Vous êtes sur la page 1sur 27

OAKLAND COUNTY EXECUTIVE L.

BROOKS PATTERSON
COMPLIANCE OFFICE (248) 8580011 | purchasing@oakgov.com

PURCHASING

SOLICITATION FORM

Contact Information: Buyer: Guzzy, Scott N


Oakland County Purchasing Division Phone: (248)8585484
Building 41 West Lower Level
2100 Pontiac Lake Road Fax: (248)8581677
Waterford, MI 48328 Email: guzzys@oakgov.com

Solicitation Event ID: 004164 Response Due: 1/9/2018 By: 2:00 PM ET


Hard Copy: Online: Online or Hard Copy:

Event Title: RFP for DSRC Pilot Connected Autonomous Vehicle Network
Category Codes: 8200000

Oakland County Purchasing is issuing a Bid/Request for Proposal (RFP) seeking bidders to provide services
or goods as detailed in Attachment (B).

Index:
z Solicitation Form (This Form Bidder Information and Signature Page)

z Attachment (A) Mailing Label

z Attachment (B) Solicitation Specifications 004164

Bidder Information
Legal Name:
Street Address:
City:
State, Zip
Corporate I.D. or Taxpayer I.D. #:
Bid/Request Contact Name:
Contact Phone:
Contact EMail:

1 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
I have reviewed the TERMS AND CONDITIONS and insurance requirements stated below prior
to submitting this bid solicitation. This Solicitation Form must be included and returned signed
in your bid response.

Vendor's Authorized Agent

Signature: Date:
Printed Name:
Title:

Phone:
Date:
EMail:

2 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
Fill in your company information below and Affix this label to the exterior of your package.
Please cut below the dotted line and affix to mailing envelope or package

From:
Company Name:

City and State: ,


Contact Person:

Phone Number:

EMail:

Solicitation Event ID: 004164

Event Title: RFP for DSRC Pilot Connected Autonomous Vehicle Network

Due Date and Time: 1/9/2018 2:00 PM ET

Buyer: Guzzy, Scott N

DELIVER TO:
OAKLAND COUNTY PURCHASING UNIT
EXECUTIVE OFFICE BUILDING 41W LOWER LEVEL
2100 PONTIAC LAKE ROAD
WATERFORD MI 48328

3 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
Verify your company information above.
General Submission Information:
z This solicitation event can be accessed at the Michigan Intergovernmental Trade Network (MITN)

website:https://www.bidnetdirect.com/mitn .
z Online Bids It is the bidder's responsibility that the responses are entered in to the MITN system

prior to the date and time specified.


z Its the bidders responsibility to insure that hard copy responses are received in Purchasing prior to

the date and time specified. Purchasings address, due date and time are listed on the first page of
the proposal form. The responsibility rests entirely with the bidder, including delays resulting from
postal handling or for any other reasons. No late bids will be accepted. The official time clock shall
be the date/time stamp machine located at Purchasings main office located at the address listed
above.
z Bid response will be accepted at Oakland County Purchasing and are to be delivered to that office.

{ Deliver bid responses to: Oakland County Purchasing


Building 41 West Lower Level
2100 Pontiac Lake Road
Waterford, MI 48328
{ Bid responses through courier services shall be accepted at Oakland County Purchasing any

time during the normal course of business only; said hours being 8:30 A.M. to 5:00 P.M.
Eastern Time, Monday through Fridays, excluding County holidays.
z All questions regarding this solicitation should be submitted by email to the buyer listed on page one

of the proposal form. Subject line needs to include the solicitation event number listed on page one
of the proposal form.

Submissions:
z This proposal form must be signed by a person authorized to bind and commit the company to

provide such goods and /or services offered to the County should their bid be accepted by the
County.

Public Disclosure:
z The bidder acknowledges that the County is a public entity and therefore is subject to all public

disclosure laws.
z Any information contained in the bid response, including, but not limited to, trade secrets,

commercial information, financial information, or copyrighted material, is considered public


information and not exempt from disclosure under the Michigan Freedom of Information Act (FOIA).
z Bidder should not include any information in a bid response that bidder does not want disclosed by

the County in response to a FOIA request.


z Bidder shall not bring any claim or action against Oakland County, including its employees, agents, or

officials, to prevent the County from disclosing any information in the bid response to a third party in
response to a FOIA request or for damages related to such disclosure.

Modifications:
z Prior to opening the solicitations, clarifications, modifications, or amendments may be made to the

solicitation at the discretion of Oakland County Purchasing. Should any such changes be made, an
addendum will be issued and posted on the Michigan Intergovernmental Trade Network (MITN)
website: www.mitn.info.
z It is the responsibility of the bidder to check the MITN website for addendums.

Withdrawal:

4 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
z Responses may be withdrawn prior to the bid closing date and time by providing written notice to
Purchasing.

Award Information:
z The successful bidder may be requested to submit a completed, signed Federal W9 form prior to an

award of a contract or purchase order.


z Bidder must provide documentation of required insurance upon award.

Contract Requirement:
z A copy of the Countys Contract boilerplate is included in this bid package or at

https://www.oakgov.com/purchasing/Pages/form_application/Default.aspx Bidders are encouraged


to review the contract boilerplate with the proposed terms and conditions. Exhibits checked below
will be applicable for the bid.
Exhibits (Applicable if Checked)
{ Exhibit I: Contractor Insurance Requirements

{ Exhibit II: Business Associate Agreement (Health Insurance Portability and Accountability
Act Requirements)

{ Exhibit III: Federally Funded Contract Requirements

{ Exhibit IV: License for Use of County Servicemark

{ Exhibit V: Software License(s)

{ Exhibit VI: Acknowledgement of Independent Employment Status

{ Exhibit VII: Scope of Contractor Deliverables/Financial Obligations

z Review the Primary insurance requirements in Exhibit I listed below. Check boxs in Exhibit I marked
with an X in Supplemental Coverages will be in addition the Primary coverage.
z Failure to maintain the insurance requirements will be considered a breach of contract.

z OR A copy of the Countys Professional Services Contract boilerplate can be viewed on the Oakland
County Purchasing website
https://www.oakgov.com/purchasing/Pages/form_application/Default.aspx. Bidders are encouraged
to review the contract boilerplate with the proposed terms and conditions. Review the insurance
requirements in PARAGRAPH 6.2. and Exhibit I Contractor Insurance Requirements, Lines 1a, 1b, 1c
and 1d. The successful bidder will be required to comply with same. Awarded bidder shall provide
required insurance documentation upon notice of award.

Bid Specifications for Scope of Contractor Deliverables and Financial Obligations:


z The specification requirements, defined in Attachment B, should match above must be submitted

with signed proposal forms.


z Failure to include all required information in the bidders submittal may be cause for rejection of

the entire response.

TERMS AND CONDITIONS:


The Bidder shall be responsible for all costs incurred in the development and submission of this
response. Each response should be prepared simply and economically, providing a straightforward

5 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
concise description of the Bidders approach and ability to meet the Countys needs, as stated in
this solicitation.

Submission of a response is a confirmation that the Bidder is familiar with the solicitation,
contractual requirements, and specifications. The Bidder understands and agrees to abide by each
and all of the stipulations and requirements contained within this document.

To best serve the Countys interest, Oakland County reserves the right to accept or reject any or
all responses and to waive any irregularities and /or formalities. This includes the right to award
the contract to other than the lowest priced response.

The County reserves the right to split or abstract any or all bids and award multiple contracts from
the same solicitation based on price, availability, and services when in its judgment best serves the
County.

Oakland County assumes no contractual obligation as a result of the issuance of this solicitation,
the preparation or submission of a response by a Bidder, the evaluation of an accepted response,
or the selection of finalists. Oakland County shall not be contractually bound until the successful
Bidder(s) has an executed written contract or Purchase Order.

All prices shall be quoted in U.S. dollars. In case of error in the extension of prices in the response,
the unit prices shall govern. Unless notated in the specifications, all quoted prices will be firm for
120 days after the solicitation due date.

The County reserves the right to request any additional information necessary after the submission
of the response. The County reserves the right to conduct interviews, reference checks, and
perform any other due diligence necessary to select the vendor(s).

Pursuant to Michigan law, (the Iran Economic Sanctions Act, 2012 PA 517, MCL 129.311 et seq.),
before accepting any bid or proposal, or entering into any contract for goods or services with any
prospective Vendor, the Vendor must first certify that it is not an IRAN LINKED BUSINESS, as
defined by law. This signed document, with: 1) full knowledge of all of Vendors business
activities, 2) full knowledge of the requirements and possible penalties under the law MCL
129.311 et seq. and 3) the full and complete authority to make this certification on behalf of the
Vendor, by his/her signature, certifies that: the Vendor is NOT an IRAN LINKED BUSINESS as
required by MCL 129.311 et seq., and as such that Vendor is legally eligible to submit a bid and be
considered for a possible contract to supply goods and/or services to the County of Oakland.

EVerify Prior to contract award all County Contractors are required to comply with
Miscellaneous Resolution No.09116 (Board of Commissioners Minutes, July 30, 2009, pp 3738),
unless otherwise exempted, all service contractors and/or vendors who wish to contract with the
County to provide services must first certify they have registered with, will participate in, and
continue utilize, once registered, the EVerify Program (or any successor program implemented by
the federal government or its departments or agencies) to verify the work authorization status of
all newly hired employees employed by the contractors and/or vendors. Breach of this term or
conditions is considered a material breach of a contract.
Contractors/Vendors submitting bid responses agree that the contractor/vendor will registered
with, and will participate in, and will continue utilize once registered and throughout the term of
a contract, if one is offered, the EVerify Program (or any successor program implemented by the
federal government or its departments or agencies) to verify the work authorization status of all

6 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
newly hired employees employed by the contractors and/or vendors.

All County Contractors are required to comply with all Federal, State, or Local laws. The County
reserves the right to cancel the contract for services if the contractor has not done so. Failure to
comply with all Federal, State, or Local laws either currently or historically is a consideration in the
bid evaluation process as well. Such compliance shall include, but not be limited to, non
discrimination against any employee or applicant for employment because of sex, race, religion,
color, national origin, or handicap in violation of State and Federal law; prohibition of use of any
copyrighted software contrary to the provisions of any applicable Software license agreement or
State or Federal law; compliance with all applicable grant requirements if any part of a Contract is
supported or paid for with any State or Federal funds granted to the County; compliance with the
Immigration Reform and Control Act (IRCA) and I9 employment verification requirements. Any and
all future Federal, State, or Local laws must also be complied with while the contractor is providing
services/products to the County.

Vendors that have been found guilty or held civilly liable for violation of any federal or state law, or
have been barred and/or declared ineligible from consideration in receiving any federal, state or
municipal contract, must provide information as part of their proposal on all such violations /
barrings / ineligibilities.

Pursuant to Act 167 of the Public Acts or 1933, the County of Oakland, A Michigan Constitutional
Corporation, is exempt from the sales tax provisions of this Act. In addition, the Michigan
Department of Treasury has promulgated General and Specific Sales and Use Tax Rules which
provide that the County of Oakland is not required to have a sales tax exemption number.
(R205.79; Rule 29)

For reporting purposes County of Oakland Tax I.D # 386004876.

(left intentionally blank)

7 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
Exhibit I CONTRACT INSURANCE REQUIREMENTS
During the Contract period, the Contractor shall provide and maintain, at their own expense, all insurance
as set forth and marked below, protecting the County against any Claims, as defined in this Contract. The
insurance shall be written for not less than any minimum coverage herein specified.
Primary Coverages
Commercial General Liability Occurrence Form including: (a) Premises and Operations; (b) Products and
Completed Operations (including On and Off Premises Coverage); (c) Personal and Advertising Injury; (d)
Broad Form Property Damage; (e) Independent Contractors; (f) Broad Form Contractual including coverage
for obligations assumed in this Contract;
$1,000,000 Each Occurrence Limit

$1,000,000 Personal & Advertising Injury

$2,000,000 Products & Completed Operations Aggregate Limit

$2,000,000 General Aggregate Limit

$ 100,000 Damage to Premises Rented to You (formally known as Fire Legal Liability)X

Workers Compensation Insurance with limits statutorily required by any applicable Federal or State Law
and Employers Liability insurance with limits of no less than $500,000 each accident, $500,000 disease each
employee, and $500,000 disease policy limit.
1. Fully Insured or State approved selfinsurer.
2. Sole Proprietors must submit a signed Sole Proprietor form.
3. Exempt entities, Partnerships, LLC, etc., must submit a State of Michigan form WC337
Certificate of Exemption.

Commercial Automobile Liability Insurance covering bodily injury or property damage arising out of the
use of any owned, hired, or nonowned automobile with a combined single limit of $1,000,000 each
accident. This requirement is waived if there are no company owned, hired or nonowned automobiles
utilized in the performance of this Contract.

Commercial Umbrella/Excess Liability Insurance with minimum limits of $2,000,000 each occurrence.
Umbrella or Excess Liability coverage shall be no less than following form of primary coverages or broader.
This Umbrella/Excess requirement may be met by increasing the primary Commercial General Liability
limits to meet the combined limit requirement.

8 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
Supplemental Coverages (Required as Checked)

1. Professional Liability/Errors & Omissions Insurance (Consultants, Technology Vendors,


Architects, Engineers, Real Estate Agents, Insurance Agents, Attorneys, etc.) with minimum limits of
$1,000,000 per claim and $1,000,000 aggregate.
2. Commercial Property Insurance. The Contractor shall be responsible for obtaining and
maintaining insurance covering their equipment and personal property against all physical damage.
3. Liquor Legal Liability Insurance with a limit of $1,000,000 each occurrence shall be required
when liquor is served and/or present.
4. Pollution Liability Insurance with minimum limits of $1,000,000 per claim and $1,000,000
aggregate when cleanup & debris removal are part of the services utilized.
5. Medical Malpractice with minimum limits of $1,000,000 per claim and $1,000,000 aggregate.
6. Garage Keepers Liability Insurance with minimum limits of $1,000,000 per claim and $1,000,000
aggregate.
7. Cyber Liability with minimum limits of $1,000,000 per claim and $1,000,000 aggregate.

General Insurance Conditions


The aforementioned insurance shall be endorsed, as applicable, and shall contain the following terms,
conditions, and/or endorsements. All certificates of insurance shall provide evidence of compliance with
all required terms, conditions and/or endorsements.
1. All policies of insurance shall be on a primary, noncontributory basis with any other insurance or
selfinsurance carried by the County;
2. The insurance company(s) issuing the policy(s) shall have no recourse against the County for
subrogation (policy endorsed written waiver), premiums, deductibles, or assessments under any
form. All policies shall be endorsed to provide a written waiver of subrogation in favor of the
County;
3. Any and all deductibles or selfinsured retentions shall be assumed by and be at the sole risk of the
Contractor;
4. Contractors shall be responsible for their own property insurance for all equipment and personal
property used and/or stored on County property;
5. The Commercial General Liability and Commercial Automobile Liability policies along with any
required supplemental coverages shall be endorsed to name the County of Oakland and it officers,
directors, employees, appointees and commissioners as additional insured where permitted by law
and policy form;
6. The Contractor shall require its contractors or subcontractors, not protected under the Contractors
insurance policies, to procure and maintain insurance with coverages, limits, provisions, and/or
clauses equal to those required in this Contract;
7. Certificates of insurance must be provided no less than ten (10) Business Days prior to the Countys
execution of the Contract and must bear evidence of all required terms, conditions and
endorsements; and
8. All insurance carriers must be licensed and approved to do business in the State of Michigan and
shall have and maintain a minimum A.M. Bests rating of A unless otherwise approved by the County
Risk Management Department.

9 of 9 | 2100 Pontiac Lake Road | County Executive Building 41W | Waterford, MI 48328 | Fax (248) 8581677 | OakGov.com/purchasing
DSRC Pilot
Connected Autonomous Vehicle Network
Request for Proposal (RFP)
Event # 004164

Distributed by:

Oakland County Economic Development


2100 Pontiac Lake Rd, Bldg. 41W
Waterford, MI 48328
October 16, 2017

Primary contact:
Matthew Gibb, Deputy County Executive
(248) 975-9636
gibbm@oakgov.com
DSRC Pilot CAV Network RFP November 28, 2017

Table of Contents

1.0 INTRODUCTION................................................................................................... 1
2.0 RFP PURPOSE ....................................................................................................... 2
3.0 TIMETABLE .......................................................................................................... 2
3.1 Pre-Bid Conference Information ........................................................................... 3
3.2 Background and Findings Guiding the Development of a Plan for CAV
Deployment in Oakland County .3
4.0 RFP REQUIREMENTS ........................................................................................ 7
4.1 General Business Objectives ................................................................................. 8
4.2 Business and Technical Requirements .................................................................. 9
4.2.1 Constraints.......................................................................................................... 7
4.2.2 Consumer Value Proposition ............................................................................. 7
4.2.3 Use of DSRC Service Channels ......................................................................... 8
4.2.4 Education and Training ...8
4.3 Deliverables ........................................................................................................... 8
4.3.1 Task 1 ................................................................................................................ 8
4.3.2 Task 2 ................................................................................................................ 9
4.3.3 Task 3 .............................................................................................................. 10
4.3.4 Task 4 .............................................................................................................. 10
4.3.5 Task 5 .............................................................................................................. 10
4.3.6 Additional Functionality ...................................................................................... 10
5.0 PRICE PROPOSAL REQUIREMENTS ........................................................... 13
5.1 Price Proposal Content ........................................................................................ 13
6.0 SELECTION CRITERIA .................................................................................... 13
7.0 OTHER BACKGROUND INFORMATION ..................................................... 15
7.1 Oakland County Overview .................................................................................. 15
8.0 OTHER RELATED MATTERS ......................................................................... 16

Oakland County, Michigan i


DSRC Pilot CAV Network RFP

1.0 INTRODUCTION
The Oakland County Compliance Office Purchasing Department in conjunction with
Oakland Countys Department of Economic Development is issuing this Request for
Proposal (RFP) to obtain SEALED BID proposal responses for the DSRC Pilot
Connected Autonomous Vehicle CAV Network project, which will satisfy the
requirements described in this RFP.

This RFP is issued with the collaborative assistance of the Road Commission for Oakland
County (RCOC) and in coordination with the current intelligent transportation work of
the Michigan Department of Transportation (MDOT). Each entity has a vested interest in
the detail and coordination of the responses sought in this RFP, however, as each is not
the issuing party, RCOC and MDOT maintain no responsibility or obligation to this RFP
or any future award.

The objectives of this RFP are to provide sufficient information to enable qualified
respondents to submit responsible proposals. This RFP is not a contractual offer or
commitment to purchase services. Respondents may be a bona fide provider of the
products and services requested, or a collaboration of providers, using solutions that are
currently installed and working, protoyped, or modeled, as the same may be observed and
verified by representatives of Oakland County.

To respond to this RFP, proposals must conform to the procedures, format, and content
requirements outlined in this document. Significant deviations or failure to submit
required information may be grounds for disqualification. Oakland County reserves the
right to waive, at its discretion, any irregularity or informality that Oakland County
deems correctable or otherwise not warranting rejection of the RFP.

The respondent acknowledges that the County is a public entity and


therefore is subject to all public disclosure laws.
Any information contained in the bid response, including, but not limited to, trade
secrets, commercial information, financial information, or copyrighted material, is
considered public information and not exempt from disclosure under the Michigan
Freedom of Information Act (FOIA).

The respondent should not include any information in a bid response that bidder does not
want disclosed by the County in response to a FOIA request.

Respondent shall not bring any claim or action against Oakland County,including its
employees, agents, or officials, to prevent the County from disclosing any information in
the bid response to a third party in response to a FOIA request or for damages related to
such disclosure.

1
DSRC Pilot CAV Network RFP

2.0 RFP PURPOSE


The purpose of this RFP is to evaluate industry leading Bidders, repsonding individually
or by collaborative partnerships, to design, deploy, and monitor a pilot network for
connected autonomous vehicle CAV infrastructure in Oakland County.

The primary goal is to create a foundation of DSRC based CAV connected network
communications that combines both a scalable equipmment based deployment
strategy and a business model to monetize network capacity for revenue generation
from the network. In short, the pilot seeks to monetize a network solution such that
costs of expansion and operation are derived from the network or system.

The scope of this RFP and the response may include, but is not limited to, the purchase of
new equipment, mechanisms for data backhaul and storage, solutions for power, potential
upgrading of existing assets, configuration, and professional services for implementation,
testing and validation. The requirements set forth in this RFP serve as a minimum
guidelines for Oakland Countys intent to prove a deployment strategy and valid business
model through a selected vendor.

3.0 TIMETABLE

Activity Date
Request for Proposal Released November 28, 2017
Intent to Respond Form Due Not Required
Pre-Bid Meeting December 11, 2017
See Section 3.1 for information
**Requests for Clarification Due December 14, 2017 at 5:00 pm EST
Vendor Q&A Provided December 21, 2017
Proposals Due January 9, 2018 at 2:00 pm EST
Evalaution Committee Short List January 18, 2018
Bidder Interviews or Week of January 22, 2018
Demonstrations
Award January 30, 2018

Responses to this Request for Proposal are due on


January 9, 2018 at 2:00pm EST.
**Specific points of clarification must be sent via email to guzzys@oakgov.com and
gibbm@oakgov.com and include the specific section(s) of the RFP that is in question. In
order to easily identify the email, the subject line must be Question: Event #004164

2
DSRC Pilot CAV Network RFP

and DSRC PILOT CAV NETWORK. All questions will be answered, consolidated and
submitted to the Respondents in the form of an amendment to the RFP made available on
the Michigan Inter-governmental Trade Network (MITN) at www.MITN.info. Bidders
are encouraged to register and if help is needed the MITN help line is 800-835-4603.
Inquiries regarding the delivery of the RFP should be directed to guzzys@oakgov.com
and gibbm@oakgov.com

3.1 Pre-Proposal Conference Information

Date: December 11, 2017 (Monday)


Time: 2:30pm 4:30pm pm (EST)
Location: Oakland County Executive Office Building (Building 41 West)
Conference Center West Conference Room
2100 Pontiac Lake Rd
Waterford Twp., MI 48328

Request for Remote Call Information shall be directed to:


Matthew Gibb, Deputy County Execuitve
(248) 975-9636
gibbm@oakgov.com

3
DSRC Pilot CAV Network RFP

3.2 Background and Findings Guiding the Development of a Plan for CAV
Deployment in Oakland County

a) Government is at risk of losing control. The government must preserve its ability
to protect and enhance public safety on its roadways while advancing new
transportation technologies. It seems simple, but there is a misguided
presumption amongst government officials, transportation departments, road
commissions, and others, that public rights of way (ROW), and its regulation, is
the controlling aspect of roadway safety. Connected vehicle technology renders
that presumption moot and demands the conclusion that transportation safety is no
longer about the dirt a public body owns, roadway design, or the color and
placement of visual signs. Public safety is also about airspace and the control of
the licensed broadband spectrum that exists within it.

It is not feasible, nor smart, to allow a third party communications entity access
and use of public rights of way in an attempt to implement safety related
infrastructure and messaging. Private for-profit corporations are not in business to
prioritize safety, therefore the means to control safety prioritizations of channels
or messaging must remain within control of a publically based entity or authority.
The communications industry is fighting for additional spectrum and access to
ROW for two basic reasons:

(i) The DSRC bandwidth is valuable for consumer driven commercialization and;
(ii) ROW is free dirt not subject to traditional regulation. The hope that the
private sector would add incident management, crash avoidance oversight or any
other public sector responsibility, at the expense of the shareholders is an
untenable argument. Any such prioritization would require a government mandate
for which there is currently no present authority.

b) It is a pitfall to try and bundle existing technology. There are methodologies


being reviewed in other parts of the United States that attempt to simply merge
existing transportation technologies and label that effort a connected vehicle
system. The assertion that the combined use of electronic tolling, adaptive
construction signage, and camera based event detection systems constitutes a
connected infrastructure environment is misguided and incomplete, if not unsafe
and expensive. The challenge facing many of the USDOT pilot areas, and the
Smart City efforts is the common default to traditional transportation design and
funding. They simply want to deploy separate and individual management based
technologies. That general model identifies what transportation engineers want,
but fails to take into account the consumer and results in concepts looking at the
types of signals and not how to manage the data that they produce. The concept
of combining multistep design processes and asking for traditional road funding
allocations is an unfeasible model. While those pilot areas are experiencing
quantifiable results in data and research, none is looking at how to deploy beyond
the test. Certainly, no one is looking at future deployment, operations or cost.

4
DSRC Pilot CAV Network RFP

The focus of a strategy for deployment of connected infrastructure cannot be how


to coordinate basic transportation technology; rather it must be focused on the
development of a network architecture where any technology can be layered to
meet a consumer need. The presence of government owned, but third party
administered, DSRC networks allow for regional authorities to layer both
common technologies like multi-lane tolling with consumer experiences like in
car WIFI. It is the layering of the consumer-based demand that will drive funding
allocations. The caution is simple; any government based deployment strategy
must avoid the idea that government can singularly choose what technology is
best. Any strategy must simply provide the network and allow safety and market
demands to define themselves.

c) WAVE standards constitute a robust, open architecture platform. There is a need


to find a network architecture that would accept multiple technologies and allow
authorities to redefine ROW oversight. It was recognized that WAVE (wireless
access vehicular environment) allows IPv6 packets to be carried on DSRC service
channels, and routed to the Internet by RSUs. Offering this form of connectivity
for consumer devices was seen as a path to delivering monetized services, and a
business model to sustain a financially viable deployment of DSRC infrastructure.

d) DSRC works and is tested. The associated WAVE standards developed by the
IEEE (derived from the protocol standards for WiFi), constitutes an open platform
for vehicular wireless communication. While WiFi is used mainly for wireless
Local Area Networks, DSRC is intended for highly secure, high-speed wireless
communication between vehicles and the infrastructure. DSRC works within a
dedicated and licensed frequency. The latency of cloud-based applications does
not work in safety environments and the 5G network is not only not yet created, it
is being multi branded and coopted by numerous commercial entities. NHTSA
has properly issued a Notice of Proposed Rulemaking (NPRM) that V2V
communication shall be conducted via DSRC. This is significant, as the
automotive industry has based its V2V technologies in this spectrum. For safety
to succeed, the 5.9GHz band allocated for ITS cannot be sold or divided and must
remain an asset for use by government-based facilities managers and network
operators.

e) Innovation requires a skilled workforce. A connected infrastructure system will


require an engaged and continually trained workforce. Currently 1.5 million
workers in transportation related fields are candidates for advanced training in
connected vehicle technologies including infrastructure deployment and
maintenance. These workers must be adaptable to ongoing introductions of new
and emerging innovations in connected and autonomous vehicle technologies, and
willing to embrace their use. As these technologies progress so will the need for
enhancing the workforce with advanced skills, knowledge and abilities to drive
implementation. Degree and certificate programs must be continually updated and
training must evolve to meet the dynamic needs of connected vehicle and related
transportation technologies.

5
DSRC Pilot CAV Network RFP

f) The challenge is not the technology. The technology to create a connected


network environment capable of using DSRC spectrum to relay messaging to and
from vehicles exists. One may assume, therefore, that the challenge is deploying
the technology in a manner that works and is affordable, but such an assumption
would only be partially correct. The challenge lies in the scale of the deployment
and the absolute requirement that everything must adhere to a standard that can be
easily adopted throughout the United States and other jurisdictions aligned with
DSRC-based technology. The challenge breaks down into some basic facts;

The size of the network is prohibitive:


In Oakland County there are more than 5600 miles of eligible roadway.
In Oakland County there are more than 2000 eligible intersections.

Hanging a dozen, or even a few hundred, RSUs throughout the County will not
begin to cover the area necessary to create a connected vehicle environment that
provides ubiquity in the network. Unlike when cellular technologies came to
market in the 1990s there cannot be a slow roll out of the infrastructure
supporting the communication. Therefore, any effort must be premised on a
business model that allows for full deployment, or at least the means to reach that
target through a proven revenue model supporting equity investment.
Extrapolating these facts to our region or state, the real challenge begins to reveal
itself. The number of jurisdictions to coordinate is daunting.

In Oakland County more than 30 different jurisdictions have oversight of


public ROW.
Local intergovernmental authorities must plan, in compliance with a ubiquitously
accepted standard , a government-controlled and third-party-administered open
DSRC network that allows for managed use of the Internet-compatible part of the
5.9 GHz allocation to generate the revenue opportunities necessary to deploy at
scale and maintain the infrastructure.

g) The aftermarket. More than 220 million cars, currently in the United States car
park, possess an OBII Data Port and more than 300 million vehicles operate on
the roads. If North America continues to produce 16 million units per year, an
assumption that is likely high, it will take more than 10 years to turn over the car
park. Even with the natural turn over through OEM new car sales, it will be more
than 20 years before entire product platforms have uniform safety capacity.
Waiting for an OEM solution does not create the scale of absorption amongst
consumers that justifies the return on investment required to deploy
infrastructure in a ubiquitous manner. The DSRC/WAVE platform allows for
low cost on-board units to be installed in aftermarket vehicles, where the so-called
Retrofit Safety Device (RSD) version of these OBUs also protects the vehicles
OBD-II data port from cyber-attacks, and provides mobile Internet connectivity
with a throughput potential equivalent to 4G LTE (depending on the density of

6
DSRC Pilot CAV Network RFP

RSU deployment). This opens the consumer market for applications driving
demand, creating safety by default.

The adoption and strategic implementation of a business model that engages each
of these findings, and others that dertive out of this process, that can be tested and
validated, comes with no compromise to motorist or pedestrian safety, in fact this
effort will only serve to enhance and improve safety.

4.0 RFP REQUIREMENTS


GENERAL REQUIREMENTS:

In order to be considered, Bidders are to submit sealed proposals, which will be


opened and evaluated by an Evaluation committee. The Evalaution committee
will score and select by consensus.
Bidders are to submit one original response, marked as original, and 7 copies for a
total of Eight (8) RFP responses. The responses are to be printed, bound or
organized in binders, all sections tabbed, and pages numbered.

It is acceptable to provide any large maps, E size or larger, on, USB Flash Drive
or attached paper copies.

The Bidder may add additional subsections as appropriate to supplement


documentation.

The Original marked RFP response should include the items listed below:

This RFP Solicitation Document- signed


An original Executive Summary
Your response to Attachment B, Technical Specification
The Price Proposal
A USB Flash/Thumb Drive containing a complete electronic version
of all the Proposal Documents and any supporting documentation in
PDF format, sections notated and pages numbered.

The remaining Seven (7) RFP responses should be duplicates of the Original.

Include generalresponse(s) to the points addressed in Section 4.1-4.3 as the same


may bbe applicable to the Bidders response.

PRE-PROPOSAL CONFERENCE:
Date: December 11, 2017 (Monday)
Time: 2:30pm 4:30pm (EST)
Location: Oakland County Executive Office Building (Building 41 West)
Conference Center West Conference Room
2100 Pontiac Lake Rd

7
DSRC Pilot CAV Network RFP

Waterford Twp., MI 48328Although attendance is not mandatory,


Bidders interested in submitting a proposal for this work are encouraged to
participate in this pre-proposal meeting to review, discuss and clarify any issues
prior to submitting your proposal.

The requirements set forth in this section of the RFP serve as a minimum guideline for
Oakland County in its selection of a solution. The requirements have been grouped into
sections, General Business Objectives, Business and Technical Requirements,
Deliverables, Implementation Services Requirements, Information Security Requirements
and Licensing Requirements

4.1 General Business Objectives

The DSRC spectrum is essentially a public good which, if exploited in a way that
maximizes its market value, provides the means to bridge the funding gap for deployment
of roadside infrastructure that has been recognized by most DSRC stakeholders as the
most important question needing resolution in order to move forward. Oakland County
believes that the tools required to accomplish this can be developed based on the inherent
capabilities designed into the WAVE standards.

Therefore, Oakland County seeks qualified partners(s) to develop, plan and implement a
near term solution in the form of a pilot network and a long term scalable solution for
region wide connected infrastructure deployment. Any vendor will be expected to
perform at a minimum within the intentions of the busniess objectives of this RFP,
summarized as follows:

a) Establishment of a plan for a regional public sector authority to oversee the


deployment, evaluation, and maintenance of DSRC infrastructure.
b) Encourage the private sector to create tools to leverage the non-safety-critical
DSRC channels (Service Channels).
c) Require all the access points (RSU) and clients (OBU) to adhere strictly to the
existing 5.9 GHz DSRC communications protocol. This ensures that both non-
safety of life and imminent crash avoidance applications are simultaneously
supported as originally envisioned in the band plan and avoids compromising
the substantial investment in development and testing incurred by both the
federal government and the automotive industry during the last decade.
d) Seek to establish policies placing a priority on the need for re-investment in
DSRC infrastructure of revenues associated with Internet connectivity
services, while enabling the private sector to profit from development of tools
and their application in providing market-driven services.
e) Create an ecosystem favorable to the rapid introduction of aftermarket on-
board units (OBUs) seeking to accelerate the timetable by which the full
benefits of DSRC V2V and V2I can be realized.
f) Establish a foundation on which an infrastructure Authority and/or Network

8
DSRC Pilot CAV Network RFP

Operator can grow to encompass the region of southeast Michigan and


hopefully demonstrate a functional model for other regions to follow.
g) Demonstrate that this method can become a template for both inter-
governmental cooperation, as well as public-private partnership throughout
the United States.

4.2 Business and Technical Requirements

At a minimum, Respondents must define in their proposals how their solutions will
address the following:

4.2.1 Constraints

a) Adherence to Regulatory Requirements and USDOT Guidelines

b) Any proposal must be fully compliant with the current provisions of


Federal Motor Vehicle Safety Standard (FMVSS) 150 (V2V), including
the Security Credential and Management System (SCMS) as defined
within the scope of the V2V regulation. FMVSS 150 subsumes all relevant
IEEE and SAE specifications for DSRC OBUs (On-board units) and
RSUs (Roadside Units).
c) Compliance with the SCMS includes, but is not limited to, a root
Certificate Authority (root CA), an automated process for provisioning of
OBUs with security credentials, the means to respond to requests from
OBUs for replenishment of security credentials (Registration Authority)
and the means to communicate Certificate Revocation Lists (CRL) to
OBUs.
d) Proposals must also comply with USDOT (FHWA) guidelines governing
configuration and operation of RSUs, and must adhere to all SAE and
IEEE recommendations regarding the implementation of DSRC
applications which are beyond the scope of the V2V regulation itself. Such
adherence must ensure that any new DSRC application proposed must be
compatible with the architecture of, and standardization practices inherent
in, both WAVE (Wireless Access Vehicular Environment) and the SCMS,
including but not limited to, the specification of Provider Service
Identifiers (PSID) for each application, of Service Specific Permissions
(SSP) for SCMS certificates associated with each application and of the
application priority as defined by IEEE 1609.4 with respect to channel
management.

4.2.2 Consumer Value Proposition

9
DSRC Pilot CAV Network RFP

Respondents shall propose mechanisms, which can be implemented using existing


system delivery hardware, and which enable the Infrastructure Authority to offer a
suite of services to consumers where the value proposition is sufficiently
attractive to encourage the purchase and installation of aftermarket OBUs.

The successful proposal shall preferably incorporate an system for delivery of


services in a manner that allows for a simplified method of collection of fees from
service subscribers. For each of the proposed services, respondents should also
recommend reasonable fee structures and should specify what they regard as an
equitable percentage of the resulting service revenues to remit to the
Infrastructure Authority.

Respondents should also specify whether delivery of services is dependent on


interaction with external systems operated by potential signatories to an enabling
agreement or Infrastructure Authority (e.g. MDOT, RCOC) and for each such
system, outline a specification for the Application Programmer Interface (API)
required to communicate with it.

4.2.3 Use of DSRC Service Channels

Respondents shall ensure that any new proposed applications using DSRC Service
Channels shall be entirely subordinated to the priorities of traffic management,
roadside alerts and other road management or safety-related DSRC applications
which may be independently deployed by RCOC or MDOT. As such, the
successful proposal must include a detailed explanation of the mechanisms used
to avoid situations in which the bandwidth consumed by new proposed
applications impedes the effective operation of independent road management or
safety-related DSRC applications.

4.2.4 Education and Training

Respondents shall propose development of a range of courses with advanced


topics specific to the proposed Pilot Network. These courses should focus
specifically on intelligent transportation and DSRC based applications and be
designed to educate individuals involved in the installation, maintenance and use
of the pilot network. The courses should provide comprehensive systems and
leadership related topics, business models, as well as technical level training
around V2I concepts, onboard units, architecture and infrastructures. Successful
proposals may further describe how such courses could be delivered; e.g. through
an online learning channel.

10
DSRC Pilot CAV Network RFP

4.3 Deliverables

The following tasks describe the Countys expectations regarding the areas that should be
addressed in developing a DSRC Based Network Plan:

4.3.1 Task 1: Define the fundamental action steps required to develop a near term
solution for a pilot DSRC network initiative for the County, including an
assessment of how the existing assets and other supporting municipal
infrastructure can be leveraged and maximized. Set forth how information and
data used and acquired in the near term pilot may be likewise leveraged to deploy
a countywide network. This task should provide examples or methodologies of
the strategy and implementation of an effective DSRC network and how such
network may be used to enhance the delivery of transportation based services, in
addition to providing the general public and businesses with connectivity, either
as an amenity grade service in certain areas of the community or as a
countywide service that may be subscription-based.

4.3.2 Task 2: Recommend technology options and design considerations for


either a multi-use network (municipal, public safety and public access), or a
network with a more limited scope. Design considerations should include an
assessment and recommendations of the following:

a) Review available assets and infrastructure to support the mounting of


antennas and equipment for a DSRC network. Assets and infrastructure
include the potential use of public rights-of-way, availability of fiber for
wireless access points to support network backhaul, space on utility poles
and streetlight poles, and available space in conduit;
b) Evaluate and recommend network architecture and technology choices
based on the background, findings and objectives contained within this
RFP;
c) Evaluate and recommend technology and network architecture that is
flexible and scalable to meet the short term objectives and also able to
adapt to emerging services and applications over time;
d) Evaluate and recommend network hardware and software components
required to support end users;
e) Identify potential collaborative and/or partner Bidders based on network
technology choices and design priorities;
f) Define network security criteria and features and make appropriate
policy and/or configuration recommendations;

11
DSRC Pilot CAV Network RFP

g) Develop network cost estimates based on the technology choices and


the scope of the project;
h) Define operational Information Technology items such as the need for a
Subscriber Management System and ongoing support structures, including
customer Service Level Agreements;
i) Identify the skill sets required by the County to implement and operate
the network.

4.3.3 Task 3: Deploy a Pilot DSRC network covering and connecting without
service interruption not less than eight(8) continuous intersections. Such
deployment may be at or about the locations described in the following Map, or at
such location(s) as recommended by the respondent. The deployment shall
comply to the constraints and specifications outlined in this RFP. It is
acknowledged that access and use of the proposed locations shall require the
cooperation of additional agencies.

4.3.4 Task 4: Analyze the advantages and disadvantages of the business models
that may support the network and make a recommendation based on the needs of
the County and various potential users of the network. Potential business models
would include, but would not be limited to the following:
a) County-owned model: the network is owned and operated by the
County.

12
DSRC Pilot CAV Network RFP

b) Privately-owned managed services model: the network is owned and


operated by a service provider, but the County is an anchor tenant for
the network.
c) Hybrid model (public-private partnership): the County owns the
network, but outsources operation and maintenance to a service provider.

4.3.5 Task 5: Upon deployment, and after a period of continuous use of the
Network, and in consultation with County staff, present the findings resulting
from the DSRC Pilot Network and recommendations for next steps to select
members of the County Commission and the County Executive office.

4.3.6 Additional Functionality. Value added tasks and functionality, not listed
above, would be considered during the evaluation of all proposals. If a proposed
solution contains any other features, which are not listed above, the respondent is
encouraged to include the description of the functionality in their proposal.

5.0 PRICE PROPOSAL REQUIREMENTS


Respondents are required to submit separate and distinct price information for their
proposal and any alternatives in a separate section. All price quotations shall be valid for
180 days from the proposal due date. The respondent will be responsible for achieving
an operational pilot network, managenment support and reported analysis for the cost
quoted. The cost of any items determined to be missing from the quote but essential to
fulfilling the intent of this RFP shall be borne by the respondent.

5.1 Price Proposal Content

Every respondent shall provide an itemized Price Proposal. Quote costs for all hardware,
software and services described in this RFP. Each major component, including integrated
software and hardware elements, shall be identified by common names. Unit prices and
extensions (if applicable) shall be quoted for each component or basic subsystem. Any
and all items needed to achieve the proposed strategy, deployment, maintenance and
analysis shall be identified and priced. Any and all additional charges (i.e., shipping,
installation, insurance etc.) shall be quoted.

6.0 SELECTION CRITERIA


In order to be considered, bidding respondents must complete the following minimum
requirement:

Return the Proposal (Solicitation) Form, enclosed with respondents proposal,


signed by a legal representative of respondents organization.

13
DSRC Pilot CAV Network RFP

Oakland County will use the following criteria to evaluate respondents RFP proposal
responses meeting the minimum requirements described above. This is not a
comprehensive list, nor does the arrangement imply order of importance:

Compliance with RFP Instructions: The proposal will be evaluated for


compliance with the instructions set forth in this RFP and, the Oakland
County Solicitation document.

Solution Requirements: The proposed solutions compliance with the


requirements set forth in this RFP, Section 4.1 Additional functionality not
identified in the RFP will also be considered.

Technical Architecture: The proposal will be evaluated for compliance with


the requirements and questions outlined in this RFP.

Implementation and Support Services: Professional services identified in the


proposal will be evaluated for compliance with the requirements and questions
outlined in this RFP.

Value-added Services: The proposal will be evaluated for potential


value-added services that would reduce costs for Oakland County.

Pricing: Bidders shall agree to provide County with the lowest and most
competitive pricing it provides to governmental entities.

Corporate Viability and Vision: The selected respondent must exhibit the
vision and viability to partner with Oakland County in the establishment of a
world-class solution. Corporate Viability and Vision identified in the
proposal will be evaluated for compliance with the requirements outlined in
this RFP.

Oakland County may request the Bidder(s) to give an oral presentation on the
information provided in the Proposal. This presentation will be only to clarify
information submitted in the Proposal, not to change the Proposal. Therefore,
Proposers should submit a complete Proposal. (Any verbal presentation may be
transcribed and included as part of the Bidders official Proposal, at Oakland
Countys option.)

14
DSRC Pilot CAV Network RFP

7.0 OTHER BACKGROUND INFORMATION


The following background information has been provided in support of this RFP.
Additional information can be found on the Michigan Inter-governmental Trade Network
(MITN) website at https://www.bidnetdirect.com/mitn.

7.1 Oakland County Overview

Oakland County Michigan is located in southeast Michigan, immediately north of the


City of Detroit. The county covers 910 square miles, and encompasses 61 cities, villages
and townships (CVTs).

The County represents the heart of the Michigan economy, boasting an unemployment
rate of 3.2% in September 2017, and adding more than 100,000 new jobs in the past five
years to a corporate base that includes more than 50% of the Fortune 500.

Home to the Automotive Industry;


75 of the top 100 Tier One Automotive companies have operations.
All 12 Global OEMs have research or other facilities.
More than 200 Automotive R&D centers.
Multiple public and private CAV testing areas, including the original USDOT
Pilot.

An Educated and Prosperous Workforce


47% of the entire population holds a Bachelors Degree or higher.
The 5th Highest median family income and 6th Highest number of residents
employed in managerial or professional occupations.
12th Highest Per Capita wealth of all Countys with a population of 1 million or
greater, and the wealthiest County in Michigan.
Part of a region with 30 colleges and universities producing more than 9000
STEM degree completions annually.
More advanced engineers, per capita, than any other region in the U.S.

A Well Managed and Financed Government


Oakland County has fully funded all legacy and retiree liabilities and carries no
debt.
Operating pursuant to a three year, line item based, rolling budget, the County is
projected to operate, in balance, through 2020 and beyond.
Oakland County has maintained AAA Bond Rating for 20 consecutive years.

An International Community
Home to 1062 foreign owned multi-national corporations from 39 Countries.
Assisting in more than $1 Billion in foreign direct investment since 2013.
Building language and cultural programs including mandarin in 17 districts.

15
DSRC Pilot CAV Network RFP

A Strong Partner in Coordinated Incentives


Real property tax abatement and structured tax increment financing for
redevelopment.
Workforce development funding, training grants and HR support services.
Michigan Business Development Funding, state programmed incentive
coordination.

This is the first project of Oakland County in the area of


connected vehicle infrastructure.
For additional Background and Information on Oakland County;

www.oakgov.com

www.advantageoakland.com

8.0 OTHER RELATED MATTERS


Oakland County will entertain any value-added alternative(s) provided by a Respondent.
Additions to the business model or technical solution that would enhance the business
objectives proposed by Oakland County are encouraged.

16

Vous aimerez peut-être aussi