Advanced Traffic Management System (ATMS) Software

From: Memphis Area Transit(Transportation)
24-07

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 30 Apr, 2024 (Tomorrow)

Due Date

30 Apr, 2024 (Tomorrow)
Bid Notification

Type

Bid Notification
24-07

Identifier

24-07
Memphis Area Transit Authority

Customer / Agency

Memphis Area Transit Authority
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MEMPHIS AREA TRANSIT AUTHORITY LEGAL NOTICE TO PROPOSERS Proposals will be received by the Memphis Area Transit Authority (MATA) at its Purchasing offices, 40 S. Main Street, Suite 1200, Memphis, TN 38103, until 11:00 a.m. local time, on Tuesday, April 30, 2024, for furnishing the following: ADVANCED TRAFFIC MANAGEMENT SYSTEM (ATMS) SOFTWARE A pre-proposal meeting will take place on Thursday, March 28, 2024, 11:00 a.m. – 12:30 p.m. at 40 S. Main Street, Suite 1200, Memphis, TN 38103 and via Microsoft Teams. The Meeting ID: 227 831 970 003 Passcode: 63CYCN or you can call in: +1 901-614-1074, 988721305# Phone Conference ID: 988 721 305#. While this pre-proposal meeting is not mandatory is it strongly urged that you attend. Proposers must submit their proposal with the enclosed label attached to the envelope. MATA hereby notifies all proposers that in regard to any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to
submit proposals in response to this advertisement and will not be discriminated against on the grounds of race, color, sex, religion, political affiliation or national origin in consideration of an award. Any name appearing on the Comptroller General’s list of ineligible contractors is not an eligible proposer. The contractor will be required to comply with all applicable Equal Employment Laws and Regulations. Further information and proposal requirements may be obtained by contacting Ashley Best, Sr Contract Administrator at (901) 722-7182 or via email: abest@matatransit.com. Award of the contract will be made on the basis of the Lowest Responsive and Responsible proposer as selected by the Authority, provided it is in their best interest to do so. MATA reserves the right to reject any and all proposals, and to waive any informality in proposing. March 22, 2024 & April 20-21, 2024 Bacarra Mauldin Interim Chief Executive Officer mailto:abest@matatransit.com SECTION A INSTRUCTION TO PROPOSERS SECTION A - 1 SECTION A INSTRUCTIONS TO PROPOSERS 1.0 GENERAL 1.1 The Memphis Area Transit Authority (hereinafter referred to as MATA) seeks Proposals for professional services from qualified vendors capable of providing the scope of services described in Section B. These instructions provide detailed legal and technical requirements for the acquisition of this product. This Request for Proposals (RFP) will become part of the contract. MATA will enter into a contract with the successful proposer for professional services relative to the Project. This Project is more particularly described in Section B – Scope of Services. General Contract Provisions are included in Attachment 1. Where there are conflicts between the General Contract Provisions and Section A, the provisions of Section A shall apply. MATA is a public agency responsible for providing public transportation services within the city of Memphis and surrounding communities. 1.2 Purchaser” or “Grantee” or “Authority” means MATA. The words “request for proposal”, “RFP”, and “solicitation” are synonymous. The words “proposal”, “bid” and “offer” are also synonymous and it is understood that once MATA accepts same, the document will constitute a portion of the contract contemplated by these instructions. The words “proposer”, “bidder” and “offerer” are also synonymous. 1.3 This Request For Proposals (RFP) does not commit MATA to award a contract or pay any costs incurred in the preparation of Proposals in response to the RFP or to procure or contract for services. Proposers shall be responsible for all costs incurred as part of their participation in the pre-award process. 1.4 Proposals will be received by MATA at its Purchasing offices located at 40 S. Main Street, Suite 1200, Memphis, TN 38103, until 11:00 AM, local time on Tuesday, April 30, 2024. All Proposals shall be deemed received at the above address. Proposers are solely responsible for ensuring that his/her Proposal is timely delivered. Proposers who rely on overnight delivery services, the United States mail, private mail services, local couriers or delivery services remain solely responsible for timely delivery of the RFP and assume all risk of late delivery, miss-delivery and non-delivery. All Proposals will be date/time stamped, logged and deposited by MATA Staff. Proposers are reminded that all RFPs must be securely sealed, have the enclosed label attached and be clearly marked “Proposal”. MATA's normal business hours are 8:00 a.m. to 4:30 p.m. Monday through Friday. After normal business hours, Proposals will be accepted at the MATA dispatcher's office, 1370 Levee Road, Memphis, TN 38108; however, Proposers are reminded of their sole responsibility for ensuring that their RFP is deposited in the Purchasing Department. Proposers may verify receipt of RFPs by contacting Ashley Best at (901) 722-7182 or email: abest@matatransit.com. Proposers must submit an up-to-date W-9 form with the proposal. A pre-proposal meeting will take place on Thursday, March 28, 2024, 11:00 a.m. – 12:30 p.m. at 40 S. Main Street, Suite 1200, Memphis, TN 38103 via Microsoft Teams. The Meeting ID: 227 831 970 003 Passcode: 63CYCN or you can call in: +1 901-614-1074, 988721305# Phone mailto:abest@matatransit.com SECTION A - 2 Conference ID: 988 721 305#. While this pre-proposal meeting is not mandatory is it strongly urged that you attend. 1.5 All Proposals and related documents shall be based on the conditions of a financial assistance contract between MATA, the State of Tennessee and the United States Department of Transportation, under the Federal Transit Act, as amended. Terms and conditions established under the Act and the regulations implementing the Act will apply. 2.0 PROPOSAL REQUIREMENTS 2.1 Proposals must concisely set forth full, accurate, and complete information required by this proposal including any attachments. 2.2 The Proposer shall provide all the work described in Section B - Scope of Work. 2.3 Proposals shall be valid for a minimum period of one hundred twenty (120) days subsequent to the closing date. Proposals offering less than one hundred twenty (120) days for acceptance by MATA from the closing date will be considered non-responsive. 3.0 PROPOSAL FORMAT 3.1 Proposers are required to submit Proposals in the following format: RESPONSES TO TECHNICAL SPECIFICATIONS ARE LIMITED TO 120 PAGES, RESUMES, SAMPLE DOCUMENTS AND REQUIRED FORMS ARE EXCLUDED FROM THIS LIMIT. A. Proposal Forms and Attachments (One (1) original, and one (1) flash drive) 1) Addenda Acknowledgement Form 2) Buy America 3) Cost Proposal Form (see General Provisions, Section 11) 4) Affidavit of Non-Collusion Exhibit I (See General Provisions, Section 1) 5) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower-Tier Covered Transaction Exhibit III (See General Provisions, Section 30) 6) Certification of Primary Participation Regarding Debarment, Suspension and Other Responsibility Matters Exhibit III (See General Provisions, Section 30) 7) Certification of Restrictions on Lobbying Exhibit IV (See Section 43) 8) References According to General Provisions (See General Provisions, Section 26) 9) Certification of Utilization of Disadvantaged Business Enterprises 10) National Defense Authorization Act Telecommunications 11) Letter of Intent to Perform as a DBE Contractor or Subcontractor 12) Schedule of DBE Participation Additionally, Proposers must provide References According to General Contract Provisions, Section 26. Blank Forms are provided in Section C of this procurement. 4.0 PROPOSAL PROCEDURES 4.1 MATA reserves the right to postpone the Proposal due date for its own convenience and to waive any minor informalities in Proposal submission, which do not go to the heart of the Proposal or prejudice other Proposers, or to reject, for good and compelling reasons, any and all Proposals submitted. SECTION A - 3 4.2 Any changes to the Proposals will be made in written addendum by MATA and will be forwarded to all persons and firms to who documents have been transmitted. 4.3 Requests for Clarification or approved equal must be submitted in writing to Ashley Best, MATA, 40 s. Main Street, Suite 1200, Memphis, TN 38103 and must be received no later than 11:00 a.m. local time, Thursday, April 4, 2024, in accordance with the Approved Equals procedures described in the General Contract Provisions. Any unapproved deviations, exceptions, substitutes, alternates, or conditional qualifications contained in a PROPOSALS may be cause for its rejection. VERBAL QUESTIONS WILL NOT BE ANSWERED, THUS PREVENTING AN UNFAIR ADVANTAGE TO ANY PROPOSER. Questions may be emailed: abest@matatransit.com. 4.4 One original and one (1) electronic copy (i.e., flash drive) of the Proposals and all related documents shall be submitted on forms furnished, or copies thereof, and shall be manually signed. Proposals shall be securely sealed to prevent access prior to the Proposal closing date. Proposals shall be clearly marked with the enclosed label attached. 5.0 PROPOSAL EVALUATION 5.1 MATA will appoint an evaluation committee to evaluate Proposals and recommend the top ranked proposer. The committee will apply those evaluation criteria set forth in the Proposals or in addenda that maybe be issued. An evaluation criterion is deemed to include any unstated “sub criterion” that logically might be included within the scope of the stated criterion. 5.2 The evaluation committee will likely request interviews with the short-listed firms. 5.3 MATA reserves the right to enter into negotiations with the top ranked proposer without requesting interviews. 5.4 Proposals will be evaluated on the basis of the following factors in the following order of priority: 1. Technical Ability and Related Experience 2. Technical Qualifications to Perform Required Work (Functional Requirements). 3. Task Management (Scope and Solution / Implementation) 4. Recurring Maintenance Costs 5. System Implementation Costs 5.5 Price will be considered during the evaluation. A price proposal shall be included with each submission. The price proposal shall clearly identify the required capital cost for initial deployment of the system and separately identity any recurring maintenance cost. All standard options and features presented for the system in the submission shall be included in the price proposal. Additional features or options shall be clearly identified as elements requiring additional costs and shall be shown separately from the core system. 5.6 MATA reserves the right to request documentation supporting the proposed contract price including overhead rates for the firm and subcontractors. Such information can include, but not be limited to: a. An overview of the accounting system and its capability to track project costs. b. Charts of accounts including a definition of what is included in each account. c. A statement indicating the basis of the overhead rate and whether it is historical information of projections. (The proposer will certify that the overhead burden rate separates direct and indirect charges and that indirect charges do not include any unauthorized charges for Federal Acquisition Regulations, Part 31.) mailto:abest@matatransit.com SECTION A - 4 6.0 AWARD OF CONTRACT 6.1 The contract will be awarded to the responsible proposer whose Proposals is most advantageous to MATA as determined by ranking on the evaluation criteria and results of negotiation. 6.2 MATA reserves the right to reject any and all Proposals or waive informalities and irregularities in offers received. MATA reserves the right to award multiple contracts. 6.3 A written notice of award or Acceptance of Offer, mailed or otherwise furnished the Successful Proposer within the time specified in the PROPOSALS, shall be deemed to result in a binding contract. 7.0 PROTESTS 7.1 MATA will consider all protests filed in a timely manner regarding the award of a contract, whether submitted before or after award. All protests are to be submitted in writing, in accordance with the protest procedures described in the General Contract Provisions. 8.0 DISADVANTAGED BUSINESS ENTERPRISE (DBE) 8.1 GENERAL DBE INFORMATION A. Memphis Area Transit Authority (MATA), a recipient of Federal financial assistance from the Federal Transit Administration, is committed to and has adopted a Disadvantaged Business Enterprise Policy in accordance with Federal Regulations (49 C.F.R. Part 26, as amended) issued by the U.S. Department of Transportation. It is the policy of MATA to ensure nondiscrimination in the award and administration of DOT-assisted contracts and to create a level playing field on which DBEs can compete fairly for contracts and subcontracts relating to its activities. To this end, MATA has developed procedures to remove barriers to DBE participation in the proposing and award process and to assist DBE firms to develop and compete successfully outside of the DBE program. In connection with the performance of this contract, the Prime Contractor will cooperate with MATA in meeting these commitments and objectives. Accordingly, the Prime Contractor and any subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Prime Contractors and subcontractors shall carry out applicable requirements of 49 C.F.R. Part 26 in the award and administration of DOT-assisted contracts. Failure by the Prime Contractor and any subcontractors 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 MATA deems appropriate. Only certified Disadvantaged Business Enterprises can be counted toward the goal. Participation by certified “Minority Business Enterprises” (MBE) or certified “Woman Owned Business Enterprises” (WBE) cannot be counted toward the goal. While participation by MBEs and WBEs is encouraged, MATA is governed by the U.S. Department of Transportation program which only recognizes the designation of DBE. DBEs must be certified in Tennessee. MATA is a member of the Tennessee Unified Certification Program (TN UCP) and accepts Tennessee DBE certifications from the following entities: Memphis Area Transit Authority Tennessee Department of Transportation Unified Certification Program SECTION A - 5 Uniform Certification Agency (managed by the Mid-South Minority Business Council) A list of firms currently certified in Tennessee can be found at: www.tdot.state.tn.us/dbedirectinternet/ Certification in the State of Tennessee must be achieved by the time the proposals are due otherwise the participation of a proposed DBE firm cannot be counted toward the goal. If a proposed DBE firm is not certified at the time the proposals are due and, as a result, the goal is not met, then the proposal will be considered “non-responsive” and rejected unless the good faith efforts have been accepted as satisfactory. It is highly recommended that a copy of a current certification of Disadvantaged Business Enterprise issued by the Tennessee Department of Transportation or the Uniform Certification Agency be included with the offer for each DBE firm being proposed. 8.2 DBE GOAL A. Annual Overall Goal for DBE Participation An annual overall goal for DBE participation in Owner U.S. DOT-assisted contracts is established by MATA’s DBE Officer and approved by MATA’s Board of Commissioners on a fiscal year basis. These goals reflect the availability of ready, willing and able DBEs that would be expected to participate in Owner contracts absent effects of discrimination. The goals are calculated as a percentage of the total amount of U.S. DOT funds that the Owner expects to expend on contracting opportunities during the fiscal year. B. DBE Goal Applicable to This Contract MATA has established a specific DBE goal of 0 % for this contract. However, DBE participation is encouraged either the capacity of the prime contractor or subcontractor. Proposers are required to document their activities in the solicitation and selection of subcontractors to ensure that this process is carried out in a nondiscriminatory manner. 8.3 DBE ELIGIBILITY AND PARTICIPATION A. Evaluation of DBE Certification Status MATA shall require that any DBEs listed by proposers for participation in the contract be certified, as eligible DBEs at the time of proposal submittal. The DBE Officer shall review the Proposer’s DBE Participation Form to confirm each DBE firm’s certification status. B. Determination of Amount of DBE Participation Only the work actually performed by a DBE with its own forces will be counted as DBE participation. A DBE may participate as a prime contractor, subcontractor, joint venture partner, or vendor or supplier of materials or services required by the contract. A DBE’s participation can only be counted if it performs a commercially useful function on the contract. A DBE performs a commercially useful function when it actually performs, manages and supervises a portion of the work involved. There is a rebuttable presumption that if the DBE is not responsible for at least 30% of the work with its own forces or subcontracts a greater portion of the work than the normal industry standard, it is not performing a commercially useful function. A DBE trucking company performs a commercially useful function if it is responsible for the overall management and supervision of the transportation services involved and uses at least one truck that it owns, insures and operates with its own employees on the contract. The Contractor shall count DBE participation according to the following guidelines and in http://www.tdot.state.tn.us/dbedirectinternet/ SECTION A - 6 accordance with 49 CFR § 26.55: i. DBE Prime Contractor – Count the entire dollar amount of the work performed or services provided by the DBE’s own forces, including the cost of materials and supplies obtained for the work and the reasonable fees and commissions charged for the services. Do not count any work subcontracted to another firm as DBE participation by the DBE Prime Contractor. ii. DBE Subcontractor – Count the entire amount of the work performed or services provided by the DBE’s own forces, including the cost of materials and supplies obtained for the work, except for materials and supplies purchased or leased from the Prime Contractor, and reasonable fees and commissions charged for the services. Do not count any work subcontracted by the DBE Subcontractor to another firm as DBE Participation by said DBE subcontractor. If the work has been subcontracted to another DBE, it will be counted as DBE participation for that other DBE. iii. DBE Joint Venture Partner – Count the portion of the work that is performed solely by the DBE’s forces or, if the work is not clearly delineated between the DBE and the joint venture partner, count the portion of the work equal to the DBE’s percentage ownership interest in the joint venture. iv. DBE Manufacturer – Count 100% of the costs of materials and supplies obtained from a DBE manufacturer that operates or maintains a factory that produces the materials and supplies on the premises. This applies whether the DBE is a prime contractor or subcontractor. v. DBE Regular Dealer – Count 60% of the costs of materials and supplies obtained from a DBE regular dealer that owns, operates or maintains a store or warehouse in which the materials and supplies are regularly bought, kept in stock and sold or leased to the public in the usual course of business, except regular dealers of bulk items such as petroleum, cement and gravel who own and operate distribution equipment in lieu of maintaining a place of business. This applies whether a DBE is a prime contractor or subcontractor. vi. Other DBEs – Count the entire amount of fees or commissions charged for assistance in procuring or delivering materials and supplies when purchased from a DBE that is not a manufacturer or regular dealer. Do not count the cost of materials and supplies. vii. DBE Trucking Company – Count the entire amount of the transportation services provided by a DBE trucking company that performs the work using trucks it owns, insures and operates with its own employees on the contract. Count the entire amount of the transportation service provided by a DBE trucking company that performs the work using trucks it leases from another DBE, including an owner- operator, provided that it is responsible for the overall management and supervision of the service and that it uses at least one truck that it owns, insures and operates with its own employees on the contract. Count the entire amount of fees and commissions charged for providing the management and supervision of transportation services using trucks it leases from a non-DBE trucking company, including owner-operator, provided that it is responsible for the overall management and supervision of the service and that it uses at least one truck that it owns, insures and operates with its own employees on the contract. SECTION A - 7 SECTION B SCOPE OF SERVICES SECTION B - 1 SECTION B SCOPE OF SERVICES Purpose of the Request for Proposal (RFP) MATA and the City of Memphis (City) are seeking next generation Advanced Traffic Management System (ATMS) software to integrate the City’s intelligent transportation system (ITS) devices through a single interface. Project Background The City of Memphis operates a system of more than 1000 traffic control devices plus ITS devices in an area of approximately 330 square miles. Currently, approximately 450 of the signalized intersections are interconnected. However, the City continues to expand the communications system with the goal of eventually being connected to all of the traffic control devices. The City desires to utilize a single application to provide the ability to confirm, monitor, and control devices in real-time to manage the City’s roadways and intersections. Information would be collected and disseminated to motorists about traffic conditions to support incident management, special events, and weather events. It is expected the ATMS software would allow for the management and operations of all ITS devices, including roadside infrastructure and signals along the corridor. The City continues to explore emerging solutions to support real-time management of arterial congestion. Under FTA guidance, all ITS projects must conform to the National ITS Architecture and those standards in accordance with the requirements contained in the regulations surrounding the Federal Transit Administration National ITS Architecture Policy on Transit Projects section 5206(e) of the Transportation Equity Action for the 21st Century, Public Law 105-178, 112 Stat. 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. Conformance with the National ITS Architecture is interpreted to mean the use of the National ITS Architecture to develop a regional ITS architecture, or upgrade through expansion of an ITS in existence, to support the integration and the subsequent adherence of all ITS projects to the City’s current ITS architecture/infrastructure. Development of the regional ITS architecture should be consistent with the transportation planning process for Statewide and Metropolitan Transportation Planning (49 CFR Part 613 and 621).1 City of Memphis has identified applicable portions of it current operating system and has determined that upgrades to the current operating system is necessary to move its traffic needs in a more effective and efficient way. Based on the FTA requirements and recommendations, the City has identified a participating agency with MATA. Through this partnership both agencies have agreed to the roles and responsibilities under which each agency will adhere. FTA guidelines requires that each agency understands the scope of the ITS project; the operational concept that identifies the roles and responsibilities of each agency in the operation and implementation of the ITS project; the functional requirements of the ITS project; any interface requirements and information exchanges between the ITS project and other planned and existing systems and subsystems; and the identification of applicable ITS standards and testing procedures. City of Memphis Current ITS Environment The City of Memphis currently operates three generations of NEMA-based traffic controllers: Siemens ITS m34, m52, and m60 series. The m34 and m52 controllers are legacy controllers, no longer manufactured by Siemens but still operational on many Memphis corridors. The m60 controller is the new standard for the City. This includes new versions of the SEPAC firmware. The firmware runs on the Linux Operating System (OS) and is being tested now for TSP functionality. 1 https://ops.fhwa.dot.gov/its_arch_imp/policy_2.htm https://ops.fhwa.dot.gov/its_arch_imp/policy_2.htm SECTION B - 2 The City currently uses Siemens ITS TACTICS central system software. The servers and central switches are located at the City Hall, Traffic Management Center (TMC) and managed by the City’s Information Services Division and the Traffic Engineering Department. An additional TMC is located off site at the Traffic Signal Maintenance Department. There are approximately 450 signal controllers currently connected to and monitored by the TACTICS central software. The City’s traffic signal communication network consists of fiber optic cable backbone and distribution networks. The backbone network has hub cabinets placed at strategic locations that are interconnected with the TMC through Layer 3 gigabit Ethernet switches using single mode fiber optic cables. The distribution network branches from the hub cabinets and connects with field devices using single mode fiber, multi-mode fiber, or wireless broadband radios. Only the legacy downtown signal system, approximately 140 signals, still uses multi-mode fiber. The downtown signal system is interconnected via serial communication using proprietary fiber modems in the m34 and m52 controllers. The City has approximately 30 CCTV cameras at strategic locations for traffic monitoring. The City has 77 BlueToadTM Bluetooth roadside devices for passive continuous travel time and speed data collection. There are also approximately 150 radar detection units for traffic counts and spot speed data collection. Currently the City utilizes video cameras as their standard for vehicle detection at signalized intersections. However, many locations still use in-pavement loop detectors. For railroad and emergency vehicle preemption, Global Traffic Technologies, LLC (GTT) Opticom infrared sensors are used. Some intersections have been upgraded to include models that are GPS enabled. Contractor Input MATA and the City are looking to procure software that most closely meets the needs of the City for daily operations. The City understands the ATMS software may need some configuration changes to integrate with the local TMC and field devices. The selected contractor would be responsible for all required software integration work. Demonstrations At its discretion, the City may issue invitations for short listed contractors to provide demonstrations of the software described within the response. Demonstrations will be limited to two hours in length, including a question-and-answer time. The proposed schedule for demonstrations will be provided at a later date. It is anticipated at this time that demonstrations will be conducted remotely. Contractors will be contacted directly by the City to schedule demonstrations. SCOPE AND SOLUTION/IMPLEMENTATION • Contractor is responsible for developing and submitting a scope of work that meets the goals and objectives of this project. To meet the City’s objectives, the following minimum requirements must be met: • Contractor must provide a high-level implementation plan that clearly describes how functionality will be transitioned from the City’s existing systems to the Contractor’s software. • Contractor must provide a QA/QC plan indicating how quality is built into their overall processes. • Contractor must provide a detailed training plan to bring City staff up to speed on the use of the contractor’s software. The contractor must provide administration and end-user training for implementation, go-live support, and transition to customer self‐sufficiency. SECTION B - 3 • Contractor must provide details on, and examples of, clearly written instructions and documentation to enable end-users to successfully operate the Solution without needing to bring in additional contractor support. • Contractor must provide initial training, during the first 6 months of the contract, which shall consist of one 4-to-8-hour virtual training class for up to 10 users. The training should cover all aspects and functions of the system. • The contractor must provide a new software build training course, to be conducted within 30 calendar days of each major software enhancement and/or build, which includes at least one 4-to 8-hour virtual training class of new software/major software enhancement training for up to 10 users. The training must cover all aspects and functions of the software system enhancement and/or build. • Contractor must identify any unique software requirements to fulfill the terms of the Contract. • Contractor must describe any City system access requirements that are necessary for the Contractor to perform its obligations on a timely basis, including but not limited to, physical or remote access to City networks, servers, or individual workstations. • Contractor must describe any custom software required to support internal systems. • Contractor must describe the licensing structure (Perpetual vs Subscription) for any software title purchased. • Contractor must identify any third-party components, including open-source components included with or used in connection with the proposed Solution. • Contractor must provide a list of all mobile devices that are compatible with the Solution. • Contractor must provide list of features that can be performed via a mobile device. • Contractor must explain how it will be able to support the current and future growth of the Solution’s data. • Contractor must explain how the proposed Solution’s environment can scale up or down without affecting performance. DATA STORAGE, BACKUP, RESTORATION AND DISASTER RECOVERY • Contractor must maintain or cause to be maintained backup redundancy and disaster avoidance and recovery procedures designed to safeguard City Data and the City’s other Confidential Information, Contractor’s Processing capability and the availability of the IT Environment Services and Software, in each case throughout the Term and at all times in connection with its actual or required performance of the Services hereunder. All backed up City Data shall be located in the continental United States. The force majeure provisions of this Contract do not limit Contractor’s obligations under this section. • Data Storage: Contractor will provide sufficient storage capacity to meet the needs of the City at no additional cost. • Data Backup: Contractor will conduct, or cause to be conducted, daily back-ups of City Data and perform, or cause to be performed, other periodic offline back-ups of City Data on at least a weekly basis and store and retain such back-ups. Contractor must, within five (5) Business Days of the City’s request, provide the City, without charge and without any conditions or contingencies whatsoever (including but not limited to the payment of any fees due to Contractor), an extract of State Data in the format specified by the State. • Data Restoration: If the data restoration is required due to the actions or inactions of the Contractor or its subcontractors, Contractor will promptly notify the City and complete actions required to restore service to normal production operation. If requested, Contractor will restore data from a backup upon written notice from the City. Contractor will restore the data within one SECTION B - 4 (1) Business Day of the City’s request. Contractor will provide data restorations at its sole cost and expense. • Disaster Recovery: Throughout the Term and at all times in connection with its actual or required performance of the Services, Contractor will maintain and operate a backup and disaster recovery plan to achieve a Recovery Point Objective (RPO) of 4 hours (with database redundancy), and a Recovery Time Objective (RTO) of 4 hours (the “DR Plan”), and implement such DR Plan in the event of any unplanned interruption of the Hosted Services. SYSTEM COSTS 1. Please provide the typical initial cost for software procurement and integration. 2. Please provide the typical cost for ongoing maintenance support. 3. Contractor must explain if and how the City will receive updates of the Solution. Contractor must clarify if these updates would result in additional costs to the City. CONTRACTOR QUALIFICATIONS AND EXPERIENCE • Contractor must provide a list of all ATMS implementations that it has been awarded in the last five (5) years and the ATMS deployments that are currently in use, the operational starting date for each city, the number of continuous years the system has been operational, and the approximate size of each system deployment. • Contractor must provide an explanation for any contract that was terminated or for which service was no longer provided during the period prior to the end date of the contract. • Contractor must document its experience in providing large scale ATMS deployments and full-service support of the ATMS software for cities of similar size to the City of Memphis. • Contractor must provide at least three references to be considered for this RFP. • Contractor must list the name, address, and telephone number of all subcontractors and vendors proposed for this project. Include a brief qualifications summary discussing the responsibilities and experience of each firm or individual and the percentage of services to be provided by each firm or individual. • Contractor must disclose any owners, officers, directors, associates, partners, limited partners, consultants, affiliates agents, or employees that are related in any manner to any MATA or City employees, elected officials, or appointed officials. The Contractor shall identify an actual or potential conflicts of interest which exist or may arise if the Contractor is recommended for award and propose how such conflicts might be resolved. • Contractor must certify that all information provided to the MATA and the City are true and correct and can be relied upon in awarding the contract contemplated hereunder. Any false or misleading information shall be grounds for the MATA and the City to disqualify the Contractor’s response to this proposal from consideration. FUNCTIONAL REQUIREMENTS 1. Traffic Monitoring and Travel Times - ATMS must integrate traditional and emerging methods for monitoring traffic flow such as fixed traffic detectors, Bluetooth devices, GPS, CCTV cameras and third-party data. - ATMS must be able to utilize collected data to generate travel time estimates and reports. SECTION B - 5 2. Signal System - ATMS must provide centralized signal system software compatible with Siemens traffic signal controllers. - ATMS system must allow direct monitoring of signal status in real-time for all connected intersections. - ATMS system must allow remote data entry for adjustments to traffic signal timing and associated parameters. - ATMS must interact with the signal system to extend or provide early green for transit vehicles (Transit Signal Priority) or other specifically identified vehicles. 3. GIS and Mapping - ATMS must provide a mapping platform to spatially locate signalized intersections and ITS devices. Mapping system must be updated periodically to address any changes to the roadway network. 4. Inventory and System Integration - ATMS must be able to seamlessly integrate, add and remove devices as needed. - ATMS must keep a record of changes to device network over time. - The ATMS must provide the ability to communicate with field devices using the National Transportation Communications for Intelligent Transportation System (ITS) Protocols (NTCIP), provided those field devices are capable of communicating using NTCIP. - The ATMS must provide a web-based user interface through which users can access system functionality in addition to any traditionally installed software. 5. Interoperability and Implementation - ATMS must have the ability to work through various communication platforms (i.e. fiber optic, radio, etc.) with limited latency. - ATMS must provide the ability to share, import / export data from the system. - Contractor must provide a high-level implementation plan that clearly describes how functionality will be transitioned from the City’s existing systems to the Contractor’s software. - Contractor must provide a QA/QC plan indicating how quality is built into their overall processes. 6. Performance, maintenance, reporting, data mining, and decision support - ATMS must collect and analyze automated traffic signal performance metrics (ATSPM). - ATMS must be able to implement automated / pre-programmed event plans as needed. - ATMS must provide the ability to run various reports on system status, travel time, traffic signal alarm reports, traffic signal performance metrics, system detector speed and volume data, etc. - ATMS must provide 24/7 operational availability. - ATMS must provide a solution for identifying device outages and other issues on the network. SECTION B - 6 - ATMS must be able to provide notifications in the event of network or device outages. Notification must be able to be sent to internal staff via e-mail and text message. - ATMS contractor must provide maintenance support and resolve any issues within 48 hours in the event of a technological issue with the ATMS. - The ATMS must support the ability to communicate with field devices via IP Networking. 7. For each device type below, list the device manufacturers integrated with the ATMS software and the functionality offered within the software. a) Closed Circuit Television (CCTV) cameras b) Dynamic Message Signs c) Vehicle Detection d) CV2X Technology e) Traffic Signal Controllers f) Bluetooth travel time detectors 8. Video Management System - ATMS must provide a video management system that allows remote configuration of all connected CCTV cameras. - ATMS video management system must provide the ability to configure multiple video wall and workstation layouts that allow viewing of multiple video feeds simultaneously. - ATMS video management system must allow full Pan, Tilt, Zoom control for each CCTV camera and allow the configuration of various camera preset views and a home setting. - ATMS video management system must provide the ability to record video footage and store archived video as needed. EVALUATION CRITERIA QUALIFYING PROPOSALS MATA and the City will review each submitted Proposal to determine whether it is a Qualifying Proposal. A Qualifying Proposal is one that meets all of the criteria set forth in the RFP. All Proposals that ARE NOT a Qualifying Proposal will be disqualified from this RFP process. A Qualifying Proposal is a Proposal that: • Was submitted (in the form and format required) by the due date as specified. • Conforms to the requirements of the RFP (e.g. includes the requisite number of copies, customer references, etc.). EVALUATION OF QUALIFYING PROPOSALS MATA and the City will evaluate each Qualifying Proposal based on the degree to which it complies with the requirements, as articulated in this RFP. The primary categories to be evaluated are: • Scope and Solution/Implementation: whether Contractor accepted the scope of services presented in this RFP, meets the solution/implementation requirements and constraints, proposes an appropriate deployment plan.

1370 Levee Rd, Memphis, TN 38108, United StatesLocation

Address: 1370 Levee Rd, Memphis, TN 38108, United States

Country : United StatesState : Tennessee

You may also like

TORFP 2354 - UNMANNED AIRCRAFT SYSTEMS (UAS) TRAFFIC MANAGEMENT (UTM) SYSTEMS ENGINEERING

Due: 18 Jan, 2029 (in about 4 years)Agency: FEDERAL AVIATION ADMINISTRATION

Air Traffic Management Surveillance System and Sub-Systems Project

Due: 10 Jun, 2024 (in 1 month)Agency: Cayman Islands Government

Informatica Software Subscription and Support Services

Due: 04 Nov, 2024 (in 6 months)Agency: City of Vancouver

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.