Scope of Work – Campus Transit Services Rev 1. RFP#86254219 Campus Transit Services Request for Proposals

NON-MANDATORY PRE-PROPOSAL MEETING AND NON-MANDATORY SITE INSPECTION

The Non-Mandatory Site Inspection & Non- Mandatory Pre-Proposal Meeting will begin

at 10:00 am E.S.T on May 4, 2017 Prospective Offerors are to meet at: Clemson University 202 Hugo Drive Clemson, SC 29634 Contact Kat Moreland for directions at 864-656-2674

All interested Offerors are highly encouraged but not required to attend the pre- proposal meeting and site inspection. During this time, Offerors will be given the opportunity to ask questions concerning the requirements of this request for proposals in order to come to a clear understanding of the terms, conditions and requirements of this RFP.

This site inspection and pre-proposal meeting will be limited to two (2) representatives from each organization. Advance written notice must be provided, to ensure pre-bid accommodations are appropriate for attendees, by the close of business on May 2, 2017 to the University by any organization planning to attend the meeting and site inspection. Notification of attendance shall be sent to April Pitts at [email protected].

Offerors who choose not to attend are solely responsible for obtaining the necessary information to make an offer on trade-in vehicles and accurate knowledge of the layout of the campus and routes regardless of participation in the pre-proposal & site inspection. Separate appointments will not be available.

1

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 CLEMSON UNIVERSITY REQUEST FOR PROPOSALS UNIVERSITY CAMPUS TRANSIT SERVICE PROVIDER

I. INTRODUCTION Clemson University, (hereinafter University) invites qualified Contractors to submit responses to its Request for Proposals (RFP) to provide University Campus Transit Services for students, faculty, staff and authorized visitors. While our desire is for a “closed door” transit service, we understand that might not be feasible for all potential Offerors and will consider open door service with proposal to include appropriate measures to manage costs for non-University riders as required. The successful Contractor will provide a safe, customer-focused, cost-effective, efficient and reliable campus transit service that supports the University’s mission, goals and objectives. It is anticipated that the term of this agreement will be seven (7) years beginning on January 1, 2018. Dates provided are estimates only. Any resulting contract will begin on the date specified in the notice of award. Offerors should be very clear in their proposal to commit to their ability to start the contract on the date anticipated, and if that is not possible, to detail the earliest possible start date. See clause entitled “Term of Contract - Effective Date/Initial Contract Period”.

Clemson University is one of the nation’s top public research universities. With its main campus located on 1,400 acres in the foothills of the Blue Ridge Mountains, along the shores of Hartwell Lake, in Clemson, SC, Clemson’s retention and graduation rates rank amount he highest in the country for public universities. Current enrollment for the 2016-17 school year is 18,395 undergraduates and 4,411 graduate students supported by more than 5000 faculty and staff. The recently completed 2020Forward Strategic plan provided for a reorganization and clear strategic goals for Clemson to continue to be one of the nation’s leading public research universities.

The University has had an agreement with (CAT), which is the City of Clemson’s public transportation system, to operate a public transit system for the benefit of Faculty, Staff and Students of Clemson University. This agreement has been in place for twenty (20) years and University procurement regulations require university campus transit service to be competitively bid in 2017. The current agreement is scheduled to expire June 30, 2017; however, there is a possibility that the agreement may be extended for a short period to allow a new agreement to begin during a semester break. The University does not desire, nor do we see a feasible way to start a new contract in the middle of a semester. This timetable would allow the new agreement to take effect at an appropriate time within the academic calendar and help minimize any potential detrimental impact to the faculty, staff and students accessing the University campus transit system. Currently, CAT operates approximately 27,155 hours annually. Additionally, CAT also provides the University with Football ADA service

2

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 (800 hours) and University Orientation shuttle service (700 hours) as well as other Special Event Services (1,300 hours).

The transit services to be addressed by Contractors proposing under this RFP are specified in Section VI, Technical Requirements. Please note that a Contractor must bid on the fixed route (Lot A) portion of the contract and may bid on both the fixed route (Lot A) and special event services (Lot B) as specified in Section VI, Technical Requirements.

This RFP is part of a competitive procurement process, which helps to serve the University's best interest. It also provides Contractors with a fair opportunity for their services to be considered. This RFP provides Contractors with a formal and unrestrictive opportunity for their services to be considered. This process should not be confused with the process of competitive sealed bidding. The latter process is usually used where the goods and services being procured can be precisely described and price is generally the predominant factor. With competitive negotiation, however, price is not required to be the determinative factor, although it may be, and the University has the flexibility to negotiate with the successful Contractor to arrive at a mutually agreeable relationship.

COMMITMENT TO DIVERSITY: Clemson University, consistent with state and federal law, seeks to optimize business opportunities for small and minority-owned businesses. The University will seek to do business with firms and organizations that demonstrate and embrace diversity within their programs and policies. Through these efforts, Clemson University will actively pursue its goal of building a more reflective marketplace for the community within the State of .

II. INSTRUCTIONS TO OFFERORS Regardless of specific requirements below or in this document, Offerors are required to submit their proposal electronically through the Clemson University online bidding system. To do so you must login (registering first) at https://clemson.ionwave.net/Login.aspx, and follow specific instructions for this solicitation. You should register several days in advance of the bid closing date so you can be approved and login in time to submit a response.

A. Please follow submittal requirements outlined in the Bid Attributes in the online bidding system for breakdown of proposals and number of copies that must be submitted. B. Be sure to see the Event Activities in the online bidding system for details on deadlines for questions and/or pre-bid meetings. a. NON-MANDATORY PRE-PROPOSAL MEETING AND SITE INSPECTION – May 4th, 2017 at 10:00 am EST, 202 Hugo Drive Clemson SC 29634. All interested Contractors are highly encouraged but not required to attend both the Pre-Proposal Meeting and Site Inspection. At this time, Contractors will be given the opportunity to ask questions concerning the requirements of this 3

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 RFP in order to gain a clear understanding of the terms, conditions and requirements of this RFP. The Pre-Proposal Meeting and Site Inspection will be limited to two (2) representatives from each organization. Advance written notice must be provided, to ensure pre-bid accommodations are appropriate for attendees, by the close of business on May 2, 2017 to the University by any organization planning to attend the meeting and site inspection. Notification shall be sent to April Pitts at [email protected].

b. DEADLINE FOR QUESTIONS - May 18, 2017, 4:30 pm EST: Questions shall be submitted in the online bidding system under the Questions tab by the date and time listed herein. Answers will be posted in the online system following the deadline date. All Offerors are charged with a duty to inquire. By submitting an Offer, represents that the offeror has read and understands the Solicitation and that its Offer is made in compliance with the Solicitation. Offerors are expected to examine the Solicitation thoroughly and should request an explanation of any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation. Failure to do so will be at the Offeror’s risk.

C. The successful Offeror shall provide satisfactory evidence of all required insurance coverage and licenses PRIOR TO PERFORMANCE. D. PREPARATION OF PROPOSALS: a. Proposals must be formatted in accordance with the requirements in Sections III and IV of this RFP. b. Failure to examine any data, drawings, specifications, and instructions will be at the proposer's risk. c. All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and corrections printed in ink or typewritten adjacent, and must be initialed in ink by person signing the proposal. d. Price each item and/or deliverable separately. Proposal prices should be Net. E. ACCEPTANCE AND REJECTION: The University reserves the right to reject any and all proposals, to waive any informality in proposals and, unless otherwise specified by the proposer, to accept any item in the proposal. If a rebid is required, the University will have no obligation to provide notification to bidders other than through issuance of the rebid itself. F. QUALIFYING STATEMENTS AND LATE PROPOSALS: No qualifying letters or statements will be considered. If you believe you need to take exception to any mandatory or required specification, term or condition, you are required to notify the Procurement Officer as soon as possible and prior to submitting your offer so the RFP can be modified if possible to prevent unnecessary, restrictive language. The one exception to this is that public entities that are prohibited by law from agreeing to certain terms (e.g. indemnification and hold harmless language) may submit a

4

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 proposal, but must clearly reference in a table of exception the terms, and only those terms that they cannot legally agree to. The University will accept proposals with and exceptions specified by law, as responsive relative to those specific terms regardless of any other language related to exceptions to those terms called out in this RFP. Late proposals will be rejected. G. DISCOUNTS: Please quote any applicable educational discounts afforded to a state university. Discount for prompt payment periods of less than thirty (30) days will not be considered in the award process. Discounts offered for prompt payment will be taken if earned. Time will be computed either from the date of delivery at destination or from the date a correct invoice is received, whichever is later. Discounts shall apply to the total amount unless freight charges are itemized separately. H. SUBMITTING PROPOSALS: It is the proposer's responsibility to assure that its proposal is delivered at the proper time and place as indicated on the RFP form. Proposals which for any reason are not so delivered will be rejected. Offerors are to submit all applicable and required documents with their proposal. Any additional or supplemental documents which are proposed by the proposer, other than the proposal form and including, but not limited to, a proposed contract or terms and conditions requiring a signature from a university official, must accompany your proposal in order to be considered. An Offeror will not be allowed to submit additional or supplemental documents after the close of the proposal process because such documents would be a prohibited proposal modification. Notwithstanding anything herein to the contrary, the University has the sole discretion to accept or reject any additional or supplemental documents submitted by a proposer. I. DELIVERY: The number of calendar days in which delivery will be made after receipt of order shall be stated in the space provided on the RFP Form. J. EXPEDITED DELIVERY: It is the proposer's responsibility to expedite delivery and to pay for any additional charges of special handling to prevent shipments from being late. K. SPECIFICATIONS/BRAND NAMES: It is understood that reference to available specifications shall be sufficient to make the terms of such specifications binding on the Contractor. Any reference to brand names and numbers in the RFP is descriptive, but not restrictive, unless otherwise specified. Proposals on equivalent items meeting the standards of quality thereby indicated will be considered, unless otherwise specified, providing the proposal clearly describes the article offered and how it differs from the referenced brands. Unless the Contractor specified otherwise, it is understood that the Contractor is offering a referenced brand item as specified in the RFP. The University reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name referenced; and the University may require an Offeror offering a substitute to supply additional descriptive material and a sample. When merchandise received from a successful Offeror is not considered to be an equal by the requisitioner, it will be returned to the proposer, at the proposer's expense.

5

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 L. DEMONSTRATION(S) OF PRODUCTS AND/OR SERVICES: The University reserves the right to require either an "in-house/on-site" demonstration of the product and/or service offered or an equivalent demonstration at a site mutually acceptable to the proposing parties to assure product performance and equivalence to University specifications. M. INFORMATION AND DESCRIPTIVE LITERATURE: Offerors must furnish all information requested in the spaces provided on the RFP form. Further, as may be applicable, each Offeror must submit for proposal evaluation cuts, sketches, and descriptive literature and technical specifications covering the product offered. Reference to literature submitted with a previous proposal or on file with the buyer will not satisfy provision. N. CONFLICT OF INTEREST: All Offerors must disclose with their proposal the name of any officer, director, or agent who is also an employee of the State of South Carolina, or any of its agencies (which includes Clemson University). Further, all Offerors must disclose the name of any state or University employee who owns, directly or indirectly, an interest in the proposer's firm or any of its branches. Submission of proposals by state or University employees is prohibited. O. TAXES: Offerors are responsible for the payment of taxes on tangible personal property which they use in the completion of their proposals, for which sales taxes have not otherwise been paid, irrespective of who holds title to the property or for whom the work is done. Applicable taxes are to be itemized on invoices submitted for payment. OFFERORS ARE RESPONSIBLE FOR DETERMINING THE APPLICABILITY OF TAXES. P. SAFETY STANDARDS: Unless otherwise stipulated in the RFP, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and meet all applicable safety standards. Q. SERVICE AND WARRANTY: Unless otherwise specified, the Offeror shall define any warranty services and replacements that will be provided. Offerors shall explain on an attached sheet to what extent warranty and service facilities are provided. Any attempt to change, add modify or delete any warranty provision after the proposal has been accepted, including by use of package labeling or inserts, will not be binding on the university unless it has been agreed to in writing. R. EQUAL EMPLOYMENT OPPORTUNITY: When awarded, this proposal is subject to provisions of Title 7 of the Civil Rights Act of 1964 and parts II, III, and IV of the Executive Order 11246, dated September 4, 1965. In connection with the execution of the proposal, the Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin. The Offeror shall take affirmative action to insure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training including apprenticeship.

6

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 S. AFFIRMATIVE ACTION CLAUSE CONCERNING EMPLOYMENT FOR THE DISABLED: By accepting this order (if it exceeds $2500) the Offeror agrees that he/she will not discriminate against any employee or applicant for employment because of disabilities with regard to any position for which the employee or applicant is qualified. The Offeror agrees that he/she will take affirmative action to employ and advance in employment qualified individuals with disabilities. Rehab. Act., 29 U.S.C. Section 793 and the American with Disabilities Act (ADA), 42 U.S.C. Sections 1201 et seq. T. CLEMSON UNIVERSITY AFFIRMATIVE ACTION STATEMENT: The Clemson University is a EEO/AA/Title VI/ Title IX/Section 504/ADA employer. The university does not discriminate on the basis of race, sex, color, religion, national origin, age, disability, or veteran status in the provision of educational programs and services or employment opportunities and benefits, pursuant to applicable federal and state laws. Clemson University conforms to all applicable rules, regulations and relevant orders of the Secretary of Labor. All applicable affirmative action clauses and supporting regulations are incorporated herein. U. THE FOLLOWING SECTIONS OF THE SC CODE ANNOTATED APPLY TO THIS INVITATION: SECTION 8-13-700: USE OF OFFICIAL POSITION OR OFFICE FOR FINANCIAL GAIN; DISCLOSURE OF POTENTIAL CONFLICT OF INTEREST SECTION 8-13-705. OFFERING, GIVING, SOLICITING, OR RECEIVING ANYTHING OF VALUE TO INFLUENCE ACTION OF PUBLIC EMPLOYEE, MEMBER OR OFFICIAL, OR TO INFLUENCE TESTIMONY OF WITNESS; EXCEPTIONS; PENALTY FOR VIOLATION. SECTION 8-13-710. REPORTING OF PARTICULAR GIFTS RECEIVED BY PUBLIC EMPLOYEE, OFFICIAL, OR MEMBER ON STATEMENT OF ECONOMIC INTERESTS. SECTION 8-13-735. PARTICIPATION IN DECISION AFFECTING PERSONAL ECONOMIC INTERESTS BY ONE EMPLOYED BY AND SERVING ON GOVERNING BODY OF GOVERNMENTAL ENTITY. V. RECORDKEEPING AND AUDIT: The University shall have the right, upon request, to audit the financial and operations records of the Contractor as they pertain to this contract, including relevant computer files. The University agrees to provide the Contractor with a copy of any such audit. The Contractor agrees to provide the University with a copy of any audit initiated by an outside agency which includes any aspect of the Contractor’s operations, equipment or facilities. The Contractor Agrees to maintain records relating to this contract for a period of three (3) years from the date of final payment under this Agreement. This provision will survive expiration or earlier termination of this Agreement. These records shall be maintained in accordance with generally accepted accounting principles. These records do not include personnel files of individual employees except to the extent of needing to possibly identify who was employed at certain times during the contract. W. GRAY MARKET PRODUCTS: The University does not accept proposals on gray market products. Proposals submitted on equipment or supplies from Offerors not authorized by the manufacturer to either sell, service, or warrant such equipment in 7

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 the continental United States is not acceptable. Evidence to substantiate the dealer's relationship with the manufacturer may be required.

III. REQUIRED TECHNICAL PROPOSAL CONTENT Information requested in this section will be furnished and addressed in the technical portion of your proposal. Offerors should submit the following information clearly corresponding to each item listed. No cost proposal information shall be included in the technical proposal. Do not include any cost or pricing in this section.

A. Name, address, telephone number, fax number, email address and website address of firm. B. The name and signature of the contact person that the University should contact for questions and clarifications concerning your company's proposal response. Include contact person’s telephone number, fax number, and e-mail address. C. A brief history of the firm to include the total number of years the firm has been in the business of furnishing services as requested in this RFP. In addition, include a brief introduction for your firm including a section, wh ich details the extent of your firm's experience with services described in this RFP. D. Organizational structure of the firm including subsidiaries, partnerships, or parent firm. Include the total number of full time employees with your submission. E. A listing of office locations. F. A complete listing of all clients that are currently utilizing your services. G. A listing of personnel who may be assigned to perform the proposed contract with their qualifications and experience. This should include resumes of all principals and technical associates who would be brought together as a staff which would service either as an implementation team and/or which would be responsible for overseeing the requirements of this RFP. This information should include related technical and professional affiliations, related employment, accomplishments and involvement in contracts of this size and/or complexity. Include a section, which clearly defines the employment title, and role each individual is to perform during the life of this contract. H. A listing of a minimum of three (3) representative clients with designated references that the University may contact. Please include references where the firm has performed engagements similar to this request, i.e., university transit service. This list should include clients for which this service was performed in the past five (5) years for at least 3

8

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 years. In addition, list all references for any governmental agencies for the state of South Carolina, other Clemson University Campus locations or other Universities/Colleges of similar size and complexity. Negative references may be used as grounds for rejection of your proposal. The University, at the University's expense, may elect to visit the location where the service is presently being performed by the proposer. I. A listing of professional organizations of which the firm is a member. J. A formalized list of information, space, equipment, su pp lies or other resources needed by the Contractor to complete this project. The Contractor shall clearly identify and provide justification for any resources needed from t h e University to perform the requirements described in this RFP. K. Bidding Schedule, Vehicle Resource Allocation worksheet (Bidding Schedule is under the attachments tab in the online bidding system) is to be used to list all dedicated buses and vehicles required to provide the required service on each route. The list must include a photograph of each vehicle, bus #, VIN#, model, manufacturer, model year, mileage, dimensions, seating capacity, ADA capacity seating as well as overall maximum passenger capacity. The vehicle list must also include the above required information on spares and support vehicles such as supervisor’s vehicles. L. A description of the Contractor’s bus replacement program to be utilized during the term of this agreement. M. A complete description of the safety and training program to be utilized by the Contractor. This description must include emergency response procedures in the event of a major accident involving the transit system. N. A complete description of the maintenance program to be utilized by the Contractor. This must include a description of the preventive maintenance program and an explanation of the procedures to address buses that become inoperable while in service. O. A complete description of the alcohol and substance abuse program used by the Contractor. P. An overview of the customer service program proposed for use in association with the operating the University’s campus transit service. Q. A description of your service plan and any pertinent issues for the optional special events service described in Section VI, Technical Requirements, (D). R. A description of the transit technologies to be deployed to meet the requirements in Section VI, Technical Requirements, (W).

9

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 S. A detailed plan addressing your proposed Service Performance Standards as detailed in Section VI. Technical Requirements, (T). T. A detailed proposal as to the proposed external graphics as detailed in Section VI. Technical Requirements, (F).I. U. A detailed plan to outlining customer service plan as detailed in Section VI. Technical Requirements, (U). V. A transition plan, including a timeline based on an estimated start date of January 1, 2018, or the earliest you propose you can start service, for the set-up and implementation of university campus transit service as detailed in this RFP. W. Include sample ridership, operations, maintenance, customer service and other relevant forms and report templates representative of ones to be used if your firm is the successful Contractor. X. An explanation of your approach to problem resolution and how your firm will deal with problems that may arise in the operational use of your proposed solution. Y. A financial statement for the most recent reporting period. Financial statements shall be prepared in conformity with generally accepted accounting principles. The Offeror must have sufficient financial resources to provide the specified services to the University within the time frames required. Each Offeror must also have the financial stability and resources to cover any start-up costs resulting from the requirements of this RFP. Financial information to be provided by the Offeror is required to assist the University in determining the proposer's financial stability and ability to remain a viable concern for the period of this contract to include option years. Z. Disclosure if your company has ever filed for reorganization, protection from creditors or dissolution under bankruptcy status. AA. Listing of any pending litigation, liens, or claims of more than $2,000 involving your firm. BB. Disclosure of any default on any contract or forfeited payment of performance bond issued by a surety company or contract. CC. Include any other information that would assist the University in evaluating your company's experience and ability to furnish the requirements of this RFP.

IV. REQUIRED COST PROPOSAL CONTENT Information requested in this section will be furnished and addressed in the cost portion of your proposal. No cost information shall be included in the technical proposal. Cost proposal is to be submitted separately from the technical response.

A. Name, address, telephone number, fax number, email address and website address of firm. 10

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 B. The name of the contact person that the University should contact for questions and clarifications concerning your company's proposal response. Include contact person’s telephone number, fax number, and e-mail address. C. Costs for university campus transit service should be presented on a per hour basis by route for each year for each of the seven (7) years in the initial term. Annual budgets for each route should be submitted with capital costs as well as any credits for buses provided by the University as part of this contract as well as any grant subsidies or other contributions that may be available. Using the Bidding Schedule located in the online bidding system, under the Attachments tab, an itemized budget list of all costs used to derive the hourly rate should be submitted. The itemized list should include any expenses required to complete the technical requirements including but not limited to personnel, vehicles, equipment, maintenance, fuel, supplies, training, alcohol and drug testing program, travel and other related expenses. Submission of any cost data in any areas other than the cost proposal may be grounds for non- consideration of your proposal. D. As an option, costs for the special events service described in Section VI, Technical Requirements, (D) should be presented separately in the Cost Proposal on a per hour basis by year for each of the seven (7) years in the initial term.

V. EXISTING UNIVERSITY CAMPUS TRANSIT SYSTEM OVERVIEW The University currently has an agreement with Clemson Area Transit (CAT), the City of Clemson’s public transportation system, to operate the transit system for the University campus. This agreement has been in place for twenty (20) years, and State and University procurement regulations require university campus transit service to be competitively bid in 2017. The current agreement is scheduled to expire June 30, 2017; however, the agreement may be extended for a period of at least six (6) months to allow a new agreement to begin during a semester break. This timetable would allow the new agreement to take effect at an appropriate time within the academic calendar and help minimize any potential detrimental impact on the campus transit system. Currently, CAT operates approximately 9,095 hours annually for 3 University campus routes at a cost of approximately $295,587. Additionally, CAT also provides University Football ADA (800 hours) and CU Orientation shuttle service (700 hours) as well as other Special Event services (1,300 hours) for campus special events in accordance with federal charter regulations. A description of the CAT services can be found at www.catbus.com.*As indicated in Figure 1 below, the annual University Campus Transit Service ridership on the system during the 2015-2016 school year was 768,186 which is the highest ridership in the last five years.

11

Scope of Work – Campus Transit Services Rev 1. RFP#86254219

Figure 1 Historical University Campus Transit Service Ridership Fiscal Year 2012-2017

Fiscal Year Total Passengers Difference % of Change 2017* 576,054 2016 768,186 19,974 2.6% 2015 748,212 38,292 5.1% 2014 709,920 12,810 1.8%

2013 697,110 51,622 7.4% 2012 645,488 *YTD ridership figures from July 1, 2016- February 28, 2017

Figure 2 Monthly Ridership By Route-FY2016-17

Figure X: Monthly Route Ridership Blue Orange Purple Green Research Tiger Month Route Route Route Route Park Commute Feb-17 35,035 35,199 25,259 2,019 951 5,125 Jan-17 24,170 24,519 18,384 1,420 722 4,300 Dec-16 8,780 6,736 6,060 475 343 1,625 Nov-16 29,379 28,526 21,243 1,841 843 4,893 Oct-16 36,844 36,376 27,187 2,232 1,145 5,457 Sep-16 38,608 40,119 28,768 2,655 1,387 5,566 Aug-16 19,286 20,342 14,700 1,220 1,119 3,200 Jul-16 - - - - 865 1,311 Jun-16 - - - - 1,021 2,123 May-16 - - - - 912 2,300 Apr-16 30,867 21,868 26,394 3,151 1,081 4,749 Mar-16 30,177 24,589 24,954 3,043 1,188 5,337 Feb-16 37,852 31,342 30,440 3,730 1,207 6,017 Jan-16 28,386 22,883 22,081 2,908 908 4,675 Dec-15 11,855 9,296 9,664 992 538 2,292 Nov-15 31,381 25,349 24,561 2,638 1,081 5,133 Oct-15 34,878 30,841 27,554 2,841 1,340 6,144 Sep-15 38,688 38,012 31,214 3,291 1,445 3,004 Aug-15 14,399 14,722 11,555 1,123 1,115 2,167 Jul-15 - - - - 1,204 1,686 Ridership figures from July 1, 2015-February 28, 2017

12

Scope of Work – Campus Transit Services Rev 1. RFP#86254219

Figure 3 Service Hours By Route-Fiscal Year 2016-17

Figure xx: Service Hours Blue Orange Purple Green Research Tiger Month Route Route Route Route Park Commute Feb-17 400 393 393 210 220 920 Jan-17 280 275 275 294 176 736 Dec-16 140 113 113 73 253 402 Nov-16 340 334 334 179 374 736 Oct-16 420 413 413 220 462 920 Sep-16 440 431 431 231 462 1,012 Aug-16 220 217 217 116 253 678 Jul-16 - - - - 220 160 Jun-16 - - - - 242 264 May-16 - - - - 242 396 Apr-16 420 395 395 221 231 630 Mar-16 360 360 360 189 228 612 Feb-16 420 420 420 221 231 630 Jan-16 320 320 320 168 198 546 Dec-15 180 155 155 95 129 360 Nov-15 360 360 360 189 198 540 Oct-15 400 400 400 231 226 600 Sep-15 440 440 440 231 242 660 Aug-15 180 180 180 95 231 486 Jul-15 - - - - 242 396 Ridership figures from July 1, 2015-February 28, 2017

Figure 4 Riders Per Service Hours By Route-Fiscal Year 2016-17

Figure 4: Riders per Service Hour Blue Orange Purple Green Research Tiger Month Route Route Route Route Park Commute Feb- 17 87.59 89.56 64.27 9.61 4.32 5.57 Jan-17 86.32 89.24 66.91 4.83 4.10 5.84 Dec- 16 62.71 59.48 53.51 6.46 1.36 4.04 Nov- 16 86.41 85.22 63.46 10.31 2.25 6.65 Oct- 87.72 88.08 65.83 10.12 2.48 5.93 13

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 16 Sep- 16 87.75 93.03 66.71 11.49 3.00 5.50 Aug- 16 87.66 93.96 67.90 10.56 4.42 4.72 Jul-16 - - - - 3.93 7.07 Jun- 16 - - - - 4.22 8.04 May- 16 - - - - 3.77 5.81 Apr- 16 73.49 55.36 66.82 14.29 4.68 7.54 Mar- 16 83.83 68.30 69.32 16.10 5.21 8.72 Feb- 16 90.12 74.62 72.48 16.92 5.23 9.55 Jan-16 88.71 71.51 69.00 17.31 4.59 8.56 Dec- 15 65.86 59.97 62.35 10.50 4.17 6.37 Nov- 15 87.17 70.41 68.23 13.96 5.46 9.51 Oct- 15 87.20 77.10 68.89 12.30 5.93 10.24 Sep- 15 87.93 86.39 70.94 14.25 5.97 4.55 Aug- 15 79.99 81.79 64.19 11.88 4.83 4.46 Jul-15 - - - - 4.98 4.26 Ridership figures from July 1, 2015-February 28, 2017

14

Scope of Work – Campus Transit Services Rev 1. RFP#86254219

Figure 5 Bus Peak Usage By Route

Figure 5: Buses Peak Usage Projected Fall Spring Summer Minimum First Year Buses Buses Buses Peak Seating Service Route (Peak) (Peak) (Peak) Frequency Capacity Hours 5/6 Orange 3 3 0 minutes 34 4,147.5 Purple 2 2 0 7 minutes 34 2,997.5 Blue 2 2 0 6 minutes 31 3,100 13 Green 1 1 0 minutes 14 1,627.5 Research 60 Park 1 1 1 minutes 14 2,623 Tiger 30 Commute 4 4 2 minutes 31 7,902

VI. TECHNICAL REQUIREMENTS The University campus transit provider shall be required to operate service throughout the 12-month calendar year at levels determined by the University. Service levels and coverage will be based on the academic calendar and other relevant factors and the University reserves the right to adjust service levels as necessary to meet university campus transit needs and requirements including a reduction of service during academic breaks, holidays, etc. Service calendars shall be prepared for each academic school year. It is preferred and anticipated that University campus transit services will be provided fare-free with the ability to record the University Tiger One card . The University prefers to limit passengers to University students, faculty, staff and authorized visitors in accordance with applicable local, state and federal laws; however, we are willing to accept proposals that provide an “open door” service as would be provided by a public transportation service entity, so long as such a proposal would address the public ridership and associated costs on some of the longer distance routes that the University does not believe we have the responsibility to provide and/or fund with a University transit service. Public riders on an on-campus route we believe would present a minimal impact to overall cost and service, but longer routes could negatively impact service and such costs would be covered by the University under this contract, and as such we believe need to be addressed accordingly in a proposal (i.e. fare boxes, cost structure, etc…).

15

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 The University shall have the final decision regarding services rendered by the Contractor hereunder. The bus service requirements set out in these specifications are for daily regular session semester operations and semester breaks, holidays and summer sessions. The University reserves the right to reduce or increase bus service requirements, and relocate the stop(s), without liability, with notice to the Contractor as set out in these specifications. At the direction of the University, the Contractor may be required to coordinate transit services and programs with the local public transportation system if such coordination is in the best interest of the University in ensuring the most cost-effective and convenient university campus transit system.

A. SERVICES PROPOSED TO BE OPERATED: Figure 5 shows proposed services to be operated. The University reserves the right to modify these services prior to, and after implementation and any cost or timing of changes would be mutually agreed upon by both University and contractor. B. SERVICE FOR PERSONS WITH DISABILITIES: All routes must be capable of providing service for persons with disabilities during their scheduled service times. In the event a bus is not handicapped accessible, a bus must be provided within 30 minutes for the person requiring accessible service. C. COMPLIANCE WITH FEDERAL AND STATE LAWS, RULES AND REGULATIONS: The Contractor has sole responsibility for ensuring compliance with applicable federal and state laws, rules and regulations, including those regulations and rulings that relate to the prohibition of charter service by federally subsidized transit operations. D. OPTIONAL SPECIAL EVENTS SERVICE: The Contractor may be requested to provide buses during special events, such as football games, basketball games, commencement, conferences, etc. The buses must be the same manufacturer, model and type as the buses quoted for the regular university campus transit service. These trips will be arranged, approved and authorized by the Director of Parking and Transportation Services, or his/her designee. The Contractor will not accept requests for special event services from individual departments of Clemson University. The Contractor will make all possible efforts to schedule special event services, but reserves the sole discretion in determining the availability and number of buses required for each request. The Contractor shall only utilize buses that were procured without state or federal grant funding for the provision of special event service. The Contractor must be in compliance with applicable federal, state and local regulations. Please identify any pertinent issues related to your proposal for the optional special events service in the Technical Proposal as noted in Section III, Required Technical Proposal Requirements, Item Q of this RFP. Please quote your cost per hour for the transportation during special events in the Cost Proposal. For information purposes only, the 2016 Clemson University Football Shuttle service utilized eight (8) 40-foot buses and four (4) cutaway vehicles for persons with disabilities. In the 2015-16 contract year, CAT provided approximately 1,300 hours of special event services to the University. This optional special events service should be quoted separately on a per hour cost basis in the cost proposal.

16

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 E. INCREASE IN BUS SERVICES: In the event the proposed number of buses is not adequate to cover the needs of the University or additional transit services are required, the Contractor will be expected to temporarily supply acceptable buses from their inventory or other means and permanently secure the additional necessary buses.

Figure 5 Projected Service Levels

Fall/Spring Summer Bus Minimum Estimated Passenger Annual Route/Service Vehicles Vehicles Frequency Seating Service Capacity Hours Tiger 7,902 Commute Route 4 ***2 Every 30 minutes **31 On-Campus 3,100 Blue Route 2 0 Every 6 minutes 34 On-Campus Every 5/6 4,147.5 Orange Route 3 0 minutes 34 On-Campus 2,997.5 Purple Route 2 0 Every 7 minutes 34 On-Campus 1,627.5 Green Route *1 0 Every 13 minutes **14 Research Park 2,623 Route *1 ***1 Hourly **14 Total Estimated Annual Service Hours 22,397.5

NOTES: * Clemson University will make a 14 passenger bus available as part of this contract. Bus and maintenance records will be made available. **Low Floor Bus Not Required All buses proposed to operate weekdays only ***Summer service frequency is anticipated to be hourly The University reserves the right to modify service levels prior to, and after, implementation Typical time between classes during fall and spring semesters is 15 minutes The number of weekdays in one semester is typically 85 days from first day of class through last day of final exams Appendix I - Service Calendars for each route (See VIIII. APPENDIX LISTING, Appendix I) located in the online bidding system under the Attachments tab.

17

Scope of Work – Campus Transit Services Rev 1. RFP#86254219

Figures 6-11 show maps of fixed route (Lot A) services expected to be operated.

Figure 6 Tiger Commute

Figure 7 On-Campus Blue Route

18

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 Figure 8 On-Campus Orange Route

Figure 9 On-Campus Purple Route

19

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 Figure 10 On-Campus Green Route

Figure 11 On-Campus Research Park Route

+ 20

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 F. BUS SPECIFICATIONS: All transit buses used for service shall meet all federal, state and local vehicle requirements in effect at the time of delivery. Buses shall be of transit industry standard design and shall not be school bus type vehicles.

The University encourages and prefers Offerors to consider electric drive and/or alternative fuel transit vehicles that are reliable and cost effective as part of the overall fleet make-up, particularly in the less than 30-40 foot vehicle class. Any of these types of vehicles proposed for service at the University must be shown to have a documented history of reliability, dependability and cost-effectiveness—experimental or prototype vehicles will not be considered. a. Requirements for 30 to 40-foot buses: The University prefers buses that are the most recent model year available. It is required that no later than the start of the 2nd year of the contract that 30 to 40 foot buses be no older than seven (7) years in age or have mileage of more than 200,000 miles. This requirement is to ensure all offerors are offering similar standard of equipment as part of their proposal. This requirement MAY, at the sole discretion of the University, be something the University chooses to negotiate with an Offeror prior to making an award. However, your proposal must include a plan and appropriate costs to reflect this requirement to be deemed responsive. If buses are proposed that are not the most recent model year, the Contractor must identify the reason that they cannot be provided. Low-floor design buses are preferred for transit use, unless otherwise noted, with a minimum service life of ten (10) years, 500,000 miles as defined by the Federal Transit Administration (FTA). All buses will have front and mid body doors. i. Vehicle Engine: The most fuel efficient diesel engine with a minimum of ten (10) years minimum service life. Cummins diesel engines are preferred. Other equivalents will be evaluated. Engines capable of operating a bio-diesel blend (B-20) is preferred. NOTE: Electric drive and/or alternative fuel vehicles as described in Section VI, Technical Requirements, F may be included in proposals for consideration. ii. Capacity: 1. 30-35 foot bus-minimum 31 seated passengers 2. 40-foot bus-minimum 34 seated passengers iii. Integrated body and chassis design. To assure a consistent design, body and chassis must be built by the same manufacturer. iv. Interior Headroom Minimum 74”. v. Engine: Must meet current emission EPA regulations for Urban Bus. vi. Fuel: Ultra low sulfur diesel – 80 gallon minimum

21

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 NOTE: Electric drive and/or alternative fuel vehicles as described in Section VI, Technical Requirements, F may be considered vii. Transmission: Must be automatic type. viii. Brakes: Full air with ABS meeting all DOT requirements. ix. Alternator: Alternator capable of delivering electrical output for bus specified. x. Cooling Service: Radiator must have sufficient capacity to properly cool the engine in heavy service. xi. Body Structure: Body construction shall meet or exceed all requirements and provide one piece continuous roof bows (roll bars), starting at the floor on one side of the body and ending at the floor on the other side to ensure maximum strength in the event of a vehicle roll-over. xii. Exterior: Smooth sheet metal panels meeting all industry standards. Operator name, striping and logos as well as DOT required lettering and numbers will not be more than 2 inches in height. No exterior advertising or informational signs are allowed unless pre-approved by the University. xiii. Suspension: Full air ride suspension required. xiv. Doors: To be of swing out type with a flexible soft rubber cushion. xv. Step wells: Must provide the necessary steps below the floor level so as to accommodate easy passenger access. xvi. Bumpers: The front and rear of the bus shall be equipped with energy absorbing “help” bumpers. xvii. Windows: All windows must be tinted and side windows must be of a style that allows for opening for fresh air. Window frames and mullions may be black. xviii. ADA standards and wheelchair lift: Each vehicle provided by the successful bidder must be equipped to provide service to persons with disabilities as required by all applicable federal, state, and local laws and regulations including the Americans with Disabilities Act, as such laws and regulations now exist or may be amended during the term of any resulting contract. xix. Exterior Lighting: Turn signals, marker lights, brake lights and back up lights shall meet all applicable State and Federal requirements. xx. Interior Lighting: Fluorescent lighting is required to assure even illumination throughout the bus. Lighting must not produce an unreasonable and unsafe amount of glare and front lights are to operate only when the front door is open. A driver area overhead light controlled by a separate switch is also required. xxi. Seating: Passenger seats will be padded transit style and of material that is easily cleaned.

22

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 xxii. HVAC: Driver and passenger areas require a heat/defrost/AC service for front and rear for keeping the bus comfortable in the Clemson climate. AC condensers shall be mounted over the engine compartment or on the roof. A Thermo King IntelligAIRE or equivalent system is required. xxiii. Passenger Assists: Polished stainless steel overhead grab rails and stanchion poles are required. A modesty panel shall be fitted behind the entrance doors and behind the driver. In addition, a Plexiglas shield shall be mounted above the driver’s modesty panel if the modesty panel does not extend to the ceiling. This panel should extend to a height above the drivers head. Stanchions and modesty panels must be appropriately padded. xxiv. Escape Features: The buses shall be equipped with window emergency exits and roof hatches. In addition, all exit doors shall have interior emergency release features. Two roof hatches with a ventilation feature shall be provided. xxv. Safety Equipment: A 10 lb. fire extinguisher shall be mounted near the driver in an easily accessible location. The bus shall carry three reflective emergency road hazard triangles and a first aid kit. The bus shall also have an audible exterior back up alarm. xxvi. Public Address (PA) System: A driver operated public address system shall be provided. PA system must be capable of accepting a plug-in auxiliary microphone. xxvii. Deleted xxviii. Commute bus route will require the successful vendor to install Wi-Fi hardware and procure service with unlimited data usage. xxix. Within one (1) year all buses will be outfitted with TigerOne Card readers. The card readers will be supplied and installed by the University and all data and upkeep of the readers will be responsibility of the University. Contractor must allow reasonable access to buses to install and maintain readers throughout the term of the contract. xxx. Flooring will be slip resistant. xxxi. Vehicles will be equipped with emergency communications and/or a panic alarm feature. xxxii. Bicycle racks: The University requires bicycle racks manufactured by Sportworks or equivalent that are uniquely designed for use in a public/mass transit environment, be affixed to each bus in the fleet. The bicycle racks for 30- to 40-foot buses shall carry a minimum of two bicycles. The trays shall be constructed using resilient polymer materials to reduce damage and injury upon collision or incidental contact. The trays shall be modular in design to allow easy removal

23

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 and replacement. The bicycle rack shall have a latching mechanism to secure the rack in a stowed, vertical, and deployed, horizontal position. Lifting weight to stow the bicycle rack shall be less than 30lbs. Deploying and stowing shall be able to be accomplished with one hand while holding the bicycle with the other hand. The bicycle rack shall contact the wheels of the bicycle only and carry bicycles up to the following dimensions; 3 inch wide tires, 16 inch to 29 inch wheels, up to 46 inch wheel base. The restraint shall be accomplished using a single sided spring loaded support arm, for each bicycle, that can be operated with one hand. The system shall be easy to use and allow quick loading and unloading of the bicycle. b. Requirements for less-than-30-foot cutaway transit vehicles defined as a bus-body attached to a small-to-medium sized truck or van chassis. The University prefers cutaways be the most recent model year available. If cutaways that are not the most recent model year are proposed, the Contractor must identify the reason that they cannot be provided. It is required that no later than the start of the 2nd year of the contract that less-than-30 foot cutaway transit vehicles be no older than four (4) years in age or have mileage of more than 150,000 miles. This requirement is to ensure all offerors are offering similar standard of equipment as part of their proposal. This requirement MAY, at the sole discretion of the University, be something the University chooses to negotiate with an Offeror prior to making an award. However, your proposal must include a plan and appropriate costs to reflect this requirement to be deemed responsive. All cutaways must have a minimum service life as defined by the Federal Transit Administration and Altoona testing of five (5) to seven (7) years, 250,000 miles. i. Vehicle Engine Type: The most fuel efficient engine with five (5) years minimum service life. NOTE: Electric drive and/or alternative fuel vehicles as described in Section VI, Technical Requirements, F may be considered. ii. Capacity: Minimum of fourteen (14) seated passengers plus driver and space to accommodate one properly secured (1) wheelchair1 simultaneously. iii. Interior Headroom Minimum 74”. iv. Emissions: Must meet current EPA emissions regulations. v. Fuel: Unleaded or ultra-low sulfur diesel. If a diesel engine, must be capable of operating bio-diesel blend (B-20) – 33 gallon minimum NOTE: Electric drive and/or alternative fuel vehicles as described in Section VI, Technical Requirements, F may be considered. vi. Transmission: Must be automatic type. vii. Brakes: ABS meeting all DOT requirements.

24

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 viii. Alternator: Alternator capable of delivering electrical output for bus specified. ix. Cooling Service: Radiator must have sufficient capacity to properly cool the engine in heavy service. x. Body Structure: Body construction shall meet or exceed all requirements xi. Exterior: Exterior panels must meet all industry standards. Operator name, striping and logos as well as DOT required lettering and numbers will not be more than 2 inches in height. No exterior advertising or informational signs are allowed unless pre-approved by the University. xii. Suspension: Suspension system meeting industry standards required. xiii. Doors: To be of swing out type with a flexible soft rubber cushion. xiv. Step wells: Must provide the necessary steps below the floor level so as to accommodate easy passenger access. xv. Bumpers: The front and rear of the bus shall be equipped with energy absorbing “help” bumpers. xvi. Windows: All windows must be tinted and side windows must be of a style that allows for opening for fresh air. Window frames and mullions may be black. xvii. ADA standards and wheelchair lift: Each vehicle provided by the successful bidder must be equipped to provide service to persons with disabilities as required by all applicable federal, state, and local laws and regulations including the Americans with Disabilities Act, as such laws and regulations now exist or may be amended during the term of any resulting contract. xviii. Exterior Lighting: Turn signals, marker lights, brake lights and back up lights shall meet all applicable State and Federal requirements. xix. Interior Lighting: Fluorescent lighting is required to assure even illumination throughout the bus. Lighting must not produce an unreasonable and unsafe amount of glare and front lights are to operate only when the front door is open. A driver area overhead light controlled by a separate switch is also required. xx. Seating: Passenger seats will be padded transit style and of material that is easily cleaned. xxi. HVAC: Driver and passenger areas require a heat/defrost/AC service for front and rear for keeping the bus comfortable in the Clemson SC climate. AC condensers shall be mounted over the engine compartment or on the roof. A ThermoKing Climate control system or equivalent. xxii. Passenger Assists: Polished stainless steel overhead grab rails and stanchion poles are required. A modesty panel shall be fitted

25

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 behind the entrance doors and behind the driver. In addition, a Plexiglas shield shall be mounted above the driver’s modesty panel if the modesty panel does not extend to the ceiling. This panel should extend to a height above the drivers head. Stanchions and modesty panels must be appropriately padded. xxiii. Escape Features: The buses shall be equipped with window emergency exits and roof hatches. In addition, all exit doors shall have interior emergency release features. A minimum of one roof hatch with a ventilation feature shall be provided. xxiv. Safety Equipment: A 10 lb. fire extinguisher shall be mounted near the driver in an easily accessible location. The bus shall carry three reflective emergency road hazard triangles and a first aid kit. The bus shall also have an audible exterior back up alarm. xxv. Public Address (PA) System: A driver operated public address system shall be provided. PA system must be capable of accepting a plug-in auxiliary microphone. xxvi. Deleted xxvii. Flooring will be slip resistant. xxviii. Vehicles will have back up alarms. xxix. Vehicles will be equipped with emergency communications and/or a panic alarm feature. xxx. Bicycle racks: The University requires bicycle racks manufactured by Sportworks or equivalent, which are uniquely designed for use in a public/mass transit environment, be affixed to each bus in the fleet. The bicycle rack for cutaways shall be capable of carrying a minimum of at least one (1) bicycle. The trays shall be constructed using resilient polymer materials to reduce damage and injury upon collision or incidental contact. The trays shall be modular in design to allow easy removal and replacement. The bicycle rack shall have a latching mechanism to secure the rack in a stowed, vertical, and deployed, horizontal position. Lifting weight to stow the bicycle rack shall be less than 30lbs. Deploying and stowing shall be able to be accomplished with one hand while holding the bicycle with the other hand. The bicycle rack shall contact the wheels of the bicycle only and carry bicycles up to the following dimensions; 3 inch wide tires, 16 inch to 29 inch wheels, up to 46 inch wheel base. The restraint shall be accomplished using a single sided spring loaded support arm, for each bicycle, that can be operated with one hand. The system shall be easy to use and allow quick loading and unloading of the bicycle. c. Requirements for Posting Information on Buses: All buses used on University runs (including spares/backups) must post the following information:

26

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 i. Bus number on interior and exterior ii. International blue wheelchair symbol on all four (4) exterior sides of the bus iii. Year and make iv. Identification or serial number v. Date of last service inspection vi. A sign indicating vehicle stops at all railroad crossings vii. Contact number or information to report safe or unsafe driving practices d. Bus Maintenance: Vehicles will be maintained at all times to ensure the highest quality appearance and mechanical condition throughout the duration of the contract. i. It is preferred that the Contractor will provide adequate garaging and service facilities in the Clemson, South Carolina area within fifteen (15) miles of the campus to facilitate proper maintenance and servicing of its buses, and to control their dispatching coordination with the University, such that replacement or substitute buses are in service on campus in no more than 30 minutes. ii. In the event that the Contractor is unable to provide a service facility, it must identify and present a plan for maintenance of vehicles which may include the use of a local subcontractor. iii. The exterior of the buses must always be well maintained and painted with no signs of damage, fading, etc. Bus exteriors must be washed daily and particular attention given to ensuring the wheels and rear panels of the bus are clean on a daily basis. iv. The interior of the buses must be cleaned daily with upholstery, wall and flooring in good condition. Contractor must have its own established maintenance facility and preventive maintenance program for the vehicle. v. Vehicle inspection, maintenance (including preventive maintenance) and repair histories are to be provided monthly to the University. e. Spare/Backup Buses: Spare ratios are to be listed and should be consistent with FTA guidelines based on the size of the fleet for the University Campus Transit services as outlined. f. Replacement buses may be staged on campus. Break relief driver(s) shall be on campus with no break in service or scheduled bus runs. Upon request, the University will identify a location where buses can be stationed during the hours of University campus transit service operation in the event that the service provider wishes to keep spare buses on campus during scheduled hours. g. Contractor shall have at a minimum additional equipment of two (2) 30- to 40-foot transit type buses and two (2) less-than-30-foot cutaway vehicles

27

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 similar in capacity and design to vehicles operated in regular university campus transit service, in a standby capacity to cover breakdowns of equipment, and to ensure minimal disruption in service. h. Inspections: The University reserves the rights to inspect, approve, and/or reject all vehicles submitted to service the University. This includes primary and standby buses and support vehicles such as supervisor’s vehicles. In addition, the University shall have the right to inspect company maintenance facilities, log books, records and account pertaining to this agreement at any time during regular business hours and upon reasonable request at other times. i. External Graphic Bus Design: The University STRONGLY PREFERS that all buses used for University Campus Transit services will display external graphics bearing the existing University approved Tiger Transit Logo which is a design identifiable with the University. This design is preferred because the University and our students want a dedicated bus service with an identifiable University brand of their own. This would address concern/confusion voiced by students regarding other campus related Tiger Transit services that we also offer and provide outside of this contract (closed door services). We feel this also alleviates confusion voiced by the City of Clemson regarding their other public, CATbus routes. Appendix II - Tiger Transit Graphics Design – Arrivo Elevation and Cutaway Wrap (See VIIII. APPENDIX LISTING, Appendix II) located in the online bidding system under the Attachments tab. The University will work closely with the Contractor to determine the formatting of the graphic design for each size bus and to identify preferred vendors. The Contractor will be responsible for the costs of printing, application, maintenance, repair and removal of graphics for all assigned route vehicles and spares. For the buses to be fully wrapped with exterior graphics, the University will coordinate with the Contractor to identify preferred vendors who have served as appropriate responsible parties for the design, cost of graphics, camera ready artwork and the application of the wrap to the vehicles. If Offeror wishes to propose alternative external graphics, they must present appropriate details and explain why a look different from the rest of University transit should be considered. j. If the vehicles are removed from university campus transit service or retired, all markings that would identify the vehicle with the University must be removed and written documentation provided to the University confirming this action has been completed. k. Internal Information Panels: Each bus must have interior panels that provide space for University information, announcements and events. No third party non-University advertising is permitted without written approval by the University.

28

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 l. The University will work closely with the Contractor to determine the type and size of panels for internal display. The University is responsible for soliciting ad panels, collecting fees and providing the Contractor with all advertisements/announcement and associated posting schedule. One priority panel will advise riders on whom to call with comments and suggestions. Map and/or brochure holders will be outfitted within each bus. m. Proper Vehicles: If the contractor’s current inventory does not match the type of equipment as specified in year 1, a purchase order confirming that the proper equipment has been ordered, and production schedule, if applicable, that confirms when the equipment will be delivered must be presented to the University by the successful Contractor within sixty (60) days of approved notice of award by the Purchasing Department. All equipment must be in compliance at the start of year 2. G. TRANSIT SERVICE PROMOTION: The University is responsible for promoting, marketing and disseminating Contractor supplied information regarding the university campus transit service, routes, schedules and programs. H. COMMUNICATION WITH THE CONTRACTOR: The University will establish regular monthly meetings between the University’s designee and the Contractor. Other meetings will be scheduled as needed. The Contractor’s Manager/Director, other supervisors and/or account representative or accounts receivable representative should attend the meetings. I. STAFFING AND PERSONNEL: The University shall have the right to review and advise Contractor, in writing, regarding the employment and retention of Contractor’s personnel for the implementation of this Agreement. The Contractor acknowledges that it has sufficient personnel to dedicate to the University Campus Transit services on an as-needed basis to fulfill the obligations of this agreement. Notwithstanding the above, the University may submit written requests to remove or reassign personnel for good cause and Contractor shall comply. As noted here, the University recognizes that the employees of the Contractor remain their employees and this requirement merely points out the right as the customer, in this service contract where there is high touch between the Contractor’s employees and the University’s customers (students), to advise the Contractor when issues with employee performance impacts the contract to the point that staffing plans need to be addressed. This requirement does not require or suggest that the University wants or intends to perform any “Human Resource” duties and/or reviews individual employee records. As well, Contractor must have standard documented disciplinary procedures and must provide a copy of those procedures as part of its submission.

29

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 Contractor agrees to staff the operation so that service is uninterrupted. It shall be the responsibility of the Contractor to provide any type of relief personnel. Contractor shall provide supervision for the drivers. All drivers and any other personnel provided by the Contractor shall at all times remain the employees of the Contractor. In no event shall these individuals be considered employees of the University. The cost of uniforms, hiring and all administrative matters concerning those employed, including wages and appropriate tax withholdings, are the responsibility of the Contractor. a. Contractor shall be responsible for the acts of its employees and agents while performing services for University. Accordingly, Contractor agrees to take all necessary measures to prevent injury and loss to persons or property while on the University’s premises. Contractor shall be responsible for all damages to persons or property on and off campus caused solely or partially by the Contractor or any of its agents or employees. The University may choose to promptly repair any damage that it or its employees or agents may cause to the University’s premises or equipment. When the University makes a repair to such damage, the Contractor shall reimburse the University promptly for the cost of the repair. b. Contractor will designate a lead supervisor to coordinate service and correct any problems with performance or equipment. The lead supervisor will be equipped with the necessary device(s) to communicate with drivers and University personnel. The lead supervisor will be non- driving (except in emergencies) and may be stationed on the University campus in a location determined by the University. c. Contractor shall conduct a thorough background check on all drivers providing service to the University and repeat background checks at intervals that they determine to be appropriate. d. Contractor is responsible for preparing and distributing to its employees all necessary documents to support its operations including route information, driver run sheets, inspection forms, special event notices, detours and other similar information. e. Contractor shall provide each driver with a name plate to be located in a conspicuous place near the driver and visible to the passengers. Each driver will place his/her name plate in the holder while operating the vehicle. f. Contractor shall control the conduct, demeanor and appearance of the drivers, and upon objection from the University, shall take all responsible steps necessary to remove the cause of objection or find a substitute driver(s) suitable to the University. The University reserves the right to insist on the discontinuance of assignment to the University campus transit service of any driver considered incompetent, disorderly or otherwise objectionable.

30

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 The Contractor shall provide initial and on-going training to its drivers on safety and proper operation of vehicles, as well as annual training on sensitivity and customer relations, pursuant to this agreement. A training schedule, listing dates and nature of training will be provided to the University. g. Contractor shall provide sufficient driver backup, at their cost, in times of staff shortages due to vacations, illnesses, and inclement weather to ensure the consistent and efficient operation of all services specified under this Agreement. h. Bus Drivers must: i. Be competent to fulfill their duties and responsibilities as measured by previous training experience. ii. Be trained in defensive driving. iii. Possess a valid State of South Carolina commercial Driver’s License (CDL) if required which must be reviewed regularly. iv. If vehicle does not require a CDL, a valid SC Driver’ License is required which must be reviewed regularly v. Subject to and shall obey all traffic laws. vi. Have no record of any felony convictions. vii. Shall have no record of suspended driver’s license. viii. Shall be required to give information and render aid. ix. Shall not have been convicted of driving under the influence of alcohol or drugs or any other serious driving related offense. x. Drivers must always be in the University approved uniform and keep a neat and clean appearance. A picture identification badge must be worn at all times. xi. Drivers must conduct themselves at all times in a pleasant, courteous manner toward the public, providing excellent customer service. Operations shall be conducted in an orderly and proper manner so as not to annoy, disturb, or be offensive to others. Additionally, all drivers will be trained in transporting passengers with special needs. xii. Driver conduct that is not acceptable includes but is not limited to: foul language, offensive or distasteful comments related to age, race, ethnic background or sex, evidence of alcohol influence or influence of drugs, refusal to provide services requested, refusal to make arrangements for additional services needed and general rudeness. xiii. Drivers are never permitted to use personal electronic devices while on a bus. xiii. Use of all forms of tobacco and smoke-related products by drivers or passengers within the vehicles is prohibited. Along with cigarettes, the ban includes chewing tobacco, smokeless tobacco and electronic cigarettes, which have gained popularity as a tobacco

31

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 alternative. Each vehicle will have “No Smoking” signs posted in conspicuous places. Drivers and Contractor’s staff must comply with the University Smoking Policy found at http://www.clemson.edu/campus-life/healthy-campus/tobacco-free/ xiv. Drivers will not eat on the buses, but may have a drink as long as there is an appropriate holder for the drink, while the bus is in operation. xv. Drivers’ meals and breaks will not affect the operational requirements of this proposal. A relief driver will need to be scheduled to allow drivers to take their necessary breaks and still have vehicles operate within the contractual requirements. J. PUBLICITY: Contractor shall not, without the prior written approval of the University, publicize or advertise in any form, other than on University buses, the fact that it is providing services to the University, provided that the Contractor may list the University on a routine client list for matters of reference. K. STRIKES: In the event of a strike by bus drivers and/or mechanics, the Contractor shall continue to provide service to the University by some other means such as sub-contracting or leasing from another carrier or any other available method. The same shall prevail if a significant number of buses are declared inoperable by the by the U.S. Department of Transportation or SCDOT, destroyed by fire or vandals or any other equipment failure that results in the Contractor not being able to fulfill the obligations of the contract. L. WAGES: Contractor agrees that his bid shall be submitted with the requirement that all wages paid to the workers shall be no less than the minimum prescribed by the State of South Carolina Department of Labor for the specific professions in the area where the work is performed. It shall be the bidder’s responsibility to obtain necessary information to submit bid under state labor regulations and laws. M. FUEL: The Contractor will provide the fuel for all buses and support vehicles. N. USE OF CLEMSON UNIVERSITY TIGER PAW: The University owns a federal trademark registration for the Tiger Paw mark. In addition, it maintains strong common law rights to the mark by way of its long, extensive, and continuous use of the logo in connection with various services, promotions and licensed merchandise. The Tiger Paw may not be used by a third party without the written approval of the University. The unauthorized use of the mark, or any confusingly similar version of it, may give rise to claims for trademark infringement, dilution, and/or unfair competition. To this point, under the law, such claims do not arise only when a third party uses an exact copy of the mark. Rather, a third party cannot use a design similar to that protected by the University (including, without limitation, a “reversed” version of the design or a design with slight variations) if such a use is likely to confuse the public as to affiliation with, or sponsorship, or approval by, they University. The University may grant the Contractor a royalty- free, limited license to use the actual Tiger Paw mark during the term of this

32

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 Agreement. Such use must be without variation or manipulation, and it must be approved in advance by the University’s Director of Licensing. If the Contractor uses the Tiger Paw, then the actual Tiger Paw mark must be used, along with the registration mark, with the Paw tilted to 1:00, and reproduced in either orange (PMS 165) or white. No copy is permitted on the Tiger Paw. If the Contractor desires to reproduce the Tiger Paw on apparel or other items, the parties agree that the Contractor will use a local licensee from the list maintained by the University’s Director of Licensing. O. PERMITS AND LICENSES: The successful vendor will be responsible for complying with all federal, state and local laws and regulations, including the necessary certification and the purchase of all permits and licenses for operating the transit service in the state of South Carolina under the requirements of this RFP. P. TAXES: The successful vendor will be responsible for the payment of all applicable federal, state and local taxes coincidental to providing the transit service with the exception of those with regards to fuel. Q. OPERATING SCHEDULE: Operating days and hours are to be determined by the University. It is agreed that billable hours may fluctuate. The University may add, adjust, or eliminate routes as needed. The University will give the Contractor 45 days advance notice of any route changes. Changes that can be facilitated immediately to accommodate customers will be done so, if possible. The Contractor will provide continuous round-trip service on each route. Buses assigned to the same route will maintain equal spacing throughout the route unless otherwise mutually agreed to. It is acknowledged that refueling stops or emergency breaks may at times be necessary. These breaks in service will be completed at a time that will have the least impact on customers and schedules; break locations will be determined by the University. R. EMERGENCIES AND CANCELLATION OF SERVICE: Contractor will provide bus service on demand to assist the University during on-campus emergencies and mitigation and recovery from same. This would be done in accordance with local, state, or federal states of emergency, circumstances allowing.

Contractor agrees that the University shall be permitted to cancel or significantly modify bus service due to the official closing of the University for such reasons as a natural disaster, hazardous weather conditions, fire, gas leak, heating/cooling system failure, or similar conditions. The University and Contractor will mutually agree when service shall safely resume if altered. S. SERVICE ADJUSTMENTS: The University reserves the right to reduce or increase bus service requirements. In October of each year, service metrics for a minimum of February and September will be reviewed to determine if service requires adjustment for the following contract year. Key performance metrics and budgets will be reviewed that will include but not be limited to Passengers per Service Hour, Cost per Rider and Peak Hour Analysis. These metrics will be

33

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 reviewed to determine the need for adjustments to service frequency and/or bus resources to ensure acceptable levels of service. T. SERVICE PERFORMANCE STANDARDS: In order to ensure safety, service efficiency, vehicle reliability and a high level of customer service, Clemson requires this contract consist of well-defined and agreed upon performance standards and penalties for not meeting defined standards. The following service performance requirements are University suggested/preferred service levels. As noted in Section III, the Contractor shall indicate their proposed service performance standards and penalties that may be assessed in the specified circumstances. These performance standards will be evaluated as part of their technical approach to providing this service.

Preferred/Example Structure of Service Performance Standards: Failure to meet service performance standards will result in the specified amount being withheld from the agreed upon payment due to the Contractor the month following the date of the sanction assessment. a. Safety-The following safety violations will be assessed up to $500 per incident, at the sole discretion of the University. There will not be any “free” safety violations/incidents. [note, safety is a critical standard and any proposed safety level below zero incidents will be closely scrutinized in evaluation]. i. Service vehicle removed from service by an authorized governmental authority (law enforcement or DOT regulatory official) due to safety violation. Failure to pass facility safety inspection or noncompliance with environmental ordinances. ii. Two (2) verifiable instances within a thirty (30) day period of inoperable wheelchair lifts and/or kneeling features. iii. Two (2) verifiable passenger complaints via video evidence and\or observations by a University employee or agent within a thirty (30) day period that a service vehicle operator drove in an unsafe manner. The University retains the right to request the removal of any operator from service depending on the severity of a single event and or the reoccurrence of infractions. iv. Failure to report accidents\vehicle crashes and unusual occurrences and failure to complete follow up written reports as prescribed. b. On-time Performance-The Contractor shall maintain on-time performance within zero (0) minutes early and five (5) minutes late of scheduled times on a monthly basis. Reasonable accommodations will be made for non-recurring events such as accidents, emergency construction, weather and University or community events that may impact traffic. Sanctions will not be assessed for non-recurring events described above that are outside of the contractor’s immediate control. The University will monitor performance via AVL/GPS -generated

34

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 reports. The University shall conduct random independent inspections to validate AVL/GPS data. Any non-recurring event which will result in a delay greater than 15 minutes from a scheduled time must be reported to the University in order to implement the appropriate communication protocols. i. 95 percent of each checked monthly route service shall be within on-time performance requirements for both peak and off peak service. One (1) percent of the month’s invoice amount by route will be withheld for any month in which less than 95 percent of checked trips on a particular route were on-time. Any run without AVL/GPS data will be considered not on time. ii. Five (5) percent of the month’s invoice amount by route will be withheld for any month in which less than 90 percent of checked trips on a particular route were on time. Any run without AVL/GPS data will be considered not on time. c. Scheduled Hours to Actual Hours-The Contractor shall complete all scheduled hours on a daily basis. 97% of all scheduled hours by route will be completed on a monthly basis. i. One (1) percent of the month’s invoice amount by route will be withheld for any month in which less than 97 percent of scheduled hours are actually operated. ii. Five (5) percent of the month’s invoice amount by route will be withheld for any month in which less than ninety 90 percent of scheduled hours are actually operated. d. Vehicle Reliability-The Contractor shall ensure that revenue service vehicles meet the requirement of no less than 4,000 miles between mechanical road calls on a monthly basis. i. One (1) percent of the month’s invoice amount will be withheld for any month in which mechanical road calls do not meet the 4,000- mile requirement. e. Repeated and Validated Customer Complaints-A customer complaint will be defined when a customer communicates in writing to the University regarding a customer service or vehicle related problem. The University will determine if complaints represent a breach of service quality or safety requirements. Service quality will be defined as meeting or exceeding established Service Performance Standards and/or the Customer Service policy. These are the complaints that are of most concern to the University and will be addressed by this section. i. Each repeated and validated customer complaint will result in $250 withheld per incident. The Contractor will be allowed two ‘free’ customer complaints during each semester, so long as the issue does not represent a

35

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 major breach of safety or service delivery standards, is immediately corrected, and does not repeat. The University will determine the severity of complaints. The Contractor will not be responsible for minor or frivolous complaints, as identified by the University. f. Any standard where there are two months in a row of not meeting the agreed upon standard will trigger a meeting headed by the Procurement Officer with the Contractor and University representatives to review the standard, reasons for not meeting it, and agree on a corrective action plan to addressing the performance standard going forward. This meeting may be requested by either the Contractor or the University Transit representative to the Procurement Officer.

U. CUSTOMER SERVICE PROGRAM: Customer service is a primary focus for the University. The customer service program must align with the University’s goals, mission and standards, and include mechanisms to accept feedback from University personnel, affiliates, students and visitors. The use of technology, particularly user-friendly applications for customers, in supporting the customer service program is strongly encouraged by the University. The Contractor will be required to obtain and pay for an annual customer satisfaction survey that has been reviewed and approved by the University. The survey results must be presented to the University Parking and Transportation Services Director. a. The Contractor’s management team must be available to meet periodically with University officials or groups tasked with ensuring and managing University customer satisfaction with the transportation system. b. The Contractor’s Customer Service Plan shall include the following items at a minimum: i. Procedures for driver/passenger conflict resolution. ii. Process for handling customer comments and complaints. iii. Sensitivity when dealing with passengers iv. Reporting and tracking methodology v. Notification of overcrowding. This notification shall include at a minimum date, time, route, location, number of passengers left behind and bus number. vi. Americans with Disabilities Act compliance. V. REPORTS: The Contractor shall provide online access to the reporting system and must provide reports as requested including but not limited to the following: a. Ridership Reports: The Contractor shall electronically provide a monthly summary of Total Ridership and Riders per Service Hour, by route in a spreadsheet format. b. Exception Reports: The Contractor shall deliver a summary report indicating any run on a scheduled route that was not started or

36

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 completed detailing the reason for the cancellation, or early termination of the run on the route, within five (5) business days of the occurrence. c. Financial Reports: The Contractor shall provide a quarterly system-wide budget report to the University showing the revenues and expenses including line item detail of the amount of money accrued from University payments that are deposited to a Capital Equipment Reserve Account. The year-end financials shall include a detailed budget vs. actual expense report for each route. d. Customer Service Reports: The Contractor must provide the University with a comprehensive written procedure on how the Contractor handles personnel complaints. All complaints received by the Contractor must be documented and provided via email to the University’s designee within 2 business days. Any complaint(s), deemed by the University to be of serious nature, will be handled by the Contractor’s supervisors upon notification by the University. Serious complaints can be a driver threatening a passenger or reports of a driver operating a vehicle in an unsafe manner. The Contractor’s supervisors will provide a written response of the outcome from the complaint to the University within a reasonable amount of time, not to exceed 2 weeks. e. Accident/Incident Reports: All accidents and incidents shall be reported to the University Police Department and Parking and Transportation Services Office immediately and there will be a written report submitted to within twenty-four (24) hours of each event. The following are accidents/incidents that would require a report to be generated: 1. Collisions between a vehicle and another vehicle, person or object; 2. Passenger accidents, including falls while passengers are entering, occupying or exiting the vehicle; 3. Disruptions, ejections (requesting a rider to disembark due to disruptive behavior), fainting, sickness, deaths or assaults; 4. Accidents that the operator witnesses; 5. Vandalism while vehicle is in service; 6. Passenger complaint of injury or property damage or other Circumstances likely to arise in the filing of a claim against contractor; 7. Alcohol/drug use. f. Fuel Reports: The Contractor is required to submit a quarterly fuel report no later than 15 days after the beginning of the next quarter. The report must contain the following items at a minimum: Month, total gallons used by vehicle, number of miles driven by vehicle, average fuel economy, baseline cost per gallon and prevailing average cost of fuel for the month.

37

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 g. Service Performance Standard Reports: All periods of breakdown, as well as instances of tardiness or interruption in service, which are not attributable to the University, are to be noted on daily count sheets. Incidents of failure to do so shall be considered an overcharge to the University. In any event, the University will make deductions for all out of service time. Contractor invoices that do not reflect these deductions will not be processed for payment. Further, monthly reports for all proposed and agreed upon performance standards shall be submitted monthly at the time of invoice. W. TECHNOLOGY: Procurement, installation, maintenance, and upkeep of all specified transportation technology will be the responsibility of the successful Contractor except where specifically noted.

Offerors shall provide a detailed description of all proposed technology solutions, including manufacturer, feature list, specifications and other descriptive support materials that will confirm compliance with all listed requirements.

a. Vehicle Communications Systems Each vehicle will be equipped with a radio, direct connect, or cellular phone communications system that will enable drivers to communicate with their dispatcher and supervisor.

All communications options must have a speaker system or hands free headset solution that will allow drivers to hear instructions without manually operating the equipment. A completely hands free communications system is strongly preferred. Any communications solution must have a range of at least 20 miles beyond the furthest point of any route or special event trip conducted for the University.

b. Automated Vehicle Locator (AVL) System Contractor shall provide a Global Positioning System (GPS) based vehicle tracking system to be installed on each fleet vehicle and spare used to meet the service requirements and specifications described in this RFP document. The GPS Solution must be turnkey, include all wireless communications and Contractor shall be responsible for hosting all Internet and database servers. AVL/GPS system shall have the capability to display messages on public websites and Smartphone applications. These messages will have the capability to be updated by, or at the request of, the University.

38

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 The respondent will provide a description of the GPS/AVL system with their proposal response that illustrates its capacity to meet the stated requirements. The Contractor shall provide access to software management control, all reports, and vehicle location monitoring systems to University. c. Real-Time Passenger Information System The real-time passenger information system used by the Contractor must be the system provided by Transloc, Inc. (www.transloc.com). It must include the Transloc “Traveler” Software package described in Appendix III (See Section VIIII. APPENDIX LISTING, Appendix III) located in the online bidding system under the Attachments tab, to ensure full analytical capabilities. This system must be able to be accessed online by designated University personnel. Specifications: i. Capability to capture vehicle location as often as every one (1) second. ii. Unlimited user viewings via web-client showing updates of vehicles in steady movement on routes. iii. Detailed Campus and Route Maps showing all major streets and Intersections. iv. Map shall be converted to vector graphics to allow zooming without reloading or quality loss. v. Routes are to be shown as an interweaved pattern. Users will have the ability to view only routes that are of interest to them on the maps. vi. Mobile Phones & Handheld Devices a. Ability to view the location, heading, stop list, estimated time of arrival and next stop of active vehicles to Internet enabled mobile phones and Personal Electronic Devices (PDA’s) through the University’s My Clemson App. b. Display graphical snapshot of vehicle progress along route. c. System shall provide access to a Real-time Transit Data Application Programming Interface (API), including developer documentation that allows for querying data from AVL services, with a JavaScript Object Notation (JSON) preferred document as output. The API should provide real-time vehicle location data and estimated arrival times for vehicles as they approach stops. d. The Contractor acknowledges and warrants that their Programs and services are currently in compliance and during the Term of this Agreement shall remain in compliance with all applicable Federal disabilities laws

39

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 and regulations, including without limitation the accessibility requirements of Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), and its implementing regulations set forth at Title 36, Code of Federal Regulations, Part 1194. Contractor agrees to promptly respond to, resolve and remediate any complaint regarding accessibility of its products or services in a timely manner. The University reserves the right to request, from the contractor, a timeline by which accessibility standards will be incorporated into the Programs and the Contractor shall provide such a timeline within a commercially reasonable duration of time. The Contractor further agrees to indemnify and hold harmless the University from any claims arising out of its failure to comply with the requirements of this section. Failure to comply with these requirements shall constitute a material breach of this Agreement and shall be grounds for termination of this Agreement by University. System shall provide a module that allows content to be provided on University’s own website. d. Passenger Counting Contractor may install any type of passenger counting hardware as desired to ensure stop-level counting is performed in a consistent and reliable manner. Passenger counting requirements must be met using a technology solution, at the Contractor’s discretion. Manual counting will be accepted but only with an annual administration of random surveys following the National Transit Database (NTD) specifications. These surveys shall be conducted by a third-party agency to ensure the accuracy of the information obtained. e. Electronic Destination Signs All vehicles should be equipped with digital programmable destination signs. For 30-40 ft. vehicles, the signs should be mounted in the front, along the side where passengers enter the vehicles, and in the rear of the bus. For less than 30 ft. vehicles, a minimum of a front sign is required. The signs should be included on all buses and cutaway vehicles used to meet the service requirements and specifications in this RFP. Destination signs should be manufactured by Hanover, Illuminator, Twin Vision or equivalent. f. Automated Stop Announcement (GPS Based) System An Automated Stop Announcement System is required and can be met at the Contractor’s discretion. The system should be described in detail in the proposal. g. Transit Technology Performance Reports

40

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 System must provide at a minimum on-time performance reports and headway measurements. Additional reports and alerts are desired by the University. Examples of desirable reports include, but are not limited to: Speeding, Idling, Geo-fence Entry/Exit, Stop Activity, Time of Day Usage, Vehicle Start, End, and Parked times, Mileage by Vehicle. h. There must be a web-based management interface capable to activate and assign vehicles to routes. i. Contractor or designee shall maintain ownership of all on-vehicle equipment. Equipment shall remain under warranty for the lifetime of the contract. The service shall be included in the cost of the proposal, and no additional costs for wireless communications, training, equipment warranties, and updates to campus map & routes shall be charged to the University. j. Video/Camera Systems i. A four camera (minimum) digital recording system is required to be installed on all route vehicles and assigned spare vehicles. ii. System camera(s) must be capable of clearly viewing and recording the vehicle entryway and observing both the driver and passenger during boarding and alighting. iii. The Digital Video Recorder (DVR) must record up to 4 channels of video simultaneously, switching systems are not acceptable. iv. System must have all equipment and capabilities to simultaneously record video, audio, and GPS (latitude, longitude, direction/heading, and speed) data and to report this data within downloads. v. DVR storage must be removable and interchangeable between vehicles. vi. Storage capabilities must be adequate to record all activity for a minimum of two full weeks (14 days) of full operations without requiring download or exchange. vii. Captured information must be accessible via a direct connection from a laptop using common technology such as a USB connection, and shall not require any additional cost for software or specialized equipment. viii. System must be equivalent to, but are not limited to, Apollo Video Technology’s RoadRunner Mobile Digital Video Recorder (MRH4), Seon’s TL4 – Trooper 4-CHANNEL MOBILE VIDEO RECORDING SYSTEM, AngelTrax HC460-TR DVR. ix. Certain Routes will require the installation of Wi-Fi which must be free and accessible to all University users x. Service provider is to work with the University TigerOne Office to identify specifications allow for all vehicles to be outfitted with

41

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 TigerOne Card readers by the University within one (1) year after award of contract.

VII. EVALUATION CRITERIA AWARD CRITERIA: Offers will be evaluated using only the factors stated below. Evaluation factors are stated in the relative order of importance, with the first factor being the most important. Once evaluation the is complete, all responsive Offertory will be ranked from most advantageous to least advantageous. The degree, completeness, and suitability of the Offeror’s proposed technical solutions to meet or exceed the requirements of this RFP.

The evaluation process is designed to award the procurement not necessarily to the Offeror of least cost, but rather to the Offeror with the best combination of attributes based upon the evaluation criteria.

Please note that a Contractor must bid the fixed route (Lot A) portion of this RFP with the option to bid on the optional special event services (Lot B) as specified in Section VI, Technical Requirements, Item D.

The contract will be awarded to one vendor. Lot A will be awarded and Clemson University reserves the right to award or not award Lot B.

If a technical and cost proposal is submitted for the optional special events service Lot B as described in Section VI, Technical Requirements, Item D, it will be evaluated on the criteria listed below separately from the regular university campus transit service.

The University will evaluate your proposal based on the following criteria:

Evaluation Criteria Cost Technical Approach Qualifications/Experience/References Quality of Fleet

PRESENTATIONS: As part of the evaluation process, your firm may be requested to present their proposal before the University's selection committee on the campus of the Clemson University, SC. Any information gained during the presentation may be used in the evaluation of your proposal. Failure to honor this request may be grounds for rejection of your proposal with no further consideration given to your proposal. The University is under no obligation or requirement to request Offeror presentations.

42

Scope of Work – Campus Transit Services Rev 1. RFP#86254219 VIII. BIDDING SCHEDULE Complete the bidding schedule located in the online bidding system under the Attachments tab. The bidding schedule must be completed and included with your bid submission. Failure to do so may result in the rejection of your bid.

VIIII. APPENDIX LISTING The files listed below are located in the online bidding system under the Attachments tab.

Appendix I - Service Calendars for Each Route Appendix II - Tiger Transit Graphics Design – Arrivo Elevation & Tiger Transit Graphics Design - Cutaway Wrap Appendix III - Transloc “Traveler” Software Package & TransLoc Traveler Story

43