years. Examples of contracts and experience Intelligent Transportation System Implementation Automatic Vehicle Location (AVL)/ Computer Aided Dispatch (CAD) — 2020-RFP01 Client Solano Country Transit(SolTrans) Contact Contact Name: Kristina Botsford Email: kristina@soltransride.com Phone: (707) 736 6987 Role: Deputy Director at Solano County Transit(SolTrans) Date Start Date: March 2021—End Date:June 2023 Project Overview Implementation on 65 buses. Integrated Transit Central Management System that includes, real time tracking of buses, real time arrival times for the public(available via phone,website, app,), method to share real time arrivals with developers,Automatic Passenger Counters,on board camera system, automatic destination sign changing, Computer aided dispatching,travel time analysis reporting system,contract management OTP itemized exception reports, on board audio announcements,solar powered, real time ETA e-ink displays(BusFinders)at bus stop, real time engine monitoring.This summer moving to a hosted system and adding real time passenger loads for the public. How we did it: • CAD—computer aided dispatch • GPS—automatic vehicle location • RTI—realtime passenger information • Vehicle Hardware: o Fixed Route Vehicles—the following hardware will be fitted onto SolTrans's fleet of 46 public buses(16 MCIs and 30 other buses) • Driver Tablets—configured with the MDT driver application and mounted to the bus via a RAM Mount, powered by ignition. • Medius—the Connexionz onboard computer, which enables onboard integration with VLU and AVAS 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL • Bluetooth Detection Hardware, tags, and power • Vehicle Diagnostic,which allows Real-time DTC from the CAN bus. • APC Systems • LCD System Retrofit(30 buses)—1 per bus • LCD Flat Mount for front wall • Automatic Announcements—internal and external next stop and/or arriving at stop automatic announcements o Demand Response Vehicles—8 vehicles: • Driver tablet—configured for tracking only • Other hardware. O 55' Outdoor LCD Displays (Suntronic) o Bay Controller Computers o Bluetooth Detection hardware • Vehicle Software. o TransitManager Hosted Software package o UTA—NTD Software o Interchange Module o Connexionz Operator Tablet Software o Dynamic Allocation • Integrations o Cradlepoint router integration o Integration with existing Next Stop LED Display o Integration with existing Headsigns o GFI Farebox Integration o Clipper Integration o Realtime APIs for data feeds o Dynamic Allocation • Trainings o Onsite training (3days) o UTA—Onsite Training o Multimedia Training o Manuals, Documentation, System handover • Maintenance,warranty, hosting &Support O 2 year annual maintenance, hosting and support—core system O 2 year annual maintenance, hosting and support—UTA Software Personnel Assigned to Service/Contract(include all key personnel and identify role): Project Manager- Nune Arslanian Chief Operating Officer-Vaughan Keenan Chief Technical Officer-Paul Stevens System Engineer- Mike Stocks Trainer and Customer Support Tier 1 -Joey Dillon Lead Field Technician- Marcos Mendez o 9 connexionz Page 7 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Intelligent Transportation System — Automatic Vehicle Location (AVL)/ Computer Aided Dispatch (CAD) — Contract No.31,918 Client City of Pasadena Transit Contact Contact Name: Sebastian Andres Hernandez Email:SHernandez@cityofpasadena.net Phone: (626)744-7661 Role: Principal Planner Date 2021 to Present Project Overview Fixed Route 40 Buses, 7 local bus routes,300 stops. CAD/AVL,Automated Voice Annunciator System (audio-visual),fleet management, Real-Time Passenger Information,smartphone applications, website, on vehicle video surveillance, Mobile Data Terminals,Automatic Passenger Counters, 120 x BusFinder Displays,yard Wi-Fi, on approximately 40 fleet and service vehicles+20 Buses, New signature for Bus Stops,Traffic Signal Priority system. How we did it: We were awarded the City of Pasadena Transit Intelligent Transportation System—Automatic Vehicle Location (AVL)/Computer Aided Dispatch (CAD)—RFP in 2021 The implementation followed our proven phased implementation approach, led by our dedicated Project Manager The phases included. • Project Initiation—the phase included team introductions, confirming meeting frequency and suitable dates to meet, formalizing the scope, roles, and responsibilities, confirming, and baselining the project schedule, confirming the approach to issue, risk, and change management, and creating a base set of risks, agreeing on mitigation strategies, and assigning owners • Solution Discovery and Design—the phase included a requirements workshop, completing onsite bus stop GPS location, vehicle hardware requirements, and sign hardware requirements surveys, and the approval of the design document and hardware installation schematics • ITS Hardware Procurement and Shipping—the phase included the procurement, configuration, testing, and shipping of all hardware • Solution Installation and Configuration—the phase focused on the configuration and testing of the solution, including all ITS, scheduling and pre and post trip inspecting SaaS system components, routes and schedule configuration, and the customization public of website, and mobile app • Vehicle Installation, Testing, and Sign-off—the phase included the fit-out,testing, and customer approval of all vehicles • Training—all onsite and report training was delivered for all SaaS solutions • Acceptance Testing and Approval—system acceptance testing was conducted and support to operate the system was provide Lessons learned Since the Connexionz solution was installed in 2013, Pasadena Transit has achieved a 12% improvement in on-time performance.The access to live meaningful data enables transit managers to make decisions on schedule and service changes, along with optimized performance. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Pasadena Transit City Planner Sebastian Hernandez said, "Prior to making any changes,we used the system to establish a base on time performance(OTP). For Pasadena Transit, on time means departing at a time point within-1 to 5 minutes of the scheduled departure time.At the time,our base OTP was 82%,with about 5%noted as leaving early.Once we began using the Connexionz system to monitor vehicle movement, our initial focus was to address early vehicle departures.This was easily accomplished with Connexionz' user-friendly Daily Exception tool that enables us to quickly identify any vehicles not following the schedule-including vehicles running early, late,that went off-route, and other parameters we monitor. We were able to decrease early departures immediately to less than 1%of our trips." Pasadena Transit put their attention on very late departures to determine where they needed to make schedule adjustments in order to provide better service for their passengers. "Taking advantage of the detailed user-friendly Connexionz travel time reports we worked with the drivers to adjust the schedules to reflect the actual travel time.As a result,we have increased our on-time performance from 82%to 94%."The reports generated from the Connexionz system have intuitive and easy route schedule planning for Pasadena transit. Personnel Assigned to Service/Contract(include all key personnel and identify role): Project Manager- Nune Arslanian Chief Operating Officer-Vaughan Keenan Chief Technical Officer- Paul Stevens System Engineer- Mike Stocks Trainer and Customer Support Tier 1 -Joey Dillon Lead Field Technician- Marcos Mendez Intelligent Transportation System —Automatic Vehicle Location (AVL)/ Computer Aided Dispatch (CAD) — RFP No. 21-225 Client City of Lincoln, Nebraska (StarTran) Contact Contact Name:Carla Cosier Email:CCosier@lincoln.ne.gov Office:402-441-7075 Mobile:402-840-3135 Role:Transit Manager Date 2021 to Present Project Overview StarTran has a fleet of 67 Fixed Route buses incorporating Electric, compressed, natural gas, and diesel.The scope of the project included: Automatic Vehicle Location/Computer-Aided Dispatch includes: • Dispatch • Yard Management • Analysis • Planner o 9 connexionz Page 9 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL • Media Playlist • Bus Stop Survey • CAD/AVL system Discovery, Configuration, and testing On-Vehicle Hardware and Functionality include: • K86 MDT • Medius VLU • Cellular Router and Antenna • Headsign Automation • Next Stop Display Integration • Stop Request Integration • Duress Alarm • Automatic Vehicle Announcements and Driver Microphone Integration • Information Solutions/Signs • Automatic Passenger Counters • Bus Survey, Install Design, Procurement, Installation, and testing. Passenger Real-Time Information • Public Website and Mobile App • API Data Feeds, GTFS, and GTFS Real-Time • Website and Mobile Apps Discovery, Customization, and Deployment. Scheduling/Planning Software Module includes: • Optibus Planning, Scheduling, and Rostering, Operations, and Onboarding. • Integration of Optibus Operations with Oracle Time-Keeping Software • Optibus Scheduling + Ops, Integration with Oracle Time-Keeping Software Development, Configuration, and Testing Real-Time Wayside Signage includes: • LED Displays • LCD Displays • E-Ink Bus Stop Sign System • Installation, Configuration, and Testing Pre/Post Inspection System • TransitCheck Pre and Post Trip Inspection Software and Mobile Application • Handheld Inspection Tablets • Installation, Configuration, and Testing How we did it: We were awarded the City of Lincoln, Nebraska (StarTran) Intelligent Transportation System— Automatic Vehicle Location (AVL)/Computer Aided Dispatch (CAD)—RFP in 2021 The implementation followed our proven phased implementation approach, led by our dedicated Project Manager. The phases included: • Project Initiation—the phase included team introductions, confirming meeting frequency and suitable dates to meet, formalizing the scope, roles, and responsibilities, confirming, and baselining the project schedule, confirming the approach to issue, risk, and change management, and creating a base set of risks, agreeing on mitigation strategies, and assigning owners • Solution Discovery and Design—the phase included a requirements workshop, completing onsite bus stop GPS location, vehicle hardware requirements, and sign hardware requirements surveys, and the approval of the design document and hardware installation schematics • ITS Hardware Procurement and Shipping—the phase included the procurement, configuration, testing, and shipping of all hardware 9 connexionz • RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL • Solution Installation and Configuration—the phase focused on the configuration and testing of the solution, including all ITS, scheduling and pre and post trip inspecting SaaS system components, routes and schedule configuration, and the customization public of website, and mobile app • Vehicle Installation, Testing, and Sign-off—the phase included the fit-out, testing, and customer approval of all vehicles • Training—all onsite and report training was delivered for all SaaS solutions • Acceptance Testing and Approval—system acceptance testing was conducted and support to operate the system was provide. StarTran and Connexionz share a primary goal of increasing ridership and confidence. Therefore, our turn-key"out-of-the-box" offer includes"StarTran" branded applications for IOS and Android.The public portal and applications include options for riders to organize very specific alerts/subscriptions for their trips. GTFS feeds are included as a standard which makes 3rd party integration simple. We assisted StarTran in announcing the new services to the public with free"go-to-market" support that we provide alongside any new deployment. Our industry-leading infotainment system allows you to easily attach multimedia announcements to your existing stops/routes. Lessons learned "During Covid there were a lot of challenges with driver availability and maintenance short staffed, but we are right about where we were pre-pandemic and we're very happy about that".StarTran's ridership now charts at about the same level as pre-Covid.This fact cannot be said about lots of other agencies around the country.—Nick,Assistant Manager of Operations Personnel Assigned to Service/Contract(include all key personnel and identify role): Project Manager- Nune Arslanian Chief Operating Officer-Vaughan Keenan Chief Technical Officer- Paul Stevens System Engineer- Mike Stocks Trainer and Customer Support Tier 1 -Joey Dillon Lead Field Technician- Marcos Mendez There have been ZERO contracts which have been terminated prior to the end of a contract term—ever. ° 9 connexionz Page 11 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 6. Points Not Addressed Passenger Experience is Paramount The Connexionz Core Values are exemplified many ways,and our"Customer Success Team"works at the forefront of our Value System. From our Mission, and our Experience—we maintain that continuous Improvement of the"passenger experience" is the bellweather indicator of how we are succeeding with our clients, and how you are succeeding with your patrons. Yakima is looking to increase ridership by 4%over the next couple years, compared to 2022 levels. Achievement of this objective will require better passenger experience AND Exceptional Operations Effectiveness. 2 Better Passenger Experience through Better Operations At the beginning of our partnership with you at Yakima,Connexionz will first enhance the Passenger Experience through our efforts with you on this project. At the same time,you will become part of the Connexionz Certification of Excellence Program,where your people will participate in industry best practices, have the opportunity to participate in Connexionz client networking and users groups. Your Transit planning shows that you may initiate some modifications in some routes—as you are looking to have a better understanding of which routes are most effective Connexionz client partnership will be of great value in your efforts to make your operations better—through our experience, and our networking with other agencies with similar experiences. 3 Better Operations through Better Technology This ITS project, (now called "RFP 12324P")-for which you are looking for a partner, and Connexionz is proposing to be that partner will be the lynchpin for the your operational growth and effectiveness for years to come, if you make the right choice for partnership. At Connexionz we understand this today.We understand the significance of how your decisions today will pave the way for growth and strength tomorrow. This is why we work to position ourselves for"long term value" as you consider this project. We know that growing better technology is a "Marathon" not a Sprint. With apologies for the cliché,we know that strong planning for better technology and better operations processes must include the understanding of changeable market conditions, political policies,consumer preferences and even "supply chains." As a couple examples of"long term growth,"-with your current Camera Systems—You have"live view" capabilities—Connexionz has strong experience in maximizing the effectiveness of that live view,and improving the operations process. We have several customers who we have strong relationships with the camera systems.And we have done this over time as strong partners working"after"the initial project— with understanding of your needs, and your resources. Another example,Yakima plans additional vehicle purchases—and hopefully on time. Our experience has shown that our same project people from initial work with our agencies also work with the OEMs on additional bus builds and integration.The result is better technology,and new buses which are ready to be put in effective service—immediately. Still another example would be described under the"Alternative Fuels flexibility"category. Our customers in CA are committed to ZEV in a very aggressive manner. Other customers, like Lincoln NE,and Muskeagon MI are showing flexibility in their fleets,and Connexionz is able to work with all of them. In short,Technology improvements make Operations better—which improve the passenger experience and will improve ridership. The most effective technology partners are ones like us—who are engaged on a daily basis with operations like yours and learn and grow from those experiences. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 4 Flexibility- "We're here for you!"- And we will continue to be! A Yakima Transit slogan is"We're Here for You!"- That is reassuring for your patrons and the community. And just as important—that mindset is also VITAL for your ITS partner to have the same assurance. Long after our initial project is complete,—because your transit plan depends on sales tax revenue,there will need to be flexibility in your project designs,and activities. For example, bus stop improvements, passenger shelters,and other passenger experience enhancements will occur when the conditions allow. Plus, as you are replacing vehicles, especially in our relationship with the Gillig Heavy Duty Buses in California, our experience and relationships with their folks will ensure that the project we are doing for you now— continues on your new vehicles. Connexionz has this experience with our clients,and we will be there for you. The Transit Technology industry continues to have turbulence,with company mergers, announcements of software no longer being supported, name changes every other month,customer support relegated to an email address or an overseas 800 number.There can certainly be reasons for concern. Be assured-Connexionz has been serving transits for over 30 years.And we will continue with this same objective and mission. To borrow from the Yakima Slogan-We're here for you. 9 9 connexionz Page 13 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 7 Proposer References Intelligent Transportation System — Automatic Vehicle Location (AVL)/ Computer Aided Dispatch (CAD) — Contract No.31,918 Client City of Pasadena Transit Contact Contact Name:Sebastian Andres Hernandez Email:SHernandez@cityofpasadena.net Phone: (626) 744-7661 Role: Principal Planner Date 2021 to Present Intelligent Transportation System Implementation Automatic Vehicle Location (AVL)/ Computer Aided Dispatch (CAD) — 2020-RFP01 Client Solano Country Transit(SolTrans) Contact Contact Name: Kristina Botsford Email: kristina@soltransride.com Phone (707) 736 6987 Role: Deputy Director at Solano County Transit(SolTrans) Date Start Date: March 2021—End Date:June 2023 Intelligent Transportation System —Automatic Vehicle Location (AVL)/ Computer Aided Dispatch (CAD) — RFP No. 21-225 Client City of Lincoln, Nebraska (StarTran) Contact Contact Name:Carla Cosier Email:CCosier@lincoln.ne.gov Office:402-441-7075 Mobile:402-840-3135 Role:Transit Manager Date 2021 to Present 9. 9 connexionz 14 cl 137 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 8. Contract Performance Requirements Project Implementation Approach The success of our projects is built on the strength of our collaborative and flexible approach,efficient and effective management systems,with clear and concise communications,a focus on quality, and timely reporting. We recognize that every project is unique,and that project management cannot be a one size fits all approach.We tailor delivery to each project's specific requirements,taking time and care to understand the functional needs, business goals,and benefits. Connexionz will ensure a Project Manager remains your main point of contact from Notice to Proceed to Project Acceptance and consistently provides you with project updates. We are confident that the high level of attention we give to project management is one of the main reasons Connexionz will be the best choice for The City of Yakima. Our delivery approach includes phase approvals, which act as a stage gate to confirm The City of Yakima is happy before work on subsequent project phases is undertaken. Communication and Documentation Deliverables Communication is essential to the success of any project,so Connexionz operates all projects in an open communications model,where our email and phones are always on. Connexionz will book weekly project update meetings with The City of Yakima to ensure the project stays on track,which will increase in frequency as critical and/or important milestones approach. Our Project Manager will produce monthly project status reports to convey the overall health of the project, and provide an updated schedule showing all completed tasks,future tasks,and the forecast completion date, which are fantastic tools to assist The City of Yakima's project leadership to communicate project progress and health through to other interested stakeholders and management. Appropriate project documentation is key to the success of all projects,and something we focus on at Connexionz.We believe documentation is valued highly by our customers, and for very good reason, as it helps to ensure quality through an approval process and to demonstrate appropriate process has been followed,which is a great resource to have on hand to answer questions,even years after a project is completed. Connexionz will create the following project documentation during the project, and deliver it in electronic format to The City of Yakima's project team: • Draft and Final Project Plan(PMP)/Schedule—project management schedule and work task breakdown structure detailing start and end dates, resources,duration,dependencies,and status. • Draft and Final Project Charter—defines the logical,technical, hardware,and integration scope, assumptions,out-of-scope items, roles and responsibilities, project budget,and payment schedule. • Weekly Status Calls Meeting Minutes and Actions—weekly project status meeting call minutes,and notes for current and up-and-coming tasks,action item assignments and due dates,and decisions. • Monthly Progress Reports and Schedule Updates—project status reporting including RAG(red,amber, green) health status across scope,schedule, resource,and budget metrics,and captures tasks completed and planned tasks not completed for the reporting period,tasks scheduled for completion during the next reporting period, key discussion points overview, key issues, risks,and changes overview, payment milestone overview,and submitted invoice payment status. • Project Acceptance Certificates—certificates submitted to the The City of Yakima for approval at the end of each project phase. Once an acceptance certificate is approved, it signifies the end of the phase and 9 connexionz Page 15 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL triggers the creation of any related payment milestone invoices and the start of the next project phase or project closure, if it is the last phase. • Issue, Risk,and Change Management Plans—details how issues, risks,and changes will be managed for the duration of the project. • Issues, Risk, and Change Registers/Logs—registers to record all project issues,risks, and changes,which are recorded, classified, assigned, managed,etc. in line with the approved plans. • ITS Solution Configuration and Integration Specification—includes all customer-specific system technical design information including integrations, network diagrams, configurations,customizations,and the vehicle build of materials/hardware lists and installation schematics. • Pilot Fleet Test Plan—a plan that details what, how,who,and when for the pilot phase of the project.This document includes the approach,scope,objective/s, responsibilities, a test/design/requirements traceability matrix,and the test scripts(prerequisites,test steps,and expected outcomes)to prove the system is working as designed. • Pilot Testing Results and Supporting Evidence—the completed test script results of the pilot testing and all related evidence, in line with the approved test plan. • Hardware Installation Test Reports—the results of the installation testing related to each installed vehicle. These reports include pre-installation tests and outcomes and post-installation ITS functional tests and outcomes for each vehicle, including all supporting evidence. • Training Plan—a plan that details what, how,who, and when for all project training.This document includes the approach,training schedule,contact details, roles and responsibilities,and the agenda for each training workshop, including the intended audience, required equipment, prerequisites,workshop topics and durations, and trainer details. • Training Materials—training manuals for each training workshop. • Hardware Warranty Certificates—certificates that detail what hardware has been installed where including serial numbers and installation dates. • Support and Maintenance Agreement—details on how to access support,support contact details,and the related process.This document includes details on the duration of the support agreement, how incident and support request priorities are set,the target response time for each priority type,the supported system functionality and hardware included in support,and support exceptions. Project Schedule A detailed project schedule is on the following pages.The project schedule defines all work that must be completed to deliver the project and details the phases,tasks,start dates,finish dates,estimated duration, estimated work effort, responsible resource/s,and task predecessors. The schedule for your project has been created based on our understanding of the project requirements and our experience delivering similar projects,which means we are confident the project can be successfully delivered in the timeframe specified. The project schedule will be reviewed and finalized during the Project Initiation meeting and then base-lined, so the project can be appropriately tracked to ensure we meet the required dates. Once base-lined, a project schedule can only be changed through the approved project change control process.The project schedule is a living breathing document that will be constantly maintained during the project by our Project Manager and is one of the most valuable tools used to ensure all required tasks are completed, plan for future tasks,and to track project progress and forecast completion dates 9 9 connexionz ID Task Name Duration Start Finish Predecessors 1 Yakima Transit RFP-AVL/ITS Implementation 111.25 days Oct 23'23 Mar 29'24 2 Project NTP O days Oct 23'23 Oct 23'23 3 System Design)PHASE 1-Design Review) ,...,,�...»w,m... 4 Protect Initiation 15 days Oct 30'23 Oct 31'23 . .. 5 Protect Charter/Scope&Schedule Review 1 hr Oct 30'23 Oct 30'23 2 6 Protect Risks Process Review,Identification&Owner Assignment 1 hr Oct 30'23 Oct 30'23 5 7 Project Charter/Scope&Schedule Updates 2 hrs Oct 30'23 Oct 30'23 6 8 Project Charter/Scope&Schedule Approval 1 day Oct 30 23 Oct 31'23 7 9 Project Initiation-Complete 0 hrs Oct31'23 Oct31'23 8 Iu Solution Discovery&Design Prep 5days Oct31'23 Nov 7'23 11 Solution Discovery Planning&Bookings 2 hrs Oct 31'23 Oct 31'23 9 12 1 Send Vehicle Manufacturer Schematics 5 days Oct 31'23 Nov 7'23 9 13 Solution Discovery&Design Prep'Complete 0 days Nov?'23 Nov 7'23 11,12 14 i ITS Solution Discovery 5.25 days Oct 31'23 Nov 7'23 15 ITS Configuration&Integration Requirements Workshop 4 hrs Nov 7'23 Nov 7'23 13 16 Vehicle&Installation Requirements Survey 16 hrs Oct 31'23 Nov 2'23 11 17 ITS Solution Discovery-Complete 0hn Nov 7'23 Nov 7'23 15 18 ITS Solution Design,Review&Approval 9 days Nov 7'23 Nov 20'23 19 Vehicle Install Schematics Design&Bill of Materials Creation 3 days Nov 7'23 Nov 10'23 12,16 20 ITS Solution Configuration&Integration Specification Creation 3 days Nov 13'23 Nov 15'23 15FS+3 days 21 ITS Solution Configuration&Integration Specification Review 2 hrs Nov 17'23 Nov 17'23 20F5+1 day,19 22 ITS Solution Configuration&Integration Specification Updates/Clarifications 2 hrs Nov 17'23 Nov 17'23 21 23 ITS Solution Configuration&Integration Specification Approval 1 day Nov 17'23 Nov 20'23 22 24 1 ITS Solution Design,Re✓iew&Approval-Complete 0 hrs Nov 20'23 Nov 20'23 23 1 25 �System Design(PHASE 1-Design Review)-Complete 0 hrs Nov 20'23 Nov 20'23 17,24 26 -20'23 Mar 8'24 -27 AVL Core System Software Install,Conlig&Testing 75.75 days Nov 20'23 Mar 814 -28 Dispatch Cloud&ITS System Install 3 days Nov 20'23 Nov 24'23 29 Eto Id Hosting Environment,Install TransitManager&Dispatch Cloud,Configure&Te 3 days Nov 20'23 Nov 24'23 25 30 Dispotch Cloud&ITS System Install-Complete 0 hrs Nov 24'23 Nov 24'23 29 31 i Stops,Routes,Stop Announcements&Schedule Configuration 15.25 days Nov 24'23 Dec 15'23 32 Stop,Route,Stop Announcements&Schedule Configuration Training Workshop 2 hrs Nov24'23 Nov24'23 30 33 . Stop,Route,Stop Announcements&Schedule Configuration 3 wks Nov 24'23 Dec 15'23 32 34 i Stop,Route,Stop Announcements&Schedule Configuration Support 4 hrs Dec 15'23 Dec 15'23 33FF 35 Stop,Route,Stop Announcements&Schedule Configuration Complete Ohm Der 15'23 Dec 15'23 34 36 AVL Core System Software Install,Conlig&Testing-Complete 0 days Dec 15'23 Dec 15'23 30,31 37 Supply and Install AVL System Software-Complete 0 days Dec 15'23 Dee IS'23 36 38 i Goggle Transit Integration 57.5 days Dec 15'23 Mar 8'24 ), 39 GTFS Static Integration&Google Transit Validation 1 wk Dec 15'23 Dec 22'23 36 40 GTFS-Realtime Integration&Google Transit Validation 4 wks Feb 9'24 Mar 8'24 8955+5 days 41 Google Transit Integration Support 4 hrs Mar 7'24 Mar 8'24 39,40FF 42 Google Transit Integration-Complete 0 days Moe 8'24 Mar8'24 41 43 Mobile Application&Public Website Configuration&Testing 3 days Dec 15'23 Dec 20'23 44 Branded Mobile App Configuration,Deployment&Testing 16 hrs Dec 15'23 Dec 19'23 37 45 Public Website Configuration&Testing 8 hrs Dec 19'23 Dec 20'23 44 46 Mobile Application&Public Website Configuration&Testing-Complete 0 hrs Dec 20'23 Dec 20'23 45 47 SMSArskral&Smoke Alert Notification Configuration&Testing 1.56 days Dec 20'23 Dec22'23 48 SMS Number Procurement 0 5 hrs Dec 20'23 Dec 20'23 46 49 SMS Arrival&Service Alert Notification Configuration&Testing 12 hrs Dec 20'23 Dec 22'23 48 50 SMS Arrival&Service Alert Notification Configuration&Testing-Complete 0 days Dec 22'23 Dec 22'23 49 51 Supply and Install AVL System Hardware 30.5 days Nov 20'23 Jim 4'24 52 Hardware Procurement&Shipping 25.5 days Nov 20'23 Dec 27'23 1 53 Hardware Procurement&Shipping 25.5 days Nov 20'23 Dec27'23 54 hardware Procurement 4 hrs Nov 20'23 Nov 20'23 25 SS Hardware Fulfilment&Shipping 5 wks Nov 21'23 Dec 27'23 54 56 Hardware Procurement&Shipping-Complete 0 hrs Dec 27'23 Dec 27'23 SS 57 System Hardware Configuration,Testing&Shipping 9 days Nov 21'23 Dec 4'23 58 Medius&MDT Configuration&Testing 2 days Nov 21'23 Nov 22'23 54 59 Package Hardware for Shipping 2 doss Nov 24'23 Nov 27'23 58 Page 1 ID Task Name Duration Start Finish Predecessors 60 Hardware Shipping 5 days Nov 28'23 Dec 4'23 59 61 System Hardware Configuration,Testing&Shipping-Complete 0hrs Dec 4'23 Dec 4'23 60 62 Hardware Procurement&Shipping-Complete 0 his Dec 27'23 Dec 27'23 56,61 63 InstailatIon Mantle(&Bookings S days Dec 28'23 Ian 4'24 64 Installation Planning&Bookings 5 days Dec 28'23 Ian 4'24 25,36,62 65 Installation Planning&Bookings-Complete 0 days Jon 4'24 Jan 4'24 64 66 Supply and Install AVE System Hardware-Complete 0 days Jan 4'24 Jan4'24 55,62,65 67 Functional Acceptance Testing(PHASE 2) 40 days Nov21'23 Jan18'24 68 (FAT)Plan Creation 2 days Nov 21'23 Nov 22'23 54 69 (FAT)Plan Creation Approval 1 day Nov 24'23 Nov 24'23 68 70 I FAT)Design Creation 2 days Nov21'23 Nov22'23 685S 71 (FAT)Design Approval 1 day Nov 24'23 Nov 24'23 70 72 Define(FAT)Vehicle 1 day Nov 29'23 Nov 29'23 71FS+2 days 73 Install(FAT)Vehicle ITS Equipment 2 days Jan 9'24 Jan 10'24 66FS+2 days 74 Functional Acceptance Testing Execution 5 days Jan 11'24 Jan 17'24 73 75 Functional Acceptance Testing Defects and Reporting 5 days Jan 11'24 Jan 17'24 7455 76 Functional Acceptance Testing Fixes&Regression Testing S days Jan 11'24 Jan 17'24 7455 77 Functional Acceptance Testing Sign Off and Approval 1 day Jan 18'24 Ian 18'24 76 78 Functional Acceptance Testing(PHASE 2J-Complete 0 days Jan 18'24 Jan 18 24 77 79 Pilot Testing Program(PHASE 3) 10.25 days Jan19'24 Feb 2'24 80 Define 2x Vehicles for Pilot Testing Program"(FAT)Vehicle will also be used for Pilot TestinE 2 hrs Jan 19'24 Jan 19'24 78 81 Install ITS Equipment on 2x Vehicles for Pilot Testing Program 4 days Jan 19'24 Jan 25'24 80 82 Begin Pilot Testing Program 1 wk Jan 25'24 Feb 1'24 81 83 Pilot Testing Program Defects and Reporting 1 wk Jan 25'24 Feb 1'24 82S5 84 Pilot Testing Program Fixes&Regression Testing 1 wk Jan 25'24 Feb 1'24 825S 85 Pilot Testing Program Sign Off and Approval 1 day Feb 1'24 Feb 2'24 84 86 Plot Testing Program(PHASE 3)-Complete Odays Feb 2'24 Feb2'24 85 87 Vehicle Installation&Rollout-(PHASE 4) 23 days Feb 2'24 Mar 6'24 88 ITS Vehicle Installation&Testing-21 Vehicles 21 days Feb 2'24 Mar 4'24 89 CMI Full ITS Vehicle Installation&Testing-8 Hours Per Vehicle-2 Resources 21 days Feb 2'24 Mar 4'24 86 90 ITS Vehicle Installation&Testing-Complete Ohrs Mar 4'24 Mar4'24 89 91 Vehicle Installation Road Test Sign-off 2 days Mar 4'24 Mar 6'24 92 Vehicle Installation Inspection&Road Test Sign-off 2 days Mar 4'24 Mar 6'24 90 93 Vehicle Installation&Road Test Sign-offs-Complete 0 his Mar 6'24 Mar 6'24 92 94 Vehicle Installation&Rollout-(PHASE 4) 0 days Mar 6'24 Mar 6'24 90,93 95 provide System Training w• 'n ,r w 96 'rF4(Idllg -. 5.13 days Dec 28'23 Jan 5'24 97 Training Plan Creation&Submittal 2 days Dec 28'23 Dec 29'23 62 98 ' Training Plan Approval 1 day Jan 2'24 Jan 2'24 97 99 • Send User Logins to Dispatch Cloud&ITS System,&Related Training Documentation 1 hr Jan 3'24 Jan 3'24 98 100 Confine User Access Dispatch Cloud&ITS System 16 his Jan 3'24 Jan 5'24 99 101 Support Desk Setup 1 hr Jan 2'24 Jan 2'24 97 102 ' Make Bookings for Training 4 hrs Jan 2'24 Ian 2'24 101 103 Training Prep Complete 0 days Jan S'24 Jan S'24 102,97,98,99,100,101 104,. Training Workshops 12.75 days Mar 11'24 Mar 27'24 105 Onsite ITS Operations&Dispatch Training 2 days Mar 11'24 Mar 13'24 90FS+5 days 106 In vehicle Hardware Maintenance Training 2 hrs Mar 13'24 Mar 13'24 105 107 System Admin Training 1 hr Mar 13'24 Mar 13'24 106 108 Real-time Passenger Information Systems Maintenance&Troubleshooting Training 1 hr Mar 13'24 Mar 13'24 107 109 Report&Analysis Training 2 hrs Mar27'24 Mar27'24 108FS+2 wks 110 Training Workshops-Complete 0 days Mar 27'24 Mar 27'24 105,109,106,107,108 111 Provide System Training-Complete 0 hes Mar 27'24 Mar 27'24 103,110 112 Project Closure 17 days Mar 6'24 Mar 29'24 113 Requirements Compliance Review 1hr Mar 8'24 Mar 8'24 41 114 Confirm SMA&BAU Support Process,Hardware Warranty List,&Spares List 4 his Mar 8'24 Mar 8'24 113 115 I Generate Hardware Warranty Certificate 4 hrs Mar 6'24 Mar6'24 94 116 Generate Project Acceptance Certificate 2 hrs Mar 28'24 Mar 28'24 110 117 Full Project Approval&Closure 1 day Mar 28'24 Mar 29'24 116 118 Protect Closure-Complete 0 days Mar 29'24 Mar 29'24 117 Page 2 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Project Risk, Issue, and Change Management Connexionz has documented risk and issue management plans,and a change control process,that will be presented and agreed to during the kick-off. Risk Management We define risk as uncertain events that, if they occur,will influence one or more project objectives. We recognize two types of risk: • Threats—risks that will have a negative impact on one or more of the project objectives should they occur. • Opportunities—risks that will have a positive impact on one of more of the objectives if they occur. Our Project Manager will present the Risk Management Plan during the Project Kick-off Meeting,which specifies who is responsible for project risk, how stakeholders and project team members will behave to mitigate the risk,the risk management process,and the parameters we use to evaluate and classify the risk. Below is an overview of our Risk Management Process: 050 s/3 63 63 Identify risk Log Risk in Assign Owner Close Risk Register &Analyse Risk '9011><I0DF CJ t Merge Risk Plan&Implement Escalate Risk Risk Response 4 Track&Monitor Risk We recognize that the earlier risk is identified,the better it can be mitigated(threat)or enhanced (opportunity),so our Project Manager will conduct a risk workshop with The City of Yakima during the project kick-off to identify and document all possible risks into the Risk Register. Risks will be monitored and assessed throughout the project and reported on through Project Update Meetings and Status Reports. 9 .9 connexionz Page 17 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Below is a set of baseline risks we have identified as relevant to the project: Risk Description(if it happens) Risk Area Actions to Mitigate Risk Negative media attention on Environmental • Create and implement a communication the project influences public management plan that includes public media perception announcements. • Ensure the internal team understands the communication management plan and that all public comments are directed at the identified resource/s for comment. • Identify an appropriate resource/s through which all public communication is channeled. • Ensure the internal team understands the communication management plan and that all public comments are directed at the identified resource/s for comment. Resistance to change impacts Environmental • Create and implement a change management the anticipated project plan and assign a resource to implement and benefits report on progress. • Ensure appropriate messaging and system change information is provided to the organization's employees, customers, and other stakeholders as early as possible. • Ensure"all"employees are given exposure to the project,system, and the anticipated benefits,and that there is a forum/s for questions to be asked. • Involve employees in the project where appropriate to give them a sense of belonging and ownership. • Ensure change is driven by the top executives in the organization. • Ensure all internal employees attend training, and that internal system experts are appointed and made available to other employees. • Identify internal project champions to promote the project to the internal team. • Contract a specialist Change Management resource if required. Poor customer engagement Environmental • Identify key customer stakeholders and set and buy-in negatively impact up regular meetings and touchpoints to the project ensure appropriate engagement and buy-in are maintained during and after the project Another Covid-19 outbreak Environmental, • Delay the project's go-live until all the may hamper the ability to Schedule required personnel can be onsite. travel to the project location • Complete the onsite tasks in a staged manner and complete the onsite when each key resource can make it onsite. project in the planned timeline The supplied hardware is not Design, • Create a checklist of items to survey so suitable for some vehicles Environmental nothing is forgotten and ensure the resource 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Risk Description(if it happens) Risk Area Actions to Mitigate Risk who completes the survey uses and completes a checklist for each vehicle. • Ensure vehicle schematics are available for each vehicle type before the survey starts so that any identified risks can be properly investigated. • Ensure that the survey resource carries example hardware for the major hardware items so suitable install locations can be identified. • Ensure adequately qualified resources perform the vehicle surveys. • Ensure the design document submitted to the customer for review and approval includes hardware placement and electrical installation schematics for each vehicle. • Ensure adequate time is provided to survey 1 of each vehicle type that is in the fleet and that the customer maintenance team is available to answer questions. • Ensure the team who performs the vehicle survey also reviews and approves the hardware placement and electrical installation schematics,and hardware Bill of Materials for each vehicle type. • Complete an audit of all hardware before shipping and as the first activity onsite before the installs begin. The ITS hardware wiring Design, • Ensure the electrical schematics for each bus interferes with existing vehicle Environmental type are available,so we can confirm how to functions best wire each vehicle. • Ensure the design document submitted to the customer for review and approval includes vehicle installation electrical schematics for each vehicle type. • Ensure we complete pre-and post-installation vehicle functionality testing,so any existing and resulting issues can be remediated. On-vehicle hardware or Design, • Use industry-proven hardware for the installation is not fit-for- Environmental installation. purpose for the operating • Complete appropriate onsite vehicle environment discovery to ensure the operating environment is fully understood and considered when completing the design phase. • Ensure adequately skilled and experienced resources are used for the design and installation work. • Conduct onsite vehicle hardware peer reviews. • Complete and document vehicle testing of all installed hardware. 9 9 connexionz Page 19 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Risk Description(if it happens) Risk Area Actions to Mitigate Risk • Complete a pilot testing phase Not having enough project Cost and • Ensure there is adequate buy-in from top resources and/or time to Schedule management to ensure resources are made complete project work available to complete work as required. • Ensure appropriate planning is carried out as early as possible in the project to determine the project resource requirements and send out tentative bookings to resources for all project tasks as soon as practicable. • Ensure project resources are given enough time to complete both business-as-usual and project work. • Postpone any non-urgent/critical business as usual work to allow time for project work. • Hire in contractors to fill project roles or employ temps to complete business-as-usual work to free project resources if required. • Ensure project resource requirements are considered when leave is approved. • Ensure project managers track work appropriately so any task slippage is identified as early as possible so appropriate corrective actions can be taken. • Ensure proper resource planning procedures are followed so resources are not overallocated. Core project resources leave Environmental • Ensure knowledge is shared throughout the during the project and project team. knowledge is lost • Create appropriate documentation to capture knowledge where required. • Ensure appropriate document storage structures are set up and documentation is stored in a managed central location so that it can be easily found. Project documentation and/or Environmental • Ensure appropriate document storage other artifacts are lost structures are set up and documentation is stored in a managed central location so that it can be easily found. • Ensure the document management system used includes automatic versioning,so inadvertent updates can be identified and backed out if required. • Ensure all project systems/platforms are appropriately backed up and have a DR plan in place. • Ensure a single resource(project manager)is responsible for documentation management, so nothing is lost between people. Project team members do not Environmental • Hold regular project update meetings(both feel adequately informed internal and external),send out related agendas in advance,and post-meeting 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Risk Description(if it happens) Risk Area Actions to Mitigate Risk minutes and actions to all required project team members. • Create project status reports and distribute them to all required project team members and relevant stakeholders. • Ensure project documentation is available and accessible to project team members e.g. project schedule, project charter,design docs, etc. • Ensure project leadership is available and contactable to all project resources. • Conduct an induction meeting for all required project team members and ensure roles and responsibilities are fully understood and documented. Project team dynamics Environmental • Ensure all project team members attend an negatively impact the project introduction meeting. • Manage time spent on the project to ensure a balance between work and other commitments. • Ensure the project team receives appropriate recognition for progress and success e.g. completing a milestone. • Create an open,respectful,and professional team environment. • Conduct regular face-to-face team project meetings. • Ensure team resources respond to one another's questions/requests in a timely manner. • Ensure an overview of the project roles and responsibilities is included in the project team induction process so everyone understands who is doing what in the project. The project deliverables do not Design • Hold design discovery workshops with all align with expectations and/or stakeholders that are led by appropriately required quality standards skilled resources. • Ensure a solution design document is created and reviewed and approved by all stakeholders. • Ensure the solution design document contains the appropriate use of diagrams, wireframes,and descriptions to articulately describe what will be delivered. • Hold a workshop with stakeholders to ensure the solution design is understood and to provide an open forum for questions to be asked. • Provide early visibility to the customer or prototype of any product customization aspects required to deliver the project. 9 9 connexionz Page 21 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Risk Description(if it happens) Risk Area Actions to Mitigate Risk • Ensure adequate work package handovers are conducted so resources know exactly what the delivery expectations are. • Build appropriate hardware and system testing checkpoints into the project schedule. • Ensure appropriate installation testing is completed and the results are recorded and submitted to the customer. • Create, review,and approve an appropriate test plan,conduct testing,and submit the results and supporting evidence to the customer for approval. Functionality is missed during Design • Complete a stakeholder analysis to ensure all the system design stage required parties have representation during the design workshops,are consulted appropriately during the design process, and review and approve documents where required. • Ensure subject matter experts are involved in the design stage and review and approve all necessary design documents. • Ensure design workshop agendas are published in advance to give attendees adequate time to prepare. • Ensure the format of the workshops encourages participation and feedback. • Ensure the workshops are led and managed appropriately to keep attendees on topic and are focused on only the required outcomes. • Ensure there is adequate time allowed for workshops and schedule follow-up workshops if required. • Ensure there is adequate time allowed for the review of solution design documentation, • Hold a solution design review workshop to help reviewers understand the design and ask questions. Not enough time for hardware Cost and • Order all known hardware as early as possible procurement impacting the Schedule in the project. project timeline • Ensure major hardware and known long-lead hardware items are carried in stock to ensure long-lead times do not impact the project schedule. Vehicles are not made available Environmental, • Schedule work outside of work hours if for hardware installation when Cost,and necessary. required impacting the project Schedule • Work with the customer to ensure the timeline installation schedule is achievable. • Complete installation planning as early as possible so as much notice as possible is given to the customer to book vehicles for installations. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Risk Description(if it happens) Risk Area Actions to Mitigate Risk • Have backup/additional vehicles available for revenue service if required. Exceeding project budget Cost and • Implement a change management policy for and/or timeline Schedule the project and ensure it is understood by all required stakeholders. • Complete appropriate project kick-off activities to ensure the project scope, responsibilities, budget, and schedule are understood and approved before the project begins. • Ensure appropriate project reporting is in place to identify project budget and timeline impacts as early as possible so corrective action can be taken. • Run as many project tasks as possible concurrently to ensure the project schedule is as short as possible. • Ensure only suitably qualified and experienced resources give task estimates. • Ensure estimates are reviewed by suitably qualified and experienced resources. • Use previous project implementation "actual" task times to validate estimates. • Ensure there is adequate work package reporting in place to identify forecast task overruns as early as possible so corrective action can be taken. • Ensure oversite of all change items is included in project status reports. • Set a fixed price budget and ensure changes go through the recognized change control process. Stakeholders are not informed Environmental • Hold a risk identification workshop with the of current risks and may make project stakeholders at the start of the decisions without mitigation project to help identify all relevant risks. discussions Project risks are not captured Environmental • Implement a risk management plan for the and/or managed appropriately project and ensure it is understood by all required stakeholders. • Hold a risk identification workshop with the project team at the start of the project to help identify all relevant risks. • Review risks during project update meetings. • Ensure oversite of key risks is included in project status reports. Issues logged and/or managed Environmental • Implement an issue management plan for the appropriately project and ensure it is understood by all required stakeholders. • Review issues and assign actions during project update meetings. 9 .9 connexionz Page 23 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Risk Description(if it happens) Risk Area Actions to Mitigate Risk • Ensure oversite of key issues is included in project status reports. Users do not feel that they are Environmental • Create and implement a training plan to adequality trained ensure the approach is appropriate and enough time is spent with trainees to ensure knowledge is adequately passed on. • Identify customer resources to become internal system champions and trainers. • Ensure the training resources are adequately experienced. • Ensure the training format allows attendees to ask questions. • Book in resources as early as possible so all necessary attendees can attend. • Publish an agenda so attendees know what will be included in the training so they can prep appropriately. • Provide suitable training documentation and post-training resources e.g.webinar and online training resource. • Ensure trainees remain onsite following the training and are available for post-training for questions to be asked. • Provide remote follow-up training if required. Poor decisions are made by Environmental • Ensure appropriate project governance is in project resources which result place. in project issues • Ensure adequate project processes and reporting are set up to help identify issues as soon as possible. • Ensure appropriate delegated authority is in place so the project team knows when they 'must' escalate decisions to the next project authority. Post Go-live Issues impact the Environmental • Ensure appropriate documentation and system operation impacting the training are provided to the customer admin end users and maintenance teams. • Ensure appropriate 24/7/365 vendor support is available to the customer. • Ensure fully trained vendor resources are available and appropriately located to quickly come onsite to resolve issues. • Implement an appropriate post-go-live support and maintenance agreement with documented service levels. • Ensure the vendor implements a "preventative" maintenance regimen to avoid preventable issues. connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Issue Management We define an issue as an actual event that has occurred that is impacting the project to the extent that one or more of the project's objectives will not be met. Issues are defined as a request for change,an off- specification defect or bug,a problem, or a concern,and may be raised at any time during deployment, by any personnel. Our Project Manager will present the Issue Management Plan during the Project Kick-off Meeting,which defines who is responsible for managing the issue, how stakeholders will behave as the issue is being managed,what the process will be, and describes the parameters used when evaluating and classifying the issue. When an issue is raised,our Project Manager will log the issue in the project t issues register,and,with input from the project team,will prioritize and assess the severity of any issue, propose resolution options, implement a resolution,and communicate the outcome through Project Update Meetings and the Project Status Reports. Below is an overview of our Risk Management Process: /� 0 0 Identify Issue Log issue In Examine Issue Close Issue Implement Resolution Register 0 deb Identify Options& Approve Resolution Recommend Solution I y i Icy I== age issue Escalate Issue Raise Change Request Change Management Changes come from any issues identified as"off-specification". Our Project Manager will present the Change Management Process during the Project Kick-off Meeting,which defines how the Change Management Process will work for the duration of the project. A change does not always involve additional money and can be a zero cost or result in a credit to The City of Yakima e.g.,adding vehicles to the fleet would result in an additional cost, removing vehicles from the fleet would result in a credit,swapping hardware for another piece of hardware the same cost would result in a$0 change request. All change requests raised will be logged in the related project issues register,as a request for change,and will be discussed with The City of Yakima before being investigated. If deemed necessary our Project Manager will document and submit a change request to The City of Yakima for approval before any work begins. The change request document will include all required information for The City of Yakima to make an informed decision on whether to approve the change request or not,such as the reason, impact,and ramifications of not proceeding with the change. 9 9 connexionz Page 25 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Below is an overview of our Change Management Process: 0 0 Identify Need for Log Change Gain Approval to Change Request Investigate Reject Change Request Investigate Approve Change Assess Impact Merge Change Request Defer Change Escalate Change Request Schedule and Implement Change with another Project Quality We believe that ensuring quality during the project is not just about meeting minimum standards, it is about delivering the best possible outcome for stakeholders, customers,and The City of Yakima.The benefits of quality extend beyond the completion of the project and contribute to long-term success and growth. Connexionz uses various strategies to ensure quality during the project, including: • Conducting internal Project Quality Assurance reviews,to audit that the approved project implementation methodology is being followed appropriately. • Formalized project artifacts and processes—see the above"Project implementation Approach" and "Communication and Documentation Deliverables"sections for information on these aspects. • Providing project phase acceptance certificates to The City of Yakima for approval and using them as a stage gate to confirm phase acceptance before progressing to subsequent project phases. • Holding a Project Kick-off Meeting to discuss and approve the following: o Project Charter—to confirm the logical,technical, hardware, and integration scope,assumptions,out- of-scope items, roles and responsibilities, project budget, and payment schedule. o Project Schedule—to confirm the tasks required to deliver the project,the resources required to deliver each task,the effort involved to complete each task,and the estimated timeframe to deliver each phase. o Risk Management Plan—review and confirm the plan and related process. o Issue Management Plan—review and confirm the plan and related process. o Change Management Process—review and confirm the process. • Running a risk workshop during the project kick-off to identify risks, agree on mitigation strategies,and assign risk owners. • Conducting a Solution Configuration and Integration discovery workshop,documenting the findings, and reviewing it with The City of Yakima before submitting it for approval. • Conducting onsite vehicle surveys to confirm all hardware installation requirements,documenting the findings,submitting the document for approval,and then holding a workshop to explain the document and answer questions. • Completing hardware configuration testing before shipping hardware to The City of Yakima for installation. • Creating a Pilot Test Plan and reviewing it with The City of Yakima before submitting it for approval. • Completing pilot testing on two vehicles, documenting the results, collating the supporting evidence,and reviewing it with The City of Yakima before submitting it for approval. Q 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL • Completing vehicle pre-installation testing and Connexionz system post-installation testing on all vehicles, documenting the results,collating the supporting evidence,and reviewing it with The City of Yakima before submitting it for approval. • Creating a Training Plan to capture all training requirements and submitting to The City of Yakima for approval. • Completing training in the live environment so it is more meaningful to trainees. • Completing a project requirements compliance review with The City of Yakima to confirm that all requirements have been met and submitting a Project Acceptance Certificate before closing the project. Vendor Roles and Responsibilities Connexionz has two main ways of communicating vendor-specific roles and responsibilities—these are: • Project Schedule,which defines the detailed work breakdown structure and the vendor resources required to deliver them. • Project Charter-the Project Charter captures: o The detailed logical,technical,configuration, hardware,and integration scope and assigns responsibility for the delivery of each item—we do this so nothing falls through the gaps,and we can agree up-front who is responsible for what. o The project structure, roles, related responsibilities, and resource/s assigned to each Project Board Group —we do this to capture the 1 1 generic`project" roles and Connexion Chief Connexionz CEO Customer Project Customer Senior responsibilities,which are Engineer (Project Sponsor) Sponsor user not necessarily detailed in Supplier) the scope responsibilities. To the right is an example of the Project Manager Group project structure we propose for the project: Connexionz Customer Project Project Manager a Manager L Connexion Project Team— Operations and Technical Customer Project Team Developers 9 9 connexionz Page 27 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Below is an example of the Roles and Responsibilities: Role Descriptions Project Board • Works to resolve project issues that cannot be satisfactorily addressed by the project team. • Assists with project conflict resolution. • Prioritises project goals with other ongoing projects • Provides guidance and direction to the project, ensuring it remains within any specified constraints. • Ensures compliance with corporate or program management directives The City of • Organises and chairs Project Board meetings • Overall responsibility for the project from a The City of Yakima perspective. Yakima Project • Provides business guidance to the project team. Sponsor • Monitors and controls the progress of the project at a strategic level. • Determines disposition of critical high-impact issues and change requests. • Approves changes to the scope. • Ensures The City of Yakima risks are being tracked and mitigated as effectively as possible. • Serves as the City of Yakima's top escalation point and works to resolve issues and conflicts where requested. • Ensures user The City of Yakima resources are available and resolves resource conflicts that impact the timing and quality of the project. • Constrains any user and supplier excesses. • Approves the acceptance of the project. The City of • Attends Project Board to provide expert advice, guidance, and input from the user perspective. Yakima Senior • Provides expertise and input into the system design from the user perspective User/s • Resolves user requirements and priority conflicts. • Prioritises and contributes opinions on user decisions regarding whether to implement recommendations on proposed changes • Promotes and maintains focus on the desired project benefits/outcome from the user perspective Project • The City of Yakima's internal day-to-day project leader and escalation point. • Runs the weekly project update meetings in conjunction with Connexionz Manager/Lead Project Manager. • Communicates with and supports our Project Manager. • Works with Connexionz Project Manager to resolve project issues and conflicts. • Responsible for communications to the City of Yakima project team and wider business. • Responsible for communications with The City of Yakima's 3rd party vendors e.g. cellular provider • Manages resource allocation and scheduling for The City of Yakima's specific tasks • Responsible for The City of Yakima's task deliverables and action items— including tracking and reporting • Manages the project issues and risk registers from a The City of Yakima's perspective. • Manages change requests received from Connexionz. • Motivates and mentors team members and provides day-to-day conflict resolution • Reports to The City of Yakima Project Sponsor and Project Board. • Manages project invoices. • Facilitates communication between the project team and senior management. • Responsible for Organizational Change Management. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Loading Data and Data Conversion The ITS Solution Configuration and Integration Design document will include all configuration data needed to run the system,which we will set up during the system installation,so the system is configured and ready to go for the project pilot,training,and rolling test. During the system configuration phase of the project,we import your stop data,train your planners on how to create and maintain routes,and then support you to create all required routes ready for the pilot and go live. No other data loading or conversion is required. Testing We believe project testing is essential to deliver a successful and reliable system that satisfies users and stakeholders and understand that completing it will give The City of Yakima the confidence that the purchased solution is fit for purpose. Below are some of the key reasons why we believe project testing is important: • Identify Issues—testing helps to identify any issues that may impact the project's ability to meet the requirements and deliver the anticipated benefits. Early detection of defects allows our project team to address them as early as possible during the project,which helps avoid unexpected disruptions and delays. • Ensure Software Quality—testing ensures that the project meets the required quality standards and performs as expected. High-quality software enhances user experience, increases customer satisfaction, and builds a positive reputation for the organization. • Validate Requirements—conducting testing will enable Connexionz and The City of Yakima to validate the agreed requirements are met. By comparing the actual results with the expected outcomes,testing ensures that the project aligns with the intended goals. • Boost Reliability and Stability—thorough testing helps ensure the delivered system is reliable and stable, which is especially important for a critical public transport system,as failures or errors could have severe consequences for the riders and The City of Yakima's reputation. • Risk Management—testing assists with identifying potential risks associated with the project and helps in mitigating them. By understanding the vulnerabilities and weak points,the project team can take appropriate measures to minimize potential negative impacts. Test Plan Our Quality Analyst will create a Pilot Test Plan and procedures to detail how the requirements detailed in the approved System Configuration and Integration Specification will be tested and proven as compliant. The Test Plan will include the following: • Approach. • Scope. • Objectives • Resources, Roles,and Responsibilities • Requirements, Design,and Test Traceability Matrix • Test scripts required to confirm all functional requirements are met and the supporting evidence required to prove the results. A Test Plan document review meeting will then be conducted with The City of Yakima to ensure understanding and to answer any questions, before submitting the document for review and approval.The City of Yakima will then be required to review the Test Plan and approve it before the project can proceed to the next phase. 9 9 connexionz Page 29 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Vehicle Functional Testing Connexionz has successfully used on-vehicle video surveillance feeds in the past to complete on-vehicle functional testing,which we also intend to do for this project.This assumes Connexionz can be granted access to the video surveillance system,and that there are appropriate cameras mounted and sound available on all vehicles to facilitate the testing requirements. Training From experience it is prudent to provide a larger part of project time to training, particularly for individuals in anchor roles.Our value proposition is clear.We don't just deliver training-We deliver real-world, hands-on, practical education from experts who work in the transit industry for a living. Connexionz has two decades of experience in training agencies;The City of Yakima can be assured that the Customer Success Team will work with The City of Yakima to ensure personnel is confident using CNX Core. Our courses are developed and taught only by people who work at Connexionz and provide direct customer support,which ensures the trainers have a wealth of experience in different transit environments.All modules will encompass practical delivery methods including instructor lead overviews,demonstrations,and hands-on activities using the system. Connexionz is happy to follow your lead and schedule training around your service operations.The optimum number per session is 6 to 8 people. Smaller classes are proven to result in better retention and more confident course participants. Connexionz will provide hands-on training for both hardware and software as well as operational scenarios that incorporate functionality features from our system. Electronic manuals and print copies will be made available and are also available for future download from our"knowledge base" portal via the online helpdesk. Our plan for The City of Yakima includes 2-days scheduled onsite training,which includes a fixable time allocation to assist users before they start using the system,which in our experience is when the valuable "how"type questions arise. Connexionz will deliver remote report/analysis training once sufficient data is collated in the system,which assists The City of Yakima users in getting the most out of the training by ensuring the data reviewed is real and relevant to them. Connexionz also supplies supplementary scheduled remote courses in one-hour sessions by arrangement at no additional costs: • CNX Core system overview • Specific Software Module Training-CNX Dispatch, CNX Route Planner, CNX Analysis, • Operator/Drivers Training—How to use CNX MDT,Overview of CNX Dispatch to visualize what a Dispatcher would see whilst they are in a vehicle. For successful onsite training for the Agencies,Connexionz will require: • A room that is large enough to support the staff who are being trained. • Comfortable seats for all staff and trainers. • A room with HDMI-based projection is preferred. • A Wi-Fi connection should be made available. • For dispatch and software training— It's helpful to have supervisors bring their own laptops so they can "watch and try". For Operator and Maintenance Training, an operating vehicle(not in service)is required with all hardware installed,tested,and in working order. 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Training Plan Our Trainer will create a Training Plan and submit it to The City of Yakima for approval before training is conducted. The Training Plan will include: • Approach. • Schedule. • Contact details,and roles and responsibilities. • Training workshop to training guide reference. • Agenda for each training workshop,including the intended audience, required equipment,prerequisites, workshop topics and durations,and trainer details. Training Schedule Our Trainer will work with The City of Yakima to develop a specific training schedule that suits the resources availability and any other operational constraints we need to work with -below is an example of a training schedule that will be produced: Training Workshop Workshop Trainees Required Trainee Start Time End Time Total Time Attendance (Hours) Time(Hours) Day 1:Dec-13-2022 Dispatchers Dispatch 5.5 Operations and Agency 5.5 8:00 a.m. 1:30 p.m. Management Connexionz Support Operations and Agency 0.5 0.5 2:30 p.m. 3:00 p.m. Portal Management Planners/Schedulers 3:00 p.m. 4:00 p.m. Route&Schedule 1 1 Operations and Agency Maintenance 3:00 p.m. 4:00 p.m. Management Day 2:Dec-14-2022 Drivers 1.5 8:30 a.m. 10:00 a.m. Vehicle MDT& 4.25 Operations and Agency Onboard Systems p g y 4.25 8:30 a.m. 12:45 p.m. Management Drivers Customer Attention/ Mobile App&Public 0.5 Services personnel 0.5 2:00 p.m. 2:30 p.m. Website Operations and Agency Management Analysis&Reporting 1.5 Operations and Agency 1.5 2:30 p.m. 4:00 p.m. Management Trolley Hardware Installation& 1 Maintenance personnel 1 8:30 a.m. 10:00 a.m. Maintenance Overview 9 .9 connexionz Page 31 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Training Agenda Training Agendas provide a more detailed view of each functional and technical training workshop,so trainees know what to expect and can prepare appropriately and include the following: • Workshop Overview. SECTION CONTENT • Participants/Intended Audience. Treeing Seseial Ude ITS Despatch Oesireiew This session will provide an overview on how dispatchers,agency and operations• Duration. teams use the system to dispatch trolleys on trips,and to communicate with drivers and riders • Trainer Details. Participants • Dispatchers • Training Approach. • operations and Agency Management • Prerequisites. owatigw 5 hour and 30 minutes a X Trawer/a • Mike Stocks-remote • Materials Required. • Joey Dillon—onsrte • Training Topics. Approach • The remote trainer will lead the training session by using one configured production r s system to demonstrate system functions through a shared screen over Microsoft TE3 m s Our Trainer will work with The City of Yakima • The onsne trainer will assist with training by provide onsrte support to the trainees to use the system to develop a specific training agendas that • The trainees well then connect to the production ITS system and use the suits resource availability and any other knowledge gained to execute the system functions demonstrated,with the trainers available in support operational constraints we must work with- • During the training,the 2 pilot buses will be deployed an live trips In dui which they will need to run,so they can be used as the bases far below is an example of an example of the training training agendas that will be produced: Prerequisites • 2 fully tested pilot buses fitted out with ITS,ARC,and VSS hardware connected to the production systems • Production MS system fully configured,and quality reviewed • Routes and schedule fully configured • Trainees,trainer,and resources banked in SECTION CONTENT Trainee Session Title connexions Support Portal • At least one of the pilot trolleys must have run previous trips in the system --- - so historical data can be viewed Please note—the data should be available Overview This session will provide an overview on how the agency and operations team as part of the trolley tuning process can log incident tickets.hind ITS knowledge g(tKlpt and access training videos Participants operations and agency Management Materials Required • Trainees will require access to a microphone and speaker-capable olwlti ai 3a minutes workstation/laptop,with access to the Internet and the CNk Azure-hosted system can Tonarl5 Joey Dillon—snore • The stone trainer will require a network connection with access to Me Approach • The onsne trainer will lead the training session by logging onto the Internet and the CN.rc Azure-hosted system Connexion:support portal to demonstrate now to log incident tickets, • 2 punt buses with drivers ready to be dispatched search for knowledge articles,and where to find the on-demand training vision SESSION ONE—ITS Dispatch TIARA • The trainees will then activate their support accounts,and connect to the All Trainees Connexions support portal and use the knowledge gained to execute the • Jaw to start Dispatch functions demonstrated,with the trainer available m support • interpret the displays Prerequisites • Agency and operations yaws setup in the Connexions support portal • Trip!Context views • Agency and operations users having access to the Connexions support poi • Drivers welcome email Ito activate their account' • Alarms • 'trainees,trainer,and resources cooked in • Yard view Materials Required • Trainees will require access to a workstation!laptop,with access to the • now to assign buses by blocks or trips 5 hours& intarnet and the Connexions support portal. • Create an assist trip 3C minutes helps.i iconnexwnz.atlassian net/servicedeskicustomeriportalj2 • Resolve conflicting assignment: • The onsite trainer will require a network connection with access to the • Adding and altering notes for a trip Internet and the Connexions support portal. • Adjust the layouts to suit your work style h .s.loonnexeon2.atlassian.n'- serviced-. customer'••rtal2 SESSION ONE—Route i Schedule Maintenance • View historical trip data All Trainees nears • Participants to trial • now to activate a Connexion:.support portal account • Overview of key learning points!Q&A • now to request additional users to have access to me Connexions support portal • .ogging an incident 30 minutes • Accessing knowledge base content • Accessing training videos and the available topics 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Samples of our Training Manuals-Course content, learning outcomes,duration, prerequisite, and who should attend. CNX DISPATCH CNX ROUTE PLANNER DESCRIPTION SUMMARY oawtawo a d.tabo•a mod,.hp',he.,vv... "......1erevOa"F^'"•...'...... °n' °' DESCRIPTION SUMMARY o,.00.Foe,w.1..tor..lo.nw,pace.al ewe m•vu waw•l...rw moeawaa,w sa".,»raw+. oro.,t..i.,.»..a.n.an...t.,o,.w"a. ,sm.w,ne.wreo, .Fm.o..."k•^°^n•xch that mw..I.—tom women.xnh r.a,.ne m m..n.... bow«ram No.h,,,use b a vo,a",n aultwam ,omq.hw,p.e,wan.•lcoam ma.olahnwtlom.an mew Irste w, etrwetly, '^ an awamh pdmanP wfr•n hepan:g••fw A.Pane IF.mum,and Ms•,pro m.saeFr•are•d to,arena••th•1N..Planner pp... ',weapon faa»mpw.a TM• .bus Wading p•ncn w+n ale haw np,A,'t not baan•e Fan twmm« .Lrat0On " IJratIon too.,rhea,.n„s,otro o•.nt a th•,.,•n - mpom;me fore*et,tx•hamt el hr.w a Tool ,pace nee 1aWar, Ms ma bon Plea,..do.,..«momh w».e,a„a,e pp•ae,.»rya eon..h.a'kwenM.hew 10•,t.aat th< ..e.m< ».•.,Nnng u,eww.me m.wr•Ka,wad,Tool.mwnw•e.*IOW,platforms. rho•sr wsson..rang or*.ward rats the sward m;a.v,.ao MM.,:wonr In,a.vow was.,,0N. Korn m,d.r.e« •t.oro;ah wet° rwawtern,....r.,pour.«many hc•,of sup ..Tow,a the net,a.how ro*acme signs to ""� _ie ha•lso weed to.pan,d,•aro hlo,«to'modnv out twoferms the,.rend wham moo.o ofa,dye roues 0.mo of vow.,arw eN,war a+.,•gn oer,.w,rwrw.a• %meg Car*0 Mw1•em paean naA.•.moor.•teed and p .supopns won+..prw,o,v«n.bop, •ereiu cue learning Outcomes rwe9urslte Moanwa.Ka Orrlwrch Operar.m wl"pw;4 Ow form of.<vaacln hew hwew..a ....rotor boo tour..ertw,d.w.w••undem« m.o..,otu b•ea,mmo Ow eed.•aam,re.'n Me .o ton.N:.will can.towea.,u stagnated...mnora.n,WNW m.mN»m wa boon cemp4.•d one all goo data rarodboo m•syswm, nmeg,.•team..nprm«»nwg.,gr.onwa'atom, mac...may w an cotton Roo.-.,a,,mang•rk.,wwmk a haute ',Oh/Mc are Platform Grow:-Add.g.dung,»,dtepN,,«oat on eaw,on apawma d•oe harm .earning Outcome, 000m.oaa-awin,mootwg.,.Noon grow, A.tn.we ce ahn mtwr•tone.:wan*end hem bops p OMIMM pane ._. ...... ._.. -tone na».ns • Knots«mono.h.now d rm... a., .7to ' ...mr_ • ht.,wen of.=done•„a woo.seta aewiwmN ad.atun.r ...Tod,wren.:a..oa»,an•rnmtn n.m:.« r • st•ye • path.common...•wersan,.av1.nnlaa mon Maps endn.....w.mt..,. dew re 7 d 4 • woo,oroomer mono,ond beelan,rpm,.b n. r PIMMIOrs 1. • .,n gw'a•»•swam Mara.M. nM1mn, ode. Fn,^. den., _ d r, ` • is 4:,E. ,O [ � � . e.m •td•.ah -•Mad wan J Whey, s __•t•.m,•hwe •Wooly•.. CNX MEDIA PLAYLIST RN more elerm...bat COMM .Onr.,0ue amulet manager or fewest. .Wynne/on about Com,e,io/rourTes DESCRIPTION SUMMARY • ,fmroger orre.pest ern our help*.portal COO Media plaN6st.wucatia a uwd to setup Afwone who a seekng a comonehens$e.prat-Mat onboard mare on the'horse fleet T.w..we course that Tod'ep,.11 Rem woh Ow skips reauned to automancarlr colds w the.a from m.nwn.MI1 ace to nnbp.ro Media CNT Trans.Nta.get and damwte,to*Shined fleet. ..anon Ta,software n Donna.. toed bv.veno n m wthanN who a responsible too Marken or Oubirc 13 Lou., Relations and Ms knowledge of CIO Tranp1Mamger Pier u,Site Tee over met emote.delete.and muddy.a'Name The tranmg real be conducted after the mstada0ron of to the servoces onboard media and CNN Tans0Mansger r•.brag used in an operational environment. Learning Outcome, At the pod of bus course..Mende.Toll understand • Create hroects • Manage The Media ItOrary - w...,. Ems_—.H •• Create TKkets Imo ..."new • Create Next Stop Displays r•rr • Asmnt;s.to good Pattern, •imma•'•Maa • Ovemde seecdK routes • Test.%the protect ..r—•.... II.= g _ S for nro:e mlo,m0Wn dGoVl Co nemnt mums contact Your account mar•.ger or reo.,t Na our ANpdesk portal -•AR connexionz Page 33 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Online Training Videos Learning at your own pace is a great way to cement the knowledge users have been taught in their courses. Training videos are available within the dispatch application, and a variety of topics are also available via our Helpdesk Portal which is available 365/24/7. Each video provides a visual and audible clip with a duration of approximately 3-5 minutes. If self-paced doesn't work for you, contact us, and schedule a free one-on-one session. onner,on[Help Desk lom,enont Hewes.. training Viaeoc .r,yr mg Videos by Category Training Videos by Category ° -, 2 more videos uploaded to Knowledge base Connexion:has recrmly crowed lrarning Videos for Dispatch and Route Planner111 {. The i Wiest videos. FC< Ruse Planner-fares&FareZones Route Planner Imponmg a Schedale Click on the link below htips://connexioneatlassian.net/I/t/IuDMtCy6 Aiternatrely dick on the torch bar and type in Video CNX RoutePlanner nnn.r, • CNX RoutePlannerO.oi,iocc _ Connexionz Helpdesk • • Platfomn Add Edo Delete • Platform Properties .,,•..._. _ ,,, ,: • Platform Groups • Platform Moves .� • Create Route Names • Patterns Drawing build a route • Pattern Cordiguratron , • Detour Optwns • Fares and Fare Zones • Import a Schedule • Service Calendar Dispatch— Hein & Hints Widget CNX Dispatch has a useful Help & Hints widget. Navigate these on your own in real-time to help users with software functionality issues. Cr dr' 4.56 PM ,,;i5-02, • Messages 4 Hel and Hints - p How to find a specific location on the chart) v ssagea =.0 Trips and Schedules A How to select a range of locations'? 'f Vehicle performance chart select 5 rV iCE r,+-nt.3ti7 IF) I lIV o^ h 9or' b holding down the left mouse button Trip actions i C i C -� f moving the cursor horizontally .. ..VI , .err•.,ll- J_.:�... • 1"'.'Y .ji drJ_C 1. _.Itr:e l _a r 1 r 711t 0 Application -- �e Keyboard shortcuts How to adjust the selected range when the Contact help desk T chart is scaled In) Where can I find the list of the selected range, How to reset the selection Q-9 connexionz f`i,;t, 34 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Installations All installation work conducted throughout the project will confirm with the following process. Connexionz has created the project schedule to include two separate installation teams,which means that two vehicles per day will be required to keep the team busy. Please note—experience has taught us that 2 buses per day cause the least amount of disruption to an agency's revenue service,which is why we have opted to use two installation teams, however,the number of installation teams can be increased to complete the installation work faster if required. Installation Planning & Bookings Our Project Manager will work with The City of Yakima to book resources and vehicle installations to minimize the impact on operations as much as practicable,while still achieving a reasonable throughput on the installation line. Vehicle Installation Before installation begins,Connexionz will work with The City of Yakima to complete a workplace induction for all onsite Connexionz personnel,to ensure an understanding of: • Working hours and timelines. • Onsite communication channels and key personnel. • The workplace layout, rules,and do's and don'ts. • Potential dangers and risks and mitigation strategies. • Incident and injury management processes. Our Lead Field Technician assigned to the project will be our primary onsite point of contact during the installation phases and will: • Manage the onsite resources. • Manage the onsite inventory. • Complete all quality checks and testing procedures. • Work with The City of Yakima's Operations and/or Maintenance teams to coordinate the delivery of the vehicles to ensure the maximum throughput and minimal disruption to operations. The installation process will involve: • Completing a pre-installation functionality test to identify any issues prior to installation. • Removal and disposal of all incumbent hardware. • Installation of the hardware to the location agreed in the approved System Configuration and Integration Specification and running specific cables to the integrated hardware. • Completion of onboard testing and turning to ensure all solution equipment is working to specification. • Documentation of all test checklists, and serial numbers,and taking installation photographs of the installed system,as per the detailed testing methods described below. • Site tidy and closeout. 9 9 connexionz Page 35 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Vehicle Testis* Connexionz will provide a Vehicle Installation and Test Plan to detail what will be tested as part of each vehicle installation -this document includes: • A full vehicle fleet list detailing: Bus#, Make,Year,VIN#, License Plate, and the items to be installed/integrated or replaced. • Checklists will be provided for each vehicle that will contain: o Pre-installation functionality test requirements and procedures: • This testing is completed to identify any pre-existing issues prior to installation tasks commencing and is completed to protect The City of Yakima and Connexionz from any potential disputes around issues arising directly following the hardware installation. • If issues are found during the pre-installation functionality tests,then they are then verified and signed off by The City of Yakima's Lead Technical representative before installation work begins. o Post-installation functionality test requirements, procedures,and required supporting evidence-the tests and supporting evidence are completed to confirm the installed system is working as designed following the installation process. o Installed hardware serial numbers are documented-these are recorded for warranty and configuration management purposes. o Installation photographs are taken-these are taken to provide evidence of the 13 Appendix 5.0-ITS Vehicle Installation installation quality. Checklist • Pieperlere&.mserf,roe em.,,...ema,.,�,.CWear eitfr ter se,ems safer, • Operator Bus Sign-off Section: beats p . ter tamer.a.. a r.a ewe..,ruse roe a....«row r.Mrm • carder orsr at CLOD see.rtrtEN) o Following the installation of each bus, Weirs. Connexionz will request The City of Yakima's 131 Pets4rMerlstMa 6,11c604,0.3ycheck Lead Technical representative to review and „„u,r, worry «via.. KM tirerMmN/h.es approve the installation of each bus. Warne Weems Orr rsorel Mfr.tMwn err o This testing/check is completed to identify Mourforme rev sera any potential issues introduced during the IM faro dry errs erre installation process that Connexionz needs to address,and once completed, protects The Nears `ram MOT Ores rim City of Yakima and aaw.^° ' Connexionz from any corrrehoNZ disputes for issues ' that arise following the hardware installation. Testing Checklist -example of Connex,anz , �� •a ITS vehicle installation, based on lessons learned from numerous similar previous projects. Each document is checked by the — "` Project Manager and Customer Success Lead. 9 9 connexionz Page 36 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Vehicle Road Test Sign-off Following the installation of all equipment on a vehicle,Connexionz recommends that The City of Yakima's Lead Technical representative completes a road test as a final check before approving each vehicle as fit for revenue service. This approach will give The City of Yakima the assurance that no inadvertent defects have been introduced during our installation process. Hardware Installation Test Reports & Hardware Warranty Certificates Our Project Manager will compile all Installation Test Reports and Hardware Warranty Certificate information ready to give to The City of Yakima at the appropriate time. Work Plan The following sections describe each project phase from the project schedule. Project Award Connexionz will work with The City of Yakima to finalize,approve,and execute documents. Project Initiation/Kick-off Following the Notice to Proceed,our Project Manager will setup up a workshop to introduce the core project teams,and will work with The City of Yakima to review and approve the Project Initiation documentation consisting of: • Project Charter. • Project Schedule. • Quality, Issue, Risk,and Change Management Plans. As part of this process,the project team will run a risk workshop with stakeholders to identify and document relevant project risks,define appropriate mitigation strategies, and assign an appropriate risk owner to each. Discovery & Design Discovery Workshop/s Our Project Manager will work with The City of Yakima to schedule an appropriate time to conduct a requirements discovery workshop's to confirm the functional requirements,configurations,and integrations necessary to deliver the project. The discovery workshops will be led by our Business Analyst who will use the RFP requirements compliance matrix as the functional baseline. Each functional requirement will be reviewed during the workshop so the necessary detail can be gathered and written up in the ITS Solution Configuration& Integration Specification. Please note—while The City of Yakima can be confident that Connexionz has a large amount of experience with gathering transit requirements,The City of Yakima will need to ensure the correct resources from their team attend the discovery workshop/s so the best outcome is achieved. 9 connexionz Page 37 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Onsite Surveys Our Lead Field Technician will work with The City of Yakima to survey each relevant bus type and year combination to confirm: • Vehicle specifics impacting the installation e.g.,vehicle voltage. • Makes and models of existing integration hardware and the connection ports e.g., next stop and destination displays, PA systems, etc. • Where hardware will be installed and mounted. • Where to run cables to ensure optimal aesthetics and the safety of personnel/passengers. • Cable lengths for integrated hardware/software components e.g.:destination displays,audio announcements,and next-stop displays. Vehicle Design Following the survey,our Technical Lead will create a vehicle installation schematic design diagram for each vehicle type to document how all onboard equipment included in the system will be physically connected on board each vehicle type and how it will fit into the available space. Below is an example Vehicle Installation Schematic. Connexion:ITS System Overview HEADSIGN _ l 1 ti r 7 1r I u r.� r� Gf_5. :, i1 ,00 7..I1111 1 =If! ESAr• rit itIlit'1 1•t% bin, 0 1 ..T. 9-9 connexionz Pr,,,,,,38 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Below is an example Installation Location Design Diagram:ro NIL tot w Existing DR600 and DIGI WR21 Router installation overview(TOP,scaled drawing) a, L ()REAM DU31 WR21 Width 7.0' CNX Medius&REI DVR installation overview(TOP,scaled drawing) io 6 floc ICI DVR NEVUS Width 7.0' Procedure:The existing DR600 will be removed,and its mounting plate will be repurposed for the CNX Medius and REI DVR keeping the DIGI WR21 Router.The CNX 5-Port Switch will be"piggyback" mounted on top of the Cradlepoint Router or Medius,depending on space DVR MIWUI ww Please Note-Cabinet sizes differ.Eg.2016 Trolley(18 inches deep,13 inches tall,by 8 foot long)& 2019 Trolley(20 inches deep,15.5 inches tall,by 7Foot 1 inch. For these illustrations the smallest of all these dimensions have been used:18"x 13"x 7' Vehicle and Display BOM Our Technical Manager will use the installation schematics to create a hardware Build of Material (BOM)for each vehicle type,so our Procurement Team can order all required hardware. The Vehicle Schematics and BOM documentation safeguard The City of Yakima for when replacement or additional hardware is required,as all pertinent information will be readily available. 9 connexionz Page 39 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Vehicle BOM Example: o Ni,v uar. Type — ppoo Connexionz ITS Item Hardware i t_a g r g Bill Of Materials&Pick List M d'ua ContIBvat on Wenn Power Option einal Router E t RouterP t _ Y ?Gza� S Antennas Antenna EetensioM3 Adapters SW,‘Iale Exle,.101caoeuM1 ... .._ • Netwotk Devices 70!.221i19 957786 5 __.. Networkfawes 002109 I Etnernet Paten Lead 3tt :N/A Med,uc Swittn Reuter 70026319 938677 10 a 2 2 Solution Design Creation, Review&Approval Connexionz will take the findings from the discovery workshops and onsite surveys and create an ITS System Configuration and Integration Specification,which will document how the system will meet the functional and hardware installation requirements. The ITS System Configuration and Integration Specification will include details on how the solution will fulfill each functional requirement, and includes details on: • Integrations. • System Architecture and Network Diagrams • Configurations. • Customer-Specific Customizations. • Vehicle and Display BOM and Installation Schematics. A specification review meeting will be conducted with The City of Yakima to ensure understanding and answer any questions, before submitting the document for review and approval. The City of Yakima will then be required to review the ITS System Configuration and Integration Specification and approve it before the project can proceed to the next phase. This document will then form the functional requirements baseline for the project against which testing will be conducted. Hardware Procurement. Configuration, Testing, & Shipping Following the approval of the design specification,all hardware will be ordered and shipped to our offices ready for configuration,testing,and shipping. Connexionz will fully build and configure all hardware and conduct quality testing by connecting it to a factory test system and running it through a series of static functional tests to ensure the hardware and software are functional as expected. Any defects are identified during the testing and will be remediated before being shipped to The City of Yakima. The static tests conducted include: • GPS Positions. • Next Stop Display Integration. 9-9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL • Announcements. • MDT Connectivity. • Passenger Infotainment. Please note—it is not possible to complete full end-to-end connectivity testing against all integrated hardware,as some hardware items may are not available e.g.,a customer configured Destination Display. Below is the Vehicle Hardware Factory Test System: • t i MAC'' r- I' Following the vehicle hardware configuration and factory testing, Connexionz will package all relevant hardware into vehicle-specific installation bags, record all required serial numbers,and then ship them to The City of Yakima ready for the installation teams. Our Project Manager will keep The City of Yakima informed and provide you with the shipping details,so the shipment can be appropriately received and securely stored until the installations being. System Installation, Configuration, & Testing Dispatch Cloud & ITS System Install Our technical team will build The City of Yakima environment and configure and test it in line with the approved System Configuration and Integration Specification. The installation process includes testing the configured system by our quality team to confirm the system is configured and working correctly. Stop, Route, Stop Announcements & Schedule Configuration Our Trainer will provide Route Planner training to The City of Yakima's Transit Planners on how to configure stops, routes,stop annunciation/text-to-speech, destination sign automations,and upload a schedule ready for use in the system. As part of the training,our Trainer will assist the Planners to create real route examples,so the Transit Planners have references on which to configure the complete system. By working with the Transit Planners and facilitating them to create their own stops, routes,stop announcements,designation sign automations,and schedule,we aim to give The City of Yakima the tools necessary to be completely self-sufficient for all future route creation and maintenance activities. Following the training,the Transit Planners will be allocated three weeks to create all required configurations, with Connexionz providing guidance and route quality assurance for the duration of the process. 9 9 connexionz Page 41 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Mobile Application & Public Website Configuration &Testing Our technical team will customize and test the mobile application and website in line with the approved ITS System Configuration and Integration Specification, and then deploy them ready for end-user use. Google Transit Integration As soon as the routes are configured and the schedule has been imported,Connexionz will work directly with Google Transit representatives to answer all questions required to validate and integrate the GTFS static data feed with Google Transit. Following the approval of the GTFS static data and fit out of the first four vehicles, Connexionz will again work with Google Transit representatives to answer all questions required to validate the GTFS real-time data feeds,which is the last step required for full Google Transit integration. If necessary,Connexionz will also work with The City of Yakima and guide them through the Google Transit registration process to set up an agency account,which is required before GTFS integration with Google Transit can begin. Hiiot sleet i esting I est i•'lan Creation & Approva. Please see the"Testing"section above for the details about the Pilot Fleet Testing Test Plan creation and approval process. Pilot Fleet Installation, Testing, & Approval Pilot Fleet Installation Planning & Bookings Following the approval of the Pilot Fleet Testing Test Plan,our Project Manager will initiate the planning and booking phase for the Pilot Fleet Installation &Testing. Please see the"Installations" section above for the details about the installation planning and booking process. Pilot Fleet Vehicle Installation, Testing & Sign-off The installation of the two Pilot Fleet vehicles is expected to take 2 days to complete from start to finish. Please see the"Installations"section above for the details about the installation process,testing,and approval processes. Pilot Fleet Acceptance Testing &Approval Following the fit-out and approval of the Pilot Fleet,our Quality Analyst will take responsibility in conjunction with the onsite Lead Field Tech for dispatching the Pilot Fleet onto trips and conduct Pilot Fleet Testing using the fully configured Connexionz system in line with the approved Test Plan. To facilitate Pilot Fleet Testing,Connexionz will provide The City of Yakima with an incident report template for drivers/supervisors to use to report any system incidents experienced onboard vehicles,so they can be investigated. During Pilot Fleet Testing,our Project Manager will track all reported issues through the project issues register and will meet with The City of Yakima as often as necessary to ensure all outstanding issues are resolved. Following the completion of the Pilot Fleet Testing, our Quality Analyst will create a test summary report and collate all test results and supporting evidence(screenshots,videos, reports,etc.)and upload them to a SharePoint site and then share the site with The City of Yakima. Our Quality Analyst will then set up and facilitate a review meeting to take The City of Yakima through the results to ensure understanding and answer any questions.The City of Yakima will then be required to review the test report and supporting evidence and approve it before the project can proceed to the next phase. Q 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Full Fleet Installation &Testing Full Fleet Installation Planning & Bookings Following the approval of the Pilot Fleet Testing approval,our Project Manager will initiate the planning and booking phase for the Full Fleet Installation&Testing. Please see the"Installations"section above for the details about the installation planning and booking process. Full Fleet Vehicle Installation, Testing & Sign-off The installation of the Full Fleet vehicles is expected to take 11.5 days to complete from start to finish. Please see the"Installations"section above for the details about the installation process,testing,and approval processes. Hardware Installation Test Reports & Hardware Warranty Certificates Our Project Manager will then compile all Installation Test Reports and send them to The City of Yakima for approval and complete the Hardware Warranty Certificate information ready to hand over to The City of Yakima at the end of the project. System Training Training Prep Following the approval of the Pilot Fleet Testing,our Project Manager will begin the planning and booking phase for the System Training. Our Trainer will create the Training Plan and submit it to The City of Yakima for approval—please see the "Training"section above for the details about the Training Plan. As part of the Training Prep,our Project Manager will: • Send The City of Yakima user login details for access to the system and confirm the users can access the system. • Send all required Training Documentation. • Set up all required users with access to our Support Desk. • Coordinate all required training bookings and prerequisite tasks. Training Workshops Our Trainer will arrive onsite at The City of Yakima to run the training workshops in line with the agreed Training Plan—the training workshops included are as follows: • Operator Training • Dispatcher and General User Training • Vehicle System Component Maintenance&Diagnostics Training • System Admin Training • Report&Analysis Training Please see the"Training"section above for the details about the Training. 9 9 connexionz Page 43 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 14-Day Rolling Test, Support, & Project Closure 14-Day Rolling Test& Support Following Training,The City of Yakima will operate the full system on a day-to-day basis for 14 days,with our project team providing support. During 14-Day Rolling Test,our Project Manager will track all reported issues through the project issues register and will meet with The City of Yakima as often as necessary to ensure all outstanding issues and/or questions are resolved. Project Closure Following the approval of the 30-Day Burn-In period,our Project Manager will work with The City of Yakima to: • Confirm the Service and Maintenance Agreement. • Introduce the Connexionz Customer Support resource. • Provide all warranty information, including serial numbers and Installation locations. • Provide a listing and serial numbers of any spare hardware included in the project. • Confirm full compliance with the specification. • Present the Project Acceptance Certificate for approval before officially closing the project. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 9. Questionnaire v- connexionz Page 45 of 132 VIII. REQUIRED FORMS PROPOSER: Connexionz PROPOSER QUESTIONNAIRE Page 1 of 4 COMPLETE AND UPLOAD WITH PROPOSAL INSTRUCTIONS: Provide the requested information,sign and date. If the Owner requires further description,the Owner may request Proposer to provide such information within a mandatory due date. You must complete this form and upload it with your Proposal. Failure to submit this form fully complete, may result in disqualification of Proposal. PROPOSER INFORMATION Proposer's Legal Name: Connexionz Limited Company's dba: (if applicable) CEO/President Name: Tony Kan Business Federal License No. UBI No. EIN No. 98 - 0441396 Phone (661) 568 6274 Toll Free Phone ( ) FAX ( ) E-Mail Address tony.kan@connexionz.com Mailing Address 27720 Avenue Scott, Unit 190, Santa Clarita CA, 91355, United States City Santa Clarita State CA Zip+4 91355 Physical Address 27720 Avenue Scott, Unit 190, Santa Clarita CA, 91355, United States City Santa Clarita State CA Zip + 4 91355 Name the person to contact for questions concerning this proposal. Name Tony Kan Title Executive Chair Phone (661))568 6274 Toll Free Phone ( ) FAX ( ) E-Mail Address tony.kan@connexionz.com Mailing Address 27720 Avenue Scott, Unit 190, Santa Clarita CA, 91355, United States City Santa Clarita State CA Zip +4 91355 Physical Address 27720 Avenue Scott, Unit 190, Santa Clarita CA, 91355, United States City Santa Clarita State CA Zip+4 91355 PROPOSER QUESTIONNAIRE PROPOSER: Connexionz Limited Page 2 of 4 OWNERSHIP Is your firm a subsidiary, parent, holding company, or affiliate of another firm? Yes: No: _ Please explain: FINANCIAL RESOURCES AND RESPONSIBILITY Within the previous five years, has your firm been the debtor of a bankruptcy? Yes: No: - Please explain Is your firm in the process of or in negotiations toward being sold? Yes: No: - Please explain Within the previous five years, has your firm been debarred from contracting with any local, state, or federal government contract? Yes: No: - Please explain Within the previous five years, has your firm been determined to be a non- responsible bidder for a proposal for any government contract? Yes: No: - Please explain Within the previous five years, has a governmental or private entity terminated your firm's contract prior to contract completion? Yes: No: - Please explain Within the previous five years, has your firm used any subcontractor to perform work on a government contract when that subcontractor had been debarred by a governmental agency? Yes: No: - Please explain PROPOSER: Connexionz Limited PROPOSER QUESTIONNAIRE Page 3 of 4 DISPUTES Within the previous five years, has your firm been the defendant in court on a matter related to any of the following? • Payment to subcontractors? Yes: No: - Please explain • Work performance on a contract? Yes: No: - Please explain Does your firm have any outstanding judgments pending against it? Yes: No: - Please explain Within the previous five years, has your firm been assessed liquidated damages on a contract? Yes: No. - Please explain Has your firm received notice of and/or in litigation about patent infringement for the product and/or service that your firm is offering to the City? Yes: No: - Please explain COMPLIANCE Within the previous five years, has your firm or any of its owners, partners, or officers, been assessed penalties or found to have violated any laws, rules, or regulations enforced or administered by a governmental entity? This does not include owners of stock if your firm is a publicly traded corporation. Yes: No: - Please explain License(s) are required to perform the services sought by this solicitation. Within the previous five years, has your firm had a license suspended by a licensing agency or been found to have violated licensing laws? Yes: No: - Please explain PROPOSER: Connexionz Limited PROPOSER QUESTIONNAIRE Page 4 of 4 BUSINESS INTEGRITY Is a governmental entity or public utility currently investigating your firm for false claims or material misrepresentations? Yes: No: - Please explain Within the previous five years, has a governmental entity or public utility determined your firm made a false claim or material misrepresentation? Yes: No: - Please explain Within the previous five years, has your firm or any of its owners, partners or officers been convicted of a crime involving the bidding on a government contract, the awarding of a government contract, the performance of a government contract, or of a crime of fraud, theft, embezzlement, perjury, bribery? This does not include Owners of stock if your firm is a publicly traded corporation. Yes: No: - Please explain Tab - Re n e t Te hni a Re uire ent RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Tab 5- Response to Technical Requirements Compliance Matrix Code C Compliant .. ......._........ N Non-Compliant CM Compliant with modifications D In development,pilot,or prototype R Roadmap V.TECHNICAL REQUIREMENTS Responses to each requirement must In section III,2 of your RFP you state: indicate that the Proposer either "Provide a point-by-point response to each "does comply"with the requirement requirement specified in Section V,Technical or Requirements of this RFP. Responses to "does not comply".No explanation is requirements must be in the same sequence and required,as non-compliance with numbered as they appear in this RFP.State any of the following requirements whether if you comply 100%with that particular will specification,or indicate that you do not comply result in proposal rejection and 100%and explain how your product/service remove that Proposal from further deviates. Deviation on any item will not necessarily disallow proposal.The Owner shall consideration. be the sole judge as to whether a If Proposer feels the Mandatory deviation/exception is acceptable,or not." Proposal Requirements are We have chosen to believe that this statement proprietary,contact the Buyer listed will prevail over the text to the left. on the Signature Sheet to determine if requirements Just as no two students who have been set the should be changed. same assignment will write an identical essay, no two vendors setting out to design an intelligent transport system will do it exactly in the same way. Our many customers will attest to how easy our system is to use,the time they save and the fantastic customer service we provide for many years after their successful deployment.We won't leave you high and dry. It is on this basis that we have responded to your RFP. 1. FUNCTIONAL REQUIREMENTS A. The selected Contractor shall Connexionz will provide all equipment and provide hardware,all brackets, hardware needed for project completion. nuts, bolts,connectors,and all C integration and installation necessary to provide a fully 9 9 connexionz Page 47 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL operational system for each vehicle. B. The project management Our Core Competency and our Company Mission services to be provided include, is shared with respect to ITS Project Excellence. but are not limited to,those Yakima will receive the very best quality related to management and outcomes in ITS through coordination, coordination of ITS component compatibility,testing,and functionality of our compatibility,testing of C solutions throughout our partnership. installed ITS equipment to ensure proper functionality, and other functions as needed in the successful deployment of ITS components. C. Specific responsibilities of the successful proposer will include,but will not be limited to,the following: 1. Coordinate the installation of, Our Customer Success Team has dedicated or if so requested by City of project managers who put together the Yakima,physically install, ITS implementation plan included in the body of this components(hardware and proposal. software)on fixed route The plan includes agreeing on a schedule of vehicles. regular and frequent project meetings, equipment procurement, installation,testing,and C acceptance processes. We will coordinate all installation with your team with regular communications,meetings and time frame agreements. Our team has considerable experience physically installing and testing the equipment we supply you on a diverse range of transit vehicles. 2. Testing of ITS components All proprietary hardware is tested prior to being before,during, and after shipped.As various components are installed, installation to ensure proper they are tested before we move on to the next functionality. component. Once a complete subsystem has been installed, the entire subsystem is tested before moving onto the next. C In this way,we can ensure that the chances of having to return and remediate an issue is minimised,saving us time and money whilst maximising the likelihood that you will have a successful deployment. This methodology is the result of many years of lessons learned from deploying similar systems required by you. 3. Ensure compatibility and Our system plays well with commonly coordination of effort and C encountered third-party hardware within the information between the transit industry using the J1708 standard. various ITS components(e.g. ° 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Single-button settings,shared We also have a strong record of successfully GPS,wireless communications, integrating various technologies,both hardware etc.) and software,into our ITS system. 4. The proposed solution will be a Our system is fully hosted in the cloud and all cloud solution.The Contractor features you purchase will be automatically must supply all hardware, updated to the latest functionality when new operating system software, versions become available. application software and We will provide all hardware,software,and applicable licensing to support services to meet your requirements. the appropriate number of C users. We will act as a prime contractor and will be fully responsible for the sourcing,supply,deployment, documentation,testing,training,documentation, and 24/7 support of your new ITS system, whether the components are hardware or software and in the cloud or on your vehicles. 5. All hardware,purchased or All the hardware we supply will be new, not replaced, must be new, second-hand or used.All our proprietary compatible and successfully hardware is tested before it is shipped onsite. and seamlessly interface with Our manufacturers test any third-party the current software. equipment before they leave the factory.All the equipment models we supply have given many years of good reliable service amongst our customers. 6. All hardware installed on the All proposed equipment from Connexionz, vehicle must be able to including our Medius and MDTs designed for bus withstand the harsh activity-are ruggedized to withstand and thrive environment of a public in the most extreme conditions. transportation bus.Hardware Environment,Temperature:-40.0°F below zero must be able to function within C and 185.0°F above zero, Fahrenheit. temperatures of-16.1°F below zero and 109.0°F above zero, Humidity: 10-90%non condensing Fahrenheit. MIL-810G (wheeled vehicle vibration) Electrical, 12V or 24V nominal, 10.8V—26.4V Power max operating:<20W. 7. Maintenance and upkeep of ITS All Warranty and Maintenance activity will adhere components per contractual to your contract and master service agreement. requirements. The same customer success team that deploys your contract will be responsible for your ongoing support and maintenance.The team you grew to know and trust through deployment will also ensure your success in the long-term. It's a C formula that has proved to be successful. Refer to the resumesection in our response for resumes of key personnel for this Contract. Many of our customers have been with us for more than 15 years.In the technology space,that is truly remarkable.Our customers are family,so your success is our success. We are happy to certify that our equipment has a minimum five year service life and an expected 9.9 connexionz Page 49 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL life of greater than ten years.All our proprietary hardware have a mean time between failures over ten years,and our system uptime is better than 99.99%. 2. Automatic Vehicle Location(AVL)System A.Mapping Functional Requirements 1. Several basic features must be Our system provides easy to read maps with available when using the CM highly accurate GIS data. mapping component,including: a. Pan,zoom in,and zoom out of "Panning and zooming"on the maps provided In the map, using both the mouse and our system is standard.Your team will easily be shortcut keys able to locate items of interest with a minimum of effort. b. Undo pan and zoom actions. "Panning and zooming"on the maps provided in our system is standard.Your team will easily be able to locate items of interest with a minimum of effort. c. Mini-map display that allows the Instead of a mini map display:The dispatcher will dispatcher to see Yakima Transit's be able to select any vehicle or route,which will service area and to quickly select an CM automatically zoom into the service area area to see on the main map. requested—plus current vehicle location,and position on the map. d. Latitude/Longitude and address At the beginning of a project,we will carry out an must be displayed at the location of audit of all platforms and stops in your system— the mouse pointer on the map. including precise latitude/longitude coordinates. This is necessary because our system is so precise it is able to differentiate whether your vehicle is CM at the beginning or at the end of a stop.This also means that you can have full confidence in the location of all your stops and transit centers. For this reason, in our system design we have deemed it not necessary to display latitude and longitude information at the location of the mouse pointer on the map. e.Ability to hide or display Bus Our system gives you many tools that allow you stops on the map. Bus stop to easily manage your stops. information including stop name, CM routes served,and upcoming bus arrivals can be viewed when bus stop is shown. 2. Mapping tools must be CM provided that include: a. Proximity Circle tool that will Connexionz believes that in Transit—best display all vehicles within a practices for continuity and precision, plus certain, user-selected radius of adherance to National Standards, is the use of a given address point.This CM GTFS Realtime. circle should generate a list of GTFS—as associated with Google Maps is a feed vehicles within its boundary. specification that allows public transportation Search results can also include agencies to provide realtime updates about their different map layer elements. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Tool can also be used to display fleet to application developers.It is an extension a table of the closest vehicles to to GTFS(General Transit Feed Specification),an a given address point(as the open data format for public transportation crow flies). schedules and associated geographic information. Therefore—Connexionz will recommend that should Yakima need,for any reason, need tools like"proximity circle"-or layering of elements,or use of a"distance tool"-you should continue to use the ESRI—City Map product which Yakima currently incorporates at CityMap(yakimawa.gov) If there are routes which change at any time,they can be uploaded to the CityMap. But CityMap has so many other types of functionality— completely unrelated to Transit Operations. So our recommendation would be to continue to utilize City Map as part of the overall service And note that ALL relevant transit map functionality,including the customer facing elements will be completely available with the Connexionz Platform. To"temporarily" monitor specific vehicles or routes,our tools allows them to be filtered and monitored. There is no need for"secondary windows". b. Address search. N c. Point of interest search.Ability to locate a vehicle,facility,bus stop or point of interest within N a specified proximity to a point on the map. d. Distance tool that will display The public website provides a trip planner that the distance between 2 or more allows your team to move a pointer to the start specific points.This must and another pointer to the end of a journey. provide the user the option of CM Our system then calculates a journey based on distance as the crow flies,or by the departure time of the journey or a journey street segments. that involves the least walking. Estimated travel times are displayed for each leg of the journey. e. It must be possible to open a Our system is accessed through a web browser secondary AVL window that and multiple instances of our dispatch application contains the same map can be launched through multiple tabs. Individual functionality as the primary AVL cabs can easily be tracked to a secondary screen window.The secondary CM where specific vehicles or routes can be window must be able to be monitored. opened or closed as required, typically to temporarily monitor specific vehicles or routes. 3. Map attributes and layers must CM include: o- 9 connexionz Page 51 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL a. Map Views: multiple views To continue clarification—our system has proven must be supported,consisting vehicle and location views, plus graphic evidence of the various layers that a user CM of route activity, relative to requirements. wants to display on the AVL Our customers have not expressed a need to look map. to other maps to manage their daily operations. i. Map views must be able to be Since our customers haven't required multiple toggled in real-time. CM maps there is no need to toggle between them. ii. Street names should be On our maps,street names will appear as your displayed at a defined zoom CM team zooms in. level. ii. Display of information GIS elements will not be required with the associated to GIS elements in CM Connexionz Transit Specific Platforms ESRI format shape file(s). b. Route Visualization: All of these basic features required are fully available as part of the Connexionz AVL Solution in both Route Planner/Dispatch and all Web Tools C In addition,more information and graphic representation of this functionality are included in the narrative of the RFP response. Also—any time points, pattern points or other required points will be available to you. i. Routes should be able to be Our system easily allows your team to filter hidden or shown individually. C routes so that they can focus on what needs to be done. ii. Locate route:the map should Your users will be able to pan and zoom to be pan and zoom to display the C able to see an entire route. whole route. iii. A route's display must consist Your team will be able to select various options to of a set of lines and stops.The ensure that your routes are easily distinguishable choice of line for individual C from one another. routes should be configurable. iv. iv. It must be possible to show Our system allows your users to easily view time time points, pattern points, points,pattern points, RSA corridors and non- RSA corridors and non-display display patterns for visible routes. In addition it patterns for visible routes. C gives them easy to use functionality to move some of these elements for route changes and optimisations. c. Facility Visualization: User Through Google Maps framework—facilities and must be able to display or hide streets will be shown, and platforms will be any facilities highlighted. Specific capability to"hide"or"show" buildings CM are not a necessary feature to manage a fixed route transit operation. Our customers have said that within the context of managing transit operations, locating a facility is only relevant if the"facility"is a stop or transit center or platform. 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Facilities should be able to Since only transit related facilities are shown,the be hidden or shown CM map is not cluttered,and there is no need to hide individually. or show"facilities." ii. Locate facility:the map Keeping in mind,the above comments.Your users should pan to display the CM will be able to pan and display facilities of facility and indicate the interest. facility's location. iii. A facility's display must Your users will have many options to customise consist of an icon,and an CM elements of the map to suit their tastes. icon's shape,color,and size must be configurable. d. Geofence Visualization: Users Geofencing is available as part of the Connexionz must be able to create solution,-applicable in many ways, as will be geofences shown as part of response,and/or during demonstration. i. Geofences should be able to C You will be able to hide or show their offences. be hidden or shown. ii. Locate geofence:there must Your users will be able to pan and zoom to be be a means for the user to pan able to see a specific geo-fence. the display to a specific C geofence and indicate the geofence's location. e. Vehicle Attribute Visualization: Your team will be able to see this information at a From the map view the user glance when they select or hover the mouse over must be able to select a vehicle a particular vehicle. icon and configurable text should display the vehicle's C current information(including vehicle type,schedule adherence status,and route adherence status) i. Vehicle ToolTip:hovering over Your team will be able to see this information at a a vehicle with the mouse must C glance when they select or hover the mouse over display configurable a particular vehicle. information about that vehicle 3. Vehicle Tracking Functional Requirements A.Tracking Functional Requirements 1. Software must provide a All of these basic features required are fully vehicle table that displays available as part of the Connexionz AVL Solution relevant information about the in both Route Planner/Dispatch and all Web Tools Yakima Transit vehicles, In addition, more information and graphic including: representation of this functionality are included a. Location, Route and Schedule in the narrative of the RFP response Adherence,Current Work and GPS Troubleshooting. CM And all icons are configurable. b. Quick View Pane: Displays the Location/Route and Schedule Adherence—YES most relevant information of the selected vehicle Quick View Pane—YES c. Vehicle Detail: User will be able Vehicle Detail—YES to view vehicle details including: Vehicle Information—Make Model,etc—NO 9 9 connexionz Page 53 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL i. Vehicle Information: Make, Schedule/Route Adherance—YES Model,Year,VIN, License plate i. Schedule and route adherence Assignment Status—YES status Communication Status—YES ii. Assignment Status(logged Notes—YES on/off, pulled in/On out, Assignment) Installed Devices-YES ill. Event Type associated to that Reporting Rates-YES vehicle iv. Communication status(in/out Location Information—YES of coverage) Current Work—YES v. User entered notes vi. List of installed devices Current Passenger Capacity—YES vii. Reporting Rates Configuration GPS Status—YES viii. Location information ix. Current Work Fuel Type—Configurable x. Current Passenger Capacity Consumption Rates-NO xi. GPS status xii. Fuel Configuration (fuel type& consumption rates) 2. Locate vehicle function:the This function is available as a standard part of the map view must be able to our system—and can be immediately executed as automatically pan and display C per dispatch procedures the vehicle and indicate the vehicle's location. 3. Follow vehicle function: must This function is available as a standard part of the provide a map view that Cloud Dispatch platform—and can be automatically pan to a specified C immediately executed as per dispatch procedures vehicle and continue to pan the map to keep the vehicle displayed on the screen. 4. Poll vehicle:poll a selected This function is available as a standard part of the vehicle to obtain its current GPS C Cloud Dispatch platform—and can be location in real-time. immediately executed as per dispatch procedures 5. Vehicle reporting rate control: This function is available and configurable— be able to change the GPS C reporting"pings"can be as close as one or two reporting rate of a vehicle or seconds or as far away as you would wish... group of vehicles. 6. To minimize wireless costs All schedule adherance activity is configurable— schedule adherence should be Connexionz would recommend Dispatch calculated on the vehicle and reporting to be immediate—since activity and only reported to Dispatch when reporting trends are best addressed when there is an exception to a C completely accurate and updated. configurable adherence This can be done—but accuracy can be achieved window. without additional wireless costs—because the metadata required for the accuracy involves minimal wireless data use. 7. Text Messaging:Send a text C Text Messages can be sent to individual,or blocks message to selected vehicles. of vehicles as configured. 8. Vehicle Filters: Users must have This function is available as a standard part of the the following tools when Cloud Dispatch platform—and can be viewing vehicle details: C immediately executed as per dispatch a. Global filters should be able to procedures. Plus-All of these basic features be created by Yakima Transit,as required are fully available as part of the 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL well as individual ones by the Connexionz AVL Solution in both Route dispatcher. Planner/Dispatch and all Web Tools b. Vehicles should be able to be In addition,more information and graphic filtered by their GPS properties representation of this functionality are included (GPS status,antenna in the narrative of the RFP response functionality,GPS reporting). c. Vehicle filters should be able to All of the required filters—geo locations,vehicle be created based on the type,GPS status,location,route and individual following criteria: vehicles can be configured to your requirements The vehicle geographic and are easily accessible. Training is easy and our location customers use all of these functions often. iii. The vehicle type iv. Vehicle GPS properties (GPS status,antenna functionality)iv.The vehicle garage(Facility) v. The vehicle current route vi. Individual vehicles 9. It must be possible to All reporting rates are configurable,and can be temporarily increase a vehicle's C increased or decreased as needed. location reporting rate. 4. Mobile Data Terminal A.Hardware Functional Requirements 1. The MDT and all other on- Our MDT is mounted so that an operator can board equipment must be of interact with the device through its commercial(not consumer) touchscreen interface. Our Android MDT grade and ruggedized.to application allows your operator to monitor operate within a transit their on-time performance,see how they are environment. progressing through a route and have access to 2. The MDT In-Vehicle Hardware a map. shall include the following: a. A color display and touch screen for driver input. Color Display—YES b. Computer processing and operating system for the MDT software. Computer processing—YES c. Hard-wired connections to the vehicle interfaces and between the in vehicle peripheral Hard Wired Connections to Interfaces—YES equipment(e.g.AVA system, with Medius when applicable APCs,integrations to headsigns and fare boxes as specified). Wireless links in the Vehicle Antenna Systems—YES with Medius Area Network(VAN)or between the MDT and the VAN are not acceptable. Headway information and detour details can be d. Antenna systems internal to the MDT for GPS,Wi-Fi and cellular communicated via the MDT by way of data are preferred to minimize Dispatcher messages to the Operator. To avoid the need for extra cabling and driver distraction,our MDT can be configured antenna installations on the bus to prevent the Operator from using the MDT and negate tampering. while the vehicle is in motion. Our Vecoton K86 MDT unit has an anti-glare and anti-smudge touchscreen and is MIL-STD- 810G certified. MIL-STD-810G is a US military 9 9 connexionz Page 55 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL specification that guarantees a level of durability for a piece of technology.Specifically, it means the equipment has gone through a series of 29 tests. These put the phone up against shock, vibration, heat, cold,gunfire shock, humidity, and more.Any MIL-STD-810G device should be field-ready or even "combat-ready" in principle. A lot of technology sold to the US military must be MIL-STD-810G compliant. 3. MDT Specifications Our mobile data terminal (MDT)has been (minimum): certified to IP67 standard. IP67 is a standard that a. Memory indicates how well a device is protected against ii. Internal SD card for flash water and dust. It is defined by the International memory, upgradeable to 32 Electrotechnical Commission (IEC) under the GB international standard IEC 605291. External SD card socket IP67 ensures that the device is"dust resistant" b. GPS/AVL and can be"immersed in 1 meter of freshwater i. Integrated 50-channel GPS for up to 30 minutes". receiver with internal antenna (connector for optional external CPU-Dual Core ARM antenna) Memory-1Gb onboard c Wireless Modems Cellular Access 64Gb+expansion a Integrated modem for Interfaces public data network(e.g., EVDO, HSPA, LTE) Power b. Certified by proposed HDMI(expandable) carrier c. Integrated 802.11/b/g/n USB Wi-Fi data modem with Digital I/O(expandable) internal antenna (connector for optional C CAN external antenna) J1939 d. Optional Bluetooth capabilities Audio In/Out d. User Interface Ambient noise detection i. Color display with touchscreen ii. Multi-button keypad w/LED GPS backlight(able to configure Ethernet function of keys) Bluetooth iii. Ambient light sensor for automatic backlight adjustment WiFi(passenger and maintenance) (also with driver adjustable backlight control) e. Adjustable mount hardware for CNX Medius G2's capabilities include: the MDT.The mount hardware Built-in WiFi and Bluetooth to support service and will allow drivers to reposition maintenance via wireless software update the angle and tilt of the display. f. Cabling for connections to the Multiple connection types: applicable on-board SAE J1939 equipment,antennas, power, and ignition switch. J1708 CAN a 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL SIRI Ethernet HDMI USB Cellular connectivity Can be installed in overhead compartments, behind the driver's seat affixed to a bulkhead,or within an equipment cabinet. B. Software Functional Requirements 1. The MDT Software should ALL Software Function Requirements are provide the vehicle operator available as a standard part of the Cloud with the following Dispatch platform—and can be immediately information/functionality: executed as per dispatch procedures. Plus-All of a. Driver Log On screen that these basic features required are fully available as appears immediately after part of the Connexionz AVL Solution in both the Mobile Data Terminal Route Planner/Dispatch and all Web Tools powers up.The driver will In addition,more information and graphic be prompted to enter his representation of this functionality are included Driver ID and PIN number. in the narrative of the RFP response. b. Driver Log On should automatically act as log on to other connected ITS Login—YES systems on the vehicle, such as: Head sign Connection to Head Sign—YES ii. Voice Annunciator(AVA) AVA—YES iii. Automatic Passenger Counter(APC) APC—YES iv. Farebox c. View of work assignment with stop arrival/departure CM times.This information will Work Assignment View—YES be updated as stops and time points are passed. d. Route Adherence Status. Route Adherence Status—YES e. Schedule Adherence Status Schedule Adherence—YES Adherence status should be calculated and displayed on Calculated- Gives Current Time and Next the MDT for timely action Timepoint by the operator. ii. Acceptable schedule adherence should be based on a time window that can Acceptable Schedule Adherence-YES be configured by the CAD/AVL system administrator. iii. Only schedule adherence exceptions should be transmitted and displayed for the Dispatcher to minimize wireless data usage. ° 9 connexionz Page 57 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL f. Manual Passenger Counting Manual Passenger Counter—YES Capability A MDT screen should be available to Drivers to assist with counting of passengers boarding and alighting. Counter Displayed when Door is open—MAYBE ii. Passenger counting screen Our system tracks door status but this depends shall be configured to on the model of vehicle as some manufacturers automatically be displayed do not provide this information. to the Driver when the door(s)open. iii. Minimal button presses Record Passenger Button—YES shall be required by Driver Drivers can manually count passengers boarding to record the number of and alighting. passengers that have boarded or alighted before departing the stop.Vehicle load data shall be calculated and made available to the Driver on Our system sends APC data to your dispatcher to the MDT. see passenger loadings not to the Driver. iv. Count and vehicle load information shall be sent back to the office CAD/AVL software automatically over the wireless network after departing each stop. Manual fare counts are on the MDT.They are v. MDT should allow for bus enabled via a tap of the touchscreen. operator to manually enter different fare types in the absence of an automated farebox. Two way messaging--YES g. Two-Way Messaging A selection of canned messages(as defined by Counts are automatically sent back to the system Yakima Transit)will be where they are displayed for your Dispatchers to available to the Driver on see. the terminal.The Driver can send a message to Dispatch with a minimum of distraction,and only when the vehicle is not in Our MDT also allows you to load fare types and motion. then manually count fares by type without ii. The Driver will be able to needing an automated fare box. receive the following message types from the Your Driver can use the MDT to receive and send Dispatch software: messages to Dispatchers. a. Normal Messages—These text messages appear in Our system allows you to store a set of canned the Text Message summary messages that you define on the MDT. screen and can be viewed Your MDTs can be configured so that Drivers can by the driver at their safely send and read messages only when the convenience. vehicle is not in motion. b. Priority Messages: If the vehicle is in motion when a 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL message is received the Driver will be alerted with a sound.When stopped, these messages will pop up on the driver display and require the driver to press On our system, Drivers are given a visual cue that a key to verify that the tells them how many unread messages they have message has been received received. and read.The message will not be removed from the screen until the driver acknowledges the message. Priority messages: For safety reasons,our c. Response Required customers have asked us to minimize the amount Message:The operator of distraction via the MDT. When an urgent need must respond to the arises they have preferred to use their mobile message with either a radio or VOIP systems to make contact. Numerical value(keypad to be provided on touchscreen)or by using YES/NO touchscreen keys. RTT/PRTT-a driver may send a Request to Talk (RTT)or Priority Request to Talk(PRTT)message to a Dispatcher via Response Required Message—For safety reasons, preconfigured RTT and our customers have asked us to minimize the PRTT button on the MDT. amount of distraction via the MDT. When an iv. Once a RTT/PRTT message urgent need arises they have preferred to use is delivered to the central their mobile radio or VOIP systems to make system,it will be shown on contact. the dispatcher's event screen,together with the time received.The dispatcher can then take RTT/PRTT-YES the appropriate action with their existing radio system to set up a voice call with the driver. h. Provide interface with additional onboard devices Dispatcher Event Screen—YES (APC,annunciator, LED signs)for triggering actions at designated locations. Interfaces for triggering actions at designated locations—NO Our system is highly automated and there is no need for the driver to intervene. If APCs are installed the data is stored and routed to our system automatically. All signage and AVA systems are configured centrally and triggered automatically. There is an option to allow the driver's microphone to override our system and the 9 9 connexionz Page 59 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL system's FM radio speakers if an ad hoc announcement needs to be made. C. General MDT Operations/Information 1. The following information and functionality shall be available on the MDT: a GPS status of the vehicle GPS Lock—NO. If its not tracking then your will be displayed,to show Dispatchers will see this status on their screens. GPS lock or no-lock status. b. The software version of the Software Version Shown—YES application will be shown c. A control should be provided to the Driver to Backlight Intensity control—YES adjust the display backlight intensity. d. A control should be Speaker Volume control-YES provided to the Driver to C adjust the speaker volume. e. The software will have a Day or Night Mode Toggle—YES function key that can toggle the screen graphics back and forth from a daytime Plus-All of these basic features required are fully version to a nighttime available as part of the Connexionz AVL Solution version.The daytime in both Route Planner/Dispatch and all Web Tools graphics will be designed for good readability under In addition,more information and graphic well lit conditions,while representation of this functionality are included the nighttime graphics will in the narrative of the RFP response be designed for dark conditions. D. Communication Functionality 1. The MDT Software will be capable of the following communication features: a. When sending messages over STORE AND FORWARD-YES the wireless network,the MDT must be capable of queuing messages in a buffer and repeatedly attempting to deliver them to the host application. Each message type must be configurable to attempt delivery indefinitely or to attempt delivery only for a fixed period of time after which the message will be discarded. This sending method is known as STORE and FORWARD. b. When sending messages over SEND AND FORGET-YES the wireless network,the MDT must be capable of sending messages that are sent only once, regardless of whether they are acknowledged.This This function is available as a standard part of the sending method is known as Cloud Dispatch platform—and it can be SEND and FORGET. configured per your requirements. Q-- 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Our system relies on a proprietary onboard vehicle logic unit(VLU)called the Medius to record and store data. All data is stored and is available for reporting purposes. In addition,more information and graphic representation of this functionality are included in the narrative of the RFP response and will be easy to demonstrate at your convenience. E. MDT Management Software 1. The system must allow Yakima All communication with the MDTs are in the Transit to remotely download Cloud,and changes to the software are pushed to new software and files to the the terminals at your direction. mobile data terminal,including In addition,any immediate changes to specific at a minimum: routes will be available in Route Planner the next a. Ability to remotely deploy both day. application updates as well as complete operating system Finally—all pre planned scheduling will updates over-the-air, including: automatically post per the route planning i. Mobile applications and functionality and the methodology is part of the operating system updates route planning training procedures. ii. Bus schedules You can configure your MDTs to select one of iii. Annunciator message files three safety modes. b. Support for scheduling of over- the-air pushing and installation C 1. Low:All functionality is available of software updates. 2. Medium:Only the time is displayed c. Compression and packet-level resume of transfers to minimize 3. High:The screen is deactivated (black). over-the-air data. The display becomes available only when the bus stops and the door opens at medium and high safety levels. When we designed our system,our customers requested a conservative approach to maximize safety. For this reason, in medium and high safety modes,your drivers cannot gain full access to the MDT's functionality unless the vehicle is stationary and the door is opened. F. Remote Diagnostics of the MDT 1. Over-The-Air Functionality Include: Graphical dashboard—YES a. Graphical dashboard allowing users to monitor fleet health at a glance. Remote screen captures—YES b. Ability to remotely obtain screen captures of any in- C vehicle MDT. c. Ability to remotely access the registry and file system of Remote access registry and file system—YES MDTs. Remotely start and end individual processes—YES d. Ability to start/end individual processes on any mobile terminal wirelessly. 9 p connexionz Page 61 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL e. Ability for units to automatically Automatic reporting—NO report critical event information and logs to the server for analysis. Automatic notifications--NO f. Ability to notify system administrators via email when critical events occur on MDTs, and the ability for system administrators to view events. G. Accurate Record Keeping a The system must automatically Our system does not automatically catalogue all catalogue all programs and MDT programs and updates. updates sent to the terminals, replacing errorprone manual record keeping.The system should quickly determine which N units are due for an upgrade. b. Comprehensive reporting suite with reports ranging from monthly MDT data usage to complete MDT software version information. H. Retrieve Files Remotely 1. The system must provide data Our system sends all GPS data in real-time to our logging capabilities that can central system. remotely retrieve data log files such as GPS or speed logs for C Computer Aided Dispatch (CAD)and Automatic Vehicle Location (AVL)components of our system immediate use in emergency are tightly and seamlessly integrated. Our default situations. polling rate is once every ten seconds,this can be increased. d. 5.MDTJAVL Reporting A.Functional Requirements 1. The MDT In-Vehicle Hardware In our system the GPS functionality is within the must have the capability to Medius VLU which is used to drive all your on- report AVL/GPS information to vehicle functionality. the dispatcher center in each of The MDT is only primarily used as a driver trip the following ways: a. Event Based Reporting— management and communications tool. When a function is performed(e.g. If a vehicle is off-route a number of alerts become door opening,bus off route, visible to your dispatchers. speeding,etc.)the location of the vehicle is reported along with any data relevant to the performance of C that particular function. b. Distance Traveled In our system,the GPS reporting rate Reporting—every time the vehicle automatically falls to a lower rate when the has moved a predetermined vehicle is stationary. distance the Mobile Computing Device automatically reports the vehicle's location to the host AVL system.The advantage of this method is that it eliminates unnecessary reports from vehicles 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL that have not moved from their In our system the default moving and stationary previously reported positions. polling rates are configured for the entire fleet at the outset. c. Time Elapsed Reporting— every X minutes(X being a predetermined value)the MDT automatically reports the vehicle's location to the host AVL system.The reporting rate should be configurable for single vehicles or groups of vehicles from the Host- The cellular data plans we use have no data caps. end Application software. Thus there is no need to economize on data. d. Hybrid GPS Reporting— That said,the amount of data we move for each system that incorporates the GPS report is very small. advantages of all three of the preceding methods.The key idea of AVL is to receive information ONLY WHEN desired and not waste airtime sending GPS information that is not useful to the dispatch Given the comments made above,this operations. functionality is unnecessary. e. Poll-on-Demand—MDT capable of reporting GPS based on an AVL poll request message from the Host end Application Software. Modern cellular communications allow for high transfer speeds and bandwidth. Our modest data f. Maximum Report Rate— transmission volumes mean that we don't need MDT unit can be set to report GPS to conserve air-time and bandwidth. not more than every X minutes. E.g.,the MDT unit can be set to not report GPS more than once a minute to conserve air time and Even if the vehicle is stationary,when the Driver's bandwidth. duress alarm is activated our system g. Emergency—Reporting automatically adjusts the reporting rate to the rates can automatically be adjusted moving vehicle reporting rate. in the case of an emergency. 1. Automated Voice Annunciation System(AVA) A.Functional Requirements 1. Meet the requirements of the All ADA required functions are available as a Americans with Disabilities Act standard part of the Cloud Dispatch and Route (ADA). Planner platforms as it coordinates with the MDT 2. Automatically announce and —and can be immediately executed as per display recorded information dispatch procedures. about each stop,major intersection, key locations, transfer opportunities, and ADA—YES route destination in each C AVA as required PRIOR To arrival—YES Yakima Transit fixed route vehicle prior to arriving at that location; and 3. Provide the ability for authorized personnel to record Central Location ability—YES the announcements and construct the related text at a centrally-located location, 9 9 connexionz Page 63 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL transferred to buses and to have those announcements associated with the appropriate trip. 4. An AVA shall be installed on AVA on each vehicle—YES each Agency fixed-route vehicle. 5. Announcements shall be created utilizing text-to-speech technology. TEXT to Speech—YES a. Programming a new announcement should be as simple as typing it in a text file in a desktop application. Simple programming—YES b. A desktop preview program must be provided that permits testing of the announcements Preview-YES prior to use onboard a bus and permits tricky pronunciations to be spelled phonetically. c. It must be easy to quickly and easily create custom Custom Dictionaries—YES dictionaries. d. English and Spanish language must be supported. English and Spanish—YES e. If possible,Yakima Transit should be able to utilize pre- way-YES recorded .wav file announcements. 6. The AVA shall function as follows: a. As each Yakima Transit fixed route vehicle approaches a AVA function as required—YES stop, major intersection,or other designated location,a digitally-recorded announcement shall be automatically made over the Automatic Volume Adjustments—NO onboard public address(PA) system speakers(it is the responsibility of the proposers to test the vehicle PA system No Operator Interaction Required—YES speakers for proper operation and provide speakers or replace speakers as needed)and displayed on an LED sign inside the vehicle to inform Manual Override Capability-YES passengers about the next stop. b. The volume of the announcements shall be automatically adjusted Our system monitors the driver's microphone according to the noise level on push-to-talk button. If the driver uses the the vehicle at the time. microphone,all AVA announcements and media c. No vehicle operator interaction soundtracks will be overridden while the driver shall be required to operate the makes a manual voice announcement. annunciation system. However, 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL the vehicle operator shall have Our system only supports text-to-speech(TTS) the ability to manually operate audio files.TTS technology gives you better the system whenever it is consistency as the human voice can sound deemed appropriate to do so. different on different days and occasions,even Further,the vehicle operator's with the same voice actor. Furthermore,the same use of the on-board PA system voice actor may not always be available when you shall override any automated want them. announcements. Supporting both English and Spanish language messages,TTS technology uses Speech Synthesis Markup Language(SSML),allowing for emphasis, substitutions, phonemes,and other tricks.Today, TTS technology does a fantastic job of cost- effectively mimicking a human voice. 7. In the event that a vehicle is When the vehicle is operating off route the all operating off-route,the AVA announcements will not be triggered as they automated are activated based on GPS locations. announcements/displays shall Being off route means they will never be not be made.The system shall triggered. detect reacquisition of the route,at any point along the When your vehicle returns to its route,all route,and automatically functionality will resume including calculating determine and announce the C ETAs at wayside signage,those displayed on your next valid bus stop or other public websites,SMS messages,mobile devices. designated location.Off-route Our system doesn't require you to specify re- and on-route detection and acquisition points. recovery shall be automatic and not require operator intervention or action,nor shall it require the vehicle to be driven to special reacquisition points. 8. The location information Location Information—As required by Yakima— announced/displayed shall be YES the name of the stop,the location of the stop(if different from the stop name),transfer Trigger Zone—Configurable exactly as Yakima opportunities(if the potential requires-YES route is currently operating), and other information to be determined at a later date(e.g., This is a standard feature and fully available as points of interest located close part of the Connexionz AVL Solution in Route to the stop).The annunciation Planner. Trigger Zones are completely system shall use the vehicle C configurable to optimize accuracy. location information from the AVL to trigger these announcements on-board the vehicle whenever the vehicle enters a"trigger zone."A trigger zone is a user-defined area that is located just prior to each stop location configurable by the vehicle on both a global basis or as superseded on a stop-specific basis. For example,the trigger zone may Q-- 9 connexionz Page 65 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL begin 800 feet before each stop or other announcement location. 9. Optionally,at each stop,as the Our AVA system performs'dual zone' doors are opened for passenger announcements. boarding,a route/destination This means the destination/route on the outside announcement shall be made and next-stop on the inside of the bus. outside the vehicle.The volume of the external announcement The system also has its own amplifier,and it can must be able to be set globally C integrate a driver microphone. dependent on the time of day Stop requests can also be integrated into the AVA and location that the if required announcement is being made. In our system the volume is manually set once at deployment but is not automatically adjusted by time of day or by location. 10. In addition to next stop You can configure messages to be displayed on announcements/displays,the optional next stop displays and optional annunciation system shall be infotainment LCD displays. capable of making time based, These messages can be triggered to play based on location-based and vehicle operator initiated time or by location. announcements/displays.Time- based announcements/displays shall be programmed to be C made on-board the vehicle at specific times of the day, days of the week,or within specified time periods.Separate announcements/displays shall be programmed to be made on- board the vehicle when that vehicle is at a specific location(s). 11. Vehicle operator-initiated Our customers have requested that Drivers don't announcements/displays(e.g., have to make public announcements for safety-related announcements) governance reasons. shall be programmed to be They prefer that a senior manager reviews and made at the vehicle operator's approves all announcements beforehand. discretion.The system shall be C able to store up to a total of 99 There is no limit to the number of pre-defined time-based, location-based and announcements that can be stored in our vehicle operator-initiated Publisher tool. announcements/displays on the MDT. 2. In-Vehicle Hardware Requirements A.The AVA shall utilize the AVL MDT This is a basic feature required are fully available to the extent possible to provide as part of the Connexionz AVL Solution in both the following capabilities: Route Planner/Dispatch and all Web Tools 1. Automatically initiate audio C announcements and sign Auto Initiate—YES displays; Q 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 2. Communicate with the AVL Communicate with AVL—YES system and other on-board systems,as necessary;and 3. Provide the vehicle operator Manual Override—YES with manual control of the system,if necessary; 4. Dual-channel high fidelity audio Two Channel AVA—YES(depending on Bus PA capable of playing simultaneous capability)-e.g.a two channel PA system is best). internal(and optional external) announcements; 5. Two built-in 20-watt amplifiers; 20-Watt AMP—YES or whatever size to sufficiently be audible. 6. Noise-sensing device for each Ambient Noise—YES with Sensor audio channel,which shall automatically and independently adjust each channel's volume as appropriate in response to ambient noise detected; and 7. Independent volume control for each audio channel, automatically adjusted for ambient noise. 3. In-Vehicle LED Signage A.Functional Requirements 1. The internal LED display sign for Time Stamp—YES each fixed route vehicle shall display coordinated text from the AVA system to display the Stop Requested—YES following: Next Stop Announcements—YES a. Current date and time of day b. Stop Requested Landmark Announcements—Configurable—YES announcements C c. Next stop announcements d. Landmark or attraction PSA Announcements-YES announcements e. Yakima Transit generated PSA announcements Based on your on board LED Displays,Connexionz 2. The LED sign shall meet all ADA works with the controllers to provide all of the requirements for internal "functional requirements"set. signage 4. Automated Passenger Counter(APC)Systems A. Functional Requirements 1. Contractor must provide There are two different answers for this question Automatic Passenger Counter —Connexionz provides Passenger Counters,which (APC)equipment to collect will adhere completely to all of the functional passenger boarding and requirements. alighting counts on the vehicles This will work through configuration of the and report counts back to C Connexionz platform to the EXISTING Halo Yakima Transit's CAD/AVL Passenger Counters on the Yakima buses. software. 2. Each doorway on an equipped In the event that Yakima chooses for Connexionz vehicle shall be fitted with one to provide"NEW" Passenger Counters—we will or more APC sensors. o 9 connexionz Page 67 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 3. The APC sensors for each install and configure to ALL of your functional doorway will be mounted requirements above the doorway passage, Our system sends the raw APC sensor data involving the use of infrared directly to our central system via our Medius VLU. beam technology and no need for direct contact with Once in our central system,we process the data, and then the data is further checked,which passengers. allows your NTD submissions to be submitted. 4. Floor treadles shall not be incorporated into the doorway There is no need to supply APC data to the MDT. sensor design. Your dispatchers will be able to see real-time 5. The APC sensor for each loading information on their maps. doorway shall be connected to As a cross-check,your drivers may carry out a single APC controller. manual passenger counts on their MDTs. a. The APC controller shall be connected to the standard Calibration and alignment are a standard part of SAE J-1708/J-1587 or J- our installation procedure.Our system delivers a 1939 VAN Vehicle Area wide range of information,saving you Network(VAN)to enable considerable time in preparing your S10 and communication with the MR20 NTD form submissions. MDT. All our IRIS sensors are J1708 compatible. b. The APC sensors may alternatively be each connected directly to the J- 1708/J-1587 or J-1939 Vehicle Area Network (VAN)to enable communication with the MDT without any intermediate APC controller. 6. Counts the number of passengers boarding and Our IRIS sensors are able distinguish passengers alighting at each stop, that are boarding or alighting. We mount the separately for each doorway. sensors directly above each door. 7. Stores the boarding and alighting counts on board,for Our system will record your required data for NTD each stop and doorway, reporting and also for designing new routes and including the GPS latitude and schedules or optimizing existing ones. longitude for the stop location as well as the current date, time, block, route and trip. 8. Maintains the current vehicle occupancy, based on the Our system will take the APC data and cumulative boardings and automatically calculate occupancy. alightings. 9. Assigns count records to stops based on GPS locations. Our system will location-stamp your count 10. Transfers the stored counts records. date to the central transit management system via the All data is transmitted to our central system via cellular or wireless network. the cellular communications network. 11. Receives and implements APC Raw APC data is routed through our Medius VLU. subsystem software and data Its APC functionality is built in and the Medius updates,from the central can be updated remotely. transit management system,via 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL the cellular or wireless network. Our Insights tool provides APC reports as part of 12. Provides a combination of pre its suite of pre defined reports. defined reports and the ability to create ad-hoc reports based on the APC data. Our system has a good reputation for accuracy 13. Supports data post-processing because of the post-processing we do. to improve the accuracy of the APC data. 14. Provides interface between APC Our customers regularly use APC post-processed post-processed data and data and other ITS data to help plan new services standard GIS systems for and optimize existing ones. service planning analysis. B. APC Performance Requirements 1. The doorway sensors shall be Again-There are two different answers for this able to count and differentiate question—Connexionz provides Passenger between boarding and alighting Counters,which will adhere completely to all of passengers. the functional requirements set out here. 2. The doorway sensors shall be This will work through configuration of the able to separately count Connexionz platform to the EXISTING Halo successive passengers that are Passenger Counters on the Yakima buses. walking as close together as is practicable,either one behind In the event that Yakima chooses for Connexionz the other or side by side. to provide"NEW" Passenger Counters—we will 3. The doorway sensors shall be install and configure to ALL of your functional able to count the moving requirements passengers with heights When cellular communications are lost,our between 1 meter in height and system stores your APC data and uploads the data a maximum height of the once communications are restored. doorway. 4. The doorway sensors shall be The raw data supplied by our sensors is stamped able to count moving with date,time,geo-coordinates,and bus stop passengers with speed between locations. 0.1 and 3 meters per second. 5. The doorway sensors shall be C able to separately count a small child being carried by another passenger. 6. The doorway sensors shall not register as multiple passengers the passage of a single passenger that reaches into or out of the doorway passage,or is swinging their arms,while passing through the sensor beams. 7. The doorway sensors shall not separately count objects carried by passengers such as shopping bags or umbrellas. 8. Boarding and alighting counts shall only be recorded when the doorway is open.This will avoid any counting of passengers moving in the o 9 connexionz Page 69 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL vicinity of the doorway passengers between stops. 9. Boarding and alighting counts shall only be recorded when the vehicle MDT is logged into the revenue service run. If there is a bus breakdown and passengers need to transfer to a replacement bus,this will allow the passenger transfer to be done with both buses logged out of the run so the transferring passengers are not erroneously double-counted. 10. The percent error for boarding or alighting counts at a given doorway, measured at a given stop,shall be calculated as: absolute value of(measured count minus observed count) divided by(observed count). For example, if 7 passengers were observed boarding through the front door at the stop and the APC system recorded 8 passengers boarding,the percent error would be 1/7(i.e., 14%). 11. The average percent error for both boardings and alightings for each vehicle doorway shall be 5%, under the full range or ambient illumination conditions and for ambient temperatures. 12 A sample of at least 50%error observations shall be collected at various revenue service stops,for both boardings and alightings at each vehicle doorway,and the average percent error for each sample shall be within the range 3%to 7%. 13. The APC subsystem shall be interfaced with a wheelchair lift sensor,with the number of wheelchair lift operational cycles at each stop is also recorded. 14. For each stop, a data record shall be created to store the number of boarding and alighting passengers for each doorway and the number of wheelchair lift activations. 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 15. Each data record shall include the current GPS latitude and longitude(if the GPS receiver indicates that it currently has GPS lock),as well as the current date/time, block,vehicle number,vehicle operator ID, run number, route and trip number. 16. The date/time of any separate APC controller shall be updated at least one per day from the MDT. 17. Data records may be stored in either the APC controller or the MDT,with sufficient on-board memory capacity to allow for storage of at least 72 hours of APC data. 18. On-board memory shall be non- volatile storage so that a power supply is not required to retain the stored APC data records. 19. The APC controller shall be connected to the MDT to support annual and as-needed calibration of the doorway sensors and review of stored data records. C. APC Installation Requirements 1. APC sensors shall be mounted As prior answers show—if Connexionz installs to avoid any protrusions into new,all requirements will be completed. If the doorway passage,with current APCs remain,Connexionz will audit to sealed windows for the infrared ensure that all of the positioning required will be beams. met,including the possibility of calibration,or 2. Cabling to the doorway sensors moving of sensors. shall be shielded and routed to Our IRIS sensors are flush mounted and all wiring avoid sources of is hidden. electromagnetic interference, such as fluorescent lighting ballasts. 3. The doorway sensors and APC controller shall be mounted in C locations that are not accessible to the driver. 4. The alignment of the doorway sensors shall be calibrated after installation,to establish the alignment settings for each vehicle that achieve the most accurate performance(and the calibration settings for each vehicle shall be documented for future reference by Yakima Transit). D. APC Test Requirement 9 9 connexionz Page 71 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 1. The Test Procedures shall be All Testing procedures will be best practices in prepared by the Contractor and Transit,and available for contractual Acceptance. accepted by Yakima Transit In addition—Connexionz will be in constant prior to the start of any communication with Yakima Operations group to acceptance testing.The Test ensure that all activity is working toward optimal Procedures shall define which goals for both organizations. specification performance requirements are to be demonstrated through each of C the following stages of acceptance testing.The Test Procedures shall define for each performance requirement the test stage,test procedure and the test result that would constitute a successful demonstration of the performance requirement. E. Factory Acceptable Testing 1. Factory Acceptance Testing Factory acceptance testing is used mitigating risk shall be completed prior to any for technology developments where there is a installations of the APC high level of untested innovation. subsystem. Our system is a commercial off the shelf system. 2. Factory Acceptance Testing It performs flawlessly on all our customers'fleets. shall use a complete bench test Collectively our customers deliver over 32 million configuration for the APC subsystem that would be trips per year. installed on a single vehicle,at With this in mind,we have found from a facility provided by the experience that the most cost effective and time Contractor such as their factory efficient way to mitigate risk is to run a pilot as 3. The bench test configuration part of our deployment plan. shall include at minimum the Therefore we load your network into our system, following components: (1) install our system on one of your vehicles,and doorway sensors installed in CM then run it along one of your routes. two doorway passages with dimensions corresponding to Then you can see and confirm that everything is the doorway passages in the working as it should before we fit out the rest of actual Yakima Transit vehicles your fleet. to be used; (2)integration of the doorway sensors with the APC controller and MDT(or directly with the MDT),to allow the boarding and alighting counts for test passages through each doorway to be reviewed; and(3) integration with simulated doorway closure sensors. F. Proof of Performance Testing 1. Proof of Performance Testing From experience we carry out tests at each step shall be completed after APC of installation. subsystem installation for each C In this way,we can minimize the complexity of vehicle. 2. Proof of Performance Testing troubleshooting if something isn't functioining properly. shall use the complete °9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL configuration for the APC In addition—Connexionz will show in our Project subsystem installed on each Plan, proper procedures and time needed to single vehicle,at the vehicle perform all testing, including this. Installation facility provided to Our system does not rely on the MDT to carry out the Contractor by the Yakima a lot of the functionality required. Transit. 3. The installed vehicle Our Medius VLU provides a lot more processing configuration shall include at power than what the usual Android or iOS tablet minimum the following can provide. components: (1)doorway sensors installed and calibrated in all doorway passages; (2) integration of the doorway sensors with the installed APC controller and MDT(or directly with the MDT),to allow the boarding and alighting counts for test passages through each doorway to be reviewed; and (3)integration with the doorway closure sensors. G. Subsystem Integration Testing 1. Subsystem Integration Testing Again-All Testing procedures will be best shall be completed after the practices in Transit,and available for contractual APC subsystem has been Acceptance. In addition—Connexionz will be in integrated with the on-board constant communication with Yakima Operations and central systems. group to ensure that all activity is working toward 2. Subsystem Integration Testing optimal goals for both organizations. shall use the APC subsystem In addition—Connexionz will show in our Project installed on all equipped Plan, proper procedures and time needed to vehicles,with the central perform all testing, including Subsystem system at Yakima Transit. Integration Testing. 3. The installed test configuration shall include at minimum the C following components: (1) integration of the doorway sensors(and any APC controller)with the MDT,based on the standard SAE J-1708/J- 1587 or J1939 VAN on the vehicles;and (2)integration with the cloud capabilities for bulk data exchange with vehicles and for performing post-processing and reporting for APC data. 5. APC Back Office Reporting A. Functional Requirements 1. The passenger count Managing on-time performance,driver behaviour information received from each and NTD reporting are common tasks that our vehicle must be used to customers perform. Our system provides a set of generate reports for Yakima C standard reports that easily enables you to Transit.Yakima Transit prefers perform these tasks too. that this functionality reside within the CAD/AVL component 9 9 connexionz Page 73 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL and not a separate APC data software module. 2. Contractors shall describe the reports available from the passenger count data and provide sample reports in the proposal. 3. At a minimum the following reports shall be available from the passenger count data: a. Count of passengers on and off at a specified stop by: Time of day it. Day of week iii. Specific day,week, month,or year b. Ridership by: Route ii. Trip iii. Day of Week iv. Specific day,week, month,or year 4. An option should be included to allow users to adjust the APC counts in the database if erroneous data is detected by the user. 6. Passenger Wi-Fi Hotspots A. Functional Requirements 1. The proposed system shall It is our understanding that Yakima will be include a Wi-Fi hotspot to installing new Cradlepoint Routers,to which the provide passengers with Connexionz MDT and Medius can be configured. Internet service for the Given that the routers are yours—and that you duration of their trip. 2. The Wi-Fi device must work have the Verizon Wireless account plan— Customer Hotspots will be available. with Yakima Transit's current cellular provider—Verizon Connexionz will help in the project plan to ensure Wireless. that all requirements are accomplished according 3. Yakima Transit should be able to the wishes of Yakima Transit. to configure the Wi-Fi hotspot C The ability to configure"content blocking"—time with regards to the following: a. limits, inactivity time outs and throttling,should Content blocking. be a function of the Cradlepoint portal, as part of b. Time limits for users. the subscription for your routers. Connexionz has c. Timeout period for extensive experience with Cradlepoint systems, inactivity. and will work with you to ensure your parameters d. Bandwidth throttling to are met and in consistent use. ensure primary on-board systems have adequate bandwidth. 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 7. Passenger Information Systems A. Passenger Information Portal(Website/Mobile App)Functional Requirements 1. The Passenger Information We have a white labeled mobile app as part of Portal is defined as a website our standard offering to meet this requirement. and/or mobile application that We have reviewed your website and are allows passengers to get real confident that we can meet your look and feel time bus information, expectations. The app will give your customers departure times and bus the ability to receive information and to provide locations on either a desktop feedback. PC or mobile device such as a tablet or smartphone. All requirements for your Passenger Information 2. Passenger Information Portal Portal,Website and Mobile app is under the must utilize the latest in compliant category. responsive website design that can automatically accommodate various screen sizes ranging from Passenger Portal responsive design—YES smartphones,to tablets to desktop PCs. 3. Passenger Information Portal must be allowed to integrate with Yakima Transit website Integrate with Yakima Transit Website—YES (www.yakimatransit.org)to allow users to access the portal from Yakima Transit website. 4. Passengers must be able to Real Time Schedule Access—YES access real-time bus schedule information on the portal Trip Planner YES including map views,an C integrated trip planner,and Access to Schedule—YES static schedule information for their chosen route(s).Bus location positions(icons) Vehicle locations update without refresh--YES should update without the need for refreshing. 5. The Passenger Information Posted Schedule—YES. Portal must provide Riders with access to Yakima Transit's The posted schedules for all Yakima routes will be posted schedule. Users should available on the website at all times. be able to select a day in the future and have the system display the standard,posted Real Time—YES departure times for the route specified. 6. The passenger information system must actively receive Route changes automatically propagate--YES static route,schedule,and stop information from the scheduling/CAD/AVL system so that changes to route locations, stop locations,and bus schedule times are automatically propagated to the passenger information system without administrator involvement. 9 9 connexionz Page 75 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 7. Passengers must also be able to see the real-time position of See vehicles on temporary route segments--YES buses on temporary route segments that were created in the scheduling/CAD/AVL system for detours or service interruptions. 8. Users must be able to click on the transit map and see the location of all vehicles currently Route selection and vehicle visibility-YES on the selected route(or Color coding routes--YES routes)in real-time,and the direction they are traveling. Users must have the ability to Next Stops Hover—YES select one,some,or all routes on the map that they wish shown,and each route should be drawn in a separate color. 9. The user must be able to click their mouse pointer on any bus and see its route identifier,bus #,and arrival information for This information is available to your Dispatchers that vehicle's next few stops. but not to the travelling public in this way. ETAs to the next few (configurable)down-line stops should be displayed. If the bus is equipped with APCs the bus information should also include the current passenger load of that bus. 10. Hovering the mouse pointer Bus stop hover with information—YES over any bus stop must return the next few buses to arrive through the stop.Shared stops Our customer app also provides color coded (those on multiple routes) traffic congestion levels on routes,road works should be clearly shown as information where it is available. such. ETAs must be provided for each bus enroute to that bus GTFS-RT is fully supported within our system and stop(e.g.: if two buses are on there is no need to use other tools to generate their way to a bus stop,there feeds for external parties.This is an out-of-the- shall be two arrival time box feature. predictions). GTFS static is fully supported within our system and there is no need to use other tools to generate feeds for external parties.This is an out- of-the-box feature that automatically becomes available every time a schedule is imported. Through the Connexionz Passenger Information Portal—it will work directly with the Yakima Website Passengers will be able to access accurate. Real time information, including a map view,complete trip planner. Your patrons will also be able to 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL choose their routes,and receive current"next stops for each route chosen As the routes are updated,-the website will be updated. There are provisions for schedule and route changes,and posted at later dates,(for example—holiday changes)—the website will update automatically as Route Manager updates. With the Connexionz Web Interface—passengers will always see"real time"bus positions. When routes are changed for detours,or service interruptions—Route Planner will update the entire system as it posts,within 24 hours of change. B. Subscription Alerts and Notifications Functional Requirements 1. Passengers must have the Text Sign Up—YES ability to sign up for a user account in order to configure and receive transit bulletins,or Bulletins-YES departure alerts for stops and routes they are interested in. 2. Passengers who sign up for a Login with Facebook of Google-NO rider information account must be able to receive automatic transit bulletins and SMS—YES notifications for the specific routes they wish. 3. Once created,passengers SINGLE OR RECURRING—YES should be able to easily log into their account using their existing Facebook or Google Ad hoc service alerts and announcements are accounts. supported. None of our customers have ever 4. Passengers must be able to requested canned announcements before as their choose to have their announcements are quite brief and usually notifications delivered via SMS unique. text message,voice call(with CM In addition,all of the subscription alerts and optional IVR),or email. notification functional requirements are 5. Passengers must be able to compliant under the Connexionz Platform configure their notifications to entirely. be a single use,or a recurring alert for their daily commute On the website,as the patron signs up for SMS— they will receive all notifications,based on routes which they subscribe. Your riders will easily be able to login to their account on the website,and can receive notifications based on their stops,and routes of interest. These notifications can be presented in different ways depending on their selections. They can view notications on their smartphones when they access the app or have notifications pushed to them via SMS texts or emails. 9 9 connexionz Page 77 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL C. SMS Real-Time Information-Functional Requirements 1. Passengers must be able to text message Yakima Transit using a designated five or six digit SMS short code. 2. 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, using real-time information for C those buses within the prediction window,and scheduled times for those buses outside the real-time window. 3. SMS users should be able to get up to the minute information quickly without needing to repeatedly text the route number and stop code. D. Integrated Trip Planner Functional Requirements 1. The Passenger Information Integrated Trip Planner on Website—YES Portal must include an integrated Trip Planner. Passengers must be able to Plus-All of these basic features required are fully enter a starting location,ending available as part of the Connexionz AVL Solution location,as well as departure or in both Route Planner/Dispatch and all Web Tools arrival days and times then the In addition, more information and graphic Trip Planner will return transit representation of this functionality are included trip options available to the in the narrative of the RFP response rider and highlight their route C on a map.When entering starting/ending locations,the system should not require the user to know the exact address, but be able to provide a list of closest matches based on a descriptive name(e.g.YVC, Walmart,etc.). User should be able to save their favorite locations,routes or stops. E. Portal Administration Functional Requirements 1. Authorized Yakima Transit Administration Access to Portal—YES administrators shall have access to the passenger information portal configuration settings. Display Units—YES Portal configuration settings Stop Times-YES must allow the administrator to CM specify: a. Display units(i.e.standard Restrictions for Location Searches-YES or metric) b. How many bus stop times Default Location—YES (1-4)will be shown 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL c. Country restrictions for Real Time Refresh Rates—YES location searches d. Define default location when a user's smartphone Site Configuration—YES with limits has its geolocation disabled e. Real-time information refresh rates Import Logos-YES 2. The Administrator shall be able Import Icons—YES to configure how the portal will be displayed,and at a minimum provide the ability to: Specify Footer Content—YES a. Import logos to be displayed on the browser Colors—YES header b. Import icons to be displayed when users add Patterns—YES the webpage link to their mobile device home ICONS for additional Links—YES screen. c. Specify footer content d. Specify colors for visual SMS function configurable-YES elements on the web page (e.g.text,background color,button color) IVR—YES e. Specify if display patterns, real-time bus capacity and traffic layers are to be shown. 3. Administrators shall be able to configure and select display icons for up to five additional navigation menu links that can be used to open an external page or custom page. 4. Administrators shall have the ability to enable the SMS function and configure settings in such areas as,provider Plus-All of these basic features required are fully details,response length and available as part of the Connexionz AVL Solution timeout duration. in both Route Planner/Dispatch and all Web Tools 5. An optional IVR function should In addition,more information and graphic be available complete with the representation of this functionality are included ability to configure voice and in the narrative of the RFP response language selection,and maximum route and bus time announcements. Administrators shall be able to manage the messages users will hear. Google Analytics-YES 6. Google Analytics-System must support the ability to track website usage,trends and all other information collected by Google Analytics. 7. A tool must be provided that allows Yakima Transit to export c 9 connexionz Page 79 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL schedule data in the general No tool is required as once the system is transit feed format(GTFS)for configured,the GTFS feed works automatically integration with Google's Trip without any manual intervention required. Planning web site,as well as A validator is built into our system. 3rd-party developers who adhere to the GTFS format. a. The export function must include a validator to ensure the data is compliant with current GTFS format standards. F. Real-Time Informational Signs(Optional)Functional Requirements 1. Passenger information system Real Time Bus Arrival on Signs-YES shall provide real-time bus arrival information through the use of signage system. a. The signs shall be installed Sign Information—Fully coordinated—YES at the Agency transit center. 2. Information on the signs must be fully integrated and in coordination with the other ADA Compliant—YES(depending on current sign Passenger Information Systems status at transit center). (website, mobile app, etc.) using information from the on- board CAD/AVL system. 3. The signs shall be in compliance System is GTFS-RT out of the box—So predictions with the Americans with are accurate in real time Disabilities Act(ADA). 4. The system shall include predictions about arrival times, Weather Control—YES as well as information about the nature and causes of disruptions.Signs shall meet indoor and outdoor illumination standards and be Sign Display Capabiilities—Fully Configurable- in weatherproof casing and YES have internal temperature and humidity control. 5. The signs shall be capable of displaying the destination of Plus-All of these basic features required are fully the route,route name,and available as part of the Connexionz AVL Solution estimated arrival times.These in both Route Planner/Dispatch and all Web Tools signs shall also be capable of In addition, more information and graphic displaying the current time,and representation of this functionality are included a text message entered by a in the narrative of the RFP response dispatcher or system administrator on one line, in case of emergency or an unforeseen event. 8. Computer Aided Dispatching(CAD)Software System A. Vehicle and Driver Management Functional Requirements 1. Agency staff will dispatch the Plus-All of these basic features required are fully fixed route vehicles from a C available as part of the Connexionz AVL Solution central office using this in both Route Planner/Dispatch and all Web Tools 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL software solution.They must have the ability to: Agency Work for a Single Day—YES a. View all the transit Agency work for a specific day.The work can be viewed in a Assignments for specific day—YES calendar and table view. b. View work assignments for Reassign Work to Employees-"DRAG AND DROP" drivers for a specific day -YES c. Assign and re-assign work to employees: By using drag and drop functionality, Reassign and Split—YES the dispatcher can assign and re-assign work to any employee. Modify or Cancel—YES d. Split and re-assign work to Absent—Drivers Log in—So absent,does not an employee e. Modify or cancel work Real Time work—YES f. View when drivers are absent g. View in real time the work Unassigned—YES through Filtering that has been completed (and still needs to be In addition, more information and graphic completed) h. The system should provide representation of this functionality are included an alert for the User if in the narrative of the RFP response there is any unassigned Our Computer Aided Dispatch(CAD)application work. helps dispatchers set up their operational workday.Our user interface allows your team to identify what needs working on at a glance,and we give your dispatchers the tools to resolve any operational disruptions that may arise. Please refer to the resume section in our response for full details on our CAD Software solution. 2. User will be able to perform Assignment Function—YES assignment functions on behalf of the driver(log on/off, pull in/out,stopping an Schedule Adherence—YES assignment). 3. User can allow a vehicle to become non-schedule or non- Year Make Model—YES(Configurable?) route adherent.This is available C for the entire route or just a segment of the route and for a Plus-All of these basic features required are fully given duration(pattern available as part of the Connexionz AVL Solution detours). in both Route Planner/Dispatch and all Web Tools 4. View vehicle details including In addition,more information and graphic make,model,year,VIN,license representation of this functionality are included plate,and notes. in the narrative of the RFP response S. A vehicle list must be available Vehicle List-YES that allows the user to: a. View the status of a vehicle (logged on, logged off, CM Status—YES pulled out,on assignment) b. Determine who is logged on that vehicle Logged Driver—YES °.p connexionz Page 81 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL c. View the route the vehicle is on Route View for Vehicle-YES d. Determine the schedule and route adherence Schedule Adherence-YES 6. Users must be able to manage vehicle peripheral equipment integration,such as the ability Pattern Point Actions—triggers—board signs— to add pattern point actions to YES through Route Planner waypoints and bus stops to trigger annunciators and on board signs. 7. An employee list must be available that allows the user to: a. View the status of an Employee Status—YES employee(logged on, logged off, pulled out,on assignment) Vehicle Driving-YES b. Determine the vehicle the employee is driving c. View the route the vehicle is on d. Determine the schedule Route and Schedule Adherence—YES and route adherence 8. Users must have the ability to manage employee absences Employee Management—NO (vacation,sick days,personal Dispatch is Vehicle Centric—So the platform leaves,etc.). If work has been shows who has logged in—would be cross assigned to an employee during referenced with Employee list. the period they have been marked absent,the system will automatically un-assign that Plus-All of these basic features required are fully work. available as part of the Connexionz AVL Solution in both Route Planner/Dispatch and all Web Tools In addition, more information and graphic representation of this functionality are included in the narrative of the RFP response 9. Event Management a. Functional Requirements 1. The System must support the Event Creation in Dispatch-YES creation of events which can be tracked and managed by Dispatch when they occur. 2. As a minimum,the system must support the following types of automatically generated system events: C a. Emergency Button Broken a. a.Emergency Button Broken -YES b. Geofence Entry b. Geofence Entry-YES c. Idling c. Idling -YES d. Passenger Volume d. Passenger Volume-YES e. Silent Alarm e. Silent Alarm-YES f. Speeding f. Speeding-NO g. Vehicle Off Route g. Vehicle Off Route--YES h. Vehicle Running Early 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL i. Vehicle Running Late h. Vehicle Running Early_YES j. Unauthorized Vehicle i. Vehicle Running Late-YES Movement j. Unauthorized Vehicle Movement-YES k. Yard Alarm k. Yard Alarm-NO I. Work started early/late I. Work started early/late-YES 3. In addition to system events, other users must be able to Event creation from within a bus MDT-NO create an event,such as Dispatchers and driver/operators via their in- vehicle MDT. 4. Events must be able to be Assign Event to Dispatcher-NO assigned to a specific dispatcher and be modified, resolved and closed by a dispatcher.All transactions done on the event must be logged. 5. During system setup Yakima Color Coding Event Priorities—YES Transit should have the ability to configure events in a number of ways,including: a. Includes type,color coded priorities,description, Foreground and Background Color Configurable— notes,and NO open/close/clear statuses b. The foreground, background and bold attributes of an event will Time Out Codes Configurable—NO be configurable and change based on an event's current information(including status, priority,and event Management Email Alert Configuration—YES type) c. Configurable parameters must include time to hold event on screen after being closed and last xx hours of Supervisor Level Email Alert Configuration-YES events to be loaded when application runs d. Configuration support must Event Following Vehicle thru menu options-YES be included for emailing internal staff or managers when an event occurs. e. Display different events to Silent Alarm Priority—YES different groups of users (supervisors,dispatchers, Dispatchers must manually clear alarm--YES etc.) 6. When an event occurs the Dispatcher obtain details on the Where we comply these functional requirements event by locating the event are out of the box features-fully available as part and/or vehicle through right of the Connexionz AVL Solution in both Route click menu options on the event Planner/Dispatch and all Web Tools and following the vehicle on In addition,more information and graphic the map. representation of compliant functionality are included in the narrative of the RFP response 9 connexionz Page 83 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 7. A Silent alarm on a vehicle must be supported as a priority Plus-Covert emergency alarms are an optional event.When a vehicle sends in feature that can be and frequently included as a silent alarm Dispatch must part of our offering. Providing an"open-mic" acknowledge or clear the alarm capability will depend on whether your mobile and the event status will be radio units have been programmed to support modified accordingly. this feature,then this is certainly possible. If they haven't,then your mobile radio vendor will need to implement the programming. Our MDT does not have a subtle visual cue to assure the driver the alarm has been activated because it places the driver at greater risk. It is the same reason why headsign vendors do not have any indication within the bus when the"Call 911" message has been triggered on external signage. 10. Text Messaging A. Functional Requirements 1. The system must be able to Text Communication between Dispatch and MDT support sending text messaging -YES to/from the MDT on a vehicle, group of vehicles,or all vehicles. Messages from Dispatch to MDTs or other 2. Messages can be sent from the Dispatchers—YES dispatcher to MDTs or to other dispatchers. 3. Message can be configured to Configurable Messages to require a set response- require accept/reject,yes/no, YES numeric or acknowledged responses. 4. Free form text messages must Free Form Text Messages—YES be supported between dispatchers and to vehicle C MDTs. Messages to be Grouped in Dispatch—YES 5. Messages on the dispatch application should be grouped by conversation. Canned Messages from MDT-YES 6. Dispatcher must be able to receive canned messages back from vehicle MDTs. Locate Driver who sent message-YES 7. Dispatcher should be able to All of these basic features required are fully locate vehicle/driver who sent a available as part of the Connexionz AVL Solution text message. in both Route Planner/Dispatch and all Web Tools In addition,more information and graphic representation of this functionality are included in the narrative of the RFP response 11. Transfer Protection A. Functional Requirements 1. The system must allow for one We have a variation of this called Connection bus to send a transfer request Protection—YES to a second bus,instructing the CM Connection Protection allows travelers to initiate second bus to hold for a a request for connection protection anytime defined amount of time(at a during the trip using a personal device or on- 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL particular stop)to ensure a board equipment and receive a confirmation passenger transfer between the indicating whether the request is accepted. two buses takes place. Connection protection uses real time data to examine the arrival status of a transit vehicle and to transmit a hold message to a vehicle or other mode of transportation(e.g. rail)in order for the traveler to make a successful transfer from one vehicle to another. The connection protection request is sent by the traveler,anytime during their trip,using a personal device or onboard equipment. The traveler will receive a confirmation message indicating whether the transfer vehicle will or will not hold. The requests can be viewed in our Dispatch tool messaging and the onboard MDT. 12. Vehicle History A. Functional Requirements 1. Dispatchers must be able to Put Vehicles in Groups—YES this is done through select a group of vehicles,a Insights. time range(start and stop time),a specified bus stop or set of stops,a specific map Reports for Group Vehicle Locations—YES based area,or individual drivers or a on filtering. group of drivers.The system must then collect all vehicle location reports for the Location—Date/Time/Speed/Direction-YES specified vehicle and time, color code the location reports based on route and schedule adherence and then display C Schedule and Route Adherence to Toggle- them on a map. Each vehicle's location reported on the map should include the date/time, Playback for later use—YES all are archived by vehicle speed and direction of date,etc. travel. In addition,the ability to toggle status information such as schedule and route Plus-All of these basic features required are fully adherence must be available. available as part of the Connexionz AVL Solution 2. The system must include the in both Route Planner/Dispatch and all Web Tools ability to save and retrieve playback files for later use. In addition,more information and graphic representation of this functionality are included in the narrative of the RFP response 18. Route Monitoring A. Functional Requirements 1. The Dispatch software must provide a convenient way for users to quickly look at many routes and determine overall C Route Bar for Each Direction—YES vehicle spacing(headway)and schedule adherence.The 9 p connexionz Page 85 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL following functionality is Layer Each Pattern—NO—Patterns are shown by required with this tool: arrows a. Show a route bar for each direction defined for a Even distribution of time points along route bar— given route(if multiple YES directions are defined in a route's schedule). b. Layer each pattern(for a Arrows at start of route bar to show next pending given direction)on to the blocks—NO—Connexionz sorts in various ways, same route bar. so based on your parameters,you can show as c. Time points for all patterns many"pending" blocks as you wish (for a given direction)must be evenly distributed along the route bar. Hovering Mouse functionality-YES d. Provide arrows at the start of a route bar to show the next pending blocks(up to 3)to travel along the indicated route bar within the next hour. Hovering Mouse functionality—YES- e. Hovering the mouse over a Configurable pending block should reveal additional details, such as the scheduled start time,vehicle ID,and employee's name. f. Hovering the mouse over a vehicle should reveal details such as the current Same Functionality among users—YES driver,current vehicle ID performing the work, schedule adherence,and the time points associated with the vehicle. Individual Color Coding—NO- g. Users should have the same functionality Each individual can store sorting preferences-- available to them that is YES available on the map when right clicking on a vehicle (e.g. Locate,follow,etc.). h. Individual users should be Headway Alerts—NO able to make their own route color coding and sorting preferences and have them stored in the application for their next use. i. Headway alerts should appear in the route monitor window to alert dispatchers of bunching issues. 19. Scheduling Software—Route Definitions A. Functional Requirements a 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 1. The system must provide a way CSV Importer—YES to manage Yakima Transit's bus stops: a. Bus Stop Importer: It must be possible to import a list Routes can be created with a click—YES of bus stops using a CSV file. b. Where Bus Stop data is not available to be imported,or to create new bus stops,it should be possible to click Timepoints—Stops—Patterns and Runtimes—YES on the desired location on the map to create one.The address and latitude and Import/Creation of Actions-YES longitude of the new stop should be automatically geo-coded and displayed. c. System must support entry of timepoint locations,stop locations,trip patterns, Different types of Service—Through Route running times. Planner—YES d. System must support the import and/or creation of Define different Patterns—YES actions associated with approaching and departing from bus stops(e.g. Different Dates—YES annunciations, Next Stop sign announcement C changes). 2. The system must provide a way to manage Yakima Transit's service types: e. Define different types of service(regular service, Map Availability—YES through Route Planner holiday service,etc.). f. Define different patterns for these services (weekday,weekend,etc.). g. Define on which dates you will apply which type of Manually Create Routes—YES service. 3. The system must provide a way Create new routes and update existing ones—YES to perform route and pattern Create New Patterns or update existing ones-YES management: h. Route and Pattern maintenance functionality Multiple Patterns to single route—YES should include a map for visual representation of routes and ease of creation. Color Code Patterns—NO Configurable. i. Manual Pattern Configure Route line color, etc--NO Maintenance—Users must have the ability to: i. Create new routes and update exiting routes 9 9 connexionz Page 87 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL ii. Create new patterns and Pattern Statistics—YES update existing patterns, including time points and stops iii. Assign multiple patterns to a single route Modify a Route—YES iv. Assign pattern run time and running time exceptions v. Color code patterns vi. Route line color, route line thickness,stop color,stop View Pattern Statistics—YES-Configurable shape,and stop size should be configurable vii. View pattern statistics, Our system can import fixed route schedules including distance,drive time, using GTFS. Following set up our system then hold time, number of time becomes the source of truth of your transit points and stops and locations network so there is no need for importing of action-point triggers. additional GTFS data unless you wish to display viii. View a pattern's route services from other transit providers on your adherence corridor on a map rider-facing real time information displays. Our and be able to modify it for system richly supports GTFS,and since it is the each stop source of truth,we are able to provide GTFS and ix. ix.View pattern statistics, GTFS-RT feeds to external parties out of the box, including distance,drive time, without needing to hire a third party to curate hold time, number of time your GTFS information points and stops 20. On-Board Equipment Management A. Functional Requirements 1. Users must be able to: Import Patterns/Blocks-YES-Configurable a. Automatically import triggers associated with pattern and block item Messages to Timepoints/stops/starts/end-YES types(e.g.annunciations, Next Stop sign announcement changes). Messages to specific intervals—YES b. Associate annunciator messages to time points, stops,start and end tasks. C Other peripheral messages—YES c. Associate annunciator messages to specific times of day or a specific interval At the beginning of a project we will bring your (e.g.to be played every stop data into our system. From there,usually hour). our system will become the source of truth for d. Associate selected other your stop data and there will be no future need peripheral messages and to curate this data within spreadsheets. commands to time points and stops,start and end tasks. 21. Interlining Schedules A. Functional Requirements a. Users should be able to Route locations and changes to MDT-YES interline routes and have them display C vehicle locations on the correct route on the AVL map.Schedule and Q 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL route information must Connected peripherals auto switch based on be pushed out to the location—YES thru Medius vehicles so that the MDT will control any connected equipment appropriately,even on At the beginning of a project we will bring your interlined routes. stop data into our system. From there,usually a. Connected peripheral our system will become the source of truth for equipment on the your stop data and there will be no future need vehicles such as to curate this data within spreadsheets. headsigns,fareboxes and annunciators should automatically switch to the appropriate actions for the new route based on vehicle location and work assignment, without operator intervention. 22. Scheduling Software Optional Features 1)Trip Generation As Options—for Scheduling—working with a. Runcutting Optibus—YES b. Blocking Trip Generation—YES 2) Rostering c. Create and maintain rosters Creating Rosters—Associating Drivers to Rosters d. Associate drivers to YES rosters Manage Vacation and Sick—YES—through e. Manage employee matching up our system with your rosters vacation and sick days 3)Schedule Publishing f. Schedule Generation Schedule Publishing—Generation/Validation and Emergency Schedules—YES g. Schedule Validation C h. Emergency Schedules Using your specific preferences and constraints, 4)Service Interruptions the optimization engine will produce an i. Detour Management automatically validated vehicle and driver schedule in seconds to minutes.The system can ii. Emergency Detours optimize blocks and runs individually,or (Short Term) simultaneously. iii. Extended Detours (Long Term) Detour Management—YES though Route Manager—Both Short and Long Term Service Interruption—All manageable through Route Planner-YES 23. Project Implementation,Training and Documentation A. Project Management Functional Requirements v 9 connexionz Page 89 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 1. A new project manager may Project Management—YES only be assigned with the approval of Yakima Transit. 2. The project manager should YES—Connexionz will assign a project manager organize weekly conference for the Yakima Relationship with your approval. calls to discuss the project progress,scheduling moving YES—per the Planned Implementation Schedule- forward, and responsibilities Weekly conference calls on progress, etc. In a. An agenda must be addition,calls will be scheduled as needed or provided prior to each requested. call. b. Meeting minutes must be provided following each YES—An Agenda will be provided prior to each call. call 3. The project manager must provide an implementation YES—Minutes will be provided after each call. plan that details the work to be completed and the parties responsible for each task. YES—Connexionz Project Plan and c. Please include a sample Implementation Plan is presented in Project implementation plan in your Implementation Approach page 15. Final response. Implementation Plan will be executed with full 4. The project manager must Yakima approval and continued communication. provide and maintain a project schedule in a Gantt YES—The Connexionz Implementation Plan is chart format. presented in Project Implementation Approach d. Please include a sample page 15. project schedule in your response. YES—The Connexionz Gantt Charts presented in Project schedule page 17. YES—The Connexionz Proposed Project Schedule is presented in Project schedule on page 17. B. Implementation Phases The project will be implemented in • Please review the Project Schedule found on a phased approach with milestones page 17.YES—Milestones set by Connexionz for each phase.Yakima Transit feels are included. that a phased approach is essential • Including Design—Functional Acceptance to the successful implementation of Testing—a Pilot Program, and final Rollout- an ITS system. • These milestones are based on our 1. Design Review C experience,and best practices—and will be 2. Functional Acceptance Testing reviewed and approved with collaboration by 3. Pilot Program your group at Yakima Transit. 4. Rollout In summary—as the project schedule will show, Connexionz will work with Yakima through all of your requested phases of implementation.We do this all the time,and highly recommend it. 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL C. Design Review Phase—Functional Requirements 1. A System Design Review shall The Answer is YES—please review the be undertaken prior to taking Implementation schedule,the project plan and delivery of System components. Gantt Chart,for specifics. The Contractor shall review and In short—the Connexionz secret is simple- document all Project commitment to strong communications with our Specifications and ensure that customers.We are STRONG on Planning— the goals of the RFP are met in STRONG on Clarification—STRONG on Listening— the specification. STRONG on Execution—STRONG on Reviewing— 2. Yakima Transit and Contractor and STRONG on Adjustments as needed. shall agree to the Project Specification prior to the Contractor commencing System All Project Planning will be explained, discussed Implementation. and approved before execution.-YES 3. Part of the Design Review will include an onsite visit from the Contractor,for a project YES—On site meeting/project review/site surveys review/kickoff meeting,site and vehicle inspections will occur,as approved by surveys and vehicle inspections. project plan. D. Functional Acceptance Testing Phase 1. Contractor will perform an Functional Acceptance Test—YES onsite Functional Per the proposed Project Plan and Acceptance Test of the Implementation Schedule shown in Project System. Implementation Approach page 15. 2. The Functional Acceptance Test Phase(FAT)will be an end-to-end test of the One Vehicle as part of Functional Acceptance Test System using one fully —YES installed vehicle in a controlled testing Per the proposed Project Plan and environment. Implementation Schedule shown in Project 3. The Functional Acceptance Implementation Approach page 15. Test will prove that the hardware and software provided (including Verify System Specifications—YES customizations)meet the System Specifications of the project. 9 9 connexionz Page 91 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL 4. Testing of the end-to-end Per the proposed Project Plan and system shall be conducted Implementation Schedule shown in Project prior to going'live'with Implementation Approach page 15. any portion of the system. Test cases and documentation shall be Test Cases Developed and Approved—YES developed to prove out all Per the proposed Project Plan and system components Implementation Schedule shown in v identified in the Design Review.The Contractor will develop all test cases and Any issues to be addressed during FAT-YES Yakima Transit and Contractor shall agree to the testing requirements Functional Acceptance Test—YES prior to proceeding with testing. Philosophy,scope, and resolution procedures- 5. Any issues that are are written as part of the our response below the identified with the System proposed Project Plan and Implementation during the FAT will either Schedule shown in Project Implementation be addressed immediately Approach page 15. or with a resolution plan acceptable to Yakima Transit and the Contractor. At the conclusion of the FAT,Yakima Transit and the Contactor shall be confident that the System meets the requirements of the project and that any identified issues will be addressed to ensure the Pilot Phase is successful. 6. Contractor shall include a Functional Acceptance Testing proposal outlining philosophy,scope and resolution procedures,and account for the FAT as proposed in the Schedule Proposal above. E. Pilot Program Phase Functional Requirements 1. The Contractor will perform an Pilot Test—YES onsite pilot test of the system. Per the proposed Project Plan and 2. The Pilot test will be a live Implementation Schedule shown in Project system test using a subset of Implementation Approach page 15 and page 17. the entire fleet(approx.5-10% of fleet).The Pilot will complete end-to-end testing of the Any issues from Pilot Test Identified and Plan for system under real-life working C resolution—YES conditions so that any potential issues may be identified and Per the proposed Project Plan and addressed. Pilot testing shall be Implementation Schedule shown in Project undertaken prior to full System Implementation Approach page 15 and page 17. rollout. 3. A resolution plan must be developed by the Contractor 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL and approved by Yakima Transit for all issues identified in the Pilot. F. Rollout Phase Functional Requirements 1. After the successful Pilot phase, Roll-Out Phase—remainder of the equipment to the remainder of the System be installed—YES Equipment shall be provided Per the proposed Project Plan and and installed.Vehicles shall be Implementation Schedule shown in Project added to the live system as Implementation Approach page 15. installations are completed. 2. Contractor shall continue to C provide comprehensive support Roll-Out Phase—Continuous Improvement and for the System during this Approval—YES phase. Per the proposed Project Plan and Implementation Schedule shown in Project Implementation Approach page 15. G. System Training Functional Requirements 1. The Contractor must provide Onsite Personnel for Training—YES onsite personnel to perform the Connexionz offers the finest personal training following training: available in the industry. a. Training must be provided in a manner that allows Yakima Per the proposed Project Plan and Transit to operate and maintain Implementation Schedule shown in Project the system. Implementation Approach page 15. b. The Contractor's project Hands on Training—YES-That is the only way manager must work closely that we do it. with Yakima Transit's project coordinators to ensure that all training and schedules coincide properly with system implementation activities and Constant Project Management—YES staff availability. Connexionz is in constant communication with 2. The Contractor must provide a Yakima Operations and Project Coordination. soft copy of the original training workbook,suitable for copying, Per the proposed Project Plan and and written permission for C Implementation Schedule shown in Project Yakima Transit to make as many Implementation Approach page 15. copies as necessary to train personnel and operate the system. 3. The Contractor needs to All training materials will be available on line,and provide comprehensive training available for printing—YES to: a. Dispatchers b. Schedulers c. System Administrators d. Bus Operators(train the trainer approach preferred) e. Management Staff Constant Comprehensive Training throughout the f. Maintenance Personnel project and beyond—for ALL personnel—YES 4. Contractor should provide a training overview for each Including: group listed above as part of 37. Dispatchers this RFP response that includes: a. Description 38. Schedulers 9 9 connexionz Page 93 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL b. Audience c. Format 39. System Administrators d. Equipment Required 40. Bus Operators(train the trainer approach preferred) e. Prerequisite Knowledge f. Outline 41. Management Staff g. Duration 42. Maintenance Personnel h. Proficiency Per the proposed Project Plan and i. Timeline Implementation Schedule shown in Project j. Listing of Documentation Implementation Approach page 15. Provided 5. Online training must be Constant Comprehensive Training Overview will available in the forms of occur—YES- webinars,videos and Including: documentation. 43. Description 44. Audience 45 Format 46 Equipment Required 47. Prerequisite Knowledge 48. Outline 49 Duration 50 Proficiency 51 Timeline 52. Listing of Documentation Provided Per the proposed Project Plan and Implementation Schedule shown in Project Implementation Approach page 15. Training will be available as well online-YES H. System Documentation Functional Requirements 1. The Contractor must provide YES—Connexionz will provide ALL documentation the customer with pertaining to our entire suite of solutions— documentation pertaining to including online service portal—and 24/7 the System.This personal technical support. documentation should include at a minimum: a. General Information. YES—Connexionz will provide ALL documentation b. All documentation must be in English with the most up to date software in English and reflect the version. most up-to-date version of the software. c. Driver manuals must be YES—Connexionz will provide ALL driver manual built using Microsoft Word in Word and customizable to your discretion at and must be customizable Yakima Transit. at the discretion of Yakima Transit. d. Contractor must provide YES—All equipment will come with standard any and all documentation documentation—plus Connexionz keeps all supplied with standard product documentation on file for easy review commercial equipment,as well as any and all documentation provided by YES—All Documentation will be available third party suppliers. electronically as part of the Connexionz Client 2. Documentation Portal a. Printed CAD/AVL Manuals, Training Manuals, Driver Manuals,and Functional YES—Connexionz will design,with Yakima's Overviews must be provided. collaboration and support—an optimal system 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL All documents should be binder(two in total)-for installation and available electronically from the maintenance—including: Contractor. System Maintenace Guide b. A comprehensive system binder for installation and Software Notes maintenance must be included Copy of Relevant Software-(though we are SaaS) with the project that covers all aspects of the system and Schematics and Cabling—as developed troubleshooting methods.Two copies need to be provided for maintenance personnel for on- YES—The Connexionz Online Portal is available going support.The system for training, documentation,and module updates binder must include; —plus 24/7 personal client support is also ii. System maintenance available. guide iii. Software application notes YES—for all software,any upgrades will be iv. Copy of all relevant accompanied by additional software product software required from documentation and will be immediately updated Contractor&back up online in the Connexionz Client Support Portal. procedures v. Descriptions and schematics of cabling and mounting 3. Context-sensitive online help system must be available to provide immediate assistance as dispatcher,schedulers and administrators need help.This online help should be available for the dispatch, administration and schedule modules of the software. 4. In instances of software upgrades and/or enhancements, relevant documentation must be provided or made available electronically. I. Warranty and Support 1. The Contractor shall provide YES—All Connexionz software and products are Yakima Transit with a warranty warranted for five years. schedule detailing the coverage for hardware defects and faults due to improper installation. YES—Connexionz Client Success is available 24/7 2. The Contractor should provide for Critical Issues. In addition,our support at a minimum the following professionals are immediately available directly System Support: by phone/email/text/ZOOM or TEAMS a. 24x7 coverage for system critical issues. b. Regular business hour support YES—Connexionz's regular business hours are in for minor issues. the Pacific Time Zone—the same as Yakima c. Free software updates as they Transit become available for proposed applications. YES—Connexionz SaaS updates automatically. 9 9 connexionz Page 95 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL d. Responsive support must be provided to requests that come YES—Connexionz support is available through ALL through phone,fax,e-mail and methods. We will work with Yakima Transit to a customer Website. best understand how your group wishes to be e. Assessment process for escalating issues to the communicated with in the most expedient way, appropriate severity level. and work accordingly. f. Contractor should indicate their YES-The Connexionz Proposed Escalation standard warranty terms and Process is located in Project Implementation conditions. Approach page 15.The design is based on our best practices and will be put in service at Yakima Approval. YES—Our Warranty schedule is included in the presentation of our RFP response. Project Implementation Approach page 15. J. Quantity of Systems 1. Provides for Yakima Transit an YES—Per the proposal and Pricing areas of the initial order of twenty-four(24) Connexionz RFP response. Should Yakima have systems. Future orders will have changes to your requirements,we will work with a minimum quantity of one(1). you to position yourself in the best way. 2. Deliveries will be scheduled by placing orders directly with the Contractor;and YES—Connexionz Project Management will work 3. Does not bind Yakima Transit to with Yakima Operations to ensure delivery in the order more than the most effective manner throughout the project. guaranteed initial order of twenty-four(24)systems during C the term of the contract;and YES—Connexionz will work with you to ensure 4. Binds the Contractor to provide your initial order is best for your current and an initial order of twenty-four future requirements. Things can change,and we (24) and up to a total of thirty understand this. (30)systems over a possible five(5)year period form the signing date of the contract YES—Per the proposal and pricing structure, Connexionz will partner with Yakima to optimize your current and future fleet requirements,over the possible five year period from contract signing. K. System Installation and Planning 1. Contractor will work with YES-It is Connexionz goal to optimize the project Yakima Transit on the location while keeping Yakima current operations at their of equipment. top levels—this means organizing equipment 2. Contractor shall provide installations at times most advantageous to installation,documentation, Yakima daily operations. maintenance and user training YES—All Yakima staff will be provided installation selected staff. 3. Contractor shall conduct final documentation, maintenance and training,as C decided by Yakima Operations in concert with acceptance testing as deemed satisfactory by the Yakima Connexionz Project Management. Transit staff. 4. Working hours for this project YES-Per the Proposed Project plan in section are 7 AM—8 PM daily,subject Project Implementation Approach page 15. to change. 5. Yakima Transit will provide adequate space for the 9 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Contractor to setup and store YES—Connexionz Project Group will work under equipment. these parameters. 6. Contractor will provide Yakima Transit with serial numbers of the equipment installed in each YES—This space and understanding of your bus. generosity is greatly appreciated. We will work 7. Yakima Transit will work with with you in the instance that adjustments need to agency to establish buses being be made. held for downtime. YES—Connexionz will provide complete audit,as required by Yakima,and according to best practices. YES—Throughout the project,the key to success is constant communication, unity of purpose,and flexibility in the organization. Downtime buses here is an example of working together to optimize the schedule completion from both partners—Connexionz and Yakima Transit. 9 9 connexionz Page 97 of 132 RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL CAD/AVL System Overview 11111114 `� i Ptti I� ( II Ili MO gi r Figure 1 CNX System Overview Diagram Our CAD/AVL intelligent transportation system(ITS)is cloud based and enables you to easily monitor and manage your operations anywhere,anytime. Being cloud based means that: • Any features you have selected are automatically updated at no extra cost;and • You can access our system anywhere from a browser. We produce and use highly accurate GPS data to let you know where your vehicles have been,where they are, and where they will be in the future. This is the basis for all the tools and services that allow you to plan and implement new services, manage them once they go operational, keep everybody informed on how well they are performing,and allow your riders to plan and manage their journeys with confidence. t 1/L) Route Manager Route Manager cloud software allows your team to configure and maintain information on routes, bus stops, traffic intersection configurations, buses, and schedules. Existing routes can be imported into Route Planner. New routes can be built and configured to be exported to other applications. Route Planner simplifies the time needed to maintain your current routes and to design and implement new routes in-house. • Stop changes and updates can be entered directly into the system quickly and in-house. • Interlining between routes,stops,systems, and stations is easily visible and configurable. • Location-based on-bus audio announcements can be edited and configured in Route Planner. • Import and Export data from third-party software, including other GTFS feeds. • Contains quick links to configure the GTFS and GTFS-RT feeds. • GTFS and GTFS-RT data is automatically updated to reflect system changes, e.g, route,schedule,service calendar. °' 9 connexionz RFP 12324P Onboard Integrated Technology System Response to RFP CONFIDENTIAL Other benefits include. Route Manager simplifies the time needed to design and implement new routes and makes deploying service changes and detours simple. Produces driver turn-by-turn instruction sheets in MS Word format,or the drivers can use the map view screen on the Driver console; MDT(mobile data terminal). A valued asset management system that can be used to track relevant bus stop data such as shelters and seat information.When a bus stop is relocated,the update should be entered directly into the system.The system automatically updates third-party services by making any required changes to the GTFS feeds. The map view highlights the selected route and provides a list of stops/platforms along the way with a separate properties pane showing details.A context menu allows new stops or route patterns to be created and modified. Enables editing and configuring location-based audio announcements when used with on-bus next-stop annunciation hardware. Route Planner is used to organize all metadata for the latest GTFS specification.This includes route names, fare zones,and route colors specific to your agency.The City of Yakima will no longer need third-party software to manage or maintain GTFS data. Managing Stop Signs Connexionz uses stop numbers that contain a max of 9 characters made up of numeric and alpha values. We will review your current data to determine whether these stop numbers meet the requirement,ensuring a smooth upload of your existing stop data. Managing On-Street Signs Any real-time display or announcement is entered at once using the sign management tool.The information is sent downstream to all systems,automatically Interactive Voice Response(IVR) data feeds,and the on-bus announcement systems.On-street signs can be configured using the ETA cloud to update individually or by route. Managing Routes Capturing precise GPS coordinates from the bus stop survey and maintaining routes in Route Planner is crucial for successful real-time data. Route Planner application is used to manage and export your Google data. » Routes&Stops$ A We will schedule a workshop to review the stops, routes,and route configuration. More detail on this is noted in the project schedule phase. comici _ ; I ..~. ... ��" ❑ .v-- Screenshot of white-labelled website, ■ showing different route colours 9.p connexionz Screenshot of Dispatch, Page 99 of 132 showing different route colours RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP Users may zoom in on the route path for greater detail using the mouse.The route geodata is the physical path traveled by the route, also known as the route pattern. The map window represents the route pattern as a series of interconnected lines or segments overlaying the road network,with arrows showing the travel direction. Each route is displayed in grey and changes to black when selected in the menu. Color codes show the status of each stop/platform on the route.The green tick icon indicates the route stops at that platform; a red cross icon indicates the stop/platform is a 'candidate stop' (route passes by but may not stop); a clock icon indicates the stop is a time point;and a clock with the red icon shows the stop/platform is a schedule adherence point. The Planner drags and places each node of the polyline using mouse and keyboard controls to draw a new route or amend an existing one.To demonstrate this,we show that one of the polyline nodes moved from Pages Road to a new position on Tom rich Street. The route geodata is supported by metadata,which describes the route, direction,and name.This is displayed in the properties pane beneath the main window to the lower left, as shown below. The Route Pattern Number and Name identifies each route. However,different physical paths can share the same route name and number. For example,there may be several paths travelled between stop locations. Each one has a different pattern name, but all share a common route name and number. With Route Planner,detour routes can be easily drawn up and activated whenever required. aB <, — 4141 C. tom g ' i / [1r_ _ �nausr- ,�j 4♦ f ...'o•n Z Lr .... LI r i_ _ _ -,LOW . A SIB f l r- 11 O S,,,.:Ao. ❑r❑O 2:yr,,,,.tae 001 ;see i: fir 2p..rc LOses-;W" 1.1rz..0:.ac I., LI r; _ i1 Js_ • Lirz ae ._s:� • X 'l J rur nx.e r"::;;;0 r ;1],•ca .eLl r ms .... roject I Cx I. DO 1•<.,,,A,9 r F' RTA SC"'Paso n r..c..n,...c zas, 1� Carnet va:w • + .a.•: + =1-air ..__._ Gi•:,,,0,a.w.e.n cn.yn...� + pate GTFS >.eun :ewe.,we. Yx Fart So l qu Aa'w.b yt4•e.h `E _- ,y r....Orr,sa.:.n ,E + �b Homo ., Color Ten e.- a.wm.v,,..,a.+a.e•I c.x•q* ,.c _..._____ .__.'.... _ __ • 9N F': Faso Rsbbs C:mt GXeye• _,.s st;r_• 0�fiCAF241 FFFFfF tw••u..* - .�.es C. rr-.um.- - 4.e.prer.a•fa Tra.rz• '-sa + • 9$so Cooto Cdeye bath Paw Rabies Hap 2mSCAM " FFFF C9 mo.nwr•ae...r•rhor. u.eel aen ve...eFer.a«"�' a.,:..xaor.nw •e.. • 188 RTA Seta Mena;San Las Lv, But E]'•FD:12K F=FFFF -...,,a,,.r• •s s:at .r rew.nne R.Suers a • 18$Rrs. Sn L,.CtrO. Sala4 a a. 0•ED026C "FFFF Serra e.•s.,u„..e m. • 1M RFA Sato Mena Orax bona ur Lars Oat a. Q III ED028C .:FFFF seweo-..•a. @sen+ec.:..'," s�.,M. ,, . • 101f5 RIx San Lra Qq+o Sara Mau Orcuc 6om Bi. 0 il ED022C :UM - • 12H NI, son Las obto Moto bay ,w Osoe Sue 0 IN 00953E ..FFFF • 12$PTA-L.Oau r Mono Bay:San Las Chao a. 0•8084.9E "FIFE • UN RI,.Goverment Carta-Cues.)Cotepe 8. 0 IN OGAEEF .'FFFF0 Route colours and text customizations are saved in I • US PIA Crewe College s...,,n.p Case. as 0•OCAEEF =FFFFF • 191 Pr.. Mono bay'San Smao. BA 0 s 796wA, =FFFFF Route Planner and disseminated to Dispatch, which is • 15$PTA San Sown Morro Bay a. 0 I♦'9%IM FFFFEE • 21 SC' horn Beall 0.1 beam i Grow Botch Sue I 0®9CC966 :FFFFF �. then picked up by Metrolink The examples below are ' : 23 SC CreroBeerh Octave Groy ne Eln ❑ 24 SC- Fooyo fsa* Penn Beach:Greyer-Bea d. t®all EPETAA FFFFF usingConnexionz white labelled Website and Mobile n S' 5Rococo Gage Pak;tondo Greene*FP a. ❑ • 27 SC' :rover beach:Arrow tirade O.xsno a. t 0 a 409490 F cfFFF • a Y_' ;hove.Beau'Cteao:Fria Crane 8A ;0 1111 4,2690 "FFFF !t App. Google Maps and Outdoor Display Signs AO SC' PanF Beach Avis Bean+,'Pat 9n us, a. 0 I■(mess "FFFF • A Pato Egreea Rate A a. t 2•,s0AA .FFFFF 8 Faso Capone Rat.B 9. 9®•681E24 FFFFFF ''.,,.. • do aro 9 yen'e 9h b Pre a. ❑ 9 connexionz LL ),". 1 RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP Driver Interface (Mobile Data Terminal) (MDT) With our MDT your Dispatchers and Drivers have another way to f,,,f,t Weft r keep in touch with one another.Your drivers will have the comfort �... of knowing they are on the right vehicle and trip and a way to manually count passengers and fares. - Our MDT is the latest generation of rugged(IP 67 inn and MIL-STD-810G)Android tablets customized for v "`w__ us. It connects directly to the ignition for power and 24 W tarns Beach Premium Outlets the router for connectivity. IP67 and MIL-STD-81OG NY PASSENGER "M. COUNT 0 4. • • rating means it can handle high and low temperatures,large humidity variations and woman 9wsene smog ® considerable vibration. 5 57 08 pm 5:40 pm Arruyn Grande Gay Hee Our vehicle logic unit(The Medius)is responsible for e--•e:sages 4 474 .. all integrations between the MDT and other components of our system.This means all the system components communicate but any connectivity issues with the MDT won't affect the CAD/AVL system.The back-office software will continue to receive GPS pings and associate them with the intended blocks. The unit locks snug in a tamper resistant dock which keeps it safe from the elements and any human obstruction,vandalism,or theft. It includes a direct connection to the router/switch onboard as well as the vehicle 12/24v power. Driver login and validation. • Manual passenger counts • Manual fare counts • Route/run paddle information. • Schedule adherence. • Live map view of route pattern. • Text-based messaging. • Visibility of on-time performance and off-route incidents. • Real-time load correction/APC override. Computer Aided Dispatch Software (CAD) Computer Aided Dispatch is a web-based software application that enables Dispatchers to accurately monitor and manage fleet activity in real time. Dispatch allows system users to review real-time operations plus replay historical data. Dispatch has a fantastic design that makes it easy to zero in on what needs your attention and gives you the tools to quickly resolve any operational disruptions. Monitor all fleets operations in real-time,at a glance. Monitoring Monitor alerts and alarms from onboard system. Filter trips which might be late, early,or off route. View vehicle position,speed,and on-time performance. Tracking View by individual vehicles or stops, by trip, by route,or entire. Fleet management. Manage route and stop information including timepoints,stops on route,or flag stops. Management Assign vehicles to routes, blocks,trips,etc. 9 9 connexionz Page 101 of 132 RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP Pre-defined text messaging to Mobile Data Terminals(MDT's). Messaging Respond to on-time performance, off-route activity, and covert alarm incidents. View and generate a wide array of system analysis reports. Analysis Enter exceptions and notes to audit to OTP reporting. Reports Utilize passenger counts, mileage, and stop based reports for service planning and the NTD. Distribute important service alert information to the public. System Controls Set system to schedules or headway times. Control of electronic displays(LED/LCD)and ad-hoc messages. Supervisory, management, and operator staff can access Dispatch when on the road via your Verizon cellular broadband network and an internet connection. Information is displayed in tabular and map views, and both can be configured to suit the specific dispatcher or supervisor using the program.All vehicles,whether fixed-route or support vehicles are shown on the map,while more detailed information on fixed-route trips appears in a "list"view Open Street map's professional series,Geographic Information System (GIS) data, is used to power geolocation-based applications.This mapping data doesn't cost you any extra licensing. Unlike competing GIS data and public systems such as Google maps, OpenStreetMap GIS data includes map layers, road layers, road speed layers,and sites of local importance. Interactivity features set the bar to provide dynamic maps on the web. OpenStreetMap updates its dataset at least once a quarter(Google updates, on average, once every 18 months) and is considered the leading tool for all mission critical,geo-location,and fleet management applications. We import a selection of GIS and SHAPE files from third-party GIS systems. Automatic Voice Announcement (AVA) Automatic Voice Announcement(AVA)will be performed by the Medius.The Medius is equipped with public address power amplifiers that directly connect to the internal vehicle speakers. The Medius will use a Text-to-Speech (TTS)engine to synthesize voice announcements that will be played directly through the vehicle speakers.The control system can project automatically using TTS but also accept recorded announcements. We can offer alternative languages as an option. AVA will be configured through the Route Planner tool and will allow announcements to be configured against stops by route. Stops may be configured to have a 'Next Stop' and/or'Arriving At' announcement.The TTS pronunciation is tuned from the desktop to correct any unique or custom pronunciation. Reminder announcements can be configured where stops are a long distance apart. Connection announcements can be configured for stops where routes intersect. Service alerts can be announced on a regular basis if configured. We recommend using Connexionz quality TTS instead of recorded voice talent, as our TTS system can be immediately updated to reflect changes in service.This system also supports prerecorded announcements. All 'Next Stops'will be displayed on connected LCD signage The 'Next Stop' prefix will be replaced with a 'Bus Stopping' prefix when the 'Stop Request' cord/button is pressed.The stop request indicator will remain on until the doors of the bus are opened. 9 9 connexionz RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP ,;4Pf p Multimedia& Moving Stop Map . Internal!External 9 LED Display Options Automated Voice Annunciator • System Components 1111 Internal/External• Audio Annoucements MediusTM AVA performs'dual zone'announcements.This means the destination/route on the outside and next- stop on the inside of the bus.The system also has its own amplifier,and it can integrate a driver microphone.Stop requests can also be integrated into the AVA if required. AVA audio and text messages are configured using the Route Planner module.Optional Multimedia content is organized using the Media Playlist. Automatic Passenger Counters (APC) Good APC data will streamline your NTD reporting. With our system you'll save a lot of time preparing your S10 and MR20 NTD forms. Often our transit agencies are pleasantly surprised when their passenger counts are higher than what is reported by their manual systems. We have considerable experience installing,and supporting Automatic Passenger Counting(APC) systems. For many years now we use IRIS MATRIX sensors. These sensors are certified to greater than 98%accuracy. WiFi for buses Passenger Wi-fi and vehicle connectivity using the existing Cradlepoint modem CNX can utilize the existing router and antennas to provide both secure passenger Wi-fi and secure passenger connectivity. The BR600 routers do have some limited !;/ ! .' .' .� ;I y I .� , A features related to individual data throttling but we i suspect it should be sufficient for Agencies -� operations. Most importantly,the data which `ter RESET ' . mplp . flows through the ITS system doesn't cross with =-- j LAN WAN 246� the data used for Wi-fi. Only one SIM card is needed.Connexionz will work with you during deployment to reconfigure the routers and also open up remote access for Connexionz staff. •�'�`�C, . The configured Wi-fi will include: ( ( Li. L l �l ) �) I. I 1 'L • No need for additional SIMs • Secure connectivity for both passengers and ITS,with firewalls in between p connexionz Page 103 of 132 RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP • Content filtering using OpenDNS • Ability to show agency"disclaimer" Data can be throttled for the Wi-fi service as a whole. Mobile app integration Mobile Apps are key to disseminating real time information According to research over 84%of Americans own smartphones. The biggest reason why transit rideres don't choose public transport is the risk they won't make their meeting or event on time. Putting journey planners, real-time ETAs and live maps on your riders phones will greatly enhance your riders' transit experience because it puts them back in control. Our optional Mobile App will carry your branding while app users enjoy access to the transit industry's most accurate RTPI. Engage with the community more effectively while boosting passengership with a more positive rider experience. • White label approach means each app has Your desired branding.The app is easily findable in the app/play store Most rider's intuitive instinct is to search "Metropolitan Tulsa Transit Association" (or similar) in the app store which will allow them to easily reach and download your new app. • Designed for ease of use in both iOS and Android. • Serve up the most accurate RTPI while reducing customer service calls. • Can relay public information,alerts,and bulletins system-wide or on a route and stop level. The app's functionality directly mimics the website's functionality,creating a familiar and comfortable experience for your passengership. The mobile app has the ability to show the user's current GPS location and the nearest real-time transit options.The photos below are from one of our in-house, white-labelled app solutions for a regional project in Washington. Real-Time Portal Go-To-Market Support To help support the rollout of your fixed route public website and applications, Connexionz provides turnkey"go-to-market"support including helpful digital and printable advertising material for your ridership to learn how to best use the solution. Great exposure across local and industry news sources ensures The City of Yakima riders are aware of the new system. Subscriptions and Alerts mean you don't have to miss your bus again Riders can create and subscribe to custom email and SMS alerts for buses that are on the way to their stop These alerts and subscriptions can be set with capturing their"favorite" route, direction/destination, day, and time.This ensures that your passengers only receive the information that they want,thus incentivizing consistent usage. One important feature of the WebPortal is the ability for a rider to query information based on stop ID. This allows them to easily get ETA information quickly.The pages for each Stop ID can also be used as landings for QR code scans thus,giving standard bus stops a real-time information function. Q p connexionz RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP SMS/IVR Real-Time information This stop ID information allows for standard bus 3.52 stop signage to be integrated into the alert ❑ + 1 system as well.As mentioned,QR codes can be ` Mti +If209130^-dt6d placed upon standard signs to lead users to the r proper informational pages.There is also an IVR + + ..yy�� function for the option to call the posted number (vt344 for voice information on arrival times, by Stop ID. #VT344@2:51 PM 3 2nd Avenue/ An SMS option has been included in the pricing Wa-Hi 34m. and IVR pricing can be requested. SCAN ME The QR code below is fully functional.To use it you must first scan the code and follow the Figure 3 Screenshot—SMS from stop Figure 2 Fully Functional ID text query Stop ID QR Code prompt to the web page shown.You will find the real-time arrival information for stop ID "VT344" there.This is exactly how our stop ID system can use SMS and QR codes to extend your informational reach. Analysis Analysis crunches gigabytes of transit data into comprehensive and actionable information. It's easy to use and requires no additional agency resources while it helps keep transit stakeholders informed of efforts to drive operational efficiencies and qualitative improvements. Data can be exported into third-party applications and services.Analysis provides all of the raw data output required for NTD reporting. Data from integrated systems,such as farebox or electronic fare applications, can also be reported. Exception reporting enables more accurate presentations and analysis of data and information. Many standard reports are available, and since your data is exportable into MS Excel pivot tables,it is easy to create any report that you wish. Recently,Connexionz customer Pasadena Transit was able to report 11%in monthly on-time performance directly after their Connexionz deployment. Early buses dropped quickly from almost 6%of arrivals to nearly 0%.With CNX Analysis,you can find your opportunities for improvement,and you can detail that improvement for agency stakeholders. Dispatch v. Analysis TransitManager collects, processes and stores very large amounts of data -bus,driver,and trip-by-trip detail.This data is immediately accessible in Dispatch,while historical data and analysis for system-wide or per route reporting is performed by Analysis. Dispatch can be utilized to compile information around incidents, like a speeding driver,a bus accused of damaging a parked car, or a passenger claiming his bus never turned up. Individual trip data accessible in Dispatch will include times against location,driver,speed,and trip performance by timing point. In Analysis,the analysis system,trip data is transferred nightly and available the next day,with the exception of real-time vehicle passenger loadings. Maintenance information is stored by bus, including reporting response rates and ODBII (engine management)data.Schedule data based on travel times and passenger counts are stored by date and trip number. TransitManager maintains all of your data for perpetuity.There are no charges for the generation of ANY reports available through the supplied service analysis and reporting suite;all data is owned by you,all c 9 connexionz Page 105 of 132 RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP reports are yours to produce whenever you need them. In fact,TransitManager generates nearly all of the data required for NTD reporting; including mileage and ridership statistics. Exception Reporting Exception reporting is a key feature required to maintain accurate and reliable reports by filtering out anomalous data. Exceptions may include missed trips, late assignments, early departures, late departures,time point early departures, and time point late departures. Exception reports are agency configurable with the help of our data scientists,who will customize report outputs to suit your specific needs. Analysis applies transit data to a preformatted in an OLAP cube where results can then be presented as an Internet service. The summary report for all exceptions provides management with an instant overview of how the system operated for a particular day. The Notes column to the right of the screen displays info the Dispatcher has input for a trip, such as a breakdown or a driver no-show. The Dispatch interface allows management to accept or decline each exception, as consequences to exceptions can often apply to drivers or to fleet operations SLAs. "With Connexionz Daily Exception tool we were able to immediately decrease early departures to less than 1% of our trips." Sebastian Hernandez Pivot Tables Analysis utilizes pivot tables to present report data that is viewable from a web browser. Data can be moved around within the screen(pivoting it)so that users can best reorganize data, look for specific information or details,and create reports. The user can easily make changes to this OLAP cube to change the way the data is displayed and organized. This cube provides information about bus travel times, including a number of measures that have an aggregate function assigned to them (average, minimum, maximum,and percentage).Travel times can be viewed for all companies, routes,services,and trips and any combination of total values. Stalldard Report Screensnots Communications Performance • This report plots response times to customer queries. Travel Times 8y Day • When reviewing travel times,we see reduced times during school holidays and light traffic conditions. Pivot Table -Exception Report Dnll Down • This pivot table view below shows a more detailed analysis of the exception report summary displayed above. In this view,we have expanded the parameters to select just the inbound route, the scheduled departure time(whole hours—or expanded to minutes). Q p connexionz RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP The report covers the trip segment from Sky City Terminal stop to Great Sights Quay St stop between 0700 and 0900. The early departures ranged from 3.8 minutes to almost 10 minutes. By comparison the 0500 departures averages 3 minutes early. On Time Reports The definitions are agency configurable. In this case: • Early=actual departure more than 5 minutes ahead of schedule • On Time=actual departure less than 5 minutes ahead and less than 5 minutes behind schedule • Late=actual departure more than 5 minutes behind schedule • Unknown=the trip was not operated;the trip was reset because of a problem;or the vehicle was not detected departing the Start Point Departure Difference by Month and by Operator The analysis system also provides a daily summary for the system administrator that is extracted to demonstrate early and late departures. Since analysis,with its OLAP DATA cubes and pivot tables, is so highly customizable and configurable,we can configure and automate virtually any report you need. Q 9 connexionz Page 107 of 132 Tab Sa e ntra t an Ter an n iti n RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP Tab 6- Sample Contract and Terms and Conditions Connexionz accepts and have no changes or points to raise. Q Q connexionz Page 109 of 132 Tab Se en RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP Tab 7 - Required Forms Included below are any additional completed forms required in this RFP • Buy America Acknowledgments and Certificate •Fly Amenca Statement •Lobbying Restrictions Certification connexionz Page 111 of 132 A.4 BUY AMERICA REQUIREMENTS 49 U.S.C.5323(j) 49 C.F.R. part 661 BUY AMERICA CERTIFICATION Contractor agrees to comply with 49 USC § 5323(j) and 49 CFR Part 661, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR § 661.7. A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers,software or other such devices,which are used solely for the purpose of processing or storing data.This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 49 USC § 5323(j)(2)(C) and 49 CFR § 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. The Proposer must submit to Yakima Transit the appropriate Buy America Certification with all offers on FTA-funded contracts, except those subject to a general waiver. Proposals that are not accompanied by a properly completed Buy America certification are subject to the provisions of 49 CFR § 661.13 and may be rejected as nonresponsive. Applicability to Contracts FTA's Buy America law and regulations apply to projects that involve the purchase of more than$150,000 of iron,steel, manufactured goods, or rolling stock to be delivered to the recipient to be used in an FTA assisted project. FTA cautions that its Buy America regulations are complex. Recipients can obtain detailed information on FTA's Buy America regulation at:The Federal Transit Administration's Buy America website: https.//www.transit.dot.gov/buyamerica Flow Down The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors,who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. Model Clause/Language The Buy America regulation at 49 C.F.R. §661.13 requires notification of the Buy America requirements in a recipients' bid or request for proposal for FTA funded contracts. Recipients can draw on the following language for inclusion in their federally funded procurements. Note that recipients are responsible for including the correct Buy America certification based on what they are acquiring. Recipients should not include both the rolling stock and steel, iron,or manufactured products certificates in the documents unless acquiring both in the same procurement. Buy America The contractor agrees to comply with 49 U.S.C.5323(j)and 49 C.F.R.part 661,which provide that Federal funds may not be obligated unless all steel, iron,and manufactured products used in FTA funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R.§661.7. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C)and 49 C.F.R.§661.11. The [bidder or offeror] must submit to City of Yakima the appropriate Buy America certification below with its [bid or offer]. Bids or offers that are not accompanied by a completed Buy America certification will be rejected as nonresponsive. In accordance with 49 C.F.R. §661.6,for the procurement of steel,iron or manufactured products,use the certifications below. COMPLETE AND UPLOAD WITH PROPOSAL Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.5323(j)(1),and the applicable regulations in 49 C.F.R. part 661. Date: Signature: Company: Connexionz Name: _Tony Kan Title: Executive Chair Certificate of Non-Compliance with Buy America Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.5323(j),but it may qualify for an exception to the requirement pursuant to 49 U.S.C.5323(j)(2),as amended,and the applicable regulations in 49 C.F.R. §661.7. Date: Signature: Company: Name: Title: A.12 FLY AMERICA 49 U.S.C.§40118 41 C.F.R. part 301-10 48 C.F.R. part 47.4 Applicability to Contracts The Fly America requirements apply to the transportation of persons or property, by air,between a place in the U.S.and a place outside the U.S.,or between places outside the U.S.,when the FTA will participate in the costs of such air transportation. Transportation on a foreign air carrier is permissible when provided by a foreign air carrier under a code share agreement when the ticket identifies the U.S.air carrier's designator code and flight number.Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air transportation agreement to which the U.S. Government and a foreign government are parties and which the U.S. DOT has determined meets the requirements of the Fly America Act. Flow Down Requirements The Fly America requirements flow down from FTA recipients and subrecipients to first tier contractors who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. Model Clause/Language The relevant statutes and regulations do not require any specific clause or language that recipients use in their third party contracts. A sample clause is provided for Federal contracts at 48 C.F.R.52.247-63. Recipients can draw on the following language for inclusion in their federally funded procurements. FTA proposes the following language, modified from the Federal clause. Fly America Requirements a)Definitions. As used in this clause-- "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. "United States" means the 50 States,the District of Columbia,and outlying areas. "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C.Chapter 411. b)When Federal funds are used to fund travel,Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974(49 U.S.C.40118) (Fly America Act) requires contractors, recipients,and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects)or property,to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation,to disallow expenditures from funds,appropriated or otherwise established for the account of the United States,for international air transportation secured aboard a foreign- flag air carrier if a U.S.-flag air carrier is available to provide such services. c) If available,the Contractor, in performing work under this contract,shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects)or property. d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation,the Contractor shall include a statement on vouchers involving such transportation essentially as follows: COMPLETE AND UPLOAD WITH PROPOSAL Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons(and their personal effects)or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons.See FAR§47.403.[State reasons]: (End of statement) e)The Contractor shall include the substance of this clause, including this paragraph (e), in each subcontract or purchase under this contract that may involve international air transportation. (End of Clause) A.14 LOBBYING RESTRICTIONS 31 U.S.C.§ 1352 2 C.F.R. §200.450 2 C.F.R. part 200 appendix II (J) 49 C.F.R.part 20 Applicability to Contracts The lobbying requirements apply to all contracts and subcontracts of$100,000 or more at any tier under a Federal grant.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this agreement,the payor must complete and submit the Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Flow Down The lobbying requirements mandate the maximum flow down pursuant to Byrd Anti-Lobbying Amendment,31 U.S.C. §1352(b)(5). Model Clause/Language 49 C.F.R.part 20,Appendices A and B provide specific language for inclusion in FTA funded third party contracts as follows: Lobbying Restrictions COMPLETE AND UPLOAD WITH PROPOSAL 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 influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers(including subcontracts,sub-grants,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 section 1352,title 31, U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. Signature of Contractor's Authorized Official _Tony Kan Executive Chair Name and Title of Contractor's Authorized Official 15/09/23 Date Tab Eight RFP 128/2023 Intelligent Transportation System(ITS)Services Response to RFP Tab 8 - Cost Proposal as identified in Section VI. Q p connexionz Page 113 of 132 COST PROPOSAL FORM RFP #12324P Onboard Integrated Technology System for Yakima Transit REVISED The CONTRACTOR, in accordance with the RFP Specifications for providing an Onboard Information Technology System has carefully examined the project requirements,the scope of the proposed work,and being familiar with all the conditions surrounding the project, hereby propose to perform all work required for a complete project for the amount listed below. The amounts listed below are the amounts for a complete project and will be scored according to Section VII. Evaluation and Contract Award. Any Optional benefits that might enhance the system maybe added on a separate sheet and uploaded under Tab 8 titled Cost Proposal but will not be considered as part of the completed project as required in the specifications or in the evaluation scoring. ITEMIZED Project Pricing for EXISTING BUSES AMOUNT X QUANTITY OF BUSES TOTAL Hardware Per Bus without new interior signs(minus la modems,cameras,antennas,exterior signs) $ 7,135.08 24 $ 171,242.00 Hardware Per Bus with new interior signs(minus lb modems,cameras,antennas,exterior signs) $ 7,825.08 24 $ 187,802.00 2 Software License $ 2,385.73 24 $ 57,257.50 3 Installation Cost $7,283.72 24 $ 174,809.20 4 Travel Costs $ 48,142.50 1 $ 48,142.50 5 One Year Software and Support Fee $ - 1 $ - DISCOUNT $ - TOTAL PROJECT COST Without Interior Signs $ 451,451.20 TOTAL PROJECT COST With Interior Signs $ 468,011.20 ITEMIZED Project Pricing for NEW BUSES(up to 6) AMOUNT X QUANTITY OF BUSES TOTAL Hardware Per Bus without new interior signs(minus 1 modems,cameras,antennas,exterior signs) $ 7,135.08 1 $ 7,135.08 Hardware Per Bus with new interior signs(minus modems,cameras,antennas,exterior signs) $ 7,825.08 1 $ 7,825.08 2 Software License $ 2,385.73 1 $ 2,385.73 3 Installation Cost $ 2,505.00 1 $ 2,505.00 4 Travel Costs $6,662.30 1 $ 6,662.30 5 One Year Software and Support Fee $0.00 1 $ - 6 OPTIONAL-Real Time Informational Signs $2,572.50 1 $ 2,572.50 SOFTWARE AND SUPPORT AMOUNT X QUANTITY OF BUSES TOTAL Year 2 - Software License and Support Fee $2,416.52 1 $ 57,996.38 Year 3 - Software License and Support Fee $2,537.34 1 $ 60,896.19 Year 4 - Software License and Support Fee $2,664.21 1 $ 63,941.00 Year 5 - Software License and Support Fee $2,797.42 1 $ 67,138.05 TOTAL WITHOUT OPTIONAL INTERIOR SIGNS $ 701,422.83 (includes initial project cost plus Five Years Support) COST PROPOSAL FORM RFP #12324P Onboard Integrated Technology System for Yakima Transit REVISED LESS DISCOUNT 30% $ 213,132.83 TOTAL WITHOUT OPTIONAL INTERIOR SIGNS $ 488,290.00 (includes initial project cost plus Five Years Support) COST PROPOSAL FORM PG 2 OF 2 Hourly Rates for Offsite Services Hourly Rate Offsite/Remote-Program Manager $ 175.00 Offsite/Remote-Technical Specialist $ 110.00 Offsite/Remote-Other $ 175.00 Blended Hourly Rate $ 151.01 On-Site Rate The"blended hourly rate"for post-installation services shall be a single hourly rate encompassing all personnel classifications that may be required for completion of any given post-installation task under the resulting contract. This blended hourly rate shall be a fully loaded rate to include, but not be limited to,all salary, benefits, overhead, profit, and local travel costs (defined as travel within Yakima County, WA). Provide a separate quote for one year of software assurance based on a five(5)year contract,billable on a yearly basis and submit with Cost Proposal Form under Tab 8. 9 9 • --- , connexionz III SMARTER TRANSIT SOLUTIONS EXHIBIT C FEDERAL TRANSIT ADMINISTRATION 3RD PARTY CONTRACT CLAUSES AND 2 CFR 200 PROCUREMENT STANDARDS FEDERAL TRANSIT ADMINISTRATION 3RD PARTY CONTRACT CLAUSES FOR CITY OF YAKIMA Appendix A.Federally Required and Other Model Contract Clauses A.1 ACCESS TO RECORDS AND REPORTS A 2 BONDING REQUIREMENTS (Not Applicable) A.3 BUS TESTING. . (Not Applicable) A.4 BUY AMERICA REQUIREMENTS A.5 CARGO PREFERENCE REQUIREMENTS A.6 CHARTER SERVICE (Not Applicable) A.7 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT A.8 CIVIL RIGHTS LAWS AND REGULATIONS A.9 DISADVANTAGED BUSINESS ENTERPRISE(DBE) A.10 EMPLOYEE PROTECTIONS A.11 ENERGY CONSERVATION A.12 FLY AMERICA A.13 GOVERNMENT-WIDE DEBARMENT AND SUSPENSION A.14 LOBBYING RESTRICTIONS A.15 NO GOVERNMENT OBLIGATION TO THIRD PARTIES A.16 PATENT RIGHTS AND RIGHTS IN DATA (Not Applicable) A 17 PRE AWARD AND POST DE IVERY AI DITS OF RO I ING STOCK DI IRCHASES (Not Applicable) A.18 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS A.19 PUBLIC TRANSPORTATION EMPLOYEE PROTECTIVE ARRANGEMENTS . (Not Applicable) A.20 RECYCLED PRODUCTS A.21 SAFE OPERATION OF MOTOR VEHICLES A.22 SCHOOL BUS OPERATIONS (Not Applicable) A.23 SEISMIC SAFETY (Not Applicable) A.24 SUBSTANCE ABUSE REQUIREMENTS (Not Applicable) A.25 TERMINATION A.26 VIOLATION AND BREACH OF CONTRACT A.1 ACCESS TO RECORDS AND REPORTS 49 U.S.C. §5325(g) 2 C.F.R.§200.333 49 C.F.R. part 633 Applicability to Contracts The record keeping and access requirements apply to all contracts funded in whole or in part with FTA funds.Under 49 U.S.C.§ 5325(g),FTA has the right to examine and inspect all records,documents,and papers,including contracts,related to any FTA project financed with Federal assistance authorized by 49 U.S.C.Chapter 53. Flow Down The record keeping and access requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language There is no required language for record keeping and access requirements. Recipients can draw on the following language for inclusion in their federally funded procurements. Access to Records and Reports a. Record Retention.The Contractor will retain,and will require its subcontractors of all tiers to retain,complete and readily accessible records related in whole or in part to the contract,including, but not limited to,data,documents,reports, statistics,sub-agreements, leases,subcontracts,arrangements,other third party agreements of any type,and supporting materials related to those records. b. Retention Period.The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333.The Contractor shall maintain all books, records,accounts and reports required under this Contract for a period of at not less than three(3)years after the date of termination or expiration of this Contract,except in the event of litigation or settlement of claims arising from the performance of this Contract,in which case records shall be maintained until the disposition of all such litigation,appeals,claims or exceptions related thereto. c.Access to Records.The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. d.Access to the Sites of Performance.The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. A.4 BUY AMERICA REQUIREMENTS 49 U.S.C.5323(j) 49 C.F.R. part 661 BUY AMERICA CERTIFICATION Contractor agrees to comply with 49 USC § 5323(j) and 49 CFR Part 661, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver.General waivers are listed in 49 CFR § 661.7. A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers,software or other such devices,which are used solely for the purpose of processing or storing data.This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 49 USC § 5323(j)(2)(C) and 49 CFR § 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. The Proposer must submit to Yakima Transit the appropriate Buy America Certification with all offers on FTA-funded contracts, except those subject to a general waiver. Proposals that are not accompanied by a properly completed Buy America certification are subject to the provisions of 49 CFR§ 661.13 and may be rejected as nonresponsive. Applicability to Contracts FTA's Buy America law and regulations apply to projects that involve the purchase of more than$150,000 of iron,steel, manufactured goods,or rolling stock to be delivered to the recipient to be used in an FTA assisted project. FTA cautions that its Buy America regulations are complex. Recipients can obtain detailed information on FTA's Buy America regulation at:The Federal Transit Administration's Buy America website: https://www.transit.dot.gov/buyamerica Flow Down The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors,who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. Model Clause/Language The Buy America regulation at 49 C.F.R.§661.13 requires notification of the Buy America requirements in a recipients' bid or request for proposal for FTA funded contracts. Recipients can draw on the following language for inclusion in their federally funded procurements. Note that recipients are responsible for including the correct Buy America certification based on what they are acquiring. Recipients should not include both the rolling stock and steel,iron,or manufactured products certificates in the documents unless acquiring both in the same procurement. Buy America The contractor agrees to comply with 49 U.S.C.5323(j)and 49 C.F.R.part 661,which provide that Federal funds may not be obligated unless all steel, iron,and manufactured products used in FTA funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver.General waivers are listed in 49 C.F.R.§661.7. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C)and 49 C.F.R. §661.11. The [bidder or offeror] must submit to City of Yakima the appropriate Buy America certification below with its[bid or offer]. Bids or offers that are not accompanied by a completed Buy America certification will be rejected as nonresponsive. In accordance with 49 C.F.R.§661.6,for the procurement of steel,iron or manufactured products,use the certifications below. Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1),and the applicable regulations in 49 C.F.R. part 661. Date:_16/12/2023 Signature: - Company: t'onnexionz Ltd Name: Kan Title: ( luef T:xecutive Officer Certificate of Non-Compliance with Buy America Requirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C.5323(j)(2),as amended,and the applicable regulations in 49 C.F.R.§661.7. Date: Signature: Company: Name: Title: A.5 CARGO PREFERENCE REQUIREMENTS 46 U.S.C.§55305 46 C.F.R.part 381 Applicability to Contracts The Cargo Preference Act of 1954 requirements applies to all contracts involving equipment,materials,or commodities that may be transported by ocean vessels. Flow Down The Cargo Preference requirements apply to all contracts involved with the transport of equipment,material,or commodities by ocean vessel. Model Clause/Language The Maritime Administration(MARAD) regulations at 46 C.F.R. §381.7 contain suggested contract clauses.Recipients can draw on the following language for inclusion in their federally funded procurements. Cargo Preference-Use of United States-Flag Vessels The contractor agrees: a.to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage(computed separately for dry bulk carriers,dry cargo liners,and tankers)involved,whenever shipping any equipment,material,or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b.to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States,a legible copy of a rated,"on-board"commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo,Office of Market Development, Maritime Administration,Washington,DC 20590 and to the FTA recipient(through the contractor in the case of a subcontractor's bill-of-lading.);and c.to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material,or commodities by ocean vessel. A.7 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 42 U.S.C. §§7401—7671q 33 U.S.C.§§1251-1387 2 C.F.R. part 200,Appendix II (G) Applicability to Contracts The Clean Air and Clean Water Act requirements apply to each contract and subcontract exceeding$150,000.Each contract and subcontract must contain a provision that requires the recipient to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C.7401-7671q)and the Federal Water Pollution Control Act as amended(33 U.S.C. 1251-1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Flow Down The Clean Air Act and Federal Water Pollution Control Act requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language Recipients can draw on the following language for inclusion in their federally funded procurements. The Contractor agrees: 1) It will not use any violating facilities; 2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA"List of Violating Facilities;" 3) It will report violations of use of prohibited facilities to FTA;and 4) It will comply with the inspection and other requirements of the Clean Air Act,as amended, (42 U.S.C. §§7401—7671q);and the Federal Water Pollution Control Act as amended,(33 U.S.C. §§ 1251-1387). A.8 CIVIL RIGHTS LAWS AND REGULATIONS Applicability to Contracts The following Federal Civil Rights laws and regulations apply to all contracts. 1. Federal Equal Employment Opportunity(EEO) Requirements.These include, but are not limited to: a. Nondiscrimination in Federal Public Transportation Programs.49 U.S.C. §5332,covering projects,programs,and activities financed under 49 U.S.C.Chapter 53, prohibits discrimination on the basis of race,color,religion, national origin, sex(including sexual orientation and gender identity),disability,or age,and prohibits discrimination in employment or business opportunity. b. Prohibition against Employment Discrimination.Title VII of the Civil Rights Act of 1964,as amended,42 U.S.C. §2000e, and Executive Order No. 11246, "Equal Employment Opportunity,"September 24, 1965,as amended, prohibit discrimination in employment on the basis of race,color, religion,sex,or national origin. 2. Nondiscrimination on the Basis of Sex.Title IX of the Education Amendments of 1972, as amended,20 U.S.C.§ 1681 et seq.and implementing Federal regulations, "Nondiscrimination on the Basis of Sex in Education Programs or Activities Receiving Federal Financial Assistance,"49 C.F.R.part 25 prohibit discrimination on the basis of sex. 3. Nondiscrimination on the Basis of Age.The"Age Discrimination Act of 1975,"as amended,42 U.S.C.§6101 et seq.,and Department of Health and Human Services implementing regulations,"Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,"45 C.F.R. part 90, prohibit discrimination by participants in federally assisted programs against individuals on the basis of age.The Age Discrimination in Employment Act(ADEA),29 U.S.C.§621 et seq.,and Equal Employment Opportunity Commission(EEOC)implementing regulations, "Age Discrimination in Employment Act,"29 C.F.R. part 1625,also prohibit employment discrimination against individuals age 40 and over on the basis of age. 4. Federal Protections for Individuals with Disabilities.The Americans with Disabilities Act of 1990,as amended (ADA),42 U.S.C.§ 12101 et seq.,prohibits discrimination against qualified individuals with disabilities in programs,activities,and services,and imposes specific requirements on public and private entities.Third party contractors must comply with their responsibilities under Titles I, II, III, IV,and V of the ADA in employment,public services, public accommodations,telecommunications,and other provisions,many of which are subject to regulations issued by other Federal agencies. Flow Down The Civil Rights requirements flow down to all third party contractors and their contracts at every tier. Model Clause/Language Every federally funded contract must include an Equal Opportunity clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Civil Rights and Equal Opportunity The AGENCY is an Equal Opportunity Employer.As such,the AGENCY agrees to comply with all applicable Federal civil rights laws and implementing regulations.Apart from inconsistent requirements imposed by Federal laws or regulations,the AGENCY agrees to comply with the requirements of 49 U.S.C. §5323(h)(3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. Under this Agreement,the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. 1. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C.§5332,the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race,color, religion,national origin,sex,disability,or age.In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2.Race,Color,Religion,National Origin,Sex. In accordance with Title VII of the Civil Rights Act,as amended,42 U.S.C.§2000e et seq.,and Federal transit laws at 49 U.S.C.§5332,the Contractor 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.chapter 60,and Executive Order No. 11246,"Equal Employment Opportunity in Federal Employment,"September 24, 1965,42 U.S.C.§2000e note,as amended by any later Executive Order that amends or supersedes it,referenced in 42 U.S.C.§2000e note.The Contractor agrees to take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race,color,religion,national origin,or sex(including sexual orientation and gender identity).Such action shall include, but not be limited to,the following: employment,promotion,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 Contractor agrees to comply with any implementing requirements FTA may issue. 3.Age.In accordance with the Age Discrimination in Employment Act,29 U.S.C.§§621-634,U.S.Equal Employment Opportunity Commission(U.S. EEOC) regulations,"Age Discrimination in Employment Act,"29 C.F.R.part 1625,the Age Discrimination Act of 1975,as amended,42 U.S.C.§6101 et seq., U.S. Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,"45 C.F.R. part 90,and Federal transit law at 49 U.S.C.§5332,the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition,the Contractor agrees to comply with any implementing requirements FTA may issue. 4. Disabilities.In accordance with section 504 of the Rehabilitation Act of 1973,as amended,29 U.S.C.§794,the Americans with Disabilities Act of 1990,as amended,42 U.S.C. §12101 et seq.,the Architectural Barriers Act of 1968,as amended,42 U.S.C.§4151 et seq.,and Federal transit law at 49 U.S.C. §5332,the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition,the Contractor agrees to comply with any implementing requirements FTA may issue. A.9 DISADVANTAGED BUSINESS ENTERPRISE(DBE) 49 C.F.R. part 26 Background and Applicability The Disadvantaged Business Enterprise(DBE) program applies to FTA recipients receiving planning,capital and/or operating assistance that will award prime contracts(excluding transit vehicle purchases)exceeding$250,000 in FTA funds in a Federal fiscal year.All FTA recipients above this threshold must submit a DBE program and overall triennial goal for DBE participation.The overall goal reflects the anticipated amount of DBE participation on DOT-assisted contracts.As part of its DBE program, FTA recipients must require that each transit vehicle manufacturer(NM),as a condition of being authorized to bid or propose on FTA assisted transit vehicle procurements,certify that it has complied with the requirements of 49 C.F.R. §26.49.Only those transit vehicle manufacturers listed on FTA's certified list of Transit Vehicle Manufacturers,or that have submitted a goal methodology to FTA that has been approved or has not been disapproved at the time of solicitation,are eligible to bid. FTA recipients must meet the maximum feasible portion of their overall goal using race-neutral methods.Where appropriate, however, recipients are responsible for establishing DBE contract goals on individual DOT-assisted contracts. FTA recipients may use contract goals only on those DOT-assisted contracts that have subcontracting responsibilities.See 49 C.F.R. §26.51(e). Furthermore, while FTA recipients are not required to set a contract goal on every DOT-assisted contract,they are responsible for achieving their overall program goals by administering their DBE program in good faith. FTA recipients and third party contractors can obtain information about the DBE program at the following website locations: Federal Transit Administration website Disadvantaged Business Enterprise page click here: https://www.transit.dot.gov/dbe Department of Transportation website Disadvantaged Business Enterprise Program click here: https://www.transportation.gov/civi I-rights/d isadvantaged-busi Hess-enterprise Flow Down The DBE contracting requirements flow down to all third party contractors and their contracts at every tier. It is the recipient's and prime contractor's responsibility to ensure the DBE requirements are applied across the board to all subrecipients/contractors/subcontractors.Should a subcontractor fail to comply with the DBE regulations, FTA would look to the recipient to make sure it intervenes to monitor compliance.The onus for compliance is on the recipient. Clause Language For all DOT-assisted contracts,each FTA recipient must include assurances that third party contractors will comply with the DBE program requirements of 49 C.F.R. part 26,when applicable.The following contract clause is required in all DOT-assisted prime and subcontracts: The contractor,subrecipient or subcontractor shall not discriminate on the basis of race,color, national origin,or sex in the performance of this contract.The contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract,which may result in the termination of this contract or such other remedy as the recipient deems appropriate,which may include,but is not limited to: 1. Withholding monthly progress payments; 2. Assessing sanctions; 3. Liquidated damages;and/or 4. Disqualifying the contractor from future bidding as non-responsible.49 C.F.R.§26.13(b). Further, recipients must establish a contract clause to require prime contractors to pay subcontractors for satisfactory performance of their contracts no later than 30 days from receipt of each payment the recipient makes to the prime contractor.49 C.F.R.§ 26.29(a). Finally,for contracts with defined DBE contract goals,each FTA recipient must include in each prime contract a provision stating that the contractor shall utilize the specific DBEs listed unless the contractor obtains the recipient's written consent;and that, unless the recipient's consent is provided,the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE.49 C.F.R.§26.53(f)(1). As an additional resource, recipients can draw on the following language for inclusion in their federally funded procurements. Overview It is the policy of the AGENCY and the United States Department of Transportation("DOT")that Disadvantaged Business Enterprises ("DBE's"),as defined herein and in the Federal regulations published at 49 C.F.R. part 26,shall have an equal opportunity to participate in DOT-assisted contracts. It is also the policy of the AGENCY to: 1. Ensure nondiscrimination in the award and administration of DOT-assisted contracts; 2.Create a level playing field on which DBE's can compete fairly for DOT-assisted contracts; 3. Ensure that the DBE program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE's; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6.To promote the use of DBEs in all types of federally assisted contracts and procurement activities;and 7.Assist in the development of firms that can compete successfully in the marketplace outside the DBE program. This Contract is subject to 49 C.F.R.part 26.Therefore,the Contractor must satisfy the requirements for DBE participation as set forth herein.These requirements are in addition to all other equal opportunity employment requirements of this Contract.The AGENCY shall make all determinations with regard to whether or not a Bidder/Offeror is in compliance with the requirements stated herein. In assessing compliance,the AGENCY may consider during its review of the Bidder/Offeror's submission package,the Bidder/Offeror's documented history of non-compliance with DBE requirements on previous contracts with the AGENCY. Contract Assurance The Contractor,subrecipient or subcontractor shall not discriminate on the basis of race,color, national origin,or sex in the performance of this Contract.The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract,which may result in the termination of this Contract or such other remedy as the AGENCY deems appropriate. DBE Participation For the purpose of this Contract,the AGENCY will accept only DBE's who are: 1.Certified,at the time of bid opening or proposal evaluation,by the[certifying agency or the Unified Certification Program (UCP)];or 2.An out-of-state firm who has been certified by either a local government,state government or Federal government entity authorized to certify DBE status or an agency whose DBE certification process has received FTA approval;or 3.Certified by another agency approved by the AGENCY. DBE Participation Goal The DBE participation goal for this Contract is set at 0%.This goal represents those elements of work under this Contract performed by qualified Disadvantaged Business Enterprises for amounts totaling not less than 0%of the total Contract price. Failure to meet the stated goal at the time of proposal submission may render the Bidder/Offeror non-responsive. Proposed Submission Each Bidder/Offeror,as part of its submission,shall supply the following information: 1.A completed DBE Utilization Form(see below)that indicates the percentage and dollar value of the total bid/contract amount to be supplied by Disadvantaged Business Enterprises under this Contract. 2.A list of those qualified DBE's with whom the Bidder/Offeror intends to contract for the performance of portions of the work under the Contract,the agreed price to be paid to each DBE for work,the Contract items or parts to be performed by each DBE,a proposed timetable for the performance or delivery of the Contract item,and other information as required by the DBE Participation Schedule(see below). No work shall be included in the Schedule that the Bidder/Offeror has reason to believe the listed DBE will subcontract,at any tier,to other than another DBE. If awarded the Contract,the Bidder/Offeror may not deviate from the DBE Participation Schedule submitted in response to the bid.Any subsequent changes and/or substitutions of DBE firms will require review and written approval by the AGENCY. 3.An original DBE Letter of Intent(see below)from each DBE listed in the DBE Participation Schedule. 4.An original DBE Affidavit(see below)from each DBE stating that there has not been any change in its status since the date of its last certification. Good Faith Efforts If the Bidder/Offeror is unable to meet the goal set forth above(DBE Participation Goal),the AGENCY will consider the Bidder/Offeror's documented good faith efforts to meet the goal in determining responsiveness.The types of actions that the AGENCY will consider as part of the Bidder/Offeror's good faith efforts include,but are not limited to,the following: 1. Documented communication with the AGENCY's DBE Coordinator(questions of IFB or RFP requirements,subcontracting opportunities,appropriate certification,will be addressed in a timely fashion); 2. Pre-bid meeting attendance.At the pre-bid meeting,the AGENCY generally informs potential Bidder/Offeror's of DBE subcontracting opportunities; 3.The Bidder/Offeror's own solicitations to obtain DBE involvement in general circulation media,trade association publication,minority-focus media and other reasonable and available means within sufficient time to allow DBEs to respond to the solicitation; 4.Written notification to DBE's encouraging participation in the proposed Contract;and 5. Efforts made to identify specific portions of the work that might be performed by DBE's. The Bidder/Offeror shall provide the following details,at a minimum,of the specific efforts it made to negotiate in good faith with DBE's for elements of the Contract: 1.The names,addresses,and telephone numbers of DBE's that were contacted; 2.A description of the information provided to targeted DBE's regarding the specifications and bid proposals for portions of the work; 3. Efforts made to assist DBE's contacted in obtaining bonding or insurance required by the Bidder or the Authority. Further,the documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted when a non-DBE subcontractor was selected over a DBE for work on the contract.49 C.F.R.§26.53(b)(2)(VI). In determining whether a Bidder has made good faith efforts,the Authority may take into account the performance of other Bidders in meeting the Contract goals. For example,if the apparent successful Bidder failed to meet the goal,but meets or exceeds the average DBE participation obtained by other Bidders,the Authority may view this as evidence of the Bidder having made good faith efforts. Administrative Reconsideration Within five(5)business days of being informed by the AGENCY that it is not responsive or responsible because it has not documented sufficient good faith efforts,the Bidder/Offeror may request administrative reconsideration.The Bidder should make this request in writing to the AGENCY's [Contact Name].The[Contact Name]will forward the Bidder/Offeror's request to a reconsideration official who will not have played any role in the original determination that the Bidder/Offeror did not document sufficient good faith efforts. As part of this reconsideration,the Bidder/Offeror will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so.The Bidder/Offeror will have the opportunity to meet in person with the assigned reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do so.The AGENCY will send the Bidder/Offeror a written decision on its reconsideration,explaining the basis for finding that the Bidder/Offeror did or did not meet the goal or make adequate good faith efforts to do so.The result of the reconsideration process is not administratively appealable to the Department of Transportation. Termination of DBE Subcontractor The Contractor shall not terminate the DBE subcontractor(s)listed in the DBE Participation Schedule(see below)without the AGENCY's prior written consent.The AGENCY may provide such written consent only if the Contractor has good cause to terminate the DBE firm. Before transmitting a request to terminate,the Contractor shall give notice in writing to the DBE subcontractor of its intent to terminate and the reason for the request.The Contractor shall give the DBE five days to respond to the notice and advise of the reasons why it objects to the proposed termination.When a DBE subcontractor is terminated or fails to complete its work on the Contract for any reason,the Contractor shall make good faith efforts to find another DBE subcontractor to substitute for the original DBE and immediately notify the AGENCY in writing of its efforts to replace the original DBE.These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the Contract as the DBE that was terminated,to the extent needed to meet the Contract goal established for this procurement. Failure to comply with these requirements will be in accordance with Section 8 below(Sanctions for Violations). Continued Compliance The AGENCY shall monitor the Contractor's DBE compliance during the life of the Contract. In the event this procurement exceeds ninety(90)days,it will be the responsibility of the Contractor to submit quarterly written reports to the AGENCY that summarize the total DBE value for this Contract.These reports shall provide the following details: • DBE utilization established for the Contract; •Total value of expenditures with DBE firms for the quarter; •The value of expenditures with each DBE firm for the quarter by race and gender; •Total value of expenditures with DBE firms from inception of the Contract;and •The value of expenditures with each DBE firm from the inception of the Contract by race and gender. Reports and other correspondence must be submitted to the DBE Coordinator with copies provided to the Buyer in charge of this Contract and the Transit Assistant Manager. Reports shall continue to be submitted quarterly until final payment is issued or until DBE participation is completed. The successful Bidder/Offeror shall permit: •The AGENCY to have access to necessary records to examine information as the AGENCY deems appropriate for the purpose of investigating and determining compliance with this provision, including, but not limited to, records of expenditures, invoices,and contract between the successful Bidder/Offeror and other DBE parties entered into during the life of the Contract. •The authorized representative(s)of the AGENCY,the U.S. Department of Transportation,the Comptroller General of the United States,to inspect and audit all data and record of the Contractor relating to its performance under the Disadvantaged Business Enterprise Participation provision of this Contract. •All data/record(s)pertaining to DBE shall be maintained as stated in Contract Section 7. Inspection, Production and Retention of Records,Section 32. Inspection: Examination of Records,and in Section 33. Recordkeeping and Record Retention. Sanctions for Violations If at any time the AGENCY has reason to believe that the Contractor is in violation of its obligations under this Agreement or has otherwise failed to comply with terms of this Section,the AGENCY may, in addition to pursuing any other available legal remedy, commence proceedings,which may include but are not limited to,the following: •Suspension of any payment or part due the Contractor until such time as the issues concerning the Contractor's compliance are resolved;and •Termination or cancellation of the Contract, in whole or in part, unless the successful Contractor is able to demonstrate within a reasonable time that it is in compliance with the DBE terms stated herein. DBE UTILIZATION FORM The undersigned Bidder/Offeror has satisfied the requirements of the solicitation in the following manner(please check the appropriate space): 1 The Bidder/Offer is committed to a minimum of 0%DBE utilization on this contract. The Bidder/Offeror(if unable to meet the DBE goal of%) is committed to a minimum of 0%DBE utilization on this contract and submits documentation demonstrating good faith efforts. DBE PARTICIPATION SCHEDULE The Bidder/Offeror shall complete the following information for all DBE's participating in the contract that comprises the DBE Utilization percent stated in the DBE Utilization Form.The Bidder/Offeror shall also furnish the name and telephone number of the appropriate contact person should the Authority have any questions in relation to the information furnished herein. DBE IDENTIFICATION AND INFORMATION FORM (Not Applicable) Contact Participation Description Name and Race and Name and Percent(Of Total Of Work To Be Address Gender of Firm) Telephone Number Contract Value) Performed A.10 EMPLOYEE PROTECTIONS 49 U.S.C. §5333(a) 40 U.S.C.§§3141—3148 29 C.F.R.part 5 18 U.S.C.§874 29 C.F.R. part 3 40 U.S.C.§§3701-3708 29 C.F.R.part 1926 Applicability to Contracts Certain employee protections apply to all FTA funded contracts with particular emphasis on construction related projects.The recipient will ensure that each third party contractor complies with all federal laws, regulations,and requirements,including: 1. Prevailing Wage Requirements(Deleted-Prevailing Wage does not apply to this contract) 2."Anti-Kickback" Prohibitions a.Section 1 of the Copeland "Anti-Kickback"Act,as amended, 18 U.S.C.§874; b.Section 2 of the Copeland"Anti-Kickback"Act,as amended,40 U.S.C. §3145;and c. U.S. DOL regulations,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States,"29 C.F.R.part 3. 3.Contract Work Hours and Safety Standards a.Contract Work Hours and Safety Standards Act,as amended,40 U.S.C. §§3701-3708;and supplemented by Department of Labor(DOL) regulations,29 C.F.R. part 5;and 4. U.S.DOL regulations, "Safety and Health Regulations for Construction,"29 C.F.R. part 1926. Flow Down These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.The Davis-Bacon Act and the Copeland "Anti-Kickback"Act apply to all prime construction,alteration or repair contracts in excess of$2,000.The Contract Work Hours and Safety Standards Act apply to all FTA funded contracts in excess of$100,000 that involve the employment of mechanics or laborers. Model Clause/Language The recipient must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. In addition, recipients can draw on the following language for inclusion in their federally funded procurements. Prevailing Wage and Anti-Kickback(Deleted-Prevailing Wage does not apply to this contract) Contract Work Hours and Safety Standards For all contracts in excess of$100,000 that involve the employment of mechanics or laborers,the Contractor shall comply with the Contract Work Hours and Safety Standards Act(40 U.S.C. §§3701-3708),as supplemented by the DOL regulations at 29 C.F.R.part 5. Under 40 U.S.C.§3702 of the Act,the Contractor shall compute the wages of every mechanic and laborer,including watchmen and guards,on the basis of a standard work week of 40 hours.Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 U.S.C.§3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market,or to contracts for transportation or transmission of intelligence. In the event of any violation of the clause set forth herein,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,the Contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory),for liquidated damages.Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen and guards, employed in violation of this clause in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by this clause. The FTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor,or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime Contractor,such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this agreement. Contract Work Hours and Safety Standards for Awards Not Involving Construction The Contractor shall comply with all federal laws, regulations,and requirements providing wage and hour protections for non- construction employees, in accordance with 40 U.S.C.§3702,Contract Work Hours and Safety Standards Act,and other relevant parts of that Act,40 U.S.C.§3701 et seq.,and U.S. DOL regulations, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),"29 C.F.R.part 5. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three(3)years from the completion of the contract for all laborers and mechanics, including guards and watchmen,working on the contract.Such records shall contain the name and address of each such employee,social security number,correct classifications, hourly rates of wages paid,daily and weekly number of hours worked,deductions made,and actual wages paid. Such records maintained under this paragraph shall be made available by the Contractor for inspection,copying,or transcription by authorized representatives of the FTA and the Department of Labor,and the Contractor will permit such representatives to interview employees during working hours on the job. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. A.11 ENERGY CONSERVATION 42 U.S.C.6321 et seq. 49 C.F.R. part 622,subpart C Applicability to Contracts The Energy Policy and Conservation requirements are applicable to all contracts.The Recipient agrees to,and assures that its subrecipients, if any,will comply with the mandatory energy standards and policies of its state energy conservation plans under the Energy Policy and Conservation Act,as amended,42 U.S.C.§6201 et seq.,and perform an energy assessment for any building constructed,reconstructed,or modified with federal assistance as required under FTA regulations,"Requirements for Energy Assessments,"49 C.F.R. part 622,subpart C. Flow Down These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language No specific clause is recommended in the regulations because the Energy Conservation requirements are so dependent on the state energy conservation plan. Recipients can draw on the following language for inclusion in their federally funded procurements. Energy Conservation The contractor 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. A.12 FLY AMERICA 49 U.S.C. §40118 41 C.F.R. part 301-10 48 C.F.R.part 47.4 Applicability to Contracts The Fly America requirements apply to the transportation of persons or property, by air, between a place in the U.S.and a place outside the U.S.,or between places outside the U.S.,when the FTA will participate in the costs of such air transportation. Transportation on a foreign air carrier is permissible when provided by a foreign air carrier under a code share agreement when the ticket identifies the U.S.air carrier's designator code and flight number.Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air transportation agreement to which the U.S.Government and a foreign government are parties and which the U.S.DOT has determined meets the requirements of the Fly America Act. Flow Down Requirements The Fly America requirements flow down from FTA recipients and subrecipients to first tier contractors who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. Model Clause/Language The relevant statutes and regulations do not require any specific clause or language that recipients use in their third party contracts. A sample clause is provided for Federal contracts at 48 C.F.R.52.247-63. Recipients can draw on the following language for inclusion in their federally funded procurements. FTA proposes the following language, modified from the Federal clause. Fly America Requirements a)Definitions. As used in this clause-- "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. "United States" means the 50 States,the District of Columbia,and outlying areas. "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C.Chapter 411. b)When Federal funds are used to fund travel,Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974(49 U.S.C.40118)(Fly America Act)requires contractors,recipients,and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel(and their personal effects)or property,to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation,to disallow expenditures from funds,appropriated or otherwise established for the account of the United States,for international air transportation secured aboard a foreign- flag air carrier if a U.S.-flag air carrier is available to provide such services. c) If available,the Contractor, in performing work under this contract,shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects)or property. d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation,the Contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons(and their personal effects)or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons.See FAR§47.403.[State reasons]: (End of statement) e)The Contractor shall include the substance of this clause,including this paragraph(e),in each subcontract or purchase under this contract that may involve international air transportation. (End of Clause) A.13 GOVERNMENT-WIDE DEBARMENT AND SUSPENSION 2 C.F.R. part 180 2 C.F.R part 1200 2 C.F.R. §200.213 2 C.F.R. part 200 Appendix II (I) Executive Order 12549 Executive Order 12689 Background and Applicability A contract award(of any tier)in an amount expected to equal or exceed$25,000 or a contract award at any tier for a federally required audit(irrespective of the contract amount) must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM),in accordance with the OMB guidelines at 2 C.F.R. part 180.The Excluded Parties List System in SAM contains the names of parties debarred,suspended,or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Recipients,contractors,and subcontractors(at any level)that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates)with which they propose to contract or subcontract is not excluded or disqualified.This is done by: (a)checking the SAM exclusions; (b)collecting a certification from that person;or(c)adding a clause or condition to the contract or subcontract. Flow Down Recipients,contractors,and subcontractors who enter into covered transactions with a participant at the next lower level, must require that participant to: (a)comply with subpart C of 2 C.F.R.part 180,as supplemented by 2 C.F.R. part 1200;and (b)pass the requirement to comply with subpart C of 2 C.F.R. part 180 to each person with whom the participant enters into a covered transaction at the next lower tier. Model Clause/Language There is no required language for the Debarment and Suspension clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Debarment,Suspension,Ineligibility and Voluntary Exclusion The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment,"2 C.F.R. part 1200,which adopts and supplements the U.S.Office of Management and Budget(U.S.OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180.These provisions apply to each contract at any tier of$25,000 or more,and to each contract at any tier for a federally required audit(irrespective of the contract amount),and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount.As such,the Contractor shall verify that its principals,affiliates,and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b)Suspended from participation in any federally assisted Award; c)Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e)Voluntarily excluded from participation in any federally assisted Award;or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification,in addition to remedies available to the AGENCY,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment.The bidder or proposer agrees to comply with the requirements of 2 C.F.R.part 180,subpart C,as supplemented by 2 C.F.R. part 1200,while this offer is valid and throughout the period of any contract that may arise from this offer.The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. A.14 LOBBYING RESTRICTIONS 31 U.S.C. § 1352 2 C.F.R.§200.450 2 C.F.R. part 200 appendix II (J) 49 C.F.R. part 20 Applicability to Contracts The lobbying requirements apply to all contracts and subcontracts of$100,000 or more at any tier under a Federal grant. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this agreement,the payor must complete and submit the Standard Form-LLL,"Disclosure Form to Report Lobbying," in accordance with its instructions. Flow Down The lobbying requirements mandate the maximum flow down pursuant to Byrd Anti-Lobbying Amendment,31 U.S.C. § 1352(b)(5). Model Clause/Language 49 C.F.R. part 20,Appendices A and B provide specific language for inclusion in FTA funded third party contracts as follows: Lobbying Restrictions 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 influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying," in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers(including subcontracts,sub-grants,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 section 1352,title 31, U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. Signature of Contractor's Authorized Official "hone Kan (Met Executive OfficerName and Title of Contractor's Authorized Official 16/12/2023 Date A.15 NO GOVERNMENT OBLIGATION TO THIRD PARTIES Applicability to Contracts The No Obligation clause applies to all third party contracts that are federally funded. Flow Down The No Obligation clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language There is no required language for the No Obligations clause. Recipients can draw on the following language for inclusion in their federally funded procurements. No Federal Government Obligation to Third Parties. The Recipient and Contractor 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 this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party(whether or not a party to that contract)pertaining to any matter resulting from the underlying Contract.The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified,except to identify the subcontractor who will be subject to its provisions. A.18 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 49 U.S.C.§5323(1)(1) 31 U.S.C.§§3801-3812 18 U.S.C.§ 1001 49 C.F.R. part 31 Applicability to Contracts The Program Fraud clause applies to all third party contracts that are federally funded. Flow Down The Program Fraud clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.These requirements flow down to contractors and subcontractors who make,present,or submit covered claims and statements. Model Clause/Language There is no required language for the Program Fraud clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor 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 Contractor 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 this contract work is being performed. In addition to other penalties that may be applicable,the Contractor 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 Contractor to the extent the Federal Government deems appropriate. The Contractor 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.chapter 53,the Government reserves the right to impose the penalties of 18 U.S.C.§1001 and 49 U.S.C.§5323(1)on the Contractor,to the extent the Federal Government deems appropriate. The Contractor 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. A.20 RECYCLED PRODUCTS 42 U.S.C. §6962 40 C.F.R. part 247 2 C.F.R. part§200.322 Applicability to Contracts The Resource Conservation and Recovery Act,as amended,(42 U.S.C. §6962 et seq.),requires States and local governmental authorities to provide a competitive preference to products and services that conserve natural resources, protect the environment, and are energy efficient. Recipients are required to procure only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded$10,000. Flow Down These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier where the value of an EPA designated item exceeds$10,000. Model Clause/Language There is no required language for preference for recycled products. Recipients can draw on the following language for inclusion in their federally funded procurements. Recovered Materials The Contractor agrees to provide a preference for those products and services that conserve natural resources,protect the environment,and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act,as amended,42 U.S.C.§6962,and U.S. Environmental Protection Agency(U.S. EPA),"Comprehensive Procurement Guideline for Products Containing Recovered Materials,"40 C.F.R. part 247. A.21 SAFE OPERATION OF MOTOR VEHICLES 23 U.S.C. part 402 Executive Order No. 13043 Executive Order No. 13513 U.S. DOT Order No.3902.10 Applicability to Contracts The Safe Operation of Motor Vehicles requirements apply to all federally funded third party contracts. In compliance with Federal Executive Order No. 13043,"Increasing Seat Belt Use in the United States,"April 16, 1997,23 U.S.C.Section 402 note, FTA encourages each third party contractor to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company owned, rented,or personally operated vehicles,and to include this provision in each third party subcontract involving the project.Additionally,recipients are required by FTA to include a Distracted Driving clause that addresses distracted driving, including text messaging in each of its third party agreements supported with Federal assistance. Flow Down Requirements The Safe Operation of Motor Vehicles requirements flow down to all third party contractors at every tier. Model Clause/Language There is no required language for the Safe Operation of Motor Vehicles clause. Recipients can draw on the following language for inclusion in their federally funded procurements. Safe Operation of Motor Vehicles Seat Belt Use The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles,company-rented vehicles,or personally operated vehicles.The terms"company- owned"and"company-leased" refer to vehicles owned or leased either by the Contractor or AGENCY. Distracted Driving The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer,and driving a vehicle the driver owns or rents,a vehicle Contactor owns, leases,or rents,or a privately-owned vehicle when on official business in connection with the work performed under this agreement. A.25 TERMINATION 2 C.F.R. §200.339 2 C.F.R.part 200,Appendix II (B) Applicability to Contracts All contracts in excess of$10,000 must address termination for cause and for convenience,including the manner by which it will be effected and the basis for settlement. Flow Down For all contracts in excess of$10,000,the Termination clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. Model Clause/Language There is no required language for the Terminations clause. Recipients can draw on the following language for inclusion in their federally funded procurements.The following contract language shall apply: Termination for Convenience(General Provision) The AGENCY may terminate this contract,in whole or in part,at any time by written notice to the Contractor when it is in the AGENCY's best interest.The Contractor shall be paid its costs, including contract close-out costs,and profit on work performed up to the time of termination.The Contractor shall promptly submit its termination claim to AGENCY to be paid the Contractor. If the Contractor has any property in its possession belonging to AGENCY,the Contractor will account for the same,and dispose of it in the manner AGENCY directs. Termination for Default[Breach or Cause](General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule,or if the contract is for services,the Contractor fails to perform in the manner called for in the contract,or if the Contractor fails to comply with any other provisions of the contract,the AGENCY may terminate this contract for default.Termination shall be effected by serving a Notice of Termination on the Contractor setting forth the manner in which the Contractor is in default.The Contractor will be paid only the contract price for supplies delivered and accepted,or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the AGENCY that the Contractor had an excusable reason for not performing,such as a strike,fire,or flood,events which are not the fault of or are beyond the control of the Contractor,the AGENCY,after setting up a new delivery of performance schedule, may allow the Contractor to continue work,or treat the termination as a Termination for Convenience. Opportunity to Cure(General Provision) The AGENCY,in its sole discretion may,in the case of a termination for breach or default, allow the Contractor thirty(30)days in which to cure the defect. In such case,the Notice of Termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to AGENCY's satisfaction the breach or default of any of the terms,covenants,or conditions of this Contract within [10 days]after receipt by Contractor of written notice from AGENCY setting forth the nature of said breach or default,AGENCY shall have the right to terminate the contract without any further obligation to Contractor.Any such termination for default shall not in any way operate to preclude AGENCY from also pursuing all available remedies against Contractor and its sureties for said breach or default. Waiver of Remedies for any Breach In the event that AGENCY elects to waive its remedies for any breach by Contractor of any covenant,term or condition of this contract,such waiver by AGENCY shall not limit AGENCY's remedies for any succeeding breach of that or of any other covenant, term,or condition of this contract. Termination for Default(Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension,or if the Contractor fails to comply with any other provisions of this contract,the AGENCY may terminate this contract for default.The AGENCY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default.The Contractor will only be paid the contract price for supplies delivered and accepted,or services performed in accordance with the manner or performance set forth in this contract. If,after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default,the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the AGENCY. A.26 VIOLATION AND BREACH OF CONTRACT 2 C.F.R. §200.326 2 C.F.R.part 200,Appendix II(A) Applicability to Contracts All contracts in excess of the Simplified Acquisition Threshold (currently set at$150,000)shall contain administrative,contractual,or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. Flow Down The Violations and Breach of Contracts clause flow down to all third party contractors and their contracts at every tier. Model Clauses/Language FTA does not prescribe the form or content of such provisions.The provisions developed will depend on the circumstances and the type of contract. Recipients should consult legal counsel in developing appropriate clauses.The following clauses are examples of provisions from various FTA third party contracts. Recipients can draw on these examples for inclusion in their federally funded procurements. Rights and Remedies of the AGENCY The AGENCY shall have the following rights in the event that the AGENCY deems the Contractor guilty of a breach of any term under the Contract. 1.The right to take over and complete the work or any part thereof as agency for and at the expense of the Contractor, either directly or through other contractors; 2.The right to cancel this Contract as to any or all of the work yet to be performed; 3.The right to specific performance,an injunction or any other appropriate equitable remedy;and 4.The right to money damages. Rights and Remedies of Contractor Inasmuch as the Contractor can be adequately compensated by money damages for any breach of this Contract,which may be committed by the AGENCY,the Contractor expressly agrees that no default,act or omission of the AGENCY shall constitute a material breach of this Contract,entitling Contractor to cancel or rescind the Contract(unless the AGENCY directs Contractor to do so)or to suspend or abandon performance. Remedies Substantial failure of the Contractor to complete the Project in accordance with the terms of this Agreement will be a default of this Agreement. In the event of a default,the AGENCY will have all remedies in law and equity, including the right to specific performance,without further assistance,and the rights to termination or suspension as provided herein.The Contractor recognizes that in the event of a breach of this Agreement by the Contractor before the AGENCY takes action contemplated herein,the AGENCY will provide the Contractor with sixty(60)days written notice that the AGENCY considers that such a breach has occurred and will provide the Contractor a reasonable period of time to respond and to take necessary corrective action. Disputes • Agreement:The wording in the Agreement,item#33,page 8, has been changed to the following"The Contractor will retain all documents applicable to the contract for a period of not less than six(6)years after final payment is made."The AGENCY and the Contractor intend to resolve all disputes under this Agreement to the best of their abilities in an informal manner.To accomplish this end,the parties will use an Alternative Dispute Resolution process to resolve disputes in a manner designed to avoid litigation. In general,the parties contemplate that the Alternative Dispute Resolution process will include, at a minimum,an attempt to resolve disputes through communications between their staffs,and, if resolution is not reached at that level,a procedure for review and action on such disputes by appropriate management level officials within the AGENCY and the Contractor's organization. In the event that a resolution of the dispute is not mutually agreed upon,the parties can agree to mediate the dispute or proceed with litigation. Notwithstanding any provision of this section,or any other provision of this Contract, it is expressly agreed and understood that any court proceeding arising out of a dispute under the Contract shall be heard by a Court de novo and the court shall not be limited in such proceeding to the issue of whether the Authority acted in an arbitrary,capricious or grossly erroneous manner. Pending final settlement of any dispute,the parties shall proceed diligently with the performance of the Contract,and in accordance with the AGENCY's direction or decisions made thereof. Performance during Dispute Unless otherwise directed by AGENCY,Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of its employees,agents or others for whose acts it is legally liable,a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury or damage. Remedies Unless this Contract provides otherwise,all claims,counterclaims,disputes and other matters in question between the AGENCY and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree,or in a court of competent jurisdiction within the State in which the AGENCY is located. Rights and Remedies The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties,obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the AGENCY or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder,except as may be specifically agreed in writing. 2 CFR 200 PROCUREMENT STANDARDS (Adapted for City of Yakima use when utilizing Federal Funds to comply with 200.318 through 200.326) When spending Federal Funding, the City complies with and has a separate policy for "Uniform Administrative Requirement, Cost Principals, and Audit Requirements for Federal Awards", published in Title 2 of the Code of Federal Regulations, (2 CFR 200), specifically 2 CFR 200.318 through 200.326 200.318 General procurement standards. 200.319 Competition. 200.320 Methods of procurement to be followed. 200.321 Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms. 200.322 Procurement of recovered materials. 200.323 Contract cost and price. 200.324 Federal awarding agency or pass-through entity review. 200.325 Bonding requirements. 200.326 Contract provisions. 1. General procurement standards. (Adapted from §200.318) A. Conform to Federal Law: The City uses its own documented procurement procedures which reflect applicable State, local, laws and regulations, providing for procurements that conform to applicable Federal law and the standards identified in these Procurement Standards. B. Oversight: City Attorney shall maintain oversight when procuring Equipment, Materials, Services and Limited Public Works, to ensure that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. C. Conflict of Interest: City maintains written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts in the City. In addition, no employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the City may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. D. Organizational Conflicts of Interest: If the City has a parent, affiliate, or subsidiary organization that is not a state, local government, or Indian tribe, the City maintains written standards of conduct covering organizational conflicts of interest. Organizational conflicts of interest means that because of relationships with a parent company, affiliate, or subsidiary organization, the City entity is unable or appears to be unable to be impartial in conducting a procurement action involving a related organization. E. Most Economical Approach: The City must avoid acquisition of unnecessary or duplicative items. Consideration should be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. F. Intergovernmental Procurements: To foster greater economy and efficiency, and in accordance with efforts to promote cost-effective use of shared services across the Federal Government, the City is encouraged to enter into state and local intergovernmental agreements or inter-entity agreements where appropriate for procurement or use of common or shared goods and services. G. Federal Surplus: The City is encouraged to use Federal excess and surplus property in lieu of purchasing new equipment and property whenever such use is feasible and reduces project costs. H. Value Engineering: The City is encouraged to use value engineering clauses in contracts for construction projects of sufficient size to offer reasonable opportunities for cost reductions.Value engineering is a systematic and creative analysis of each contract item or task to ensure that its essential function is provided at the overall lower cost. I. Responsible Contractor: The City must award contracts only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. See also§200.213 Suspension and debarment. J. Records: The City must maintain records sufficient to detail the history of procurement. These records will include, but are not necessarily limited to, the following: rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. K. Time and Materials Contracts: The City entity may use a time and materials type contract only after a determination that no other contract is suitable and if the contract includes a ceiling price that the contractor exceeds at its own risk. Time and materials type contract means a contract whose cost to a City is the sum of: i. The actual cost of materials; and ii. Direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit. L. Ceiling Price: Since this formula generates an open-ended contract price, a time-and-materials contract provides no positive profit incentive to the contractor for cost control or labor efficiency.Therefore,each contract must set a ceiling price that the contractor exceeds at its own risk. Further,the City awarding such a contract must assert a high degree of oversight in order to obtain reasonable assurance that the contractor is using efficient methods and effective cost controls. M. Issues: The City alone must be responsible, in accordance with good administrative practice and sound business judgment, for the settlement of all contractual and administrative issues arising out of procurements. These issues include, but are not limited to, source evaluation, protests, disputes, and claims. These standards do not relieve the City of any contractual responsibilities under its contracts. The Federal awarding agency will not substitute its judgment for that of the City unless the matter is primarily a Federal concern. Violations of law will be referred to the local, state, or Federal authority having proper jurisdiction. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014; 80 FR 43309, July 22, 2015] 2. Competition. (Adapted from §200.319) A. Full and Open Competition: All procurement transactions must be conducted in a manner providing full and open competition consistent with the standards of this section. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, or invitations for bids or requests for proposals must be excluded from competing for such procurements. Some of the situations considered to be restrictive of competition include but are not limited to: B. Unreasonable Requirements: Placing unreasonable requirements on firms in order for them to qualify to do business; C. Unnecessary Experience and Bonding: Requiring unnecessary experience and excessive bonding; D. Noncompetitive Pricing: Noncompetitive pricing practices between firms or between affiliated companies; E. Noncompetitive Contracts: Noncompetitive contracts to consultants that are on retainer contracts; F. Organizational conflicts of interest: G. Brand Name: Specifying only a "brand name" product instead of allowing "an equal" product to be offered and describing the performance or other relevant requirements of the procurement; and H. Arbitrary Actions: Any arbitrary action in the procurement process. I. Geographical Preferences: The City will conduct procurements in a manner that prohibits the use of statutorily or administratively imposed state, local, or tribal geographical preferences in the evaluation of bids or proposals, except in those cases where applicable Federal statutes expressly mandate or encourage geographic preference. Nothing in this section preempts state licensing laws. When contracting for architectural and engineering (NE) services, geographic location may be a selection criterion provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. J. The City ensures that all solicitations: i. Incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition. The description may include a statement of the qualitative nature of the material, product or service to be procured and, when necessary, must set forth those minimum essential characteristics and standards to which it must conform if it is to satisfy its intended use. Detailed product specifications should be avoided if at all possible. When it is impractical or uneconomical to make a clear and accurate description of the technical requirements, a "brand name or equivalent" description may be used as a means to define the performance or other salient requirements of procurement. The specific features of the named brand which must be met by offers must be clearly stated; and ii. Identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. iii. The City ensures that all prequalified lists of persons,firms, or products which are used in acquiring goods and services are current and include enough qualified sources to ensure maximum open and free competition. Also, the City must not preclude potential bidders from qualifying during the solicitation period. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec 19, 2014] 3. Methods of procurement to be followed. (Adapted from §200.320 ) The City must use one of the following methods of procurement. A. Procurement by micro-purchases. Procurement by micro-purchase is the acquisition of supplies or services, the aggregate dollar amount of which does not exceed the micro-purchase threshold (§200.67 Micro-purchase) To the extent practicable, the City must distribute micro-purchases equitably among qualified suppliers. Micro-purchases may be awarded without soliciting competitive quotations if the City considers the price to be reasonable. B. Procurement by small purchase procedures. Small purchase procedures are those relatively simple and informal procurement methods for securing services, supplies, or other property that do not cost more than the Simplified Acquisition Threshold. If small purchase procedures are used, price or rate quotations must be obtained from an adequate number of qualified sources. C. Procurement by sealed bids (formal advertising). Bids are publicly solicited and a firm fixed price contract (lump sum or unit price) is awarded to the responsible bidder whose bid, conforming with all the material terms and conditions of the invitation for bids, is the lowest in price. The sealed bid method is the preferred method for procuring construction, if the conditions in paragraph (C)(i)of this section apply. i. In order for sealed bidding to be feasible, the following conditions should be present: 1) A complete, adequate, and realistic specification or purchase description is available; 2) Two or more responsible bidders are willing and able to compete effectively for the business; and 3) The procurement lends itself to a firm fixed price contract and the selection of the successful bidder can be made principally on the basis of price. 4) If sealed bids are used, the following requirements apply: a) Bids must be solicited from an adequate number of known suppliers, providing them sufficient response time prior to the date set for opening the bids (11 days for the City in 2 issues and 13 days for the County in 2 issues). The invitation for bids must be publicly advertised; b) The invitation for bids,which will include any specifications and pertinent attachments, must define the items or services in order for the bidder to properly respond; c) All bids will be opened at the time and place prescribed in the invitation for bids, and opened publicly; d) A firm fixed price contract award will be made in writing to the lowest responsive and responsible bidder. Where specified in bidding documents, factors such as discounts, transportation cost, and life cycle costs must be considered in determining which bid is lowest. Payment discounts will only be used to determine the low bid when prior experience indicates that such discounts are usually taken advantage of; and e) Any or all bids may be rejected if there is a sound documented reason. D. Procurement by competitive proposals.The technique of competitive proposals is normally conducted with more than one source submitting an offer, and either a fixed price or cost-reimbursement type contract is awarded. It is generally used when conditions are not appropriate for the use of sealed bids. If this method is used,the following requirements apply: i. Requests for proposals must be publicized and identify all evaluation factors and their relative importance. Any response to publicized requests for proposals must be considered to the maximum extent practical; ii. Proposals must be solicited from an adequate number of qualified sources; iii. The City must have a written method for conducting technical evaluations of the proposals received and for selecting recipients; iv. Contracts must be awarded to the responsible firm whose proposal is most advantageous to the program, with price and other factors considered; and v. The City may use competitive proposal procedures for qualifications-based procurement of architectural/engineering(NE)professional services whereby competitors'qualifications are evaluated and the most qualified competitor is selected, subject to negotiation of fair and reasonable compensation. The method,where price is not used as a selection factor, can only be used in procurement of NE professional services. It cannot be used to purchase other types of services though NE firms are a potential source to perform the proposed effort. vi. Procurement by noncompetitive proposals. Procurement by noncompetitive proposals is procurement through solicitation of a proposal from only one source and may be used only when one or more of the following circumstances apply: 1)The item is available only from a single source; 2)The public exigency or emergency for the requirement will not permit a delay resulting from competitive solicitation; 3)The Federal awarding agency or pass-through entity expressly authorizes noncompetitive proposals in response to a written request from the City; or 4) After solicitation of a number of sources, competition is determined inadequate. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014; 80 FR 54409, Sept. 10, 2015] 4. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms. (Adapted from §200.321) A. The City must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. B. Affirmative steps must include: i. Placing qualified small and minority businesses and women's business enterprises on solicitation lists (forward requests to Purchasing); ii. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. iii. Dividing total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; iv. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; v. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce, and Montana Department of Transportation https://www.mdt mt.qov/business/contractinq/civil/dbe.shtml.; and vi. Requiring the prime contractor, if subcontracts are to be let,to take the affirmative steps listed in paragraphs (i)through (ii)of this section. 5. Procurement of recovered materials. (Adapted from §200.322 ) The City must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec 19, 2014] 6. Contract cost and price. (Adapted from §200.323) A. The City must perform a cost or price analysis in connection with every procurement action in excess of the Simplified Acquisition Threshold including contract modifications. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the City must make independent estimates before receiving bids or proposals. B. The City must negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed, the risk borne by the contractor, the contractor's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. C. Costs or prices based on estimated costs for contracts under the Federal award are allowable only to the extent that costs incurred or cost estimates included in negotiated prices would be allowable for the City. The City may reference its own cost principles that comply with the Federal cost principles. D. The cost plus a percentage of cost and percentage of construction cost methods of contracting must not be used. 7. Federal awarding agency or pass-through entity review. (Adapted from §200.324) A. The City must make available, upon request of the Federal awarding agency or pass-through entity, technical specifications on proposed procurements where the Federal awarding agency or pass-through entity believes such review is needed to ensure that the item or service specified is the one being proposed for acquisition. This review generally will take place prior to the time the specification is incorporated into a solicitation document. However, if the City desires to have the review accomplished after a solicitation has been developed, the Federal awarding agency or pass-through entity may still review the specifications, with such review usually limited to the technical aspects of the proposed purchase. B. The City must make available upon request, for the Federal awarding agency or pass-through entity pre- procurement review, procurement documents,such as requests for proposals or invitations for bids,or independent cost estimates,when: i. The City's procurement procedures or operation fails to comply with the procurement standards in this part; ii. The procurement is expected to exceed the Simplified Acquisition Threshold and is to be awarded without competition or only one bid or offer is received in response to a solicitation; iii. The procurement, which is expected to exceed the Simplified Acquisition Threshold, specifies a "brand name" product; iv. The proposed contract is more than the Simplified Acquisition Threshold and is to be awarded to other than the apparent low bidder under a sealed bid procurement; or v. A proposed contract modification changes the scope of a contract or increases the contract amount by more than the Simplified Acquisition Threshold. C. The City is exempt from the pre-procurement review in paragraph (ii)of this section if the Federal awarding agency or pass-through entity determines that its procurement systems comply with the standards of this part. D. The City may request that its procurement system be reviewed by the Federal awarding agency or pass-through entity to determine whether its system meets these standards in order for its system to be certified. Generally,these reviews must occur where there is continuous high-dollar funding,and third party contracts are awarded on a regular basis; E. The City may self-certify its procurement system.Such self-certification must not limit the Federal awarding agency's right to survey the system. Under a self-certification procedure, the Federal awarding agency may rely on written assurances from the City that it is complying with these standards. The City must cite specific policies, procedures, regulations, or standards as being in compliance with these requirements and have its system available for review. 8. Bonding requirements. (Adapted from §200.325) For construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold, the Federal awarding agency or pass-through entity may accept the bonding policy and requirements of the City provided that the Federal awarding agency or pass-through entity has made a determination that the Federal interest is adequately protected. If such a determination has not been made, the minimum requirements must be as follows: A. A bid guarantee from each bidder equivalent to five percent of the bid price. The"bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid,execute such contractual documents as may be required within the time specified. B. A performance bond on the part of the contractor for 100 percent of the contract price.A"performance bond"is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. C. A payment bond on the part of the contractor for 100 percent of the contract price.A"payment bond"is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract. 9. Federal Contract provisions. (Adapted from §200.326) The City's contracts utilizing Federal Funding must contain the applicable provisions described in Appendix II to Part 200— Contract Provisions for City Contracts Under Federal Awards, which can be viewed and copied at: http://federal.elaws.us/cfr/title2.chapterii.part200.appii In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non- Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at$150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils)as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B)All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp , p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis-Bacon Act, as amended (40 U S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U S C 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations(29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S C 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract Work Hours and Safety Standards Act(40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR§401.2 (a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air Act(42 U.S.C. 7401-7671q.)and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti-Lobbying Amendment(31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. 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 must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (J) See§200.322 Procurement of recovered materials. [78 FR 78608,Dec. 26,2013,as amended at 79 FR 75888, Dec. 19, 2014] -; ''t, Price Proposal Comparison �,� 3 RFP Onboard Integrated Technology System Project: 12324P ',',� Contract Term: 1-yr with possible four 1-yr extensions s'=; „ s- Project Manager: Greg Story PRICE ANALYSIS Vendor Name Vendor Name Vendor Name Vendor Name Pricing for this RFP and Contract was reviewed by the Contract Administrator. Trapeze Software Group Inc At AO, /0// l� Connexionz Limited Ineo Systrans USA (Equans) Peak Transit LLC (TripSpark) BUY R i DATE j! No. Description IQty. [Unit ' Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Itemized Project Pricing for EXISTING Buses 1a Hardware Per Bus WITH OUT Interior Signs 11,863.00 284,712.00 (minus modems, cameras, antennas, exterior 24 EA 7,135.08 171,241.92 8 627 26 207,054.24 11,940.65 286,575.60 Remove Optional 182 011.00 signs) Equipment lb Hardware Per Bus WITH Interior Signs 12,757.00 306,168.00 (minus modems, cameras, antennas, exterior 24 EA 7,825.08 187,801.92 9,170.06 220,081.44 12,615.65 302,775.60 Remove Optional signs) equipment 203,467.00 Itemized Project Pricing for EXISTING Buses 2 Software License 24 EA 2,385.73 57,257.52 2.182 04 52,368.96 4,486 49 107,675.76 5.863.00 140,712 00 3 Installation Cost 24 EA 7,283.72 174,809.28 4,140.86 99,380 64 3.292 62 79,022.88 13.808.00 331,392.00 4 Travel Cost 1 EA 48,142.50 48,142.50 71,938.34 71,938.34 26.000.00 26,000.00 24,950.00 24.950.00 5 ,Year One Software Support& Training Fee _ 1 _ EA 0.00 249,740.12 249,740.12 62,782.62 62,782.62 71,382.00 71,382.00 Sub Total Item 2-5: 280,209.30 473,428.06 275,431.26 568,436.00 Optional Units (up to 6) 1 Hardware Per Bus w/o Interior Signs (minus modems, cameras&exterior signs) 1 EA 7,135.08 7,135.08 82,008.03 82,008.03 No Bid No Bid Hardware Per Bus WITH Interior Signs (minus modems, cameras&exterior signs) 1 EA 7,825.08 7,825.08 No Bid 12,615.65 12,615.65 12,689.00 12,689.00 2 Software License 1 EA 2,385.73 2,385.73 2,182.04 2,182.04 4,486.49 4,486.49 11,329.00 11,329.00 3 Intallation Cost 1 EA 2,505.00 2,505.00 4,140.86_ 4,140.86 3,292.62 3,292.62 3,813.00 3,813.00 4 Travel Cost 1 EA 6,662.30 6,662.30 3,500.00 3,500.00 5,000.00 5,000.00 1,500.00 1,500.00 5 One Year Software & Support Fee 1 EA 0.00 0.00 0.00 2,615.94 2,615.94_ 2,270.00 2,270.00 6 Optional - Real Time Inforamtional Signs 1 EA 2,572.50 2,572.50 See List Pricing Options 6,500.00 6,500.00 6,807.00 6,807.00 Pricing for this RFP and Contract was reviewed by the Contract Administrator. hTrapeze Software Group Inc. _ }2n64" /b //7/ JZ3 Connexionz Limited lneo Systrans USA (Equans) Peak Transit LLC (Tri Spark �( BUYER/DATE ` p ) Software and Support _ 1 Year 2 Software License & Support Fee 24 EA 2,416.52 57,996.48 1,528.09 36,674.12 2,615.94 62,782.56 3,122.96 74,951.00 2 Years 3 Software License & Support Fee 24 EA 2,537.34 60,896.16 2,355.05 56,521 18 2,615.94 62,782.56 3,279.08 78.698.00 3 Years 4 Software License & Support Fee 24 EA 2,664.21 63,941.04 2,425.70 58,216 82 2,615.94 62,782.56 3,443.04 82.633 00 4 Years 5 Software License & Support Fee 24 EA 2,797.42 67,138.08 2,498.47 59,963.32 2,615.94 62,782.56 3,615.21 86.765 00 323,047.00 Sub Total 249.971.76 211,375.44 251,130.24 Remove Optional 265,795.00 Equipment Hourly Rates 4 Offsite / Remote - Program Manager 1 Hour 175 00 175.00 110.00 110.00 75.00 75 00 206.00 206.00 5 Offsite / Remote - Technical Specialist 1 Hour 110.00 110.00 135.00 135 00 125.00 125.00 206.00 206.00 6 Offsite / Remote - Other 1 Hour 175.00 175.00 110.00 110.00 N/A 0.00 206.00 206.00 On Site Rate 7 The "blended hourly rate" for post-installation services shall be a single hourly rate encompassing all personnel classifications that may be required for completion of any given post-installation task under the resulting contract. This blended hourly rate shall 1 Hour 151.01 200 00 275 00 342.50 be a fully loaded rate to include, but not be limited to. all salary, benefits, overhead, profit, and local travel costs (defined as travel within Yakima County. WA). Other _ 8 Other offerings/options. I See individual cost proposals. Pricing for this RFP and Contract was reviewed by the Contract Administrator. 01m / Trapeze Software Group Inc. lam ¢\, /Q/' /✓�°�� Connexionz Limited lneo Systrans USA(Equans) Peak Transit LLC (TripSpark) BUYE(((RDDD91I DATED��� 701,422.98 Base Subtotal: (Existing buses (hardware without interior cameras) items No.la, 2, 3, Minus 30% 891,857.74 813,187.10 1,016,242.00 4, 5, and Software & Support items No. 1, 2, 3, and 4.) Discount of 488,290.15 213,132.83 8.3%WSST: 40,528.08 74,024.19 67,494.53 84,348.09 Grand Total Base Bid: 528,818.23 965,881.93 880,681.63 1,100,590.09 *la.And 1 b. Include(2)spares. Comments: 30%Discount were indicated. **Blended rate is for any ADDITIONAL services not already covered. PROPOSAL EVALUATION -,'i; Combined Scoring f;',; {a� .. 12324P Onboard Integrated Technology System for Yakima Transit ''`' . '- " PROPOSAL EVALUATION: PROPOSERS The criteria that will be used to determine the Connexionz Ineo Systrans Peak Transit LLC. Trapeze Software successful vendor. Limited USA Inc. Group Inc. (Equans) (TripSpark) 1. General Requirements 20 20 20 20 20 pts x 3 = 60 pts max 17 6 5 27 17 16 17 17 2. Technical Requirements 50 45 40 60 56 45 45 59 60 pts x 3 = 180 pts max 46 50 44 50 3. Cost—Weight totals based off the lowest priced proposal 60 33 36 30 20 pts x 3 = 60 pts max TOTALS: 267 215 207 256 260 total points possible BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 8.H. For Meeting of: January 2, 2024 ITEM TITLE: Resolution authorizing award of RFP 12324P and execution of agreement with Connexionz Limited for procurement of Onboard Integrated Technology System for Yakima Transit SUBMITTED BY: Susan Knotts, Buyer I I *Greg Story,Assistant Transit Manager SUMMARY EXPLANATION: Purchasing issued RFP 12324P Onboard Integrated Technology System and installation for Transit to replace their current system and agreement that expires in March 2024. Specifications went out locally and nationally with four companies submitting proposals.After Purchasing reviewed all proposals for responsiveness to requirement.An evaluation committee was formed and scored all proposals against the evaluation criteria specified in the RFP specifications.All four companies were interviewed and gave a presentation on their proposals. The overall highest scoring company is Connexionz Limited. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Safety APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution. ATTACHMENTS: Description Upload Date Type D Memo of Award 12/15/2023 Cover Memo D Resolution 12/28/2023 Resolution Agreement RFP 12324P Onboard Integrated Technology 12/15/2023 Contract System D Agreement RFP 12324P, Exhibit A Specifications 12/15/2023 Contract Agreement RFP 12324P, Exhibit B Proposal&Proposal 2 d Amendment 12/15/2023 Contract Agreement RFP 12324P, Exhibit C FTA&2 CFR 200 12/15/2023 Contract Requirements d Proposal Price Comparison 12/15/2023 Backup Material d Evaluation Scoring 12/15/2023 Backup Material