Proposal No. 16-7008-22 Interactive Voice Response (IVR) System - KCATA

Transcription

KANSAS CITY AREA TRANSPORTATION AUTHORITYProcurement Department1350 East 17th StreetKansas City, MO 64108REQUEST FOR PROPOSALSProposal No. 16-7008-22Interactive Voice Response (IVR) SystemDate:Contact:4/19/16Julie Lombard, Senior BuyerTelephone:(816) 346-0366Fax:(816) 346-0336Email:JLombard@kcata.org

INTRODUCTIONOverviewThe Kansas City Area Transportation Authority (KCATA) requires the services of a qualified contractor to provide ahosted Interactive Voice Response (IVR) System.The Kansas City Area Transportation Authority (“KCATA” or “Authority”) is the bi-state regional transit authorityfor the seven-county (Cass, Clay, Jackson, and Platte in Missouri; and Johnson, Leavenworth, and Wyandotte inKansas) metropolitan area. The Authority provides transit service seven days per week and provides approximately16 million transit trips per year on Metro bus and MAX services, Share-A-Fare paratransit service, and theAdVANtage Vanpool program.Proposals are subject to all terms, conditions, and provisions of this document, including Affirmative Action and EqualEmployment Opportunity regulations. Offerors shall read and understand the requirements of this RFP #16-7008-22.Pre-Proposal Conference:A pre-proposal conference regarding this Request For Proposal will be held on Tuesday, May 3, 2016 at 1:00 p.m.,located in the Large Conference room on the second floor of Building 1, 1350 East 17th Street, Kansas City, Missouri64108.Attendance is strongly encouraged at the pre-bid conference.Proposal Questions/Comments:Any questions, comments or requests for clarification are due from offerors by 1:00 p.m. on May 5, 2016 and must besubmitted in writing to Julie Lombard, Senior Buyer, at JLombard@KCATA.org and will anticipate having an answer byclose of business May 9, 2016. If required, KCATA’s response to these submissions will be in the form of an Addendum.Proposal Closing and Submission:Proposals must be submitted before 3:00 p.m. on June 1, 2016. Please reference RFP #16-7008-22 on the submittalcover. Proposals received after time specified shall not be considered for award. Proposals received via facsimile (fax) orelectronic mail (e-mail) shall not be considered. Proposals not meeting specified delivery and method of submittal willnot be opened nor considered as responsive.Proposals submitted must be mailed to:Kansas City Area Transportation AuthorityShipping and Receiving DepartmentAttn: Julie Lombard, Procurement1350 East 17th StreetKansas City, Missouri 64108Submission of a proposal shall constitute a firm offer to the KCATA for ninety (90) days from the date of closing. Thisproposal does not commit the KCATA to award a contract, to pay any cost incurred in preparation of a proposal, or toprocure or contract for services.John HaysSenior Manager of ProcurementRFP 16-7008-22Interactive Voice Response SystemPage 2 of 65

PROPOSAL ORGANIZATIONSECTION 1. PROPOSAL CALENDARSECTION 2. SCOPE OF WORKSECTION 3. PROPOSAL INSTRUCTIONSSECTION 4. PROPOSAL SUBMISSION, EVALUATION, ACCEPTANCE AND AWARDSECTION 5. CONTRACT TERMS AND CONDITIONSSECTION 6. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTSSECTION 7. ATTACHMENTSRFP 16-7008-22Interactive Voice Response SystemPage 3 of 65

NO PROPOSAL REPLY FORMPROPOSAL # 16-7008-22Interactive Voice Response (IVR) SystemTo assist us in obtaining good competition on our Request for Proposal, we ask that each firm that has received aninvitation, but does not wish to propose, state their reason(s) below and return in a clearly marked envelope. Yourenvelope should include “Proposal #16-7008-22” on the outside of the envelope.This information will not preclude receipt of future invitations unless you request removal from the Proposer’s Listby so indicating below.Unfortunately, we must offer a “No Proposal” at this time because:1.2.We do not wish to participate in the proposal process.We do not wish to propose under the terms and conditions of the Request for Proposaldocument. Our objections are:3.We do not feel we can be competitive.4.We do not provide the services on which Proposals are requested.5.Other:We wish to remain on the Proposer’s list for these services.We wish to be removed from the Proposer’s list for these services.FIRM NAMERFP 16-7008-22Interactive Voice Response SystemSIGNATUREPage 4 of 65

SECTION 1 - PROPOSAL CALENDARProposal AdvertisementApril 21, 2016RFP IssuedApril 21, 2016Pre-Proposal ConferenceLocation: In the KCATA Large Conference Room located inBuilding 1 on the second floor at street address of:1350 E 17th Street, KCMO 64108Deadline for Proposer Questions, Comments, & Requests forClarificationMay 3, 2016 at 1:00 p.m.May 5, 2016KCATA Responds to QuestionsMay 9, 2016Proposal ClosingJune 1, 2016 at 3:00 p.m.Interviews/Demonstration (Tentative)June 20th – June 24thNotice of Contract Award (Anticipated)August 24, 2016RFP 16-7008-22Interactive Voice Response SystemPage 5 of 65

SECTION 2 - SCOPE OF WORKA.INTRODUCTION1. This document constitutes a request for competitive, sealed proposals from prospective proposers for anInteractive Voice Response (IVR) System for the Kansas City Area Transportation Authority (KCATA) inaccordance with the requirements and provisions stated herein. Proposers shall include all labor, material, tools,equipment, incidentals, licensing, maintenance and support in accordance with the Scope of Worka. The Kansas City Area Transportation Authority (KCATA) is seeking an interactive voice response (IVR)system to remind customers about scheduled RideKC-Access rides; to allow customers to cancel rides; andto alert customers that their van is in route to them on the day of service. The IVR system must integratewith KCATA’s current scheduling and dispatching service software.2. The reminder call solution sought will serve RideKC-Access customers but should be scalable if it is decidedto expand service in the future. The number of reminder calls for weekday service is expected to be between1,200 and 1,600, with less for weekends and holidays.3. The Contractor shall provide voice and text message reminders to clients of KCATA that includes tripinformation (origin, destination, and scheduled trip times) for each one-way trip. The reminders must alsoinclude reference to the number of guests or attendants accompanying the client and which service providerwill provide the trip. All trips for an individual in the selected time frame shall be covered in one single calland ordered from earliest to latest scheduled trip time.4. The IVR and software integration must have the capability to allow trip cancelations. In addition, KCATA isseeking a solution that utilizes real-time GPS information from on-board tablets to notify customers, throughtext messaging, that a vehicle is arriving.5. Daily trip information will be provided to the selected Contractor no later than 6:30 pm on weekdays, and by6:30 pm on the weekday before holidays and weekends. Reminder calls should only be made the day beforethe scheduled trips.6. TERM and RENEWAL OPTIONS: The term of this agreement shall include purchase,implementation, and support of an IVR system solution for a period of two (2) years. The KCATAshall have the option to renew this agreement annually for up to three (3), one (1) year periods. Workin process prior to expiration of the Agreement shall be completed and as construed by KCATA to bewithin the “contract term”.B.REQUIREMENTS1. Technical Interfacea. Integration with Reveal Services Software: An XML API which “pushes” client phone numbers and tripinformation to the Contractor will be implemented by KCATA’s scheduling software vendor, RevealManagement Services. The contractor shall provide a mechanism to return recipients’ key-press and/orvoice responses to be reflected on the schedule in the Reveal software.b. The contractor will define the process which confirms that appropriate data is being transferred from Revelsoftware to the customers daily. The number of records and accuracy of data transferred needs to beverified.2. Objectives of the IVR Systema. Requesting proposals from firms interested and capable of providing systems integration for IVR systemshardware, software, and installation services. The selected IVR system should be fully maintainable,include accurate and timely incorporation of transit data via telephone, and provide procedures forRFP 16-7008-22Interactive Voice Response SystemPage 6 of 65

recovering from hardware and software failures.b. KCATA seeks to improve and better manage transit operational efficiencies through the integrated use ofan IVR system. IVR technology will afford operations the ability to reduce customer call wait times byautomating customer information for canceling and confirming trips; reduce no-shows by providing tripreminders; and increase efficiency through information integration with other technologies.c. The IVR system shall initially be capable of handling a demand-response system of over 11000 registeredclients (of whom approximately 4000 are active) and over 1500 one-way trips per weekday. Call volumecurrently processed is 900 average incoming calls per weekday.d. The IVR system will include associated equipment required by KCATA to successfully operate thesystem independently. However, it shall have the capability of handling up to 50% more with the initialsystems hardware and infrastructure provided. The system proposed must be scalable in terms of systemcapabilities, hardware, software, data, etc. to fit KCATA’s needs based on expansion of operations.3. Reportinga. Daily Summary Report: A daily summary report of activity must be provided from the reminder servicefor download and delivered regularly via email or other agreed upon method. This shall include:i. A daily status report including items such as a list of the day’s calls and customer responses. Thisshall be delivered to KCATA personnel daily and should also be available on demand.ii. The overall daily call success/failure rate.b. Status Report: KCATA staff will be able to log into the system to see the real-time status of all calls, andplayback any call at any time.c. Monthly Summary: KCATA requires an end-of-month summary statement showing every call that wasmade and success/failure status. A histogram of call volume for the month shall show irregularities andtrends such as holiday volume and peak days.d. Other Reports:i. The percentage of calls successfully placed on a particular date range.ii. Report on number of customer cancels, daily and monthly.iii. Report on the number of eminent arrival text messages daily and monthly.iv. A daily and monthly report on the number of failed calls and the ability to review cause of failure.4. Featuresa. Text to Speech: The system shall be able to send a message using text-to-speech. The system should be able torecognize abbreviations for street types, directions (N, S, E, W), and should be able to recognize names such asSt Mary’s St. The system shall allow for corrections for pronunciation.b. The system should allow for voice or keypad response, such as “Please press or say 1 to accept this time, 2 tocancel this trip, or 3 to leave a message.”c. Single Call for all Scheduled Trips: The system will continue until reminders for all trips in the set time periodare delivered.i. Example: “This is a reminder call from the RideKC-Access program for John Doe. {Selected Carrier]will pick you up between X and Y time. You will travel from 123 Main Street to 2 Atlantic Blvd. Yourfare will be 3. To confirm this trip, press or say “1”. To cancel this trip press or say “2”. After thecustomer responds, the system would confirm the selection, then continue with “To hear the nextscheduled trip, press or say 1”.RFP 16-7008-22Interactive Voice Response SystemPage 7 of 65

d. Language Options: The IVR must at a minimum, but not limited to, support English and Spanish languages.If it’s specified in the client record that the customer speaks a language other than English the system shallsend a different lead-in and lead-out in that language and provide the trip details in that language.e. Recording Key Presses: Outbound calls shall have the ability to use key presses to trigger any number ofspecialized events including confirming an appointment, cancelling, requesting a return call, recording amessage or playing a unique wav file. Unassigned keys shall receive an error message and repeat theprevious prompt.f.Quality Control: All calls delivered shall be recorded for immediate playback and audit capability byKCATA staff. Recordings are to be stored for 30 days. All text messages shall be logged.g. Duplicate Call Filtering: KCATA shall have the ability to enable filtering out duplicate calls to the samenumber on the same date.h. Real Time Access: KCATA shall have real-time access to calls and text messages in progress, as well asimmediate display of confirmations and cancellations.i.Text Messaging: Two-way text messaging shall be available in addition to the regular telephone voicereminder.j.Failed Text Rollover to Voice: If a text message is sent to a land-line, it shall roll over to a voice equivalentcall.k. Customized Messages: Outgoing messages are to be completely customizable with little effort or training.KCATA shall be able to change the pre-recorded portions of the message. Changes should take effectimmediately, or KCATA shall have the ability to set effective start and end dates and times. The systemshall allow storage and easy selection/addition of pre-recorded messages that are used often, such as winterstorm announcements.l.Call Volume Management: Voice calls shall have the ability to be delivered in parallel and the call flowshall have the ability to be “throttled” so calls can go out slower if desired. All calls should be made within2 hours of receiving data for the next day, or between the hours of 6:30 PM and 8:30 PM for weekend andholiday reminders.m. Do-Not-Call Management: Staff shall be able to add phone numbers to an internal Do-Not-Call List,allowing customers to opt out of reminder calls. Opt outs will show up as a DNC (do not call) in the statusreports. In addition, a dedicated 800 number shall permit customers to add themselves to the Do-No-CallList. As a third option, a key press can be assigned as a do-not-contact trigger so calls sent to wrongnumbers will automatically be filtered out of future deliveries. The system shall allow groups of customersto be added to the Do-Not-Call list by certain characteristics.n. Delivery Day and Time: Calls are to be scheduled for delivery at any time staff specify on any number ofdays desired prior to a scheduled trip. The most typical setting is at 6:30 PM the day before the trip.o. Caller ID: The outbound calls shall display KCATA’s desired Caller ID number.p. Secure Interface and Data Collection: User interface shall be encrypted and only the minimum customerdata necessary to perform reminders shall be collected.q. Technical Support: KCATA will have access to technical support required without additional charge.5. Licensinga. The IVR system shall be licensed on a per unit (per call) basis with the initial first unit consisting of acommunication response not to exceed 120 seconds and each subsequent unit consisting of an additional 60seconds (e.g., 2 units up to 180 seconds; 3 units 240 seconds, etc.). The IVR shall be hosted by the contractorin a Software as a Service (SaaS) arrangement.RFP 16-7008-22Interactive Voice Response SystemPage 8 of 65

SECTION 3 - PROPOSAL INSTRUCTIONS1. General InformationA. The terms “solicitation” and “Request for Proposals (RFP)” are used interchangeably, and the terms “offer” and“proposal” are used interchangeably. The terms “Proposer,” “Contractor” and “Offeror” are also usedinterchangeably.B. Interested firms may submit proposals until proposal closing at 3:00 p.m. on June 1, 2016. Proposals receivedafter the time specified may not be considered for award. Proposals received via facsimile (fax) or electronicmail (e-mail) will not be considered. Proposals must be delivered or mailed to KCATA’s ProcurementDepartment at 1350 E. 17th Street, Kansas City, MO 64108.C. Submitting a proposal constitutes a firm offer to KCATA for one hundred twenty (120) days from the closingdate.D. KCATA is not responsible for any cost or expense that may be incurred by the Proposer before the executionof a contract, including costs associated with preparing a proposal or interviews.E. The Kansas City Area Transportation Authority is exempt from federal excise, federal transportation and statesales tax and such taxes shall not be included in bid prices/price quotations or proposals. Nevertheless, theOfferor is not exempt from these taxes when purchasing materials directly from its supplier.2. ReservationsA. KCATA reserves the right to waive informalities or irregularities in proposals, to accept or reject any or allproposals, to cancel this RFP in part or in its entirety, and to re-advertise for proposals if it is in the best interestof the Authority. KCATA shall be the sole judge of what is in its best interest with respect to this RFP.B. KCATA also reserves the right to award a contract solely on the basis of the initial proposal without interviews,discussions, or negotiations. Therefore, offers should be submitted to KCATA on the most favorable termspossible, from a cost or price and technical standpoint.3. Proposer’s ResponsibilitiesA. By submitting a proposal, the Proposer represents that:1.The Proposer has read and understands the RFP and the proposal is made in accordance with the RFPrequirements and instructions; and agrees to furnish and deliver the items or perform services as describedherein for the consideration stated in accordance with the terms and conditions listed in the KCATA RFP.The rights and obligations of the parties to any resultant purchase order/contract shall be subject to andgoverned by this document and any documents attached or incorporated herein by reference.2.The Proposer possesses the capabilities, resources, and personnel necessary to provide efficient andsuccessful service to KCATA; and3.It is authorized to transact business in the State of Missouri.B. Before submitting a proposal the Proposer should make all investigations and examinations necessary toascertain site or other conditions and requirements affecting the full performance of the contract.4. Authorization to ProposeRFP 16-7008-22Interactive Voice Response SystemPage 9 of 65

If an individual doing business under a fictitious name makes the proposal, the proposal should so state. If theproposal is made by a partnership, the full names and addresses of all members of the partnership must be givenand one principal member should sign the proposal. If a corporation makes the proposal, an authorized officershould sign the proposal in the corporate name. If the proposal is made by a joint venture, the full names andaddresses of all members of the joint venture should be given and one authorized member should sign the proposal.5. Withdrawal & Incomplete ProposalsA. Proposals may be withdrawn upon written request received by KCATA before proposal closing. Withdrawalof a proposal does not prejudice the right of the Proposer to submit a new proposal, provided the new proposalis received before the closing date.B. Incomplete proposals may render the proposal non-responsive.6. Modification of ProposalsAny proposal modifications or revisions received after the time specified for proposal closing may not beconsidered.7. Approved EqualsA. Wherever brand, manufacturer, or product names are used, they are included only for the purpose of establishinga description of minimum quality of the requested item unless otherwise specified. This inclusion is not to beconsidered as advocating or prescribing the use of any particular brand or item or product. However, approvedequals or better must be pre-approved by the KCATA. All requests for approved equals shall be received in writingby no later than Thursday, May 5th prior to 4:00 p.m. central time.B. All requests for approved equals shall be received in writing. Any changes to the specifications will be madeby addendum. Proposers may discuss the specification with the KCATA Procurement Department; however,requests for changes shall be written and documented.C. When an approved equal is requested, the bidder shall demonstrate the quality of its product to the KCATA,and shall furnish sufficient technical data, test results, etc., to enable the KCATA to determine whether theProposer's product is or is not equal to specifications.8. Unbalanced ProposalsKCATA may determine that an offer is unacceptable if the prices proposed are materially unbalanced. An offer ismaterially unbalanced when it is based on prices significantly less than cost for some work and prices which aresignificantly overstated in relation to cost for other work.9. ProtestsA. The following protest procedures will be employed for this procurement. For the purposes of these procedures,“days” shall mean business days of KCATA administrative personnel which are days other than a Saturday,Sunday or legal holiday observed by KCATA for such administrative personnel.B. Pre-Submittal - A pre-submittal protest is received prior to the proposal due date. Pre-submittal protests mustbe received by the Authority, in writing and addressed to the KCATA Director of Procurement, no later thanfive (5) days before the bid closing date.C. Post-Submittal/Pre-Award - A post-submittal/pre-award protest is a protest against making an award and isreceived after receipt of proposals but before award of a contract. Post-submittal protests must be received bythe Authority, in writing and addressed to the KCATA Director of Procurement, no later than five (5) days afterRFP 16-7008-22Interactive Voice Response SystemPage 10 of 65

the bid closing date.D. Post-Award - Post-Award protests must be received by the Authority, in writing and addressed to the KCATADirector of Procurement, no later than five (5) days after the date of the Notice of Intent to Award.E. The KCATA Director of Procurement shall respond in writing within five (5) days from the date of the writtenrequest. If the protester is not satisfied with the response of the KCATA Director of Procurement, the protestermay appeal in writing to the KCATA General Manager within five (5) days from the date of the KCATADirector of Procurement’s response.F.The KCATA General Manager will decide if the protest and the appeal (if any) have been given fair andreasonable consideration, or if additional consideration is warranted. The KCATA General Manager’s responsewill be provided within ten (10) days after receipt of the request. The KCATA General Manager’s decision isfinal and no further action on the protest shall be taken by the KCATA.G. By written notice to all parties, the KCATA Director of Procurement may extend the time provided for eachstep of the protest procedures, extend the date of notice of award, or postpone the award of a contract if deemedappropriate for protest resolution.H. Protesters shall be aware of the Federal Transit Administration's (FTA) protest procedures with the FTARegional Office (ref: FTA Circular 4220.1F) If federal funding is involved, FTA will review protests from athird party only when: 1) a grantee does not have a written protest procedure or fails to follow its procedure, orfails to review a complaint or protest; or 2) violations of specific federal laws or regulations have occurred.I.An appeal to FTA must be received by FTA’s regional office within five (5) working days of the date theprotester learned or should have learned of KCATA’s decision. Protests shall be addressed to: RegionalAdministrator, FTA Region 7, 901 Locust, Room 404, Kansas City, Missouri, 64106.10. Disclosure of Proprietary InformationA. A proposer may restrict the disclosure of scientific and technological innovations in which it has a proprietaryinterest, or other information that is protected from public disclosure by law, which is contained in the proposalby:(1) marking each page of each such document prominently in at least 16 point font with the words “ProprietaryInformation;”(2) printing each page of each such document on a different color paper than the paper on which the remainderof the proposal is printed; and(3) segregating each page of each such document in a sealed envelope, which shall prominently display, on theoutside, the words “Proprietary Information” in at least 16 point font, along with the name and address ofthe Proposer.B. After either a contract is executed pursuant to this RFP, or all proposals are rejected, the proposals will beconsidered public records open for inspection. If access to documents marked “Proprietary Information,” asprovided above, is requested under the Missouri Open Records Law, Section 610 of the Revised Statutes ofMissouri, the KCATA will notify the Proposer of the request and the Proposer shall have the burden to establishthat such documents are exempt from disclosure under the law. Notwithstanding the foregoing, in response toa formal request for information, the KCATA reserves the right to release any documents if the KCATAdetermines that such information is a public record pursuant to the Missouri Sunshine Law.RFP 16-7008-22Interactive Voice Response SystemPage 11 of 65

11. Disadvantaged Business Enterprise (DBE) RequirementsA. This Contract is subject to the Requirements of Title 49, Code of Federal Regulations Part 26, Participation byDisadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.KCATA’s overall goal for DBE participation is 8.5%. A separate contract goal has not been establishedfor this procurement.B. Non-discrimination - Proposers shall not discriminate on the basis of race, color, national origin, or sex in theperformance of this project. The Proposer shall carry out applicable requirements of 49 CFR Part 26 in theaward and administration of DOT-assisted contracts. Failure by the Proposer to carry out these requirementsis a material breach of the resulting contract, which may result in the termination of the contract or such otherremedy as KCATA deems appropriate.C. DBE Certification - DBE firms may participate as prime Contractors, subcontractors or suppliers. KCATAwill only recognize firms that are certified as DBEs under the DOT guidelines found in 49 CFR Part 26. Firmsmust be certified as a DBE by a member of the Missouri Regional Certification Committee, which includesKCMO, MoDOT, City of St. Louis, Metro in St. Louis or KCATA. A list of certified firms may be found atwww.modot.mo.gov/ecr/index.htm. MBE and WBE certifications from other agencies will not be considered.D. DBE Requirements - Please see Section 6 for DBE requirements applicable to this RFP and any resultingcontract. Section 6 forms and/or waivers must be completed with great care by each offeror to ensure that theoffer is acceptable.RFP 16-7008-22Interactive Voice Response SystemPage 12 of 65

SECTION 4 - PROPOSAL SUBMISSION, EVALUATION AND AWARD1. Proposal FormatProposals shall be submitted as follows.A. The proposal package consists of three (3) volumes. These shall be sealed and clearly labeled.B. The originals of volumes 1 and 2 shall be unbound. All copies of volumes 1, 2 and 3 shall be separately collatedin 3-Ring Binders, and all copies and originals shall have the RFP #16-7008-22 and name “Interactive VoiceResponse System”, the offeror’s identity, volume number and volume title printed on the cover page.C. Volumes shall be submitted in the following order:1. Volume I – Cost/Price Proposala. Hard Copies: One (1) original and one (1) copyb. Electronic Copy: One (1) of the Cost Proposal on either CD or flash drive.2. Volume II – Technical Proposala. Hard Copies: One (1) original and Three (3) copiesb. Electronic Copy: Four (4) electronic copies of the Technical Proposal on either CD or flash drive.3. Volume III – Contractuala. Hard Copies: One (1) original of the completed signed solicitation documents to include DBE &subcontractor documents, Receipt of Addenda form (if issued) and the documents listed in Section 7Attachment, unless otherwise noted that a particular attachment belongs in a different Volume of thesubmittal.b. Electronic Copy: One (1) electronic copy of the Contractual Proposal on either CD or flash drive.NOTE: DO NOT include any pricing from the Official Proposal Price Sheet on the technical proposal copies,including the CDs or Flash Drives. Pricing from the Official Proposal Price Sheet must be separately sealed fromthe technical proposal response and clearly marked as pricing information.D. The proposal documents should be page numbered. The bidder should ensure all copies and all electronic mediaare identical to the bidder’s hardcopy original bid. In case of a discrepancy, the hardcopy shall govern.2. Volume I - Cost/Price ProposalA. KCATA anticipates awarding a fixed price contract.B. KCATA will evaluate cost/price proposals for reasonableness, completeness, and realism as appropriate.C. Detailed and summary cost proposal forms are attached as Attachment K. Proposers are asked to submitdetailed budgets by task and in summary format. The task budget for each task should present a breakdown ofnumber of hours and fully loaded hourly rates by firm, position and name.D. Proposers are also asked to submit estimated travel expenses by task and in summary format. KCATA’s TravelPolicy for Contractors (Attachment D) applies to this procurement.E. The costs/prices included in the cost/price proposal should include all items of labor materials, and other costsnecessary to perform the contract. Any items omitted from this RFP which are clearly necessary for thecompletion of the work being proposed should be considered part of the work though not directly specified orcalled for in this RFP.RFP 16-7008-22Interactive Voice Response SystemPage 13

Interactive Voice Response (IVR) System Date: 4/19/16 Contact: Julie Lombard, Senior Buyer Telephone: (816) 346-0366 Fax: (816) 346-0336 Email: JLombard@kcata.org . RFP 16-7008-22 Interactive Voice Response System Page 2 of 65 INTRODUCTION Overview The Kansas City Area Transportation Authority (KCATA) requires the services of a qualified .