Loading...
HomeMy WebLinkAboutAgenda Report - January 20, 2016 C-04AGENDA ITEM C.,WAM CITY OF LODI COUNCIL COMMUNICATION • TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with DoubleMap, Inc., of Indianapolis, IN, for Intelligent Transportation System (Bus Tracking System) ($447,862) MEETING DATE: January 20, 2016 PREPARED BY: Interim Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement with DoubleMap, Inc., of Indianapolis, IN, for Intelligent Transportation System (bus tracking system), in the amount of $447,862. BACKGROUND INFORMATION: The City's Transit Division is procuring an Intelligent Transportation System (ITS) to provide reliable transit service, improve on-time performance, and enhance the customer experience by improving access to accurate transit information. The ITS project is composed of Automatic Vehicle Location (AVL), Automatic Stop Annunciation (ASA), and Passenger Information Network (PIN). The AVL uses GPS to "track" the location of transit buses in real-time. The AVL is the backbone for the ASA and PIN systems. The ASA utilizes the vehicle public address systems to make automatic announcements at bus stops as the bus travels the route, providing ADA -compliant access for visually impaired passengers. PIN provides real-time passenger information including predictions about arrival and departure times. These systems will improve customer service, system reliability and on-time performance. This project is included in the City's Short Range Transit Plan. On August 27, 2015, the City received proposals from four ITS vendors, DoubleMap Inc., Connexionz Ltd., RouteMatch Software, Inc., and Kapsch TrafficCom USA, Inc. All proposals were found to be responsive. The City held a non -mandatory, pre -proposal conference and six vendors attended, including the proposers. The three lowest cost proposals were selected for a more comprehensive review by a committee composed of the City's Transportation Manager, Information Systems Division Manager, and Transportation Planner. Reference checks were performed for all three vendors and each was formally interviewed and asked to provide a Best and Final Offer (BAFO). The BAFOs from the three vendors were distributed to the evaluation panel for review. Proposals were scored based upon proposer qualifications and experience of project team, system functionality/technical solution, proposed methodology/approach to work, training and support, oral presentation, quality of written proposal, and cost/cost effectiveness. APPROVED: Stephen c w uer, City Manager K:\WP\PROJECTS\TRANSIT\ITS-AVL Project\Council Communication—ITS Vendor Award.doc 1/11/16 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with DoubleMap, Inc., of Indianapolis, IN, for Intelligent Transportation System (Bus Tracking System) ($447,662) January 20, 2016 Page 2 A summary of the three BAFOs is provided below: Best and Final Offer Location Amount DoubleMap Inc. Indianapolis, IN $447,861.62 Connexionz Ltd. Arlington, VA $409,057.00 RouteMatch Software, Inc. Denver, CO $504,904.00 The evaluation panel unanimously scored DoubleMap Inc.'s proposal as the most advantageous to the City, based on the evaluation factors. Though more costly than the lowest proposer, DoubleMap Inc. offers the best customer interface, which is expected to reduce long-term operating costs, by allowing transit staff to easily make real-time updates to the ITS system without needing to work through the vendor. Staff recommends authorizing City Manager to execute Professional Services Agreement with DoubleMap, Inc., of Indianapolis, IN, for Intelligent Transportation System, in the amount of $447,862. FISCAL IMPACT: Funding for this project was appropriated in FY 2015/16 ($500,000) FUNDING AVAILABLE: Funds for this Professional Services Agreement are from Prop 1 B (60399000) and Transportation Development Act (60199000). Jordan Ayers Deputy City Manager/Internal Services Director C&Q�=PQ Charles E. Swimley, Jr. Interim Public Works Director Prepared by Julia Tyack, Transportation Planner CES/PJF/JMT/tdb Attachment cc: Transportation Manager Fleet Services Supervisor DoubleMap, Inc., Mr. Ilya Rekhter K:\WP\PROJECTS\TRANSIT\ITS-AVL Project\Council Communication—ITS Vendor Award. doc 1/11/16 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DOUBLEMAP INC., an Indiana Corporation qualified to do business in California, (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with the attached Request for Proposal, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR to design, install, and service a turnkey Intelligent Transportation System (ITS), comprised of Automatic Vehicle Location (AVL), Computer Aided Dispatch (CAD), Automatic Stop Annunciation (ASA), and a Passenger Information Network (PIN) for its Fixed -Route vehicles, (hereinafter "Project") as set forth in the Scope of Services attached hereto as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Services set forth in the Request for Proposal (Exhibit A), as supplemented or modified by the proposals and agreements set forth in Exhibits A-1, A-2, A-3 and A-4, attached and incorporated by this reference (collectively referred to as "Scope of Services"). Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Except as set forth in Exhibit D (entitled "Supplemental Terms & Conditions"), CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement unless prior written approval of CITY is obtained. Section 2.6 Term The term of this Agreement commences on February 1, 2016 and terminates upon the completion of the Scope of Services or on January 30, 2021, whichever occurs first. Section 2.7 Option to Extend Term of Agreement The City may exercise an option to extend this contract five (5) additional years on 30 - days written notice to Contractor prior to the expiration of the existing term, all terms and conditions remain as set forth herein, with the exception of allowing the Contractor to increase its license fees, subscription and support fees, by an amount not to exceed five percent (5%) of the original annual fees, as set forth in Exhibit B. ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to a fixed price fee, as shown in Price Summary Table & Milestone Payment Schedule, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall be paid by CITY upon completion of tasks according to the Milestone Payment Schedule (Exhibit 131). CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's fixed price compensation for all work under this Agreement is shown in Exhibit B. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advance and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub -CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Transit Manager To CONTRACTOR: DoubleMap, Inc. 429 N. Pennsylvania Street, Suite 401 Indianapolis, IN 46204 Attn: Chief Executive Officer Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least thirty (30) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. This Agreement will terminate at the option of the CITY on the occurrence of Bankruptcy or insolvency of CONTRACTOR; or Sale of the business of CONTRACTOR. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Price Summary Table & Milestone Payment Schedule (Exhibit B) to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents, data, or work in progress to CITY. All such documents shall be the property of the CITY without additional compensation to CONTRACTOR. Upon termination, CONTRACTOR shall submit to the CITY an itemized statement of services performed as of the date of termination. These services may include both completed work and work in progress at the time of termination. If the ITS system has been installed, CONTRACTOR shall provide a working installation and configuration of the ITS system to the CITY within Thirty (30) days of the termination date. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Upon termination of this Agreement, CONTRACTOR shall immediately return to the CITY any and all plans, drawings, specifications, other documents, or materials belonging to the CITY and used by CONTRACTOR in performance of the services described herein. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Re uirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Supplemental Terms & Conditions Attached hereto as Exhibit D are Supplemental Terms and Conditions which are incorporated herein and made a part of this Agreement by reference. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER M. FERRAIOLO City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney lJ Attachments: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager DOUBLEMAP INC., an Indiana Corporation qualified to do business in California By: _ Name Title: Exhibit A — Request for Proposal Exhibit Al — DoubleMap Proposal Exhibit A2 — Proposal Clarifications Exhibit A3 — Service Level Agreement Exhibit A4 — Software License Agreement Exhibit B — Price Summary Table Exhibit 131 - Milestone Payment Schedule Exhibit C — Insurance Requirements Exhibit D — Supplemental Terms and Conditions Funding Source: Doc ID: (Business Unit & Account No.) ILYA REKHTER Chief Executive Officer Table of Contents Exhibit A - Scope of Services (RFP) Exhibit Al- DoubleMap Proposal Exhibit A2- Proposal Clarifications - DoubleMap / City of Lodi Exhibit A3- Service Level Agreement Exhibit A4- Software License Agreement Exhibit B- Price Summary Table Exhibit 61- Milestone Payment Schedule Exhibit C- Insurance Requirements for Consultant Exhibit D- Supplemental Terms & Conditions (1) 1 Exhibit A CITY OFLODI ITS RFP REQUEST FOR PROPOSALS (RFP) CITY OF LODI TRANSIT INTELLIGENT TRANSPORTATION SYSTEM (ITS) Notice CITY OF LODI, CALIFORNIA Sealed proposals will be received by the Purchasing Officer, Lodi Finance Department, at 310 West Elm Street, (P.O. Box 3006), Lodi, California, 95240 (95241-1910), until 11 AM on Thursday, August 13, 2015, providing proposals for: CITY OF LODI TRANSIT INTELLIGENT TRANSPORTATION SYSTEM (ITS) The City of Lodi (CITY) is requesting proposals from qualified and experienced contractors to provide and deliver a turnkey Intelligent Transportation System, comprised of Automatic Vehicle Location (AVL), Computer Aided Dispatch (CAD), Automatic Stop Annunciation (ASA), and a Passenger Information Network (PIN) for its Fixed -Route vehicles. Proposer shall complete installation and acceptance testing and fully invoice the CITY for its services by June 30, 2016. In addition, the System will be hosted / managed for five (5) years. Proposer's firm shall have a minimum of three (3) years recent experience in providing Intelligent Transportation Systems substantially similar to that being sought in this RFP. A pre -proposal conference will be held on Thursday, July 30, 2015 at 9:30 AM., at City of Lodi Carnegie Forum Council Chambers, 305 W. Pine Street, Lodi, California, to receive questions and comments pertaining to this RFP. Proposer must submit written questions and requests for clarification by 5:30 p.m., Tuesday, August 4, 2015, via email to: pfernandez@lodi.gov. The Proposal documents (RFP, Scope of Work, Draft Agreement, and Attachments) are available to download for free at www.ciplist.com. Registration with the website is free and is required to download the documents. Companies downloading the documents will automatically be added to the plan holder's list and receive addendums. The project is funded through a combination of fare revenues, Transportation Development Act, Proposition 1B funds, and miscellaneous grants. The City of Lodi hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex or national origin in consideration for an award. No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise be subjected to discrimination in any matter leading to the award of the contract. Exhibit A —Scope of Services L nCITY OF • I The City of Lodi reserves the right to reject any or all proposals, to waive any irregularities or informalities not affected by law, to evaluate the proposals submitted, and to award the contract according to the proposal which best serves the interests of the City of Lodi. Dated this 20`h day of July, 2015 By: PAULA FERNANDEZ CITY OF LODI, Transportation Manager / Senior Traffic Engineer Publication dates: July 22 & 28 Lodi News Sentinel Exhibit A—Scope of Services Alk Exhibit A CITY OF LODI ITS RFP SL�r UAB' Table of Contents 1.0 INTRODUCTION / BACKGROUND 7 1.1 Project Objectives 7 1.2 General Overview of Service 8 1.3 Project Overview 9 1.4 Project Description 9 1.5 Optional Technology 9 1.6 Cost and Payment 10 6.0 ADMINISTRATIVE REQUIREMENTS 11 6.1 Prime CONTRACTOR 11 6.2 News Releases 11 6.3 Agreement Documents 11 6.4 Proposal Form 11 6.5 Receipt of Proposals 11 6.6 Discrepancies 11 6.7 Appeal Procedures 11 6.8 Addenda 11 6.9 Receiving Proposals 12 6.10 Sub -Contractor Payments 12 6.11 Delays 12 6.12 Conditional Acceptance. .13 6.13 Insurance 13 6.14 Liquidated Damages 13 6.15 Retainage 13 6.16 Right of Offset and Counter 13 6.17 Performance Security and Payment Bond 13 6.18 City of Lodi Business License 14 6.19 Ownership of Materials 14 6.20 Inspection and Approval of Work 14 6.21 Patent / Copyright Infringement 14 6.22 Retention of Records 14 Exhibit A -Scope of Services A� 1. Exhibit A CITY OFLODIITS RFP MV 6.23 Liabilities against Procuring Agency 14 6.24 Omission 15 6.25 Priority 15 6.26 Price Adjustment for Regulatory Change 15 6.27 Repairs after Non -Acceptance 15 6.28 Option of Obtaining Services Outside of the Agreement 16 6.29 Confidentiality .16 6.30 Assignments 16 6.31 Indemnification 16 6.32 Conflict of Interest -17 7.0 CURRENT / CONCEPT OF OPERATIONS 18 7.1 Current Fleet Inventory 18 7.2 Lodi Transit Station 18 8.0 FIXED -ROUTE FUNCTIONAL REQUIREMENTS 19 8.1 Single Sign -On / Component Integration 19 8.2 Automatic Vehicle Location (AVL) 20 8.2.1 GPS Receiver 20 8.2.2 Vehicle Logic Unit (VLU) 20 8.2.3 Mobile Data Terminal (MDT) 21 8.2.4 Covert Alarm 21 8.3 Computer Aided Dispatch (CAD) Functions 21 8.3.1 General Requirements 21 8.3.2 Reference Information Displays 22 8.3.3 Vehicle Status 22 8.3.4 Service Performance- 22 8.3.5 Turn -Back Monitoring 23 8.3.6 Vehicle Coach Operator Changes 23 8.4 Automatic Stop Annunciation (ASA) 23 8.5 Passenger Information Network (PIN) 24 8.5.1 Predictive Bus Arrival and Departure Algorithms 24 8.5.2 Changeable Message Signs (CMS) 24 8.5.3 Bus Stop Signage 25 8.5.4 Customer Web Site / Communication Devices 25 8.5.5 Customer Trip Planner 26 9.0 OPTIONAL REQUIREMENTS 27 9.1 Automatic Passenger Counters (APC) 27 9.2 Interactive Voice Response (IVR) System 27 9.3 Bus Stop Surveys 27 Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP 10.0 ARCHITECTURAL REQUIREMENTS 28 10.1 Hosted / Managed Services 28 10.2 Information Technology Architecture 28 10.2.1 Ownership of Data 28 10.2.2 Scheduled Maintenance 28 10.2.3 Continuity of Services 28 11. ADDITIONIAL REQUIREMENTS 29 11.1 Reports 29 11.2 Training 29 11.2.1 Training Plan 30 11.2.2 Supplemental Training 30 11.3 Testing 30 11.3.130 -Day Rolling Operational Test 31 11.4 Documentation 31 11.5 Design / Implementation 31 11.5.1 Work Standards and Requirements 31 11.5.2 Installation 32 11.5.3 Equipment Removal, Relocation and Restoration Plan 32 11.5.4 Obsolescence. 32 11.5.5 Environmental 32 11.5.6 System Scalability 33 11.6 Project Management 33 11.6.1 CITY Participation 33 11.6.2 Project Staffing 33 11.6.3 Project Plan 33 11.6.4 Weekly Status Reports 34 11.6.5 Deliverables 34 11.6.6 Quality Assurance Plan 34 11.7 Warranty/ Maintenance 34 11.7.1 Installation Warranty 34 11.7.2 "Fingertip" Diagnostics 35 11.7.3 Maintainability 35 11.7.4 Service Level Agreement (SLA) 35 11.7.5 Out Year Costs (Optional) 36 11.8 Spare Components 36 11.9 Component Price Protection 11.10 Schedule Requirements EXHIBITS Required Submittals (RFP Checklist) Exhibit A — City of Lodi Procurement Protest Procedures 36 36 37 38 39 Exhibit B — City of Lodi Proposal Form 43 Exhibit A—Scope of Services Exhibit A CITY OF LODI ITS RFP Exhibit C — City of Lodi Insurance Requirements Exhibit D — Sample Performance Bond Letter, Exhibit E — Sample Irrevocable Standby Letter of Credit Exhibit F — Requirements Acknowledgement Table 44 46 48 49 Exhibit G — Price Summary Table 51 Exhibit H — Proposed Milestone Payment Schedule 54 Exhibit I — References 55 Exhibit J — City of Lodi Sample Agreement. 56 Exhibit A—Scope of Services (1) 1.0 INTRODUCTION / BACKGROUND Thank you for your interest in contracting opportunities with the City of Lodi (CITY). The CITY is requesting Proposals from qualified PROPOSERS to provide and deliver a commercial, off-the-shelf (COTS) Intelligent Transportation System (hereafter "System") for use on its Fixed -Route public transit buses. The System will consist of a Global Positioning System (GPS), Automatic Vehicle Location (AVL), Computer Aided Dispatch (CAD), Automatic Stop Annunciation (ASA), and a Passenger Information Network (PIN) and as an option, Automatic Passenger Counters (APC). The CITY is also interested in Hosting / Managed Services and maintenance options for five years delivered under this RFP. In summary, the System shall be a Hosted / Managed System, complete in every respect inclusive of all design, components, training, and recommendations for auxiliary equipment and required maintenance and licensing. This RFP defines the general hardware features, functional requirements, and other capabilities desired for the System and will be the benchmarks for its design, verification, and validation. This Request for Proposal (RFP) describes the project, requirements, selection process, and the information that must be included in the Proposal. Failure to submit information in accordance with the RFP submittal requirements may be cause for disqualification. 1.1 Project Objectives The primary objective of this Project is to improve the customer experience. To that end, the CITY recognizes that it needs to add ITS technologies to achieve these objectives; which are: The CITY has also established the following internal goals for this Project: ✓ Accountability: Ensure that the CITY is providing timely delivery of transit services in accordance with its published timetables (improve schedule adherence and timed transfers); ✓ Real Time Passenger Information: Provide real-time transit information to customers via changeable message signs at selected stops and / or other in -vehicle passenger information systems, the Internet, and Personal Digital Assistant (PDA) applications; ✓ Improve Transit Management: Increase the availability of data to the CITY's operations to enhance transit management, service planning and reporting; Exhibit A—Scope of Services CITY 1 1 r � 'rExhibit nq[1 ✓ Safety: Increase the safety and security of the CITY's public transportation system. Improve safety on -board vehicles by allowing quick location and response to incidents and emergencies; and ✓ Ridership: As a result of improved schedule adherence and passenger information, increase ridership of the CITY's Fixed -Route transit system. 1.2 General Overview of Service The City of Lodi is an urbanized area located in the San Joaquin Valley in the central portion of the State of California. There is an estimated population of 65,000 residents within the City limits. The primary industries for the region are agriculture, food processing, and some light industry and services. The CITY's services include GrapeLine Fixed Route, GrapeLine General Public Dial -A -Ride, and VineLine ADA Paratransit service (for qualifying individuals). The CITY has provided Dial -A -Ride services to the Lodi community since 1978 and in 1994 established Fixed -Route service as part of the transit operations. Both Fixed -Route and Dial -A -Ride / VineLine are described in this overview to aid the PROPOSER in fully understanding the CITY's daily operations; however, only the Fixed -Route service is included in this RFP's requirements. Fixed Route Service (GrapeLine) — The City of Lodi operates the GrapeLine on five weekday fixed routes, three express routes, and four weekend routes within the Lodi City limits. GrapeLine also connects within the City of Lodi with Amtrak, Greyhound, Galt's (SCT/LINK), and the San Joaquin Regional Transit District ( RTD). Current operating hours for the Fixed -Route services are: Monday through Friday — 6:10am to 7:19pm; Saturday- 7:30am to 9:22pm; Sunday- 8:30am to 4:22pm; excluding nine holidays (New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day after Thanksgiving, Christmas Eve, and Christmas Day). Two Express Routes operate three roundtrips in the mornings and one Express Route operates four roundtrips in the morning. All three Express Routes operate two roundtrips in the afternoons on weekdays. The CITY's Fixed -Route service has 188 bus stops: 58 with shelters and benches, 50 just a bench, and 80 with no bench or shelter. Dial -A -Ride (DAR) / VineLine (VL) — DAR / VL operates a maximum of eight vehicles, depending on demand, during the same days and hours as the Fixed -Route service. DAR and VL provide service on the same vehicles, at the same time. The DAR service area consists of the Lodi City limits, plus the unincorporated areas of Woodbridge, the Arbor Mobile Home Park, AM Market and Houston School in Acampo, and Villa Cerezos Mobile Home Park located south of the City limits. Exhibit A —Scope of Services (1) Exhibit A CITY OF LODI ITS RFP The CITY's transit division has a total fleet of 24 vehicles: one (1) trolley bus, six (6) 2012 EI Dorado EZ rider buses, four (4) 2009 Ford StarCraft cutaways, thirteen (13) Chevrolet ARBOC cutaways. MV Transportation provides operating services and published schedules. The CITY provides the buses, radios, fareboxes, video surveillance, street furnishings, passes, and maintenance. The City of Lodi's City Council is the policymaking body for the CITY Public Works Department's Transit Division. CITY staff administers, plans, markets, and monitors the Transit Division. The City of Lodi Transit Division is funded through a combination of fare revenues, Transportation Development Act (sales tax), Federal Transit Administration (FTA) 5307 funds, Proposition 113, and miscellaneous grants. 1.3 Project Overview The System shall be built on a proven and secure operating system, database, and application software. The System shall provide access to fleet and passenger information for CITY staff and via the Internet and mobile devices for the general public. The applications shall follow accepted industry human engineering design standards for ease of readability, understandability, appropriate use of menu -driven operations, user customization, and intuitive operation. The System should have a future upgrade path and must be supportable for up to ten years. The PROPOSER / CONTRACTOR (used interchangeably) shall ensure that the risk of obsolescence to the hardware is minimized through the selection of standardized parts and readily available peripheral hardware. 1.4 Project Description The PROPOSER shall supply a complete hosted / managed System with all hardware, software, and services necessary to accomplish the supply, installation, testing, documentation, training, and startup, including fixed -end equipment and equipment on -board vehicles. The System shall meet all specified requirements and have the capacity to serve present and future operational needs within the constraints established by commercially available systems. PROPOSER is urged to maximize the potential realization of the requirements / specifications while minimizing custom development. Data transmissions to and from on -board vehicle equipment shall rely upon commercial cellular data communication carriers and any recurring pricing should be included in the Proposal. The selected communications network shall be capable of providing reliable signal coverage within the CITY's service area, its vehicles and electronic signs and the host. Initially, the PROPOSER will enter directly into their System the CITY's schedules, route and stop information for the Fixed -Routes, which are the bases for on-time performance tracking and reporting. In all cases, the schedule data shall be accessible via the PROPOSER -provided data exchange that should be described in the Proposal. 1.5 Optional Technology Upon execution of one or more task orders, the PROPOSER may also be directed to furnish and install: ✓ Automatic Passenger Counters (APC); Exhibit A —Scope of Services ✓ Interactive Voice Response (IVR); ✓ Bus Stop Surveys (geo-coding). Exhibit A CITY OF LODI ITS RFP Finally, to ensure continuous and productive operation of the System, the CITY is requiring the PROPOSER to submit pricing for years two through five (out years) for Extended System Support and Maintenance. 1.6 Cost and Payment Fee Estimate — The total budget for this Intelligent Transportation System (ITS) is not to exceed $375,000. Payment —The PROPOSER will be paid by the following method: Fixed Fees for completion of services and deliverables in accordance with Price Summary Table (Exhibit G) and Proposed Milestone Payment Schedule (Exhibit H). Progress payments shall be invoiced by the PROPOSER in arrears and based upon services or deliverables provided, unless otherwise stated. PROPOSER may include a modified Milestone Payment Schedule for the CITY's consideration. Exhibit A—Scope of Services Exhibit A CITY OF LODI ITS RFP 6.0 ADMINISTRATIVE REQUIREMENTS Where conflict occurs with the CITY's Standard Agreement Terms and Conditions, these terms and conditions will prevail. 6.1 Prime CONTRACTOR PROPOSER will be the sole point of contact for the Agreement. The PROPOSER is totally responsible for all actions and work performed by its SUBCONTRACTORS. All terms, conditions, and requirements of the Agreement will apply without qualification to any services and work performed by any SUBCONTRACTOR of the PROPOSER. 6.2 News Releases The CITY is the only entity authorized to issue news releases relating to this RFP, its evaluation, award, or any Agreement and performance there under. 6.3 Agreement Documents All terms and conditions included in this solicitation will be incorporated into any resultant Agreement. It is the intent of the CITY to award a firm fixed-price Agreement for this procurement. 6.4 Proposal Form Proposals shall be submitted only on the Proposal Form (Exhibit B), furnished to PROPOSERS. Proposals submitted on any other form will be considered non-responsive and WILL BE REJECTED. The only acceptable method of modifying a proposal is by letter, if it is received by the person assigned to open bids prior to the time set for opening of proposals. 6.5 Receipt of Proposals Proposals must be received by the time and date specified in Section 3.5. Proposals must be submitted as detailed in Section 5.1. 6.6 Discrepancies If a PROPOSER becomes aware of any discrepancy, ambiguity, conflicts, error or omission, it shall be reported immediately to the CITY, who will determine the necessity for clarification. 6.7 Appeal Procedures Protests regarding any aspect of this RFP must be in accordance with the procedures established by City Council and provided in City of Lodi Procurement Protest Procedures (Exhibit A). 6.8 Addenda Any changes to the requirements will be made by written addendum to this RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting contract. Acknowledgement of receipt of any addendum issued during this RFP process shall be indicated in the RFP Exhibit A —Scope of Services (1) Exhibit A CITY OF LODI ITS RFP response and shall be made a part of any contract made between the City of Lodi and the service provider pursuant to this RFP. CITY will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instructions. 6.9 Receiving Proposals All proposals, regardless of any irregularities or informalities, will be opened and only the name of the Proposer (individual, firm or corporation) shall be read into the public record at the time and place set forth in the RFP. Late (delivered) proposals will not be accepted. Proposers or their authorized representatives may be present at the opening of the response to the RFP. 6.10 Sub -Contractor Payments CONTRACTOR agrees to pay each SUBCONTRACTOR under this Agreement for satisfactory performance of their Agreement no later than 10 days from receipt of each payment the prime CONTRACTOR receives from the CITY. The CONTRACTOR agrees further to return retainage payments to each SUBCONTRACTOR within 30 days after the SUBCONTRACTOR's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the CITY. 6.11 Delays Unavoidable Delays — If services under the Agreement should be unavoidably delayed, the CITY's Transportation Manager shall extend the time for completion of the Agreement for the determined number of days of excusable delay. A delay is unavoidable only if the delay was not reasonably expected to occur in connection with or during the CONTRACTOR's performance, and was not caused directly or substantially by acts, omissions, negligence or mistakes of the CONTRACTOR, the CONTRACTOR's subs, or their agents, and was substantial and in fact caused the CONTRACTOR to miss delivery dates, and could not adequately have been guarded against by Agreement or legal means. Delays beyond control of the CITY or caused by the CITY will be sufficient justification for delay of services and CONTRACTOR will be allowed a day for day extension. Notification of Delays — The CONTRACTOR shall notify the Transportation Manager as soon as the CONTRACTOR has, or should have, knowledge that an event has occurred which will delay delivery or installation. Within five (5) calendar days, the CONTRACTOR shall confirm such notice in writing, furnishing as much detail as available. Request for Extension —The CONTRACTOR agrees to supply, as soon as such data are available, any reasonable proofs that are required by the CITY's Transportation Manager to make a decision on any request for extension. The CITY's Transportation Manager shall examine the request and any documents supplied by the CONTRACTOR and shall determine if the CONTRACTOR is entitled to an extension and the duration of such extension. The CITY's Transportation Manager shall notify the CONTRACTOR of their decision in writing. It is expressly understood and agreed that the CONTRACTOR shall not be entitled to Exhibit A —Scope of Services (1) Exhibit A CITY OF LODI ITS RFP damages or compensation and shall not be reimbursed for losses on account of delays resulting from any cause under this provision. 6.12 Conditional Acceptance The CITY reserves the right to allow partial payments based on the conditional acceptance of the System under the condition that the PROPOSER will rectify cited deficiencies within an agreed upon time frame. 6.13 Insurance During the performance hereunder and at CONTRACTOR's sole expense, CONTRACTOR shall procure and maintain insurance in accordance with the CITY's requirements and shall not of its own initiative cause such insurance to be cancelled or materially changed during the course of herein Agreement for bid. Refer to City of Lodi Insurance Requirements (Exhibit C). 6.14 Liquidated Damages The CITY and PROPOSER recognize that liquidated damages may be appropriate and reasonably expected to incur if there are increased costs resulting from the late completion of the Agreement. Therefore, the CITY will impose a charge of $100.00 per day, per vehicle, each day after CITY -approved scheduled completion. 6.15 Retainage Retainage for this Project has been set at 10%. 6.16 Right of Offset and Counter The CITY reserves the right to offset and counter the Projects remaining funds with the PROPOSER if the CITY determines that it is in its best interest. 6.17 Performance Security and Payment Bond Upon execution of the Agreement, the CONTRACTOR shall furnish, at its own expense, a Performance Security Bond in a form satisfactory to the CITY as a guarantee of good faith on behalf of the CONTRACTOR that the terms of the Agreement shall be complied with in every particular. The penal amount of the Performance Security and Payment Bond shall be 100 percent of the original Agreement price, unless the CITY determines that a lesser amount would be adequate for the protection of the CITY. The Performance Security and Payment Bond must be issued by an admitted surety insurer authorized to transact surety business within the State of California. Please see attached for sample Performance Bond Letter (Exhibit D) and sample Irrevocable Standby Letter of Credit (Exhibit E). Alternatively, the CONTRACTOR may provide the CITY with a Certified or Cashier's Check from a solvent bank or an Irrevocable Standby Letter of Credit issued by a financial institution acceptable to the CITY for the required amount. Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP The Performance Security Bond shall remain in full force and effect for the entire term of the Agreement, including option terms if exercised. The CITY must give its written consent to any substitution of surety and maintains the right to reject a proposed substitution. PROPOSER must include with its Proposal a letter from a surety providing evidence that the PROPOSER has the ability to obtain the required performance security. 6.18 City of Lodi Business License Prior to the Notice -to -Proceed, the successful CONTRACTOR must obtain a Business Tax Certificate (Business License) from the CITY unless certain specific exemptions which are outlined in section 3.01.030 of the Business License Ordinance are met. These exemptions mean certain persons are not required to pay business tax, including persons under the age of 18 who make less than $3,000 a year, charitable, religious, or non-profit organizations, a home occupation which earns less than $3,000 or a person who is limited to home occupations making less than $5,000. Disabled veterans are not required to pay business tax, residential rental facilities, or public utilities. 6.19 Ownership of Materials All data, procedures, descriptions, presentations and recommendations accumulated by the PROPOSER under the Agreement resulting from this RFP will be owned by the CITY. The PROPOSER may not release, distribute, or otherwise utilize any such data without the written approval of the CITY. 6.20 Inspection and Approval of Work The PROPOSER will permit the CITY's Transportation Manager or a duly authorized representative to inspect and audit all work, material and other data and records connected with the Agreement. 6.21 Patent / Copyright Infringement At the time of PROPOSER's bid submittal, the PROPOSER warrants that all products and services being proposed are free and clear of any and all patent infringements, copyrights, etc. 6.22 Retention of Records The PROPOSER will be required to maintain accounting records and other evidence pertaining to the costs incurred for a period of three (3) years beyond Agreement expiration and shall make the records available at their office at all reasonable times. 6.23 Liabilities against Procuring Agency The CONTRACTOR shall indemnify, keep and save harmless the CITY, its agents, officials, and employees against all injuries, deaths, losses, damages, claims, suits, liabilities, judgments, costs, and expenses, which may accrue against the CITY arising out of or resulting from the CONTRACTOR's acts or omissions, including acts or omissions of its employees, servants and agents. Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP 6.24 Omission Notwithstanding the provision of drawings, technical specifications, or other data by the CITY, the CONTRACTOR shall have the responsibility of supplying all drawings and details required to make the project complete and ready for service even though such details may not be specifically mentioned in the drawings and specifications. 6.25 Priority In the event of any deviation between the description of the equipment in the Technical Specifications and other parts of this document, the specifications shall govern. 6.26 Price Adjustment for Regulatory Change If price adjustment is indicated, either upward or downward, it shall be negotiated between the CITY and the CONTRACTOR for changes that are mandatory as a result of legislation or regulations that are promulgated and become effective between the date of bid opening and the date of manufacture. Such price adjustment may be audited where required. 6.27 Repairs after Non -Acceptance The CITY may require the CONTRACTOR, or its designated representative to perform the repairs after non- acceptance, or the work may be done by the CITY's personnel with reimbursement by the CONTRACTOR. Repairs by CONTRACTOR ✓ If the CITY requires the CONTRACTOR to perform repairs after non-acceptance of the equipment, the CONTRACTOR's representative must begin work within five (5) working days after receiving written notification from the CITY of failure of acceptance tests. The CITY shall make the equipment available to complete repairs timely with the CONTRACTOR repair schedule. ✓ The CONTRACTOR shall provide, at its own expense, all spare parts, tools, and space required to complete the repairs. Repairs by CITY ✓ Parts Used: If the CITY decides to perform the repairs after non-acceptance of the equipment, it shall correct or repair the defect and any related defects using CONTRACTOR -specified parts available from its own stock or those supplied by the CONTRACTOR specifically for this repair. Reports of all repairs covered by this procedure shall be submitted by the CITY to the CONTRACTOR for reimbursement or replacement of parts. The CONTRACTOR shall provide forms for these parts. ✓ CONTRACTOR Supplied Parts: If the CONTRACTOR supplies parts for repairs being performed by the CITY after non-acceptance of the equipment, these parts shall be shipped prepaid to the CITY from any source selected by the CONTRACTOR within 10 working days after receipt of the request for said parts. Exhibit A — Scope of Services (0 1 Exhibit A CITY OF LODI ITS RFP ✓ Return of Defective Components: The CONTRACTOR may request that parts covered by this provision be returned to the manufacturing plant. The total cost for this action shall be paid by the CONTRACTOR. ✓ Reimbursement for Labor: The CITY shall be reimbursed by the CONTRACTOR for labor. The amount shall be determined by multiplying the number of man-hours actually required to correct the defect by a per -hour, per technician straight and fringe wage rate (approximately $65.00 / hr). ✓ Reimbursement for Parts: The CITY shall be reimbursed by the CONTRACTOR for defective parts that must be replaced to correct the defect. The reimbursement shall include taxes where applicable and 25 percent handling costs. 6.28 Option of Obtaining Services Outside of the Agreement The CITY reserves the right to contract separately for other services within the scope of this project if in the best interest of the CITY and may request such services to billed and paid directly, without markup, through the CONTRACTOR. The City will execute a contract change order for additional work. 6.29 Confidentiality CONTRACTOR agrees that any and all information, in oral or written form, whether obtained from the CITY, its agents or assigns, or other sources, or generated by CONTRACTOR pursuant to this Agreement shall not be used for any purpose other than fulfilling the requirements of this Agreement. CONTRACTOR further agrees to keep in absolute confidence all data relative to the business of the CITY, their agents, or assigns. No news release, including but not limited to photographs and film, public announcement, denial or confirmation of any part of the subject matter of any phase of any program hereunder shall be made by CONTRACTOR without written approval of the CITY. 6.30 Assignments The PROPOSER shall not assign this Agreement, wholly or in part, without the prior written consent of the CITY. No assignment shall relieve the CONTRACTOR of any obligations under the Agreement. 6.31 Indemnification The CONTRACTOR is solely responsible for and agrees to protect, defend, indemnify, and hold harmless the CITY's City Council, officers, agents, and employees from and against all liability. Also, damages, claims, suits, liens, and judgments, of whatever nature, including claims for contribution and / or indemnification, for injuries to or death of any person or persons, or damage to the property or other rights of any person or persons, caused by the service provider or its SUBCONTRACTORS. The CONTRACTOR's obligation to protect, defend, indemnify, and hold harmless, as set forth herein above shall include, but not limited to any matter arising out of any actual or alleged infringement of any patent, trademark, copyright, or service mark, or any actual or alleged unfair competition, disparagement of product or service, or other business tort of any type whatsoever; or any actual or alleged violation of trade regulations. CONTRACTOR further agrees to investigate, handle, respond to, provide defense for, and to protect, defend, indemnify, and hold Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP harmless the CITY at his sole expense, and agrees to bear all other costs and expenses related thereto, even if such claims, suits, etc., are groundless, false, or fraudulent, including any and all claims or liability for compensation under the Worker's Compensation Act arising out of injuries sustained by any employee of the CONTRACTOR or his SUBCONTRACTORS or anyone directly or indirectly employed by any of them. 6.32 Conflict of Interest No City Council member, employee, officer, agent, or employee of such agent of the CITY shall participate in the selection, the award of, or the administration of the Agreement if a conflict of interest, real or apparent, would be involved. Such a conflict would arise when a City Council member, employee, officer or agent, or employee of such agent; any member of his / her immediate family; his / her partner; such as: ✓ An organization which employs, or is about to employ any of the above, has a direct or indirect, present or future financial or other interest in the firm selected for award; ✓ City Council members, officer, employees or agents shall neither solicit not accept gratuities, favors or anything of monetary value from CONTRACTORS, potential SUBCONTRACTORS or parties of sub -Agreements; and ✓ CITY officers, employees or agents shall neither solicit not accept gratuities, favors or anything of monetary value from CONTRACTORS, potential CONTRACTORS or parties of sub -Agreements. Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP 7.0 CURRENT / CONCEPT OF OPERATIONS In summary, the CITY prefers an "out-of-the-box" System, hosted and served from a central data center and accessible from any Internet capable desktop within the CITY. The CITY intends to utilize the System on Fixed -Route buses for vehicle tracking and passenger information and all other PROPOSER capabilities. In addition, the CITY is eager to deploy a robust Passenger Information Network (PIN) that will enable the CITY's Fixed -Route riders to ascertain next bus arrival predictions at bus stops and at the Transit Center, with a display(s) showing the estimated arrival time for each route. The PIN will also broadcast the same next bus arrival predictions via the Internet, cell phones and / or PDAs. The CITY has 188 bus stops: 58 with shelters and benches, 50 with bench only, and 80 with no bench or shelter. 7.1 Current Fleet Inventory Relevant Fleet Components: 4 2009 Ford / StarCraft Transign 1 *GFI Odyssey No PA System X 6 2012 EI Dorado / EZ Rider TwinVision 2 *GFI Odyssey X X x 1 2001 Champlain/ 1608 TrolleyTwinVision 2 *GFIOdyssey X x X 13 2015. Chevrolet / ARBOC TwinVision 2 *GFI Odyssey X X X *GFI Odyssey Fare box is System 7, Version 2. Of the total fleet of 24 vehicles, the CITY intends to install ITS components on a total of fourteen (14) vehicles: 6 EI Dorados, and 8 of the thirteen Chevrolet ARBOCs. 7.2 Lodi Transit Station The CITY's main transfer points are at Lodi Transit Station (located at 24 S. Sacramento Street), and along Kettleman Lane east of Lower Sacramento Rd. However, for this RFP, the CITY is only interested in electronic signage at Lodi Transit Station. The Transit Station is configured as an island with a long curb on either side (not dedicated bus bays). At the Transit Station Island, all five weekday Fixed -Route buses can occupy the Island at the same time. When all buses are present, two buses are on the west side of the Island (facing northbound, on the street) and three buses are on the east side of the Island / lobby (facing southbound). The SCT / Link bus boards at the Island about 15 minutes after the GrapeLine buses and both Amtrak and Greyhound park northbound on the curb right in front of the Transit Station, next to the fountain. Although the CITY expects each PROPOSER to provide suggestions as to the quantity and type of real-time electronic arrival / departure signs, the initial thinking by the CITY is: a) 1 LED midway between the shelters at the island at Lodi Transit Station (kiosk style); b) 1 LCD outside on the wall of the lobby; and c) 1 LCD on the wall inside the lobby. The following pictures provide a glimpse of the configuration: Exhibit A — Scope of Services Exhibit A CITY OF LODI ITS RFP 8.0 FIXED -ROUTE FUNCTIONAL REQUIREMENTS This section describes the minimum technical and functional requirements for Fixed -Route operations and for the various components of the desired System. It defines what the Systems acquired from the PROPOSER are expected to do, and how CITY users will interact and use them. PROPOSERS are asked to read the specifications and, in their response, use Requirements Acknowledgement Table, (Exhibit F), to indicate where they comply, partially comply or do not comply with the CITY's requirements. To the highest degree possible, the System delivered as part of this Project must be in compliance with the National ITS Architecture as well as other nationally relevant standards such as the National Transportation Communications for ITS Protocol (NTCIP) and the Transit Communications Interface Profiles (TCIP). Where possible, communications protocols and formats should be industry best practice, open and non- proprietary. The CITY seeks to install at its core, four major elements and their associated components and functionality as the System: AVL, CAD, ASA and a Passenger Information Network (PIN) along with the supporting technology infrastructure. The PROPOSER shall provide and support all hardware associated with the operation of the System and all hardware and equipment that is acquired by the CITY from the PROPOSER for the Project, excluding consumable material (material that needs continuous replenishment), and shall be certified to have a five-year minimum service life, with ten-year service life being preferred. All equipment, supplies and materials furnished under the Agreement shall also be new, field proven and meet or exceed applicable ISO, IEEE and ANSI standards. Where applicable, the PROPOSER shall source commercially -available, off-the-shelf components that are easily accessible, modular, and easily removable to facilitate ease in maintaining and / or replacing the equipment. Materials and products that have been previously used for development work, purchased systems or items that have been salvaged or rebuilt shall not be permitted to be used in connection with the Agreement or Project without the prior written approval by the CITY. All equipment provided by the PROPOSER should be multi -sourced and readily available to the CITY. Proof of purchase in the form of dated invoice and shipping waybills should be retained and furnished to the CITY upon request. 8.1 Single Sign -On / Component Integration The CITY requires that the PROPOSER utilize the GFI GenFare Odyssey as the single point for Coach Operators logging onto all integrated components / Systems and should follow the SAE J1587 / J1708 / J1939, etc. communication protocol. These include, (in addition to the GFI), but are not limited to, the PROPOSER's Vehicle Logic Unit (VLU), Vehicle Destination Signs, Automatic Stop Annunciation (ASA), and interior PA system. PROPOSER shall provide a description of how they plan on integrating with the required on -board components listed above and presented in Section 7.1, Current Fleet Inventory. Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP 8.2 Automatic Vehicle Location (AVL) The System shall include a Global Positioning System (GPS) based Automatic Vehicle Location (AVL) function. All vehicle movement on AVL maps and displays shall be based upon actual vehicle location reports and shall not be simulated. The AVL implementation shall provide Dispatchers with accurate and timely position data as well as schedule and route adherence data with the goal of minimizing the use of radio communications for the transmission of vehicle location data. 8.2.1 GPS Receiver The System shall include a Differential Global Positioning System (GPS). The PROPOSER shall install a GPS receiver and antenna on each vehicle to provide location data to the AVL System. The PROPOSER shall state the specified accuracy of the GPS receiver in the Proposal. The following GPS receiver requirements apply to Fixed -Route and support vehicles at the CITY. The GPS receiver shall be integrated with the VLU on -board the vehicles. ✓ GPS receivers shall report latitude, longitude, speed, time, direction of travel; ✓ Onboard GPS receivers must be capable of providing position accuracy within 10 feet at least 85 percent of the time; ✓ Regardless of the reporting scheme used, vehicles shall report their location at least once every 15 to 20 seconds or at a rate designated by the System Administrator within the range of 5 through 30 seconds; ✓ The GPS antenna shall be a low -profile unit housed in a rugged and weather tight enclosure. The GPS antenna shall be securely mounted on the exterior of the vehicle, clear of obstructions and interference -generating devices. GPS antenna location shall be determined in collaboration with CITY staff; and ✓ The GPS antenna mounting and sealants shall provide protection from the environment, including moisture, snow, heat (20° F to +120° F), wind, debris, etc. 8.2.2 Vehicle Logic Unit (VLU) The PROPOSER's design shall utilize an automotive -grade Vehicle Logic Unit (VLU) that has, at a minimum, the following specifications: ✓ System shall begin gathering AVL location data when the ignition is turned on and continue reporting until the ignition is turned off (based on a programmable time period, i.e., 30 minutes, etc.); ✓ VLU shall integrate with the GPS receiver; GFI, bulk data transfer interface, covert alarm switch and an SAE 1-1708 or J-1939 interface to support integration with other future in -vehicle technologies; ✓ VLU shall integrate with the onboard equipment on each vehicle that provides destination signs, next stop announcements, both audible and textual messages, fare collection, covert alarm, etc.; ✓ Provided interfaces shall include USB, RS232, RS485, J1587, J1708, J1939, Ethernet, discrete inputs and outputs, odometer, spare 1/0 pins, audio inputs and outputs; and Exhibit A—Scope of Services Exhibit A CITY OF LODI ITS RFP ✓ VLU shall store the most recent location received from the APC, if the option is exercised, so that if the GPS receiver is not able to report the location, the "last known good" boardings and alightings will remain available. 8.2.3 Mobile Data Terminal (MDT) The CITY recognizes that some PROPOSERS have designed and offer a Mobile Data Terminal (MDT) to serve many of the same functions that would otherwise be performed by the VLU or to work in conjunction with the VLU. However, the CITY is neutral on their applicability and would need further explanations of their value. If the PROPOSER chooses to specify the use of an MDT as a component of their on -board equipment, the PROPOSER shall specify a "ruggedized" MDT product or tablet that is specifically designed for transit. MDTs should be securely mounted on rigid PROPOSER -provided support brackets. 8.2.4 Covert Alarm The PROPOSER shall ensure / install a connection to a Covert Alarm switch which when activated alerts dispatch on their screen of a Coach Operator issue. There is not a requirement to connect the Covert Alarm to the vehicle headsign. 8.3 Computer Aided Dispatch (CAD) Functions In summary, and when the complete ITS technologies have been deployed, the CITY seeks to have a System provide the following CAD capabilities for the CITY's fixed -route Dispatchers: ✓ View Coach Operator and vehicle information; ✓ View vehicle locations; ✓ View route schedules; and ✓ Track schedule adherence of vehicles. 8.3.1 General Requirements The CITY has access to map sources and possesses a GIS software product, but uses Goggle Earth to plot each bus stop (as place marks) to determine the longitude and latitude coordinates. The longitude and latitude can then be seen by opening a KML (Keyhole Markup Language) file in Excel. The digital map component of the solution shall incorporate various map layers that are used to build comprehensive map locations, including but not limited to: street names, points of interest, bus stop geocode information, route information (bus routes, bus stops, time points, etc.) and other related data points and shall cover the entirety of the City of Lodi. The PROPOSER shall be responsible for the import and initialization of the AVL map using the CITY's provided data as well as all refinements, updates, format conversions, and other processing and handling of the map data supplied to them by the map service or from the CITY as necessary. Maps shall display on the CITY's application screens as well as on customer -facing Web pages that provide predicted bus arrival and departure times, vehicle status and location information in graphical form. Exhibit A —Scope of Services (1) Exhibit A CITY OF LODI ITS RFP The PROPOSER may wish to include the costs for an actual survey of each stop location in the event that the CITY's provided geo-codes are not sufficiently accurate. 8.3.2 Reference Information Displays The Dispatcher shall have the capability to perform each of the following but not limited to: ✓ Dispatchers shall be able to zoom in to a map level of textual information such as street names, vehicle identities, route names, etc. Landmark names displayed at the various zoom levels shall be clearly readable. Route and street names shall be repeated along lengthy routes and streets; ✓ Vehicle status information conveyed to the Dispatchers shall include, but not be limited to, the following attributes: ✓ Schedule status (early, on -schedule, or late); ✓ Route status (on or off -route); ✓ Type of vehicle (Fixed -Route, supervisor, or other non -revenue, for AVL equipped vehicles); ✓ Non-scheduled - logged on (e.g., fill-in, trip, special event vehicles); ✓ Not logged on; ✓ Vehicle Coach Operator name; ✓ Direction of travel; ✓ Estimated time of arrival calculated by the System for a selected vehicle at a selected destination; ✓ Provide Dispatchers with schedule information by block and / or run including real time status; ✓ Provide capability for Dispatchers to log in Coach Operators; ✓ Allow Dispatchers capability to add new services (i.e., overloads); ✓ Allow Dispatchers to temporarily change times within a schedule (i.e., offsets, detours, etc.); and ✓ Provide Dispatchers capability to cancel an entire block of service. 8.3.3 Vehicle Status The System shall verify that Coach Operators log on in time to support a defined schedule and to verify that all currently scheduled blocks are serviced by a logged -on vehicle throughout the service day. The System shall issue an alarm message to the appropriate Dispatcher(s) if a block scheduled for service remains open (i.e., without a logged -on vehicle) for more than a Dispatcher -adjustable time period. This time period shall initially be set to 2 minutes and shall be adjustable from one minute to at least 15 minutes. The Dispatcher(s) shall also be notified when Coach Operators log on to open blocks. 8.3.4 Service Performance The System shall provide Dispatchers the ability to quickly monitor the current fixed -route service performance. In addition to basic identifying information, such as vehicle IDs, Coach Operator numbers (names), route numbers, block numbers, etc.; the following specific types of information shall be presented: ✓ System shall monitor off route / schedule status; ✓ System shall monitor late pull out's / in's; Exhibit A—Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP ✓ System shall accurately monitor the schedule adherence; ✓ Schedule adherence shall be calculated at each defined time point and accurately estimated between defined time points; and ✓ System shall provide the Dispatcher the projected recovery time based on the next terminal departure. 8.3.5 Turn -Back Monitoring ✓ System shall detect and adjust for turn -backs within a Fixed -Route vehicle's assigned block. The System shall issue a turn -back event when a vehicle has turned around before the end of a current trip and proceeds along the route in the opposite direction for a subsequent trip within the same block. ✓ Following a turn -back, the System shall automatically determine which trip the vehicle has jumped to within the System assigned block based on the current time, the vehicle's new geographic location, the vehicle's direction, and the vehicle's schedule. ✓ After a turn -back adjustment, the System shall resume schedule and route adherence monitoring and automated voice announcements for the vehicle based on the new trip assignment. All turn -backs shall produce events. 8.3.6 Vehicle Coach Operator Changes The System shall support en -route changes of the assigned Coach Operators for cases such as mechanical breakdowns and Coach Operator substitutions. Coach Operators shall be required to perform a Coach Operator logon / logoff when the change takes place. 8.4 Automatic Stop Annunciation (ASA) PROPOSER shall install new interior displays for Next Stop Message Signs along with the associated audible component for ADA compliancy, Automatic Stop Annunciation (ASA). The ASA shall integrate to the existing public announcement (PA) system on -board the vehicle. The goal is to provide announcements to passengers in the form of next stop displays and announcements and possibly other types, such as triggering an announcement (when and where needed) for annunciation of major intersections, key transfer points, points of interest, secondary announcements for long periods between stops, promotional information, public service information, and advertising. The ASA shall have the capability to perform each of the following but not limited to: ✓ ASA shall make an exterior announcement of the current route number and destination when doors open at a stop; ✓ ASA shall use the vehicle location information from the System to trigger the appropriate announcements on -board the vehicle whenever the vehicle enters a user defined "trigger zone"; ✓ Time -based announcements / displays shall be programmed to be made on -board the vehicle at specific times of the day or at a set frequency within specified time periods, on specific days of the week; ✓ Location -based announcements / displays shall be programmed to be made on -board the vehicle when that vehicle passes any designated location(s); Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP ✓ In the event that a vehicle is operating off -route, the automatic announcements / displays shall not be made. Once the route is reacquired, the System shall automatically determine and announce the next valid bus stop or other designated location; ✓ Interior Display shall display the current date / time when not displaying a triggered announcement; and ✓ ASA shall provide the capability to adjust the minimum and maximum volume levels separately for interior and exterior announcements. 8.5 Passenger Information Network (PIN) The CITY seeks to deploy a real-time Passenger Information Network. In the simplest of terms, the CITY desires to provide vehicle arrival and /or departure information to our customers, through electronic signage at Lodi Transit Station, via the Internet and on personal communication devices. When this service is available, patrons will be able to access the information through the CONTRACTOR'S web site and / or as a link from the CITY's web site. The PIN has the following requirements: ✓ PIN shall use GPS information, historic traffic patterns and vehicle schedules to determine a best estimate for all bus arrival and / or departure times; ✓ PIN shall be able to accurately identify vehicle locations for in-service vehicles; ✓ PIN shall be able to generate web -based maps for each route that display accurate vehicle information, including route names, street and landmark names, vehicle location and estimated arrival time at bus stops; and ✓ PIN shall be updated whenever new routes or schedules are created. 8.5.1 Predictive Bus Arrival and Departure Algorithms At the core of the PIN shall be a robust predictive real-time bus arrival and departure time function. The PROPOSER shall devise one or more predictive algorithm(s) that continually track, compile and recalculate predicted bus arrival / departure times based on vehicle location, heading (i.e., direction), speed, and other factors such as known causes of recurrent traffic delays along the route. The System shall monitor each bus on each route independently and calculate arrival times at each stop along the route which the System shall make available to the PIN for immediate broadcast. The arrival and departure algorithm(s) shall consider real-time conditions and historic average arrival and departure data to improve accuracy in the predictive function. 8.5.2 Changeable Message Signs (CMS) The CITY seeks a small number of Changeable Message Signs (CMS) with suitable enclosures, which will be located at Lodi Transit Station (exact quantity to be recommended by the PROPOSER based on current System depicted in Section 7.2). At a minimum, the CMS' would display real-time bus arrival / departure times. Specific information to be displayed on the CMS signs will be determined by the CITY and the PROPOSER during System Design. Exhibit A — Scope of Services Exhibit A CITY OF LODI ITS RFP The CMS shall also have the ability to blank out or display user defined messages / announcements entered by the Dispatcher / System Administrator via a Web -based sign controller interface. Following are specifics of the CMS display: ✓ CMS' shall display, in real time, the estimated arrival / departure time of the next bus as a countdown in minutes; ✓ During times when some routes are not in operation, the CMS shall display the message "No Service At This Time" next to any route not in service; ✓ CMS' shall be either an LCD or LED screen capable of displaying between one and nine lines; ✓ CMS' shall be constructed and rated for outdoor installation in a hardened environment such as those common to a roadside or transit installations; ✓ CMS controllers shall be securely affixed to the back side of the display with keyed entry; ✓ CMS' shall have brightness control; ✓ CMS' shall produce message that conform to ADA requirements for character legibility and accessibility. At minimum, ADA compliant 3 -inch characters (one line) or 2 -inch characters (two line) shall be supported; ✓ CMS' shall be designed for operating outdoors in the temperature range 20° F to 120° F; ✓ CMSs must be protected using vandal -resistant enclosures; and ✓ CMS controllers shall be capable of being configured both remotely and locally. Portable computer devices may also be used for performing routine diagnostic maintenance on the signs though local connectivity. PROPOSER must describe the communications infrastructure requirements (e.g., wired Ethernet connections, wireless cellular data communications, etc.). PROPOSER must also describe quantities, display options, sizes, power requirements, and pre-set timing options. PROPOSER should provide sample views of LED and LCD signs. 8.5.3 Bus Stop Signage If PROPOSER's solution requires a unique method for allowing patrons to determine next arrivals at each bus stop, regardless of location, PROPOSER should describe in detail. For example, a bus stop sign may need a unique identifying stop number and a telephone number patrons can call to receive next arrival predictions in real-time (SMS / IVR / QR Code, etc.). PROPOSER should provide cost estimates for sign preparation and on a separate line PROPOSER should provide cost estimates for installation of signs. 8.5.4 Customer Web Site / Communication Devices The CITY expects that the PIN will provide real-time arrival information via computers accessing the Internet and to current communication devices such as: cell phones, Smart Phones, Personal Digital Assistants (PDA's), tablets, etc. PORPOSER's web page should generate maps for each route and display accurate vehicle information, including route names, street and landmark names, vehicle location and estimated arrival / departure Exhibit A —Scope of Services of {po ,N n44Fov, Exhibit A CITY OFLODIITS RFP times. The CITY expects that its customers will be able to access route information through the CITY's web site via a link. The CITY's preference is to integrate the PIN into the CITY's Transit web site, http://www.lodi.gov/transit/index.html. The CITY web site shall provide, at a minimum, the following features: ✓ System shall allow a person using a personal computer, or web based personal mobile device to visit a publicly accessible web address to select a route, direction and stop, and in response receive the current predicted arrival time from the prediction software at the initiating device; ✓ PROPOSER shall provide all web pages, data feeds and scripts needed to enable this web service on the CITY's web site; ✓ The web pages should support multiple Internet browsers, i.e., Chrome, Internet Explorer, etc.; ✓ The web page shall be continuously updated (whenever a new predicted arrival time is determined), until the user closes the web page; ✓ Web based interface shall allow users to select the routes and stops of their choice for which they want to see real-time vehicle information; ✓ Web based interface shall provide the ability to zoom in / out and pan the map; ✓ Map display for the web page(s) shall be automatically formatted to fit the screen size of the customer's device (i.e. mobile device, tablet, personal computer, etc.); ✓ Clicking on a stop icon shall display arrival times for the next three buses or 30 minutes for each route passing by that stop; ✓ PROPOSER shall develop and support a PDA application using a simplified version of CITY's web site specifically designed for handheld devices (e.g., iPhone. Windows OS, Droid Apps, etc.); ✓ PROPOSER shall develop the PDA application using the HTML5 format; and ✓ System shall provide the CITY the ability to publish any service alerts on the web site or supported devices. 8.5.5 Customer Trip Planner The CITY is a part of Google Transit and as such, expects the PROPOSER to make available accurate trip information from the System to Google Transit. In addition to Google Transit, the PROPOSER shall provide a solution for customers to plan trips via their Smart Phones or PDAs via an application -based Trip Planner. The application -based Trip Planner should allow customers to enter their starting point and destination, make choices about their trip (address, nearby stops, routes, landmarks, etc.), and receive an itinerary based on scheduled service and real time departures. The Trip Planner should plan the best trips for the day, time, and options specified by the customer. Changing any of the criteria may result in completely different trips. Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP 9.0 OPTIONAL REQUIREMENTS The CITY requests the PROPOSER include and price for the following options. These options are not in the base System cost because the CITY has not yet made a decision whether to proceed with these options from a cost perspective. The optional costs shall be separately identified in the PROPOSER's Price Summary Table (Exhibit G). These options will be individually selected by the CITY at time of Agreement award. 9.1 Automatic Passenger Counters (APC) The PROPOSER shall provide pricing for the option of adding integrated Automatic Passenger Counting (APC) capabilities to the CITY. The hardware and installation used for passenger counting shall be proposed by the PROPOSER, but shall satisfy at minimum the following requirements: ✓ APC shall be able to separately count successive passengers that are walking as close together as is practicable, either one behind the other or side by side; ✓ APC shall accurately detect passengers boarding and alighting and eliminate false positive counts of passengers; ✓ APC shall support multiple entry doors; ✓ APC shall have the ability to detect whether the vehicle door is open or closed (the APC shall only count passengers when the door is open); ✓ Data shall automatically be compiled by the APC and integrated to the VLU in real-time; ✓ APC data shall time -stamp for ease in associating the counts to validating farebox data; and ✓ APC data shall be stored along with stop records within "trigger zones". 9.2 Interactive Voice Response (IVR) System As an option, the CITY desires to enrich the riding publics experience via an Interactive Voice Response (IVR) system. The PROPOSER shall provide a method for allowing customers to determine next arrivals at each bus stop, regardless of location via a telephone -based Interactive Voice Response (IVR) system. The IVR should support, at a minimum, the following features: ✓ IVR shall be interfaced with the next arrival prediction software to access current prediction data for a selected stop; ✓ IVR shall respond to a customer request with real-time arrival information for the next 3 buses or 30 minutes of the requested stop; and ✓ IVR interface shall consist of voice prompts to which the customer may respond by either voice commands or by touch-tone key selection. ✓ IVR shall have a Spanish language option. 9.3 Bus Stop Surveys In the event that the CITY's Google Earth stop geo-codes are inadequate in accuracy, PROPOSER should provide costs for surveying and uploading survey data for approximately 188 bus stops. Exhibit A —Scope of Services Exhibit A CITY OFLODIITS RFP 10.0 ARCHITECTURAL REQUIREMENTS 10.1 Hosted / Managed Services The CITY wishes to have the System entirely Hosted and Managed by the CONTRACTOR. The PROPOSER will recommend and price the System architecture required supporting their proposed solution(s). The PROPOSER will also provide the CITY with a Service Level Agreement for expected performance levels, System availability, scheduled maintenance, repairs, backups, database maintenance, archiving, Disaster Recovery procedures, etc. 10.2 Information Technology Architecture The PROPOSER's System must be an "out-of-the-box" application from a Hosted Data Center; and accessible from any Internet capable desktop / laptop / tablet etc., via access rights. PROPOSER must clearly detail whether or not the CITY will own the software, hardware and have full ownership and license rights to the complete System. The PROPOSER shall ensure that the solution provides for 99.999% uptime during the CITY's service hours, exclusive of scheduled maintenance activities. 10.2.1 Ownership of Data All data collected by the System shall remain the property of the CITY. Access (at the data / database level) to all data collected by the System must be made available to third parties at the CITY's request via either daily extracts or direct System access. For extracts, PROPOSER should indicate which method would be used (XML, RSS, JSON, SQL, CSV, HTML, HTML5, Excel, etc.). Data generated for the CITY by the PROPOSER shall be available to the CITY and its agents at all times. The CITY will provide to the PROPOSER all bus -stop, vehicle, route, schedule, rider, transfer information and any other data relevant to its operations at Notice to Proceed. 10.2.2 Scheduled Maintenance All software maintenance shall be performed outside of the CITY's revenue service hours and updates shall be downloaded in batches to minimize downtime and maximize data transfer rates. The PROPOSER shall perform scheduled maintenance on its databases, web applications and field elements in accordance with an approved maintenance schedule. 10.2.3 Continuity of Services Upon the CITY's written notice, the PROPOSER shall furnish transition services during the last 90 days of the term of the Agreement. The PROPOSER shall develop with the successor CONTRACTOR or the CITY, a Transition Plan describing the nature and extent of transition services required. The Transition Plan and dates for transferring responsibilities for each division of work shall be submitted within 30 days of notice from the CITY. Upon completion of the CITY's review, both parties will meet and resolve any additional requirements / differences. The PROPOSER shall provide experienced personnel to ensure that the services are maintained at the level of proficiency required by the Agreement. ExhibitA — Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP 11. ADDITIONIAL REQUIREMENTS 11.1 Reports Relevant and accurate reports are an important component for the success of the CITY's operations, service planning, customer service, and other CITY stakeholders. Various operational reports shall be provided as part of the System which will allow the CITY to monitor system performance and to reconcile the daily, weekly, and monthly service activities. All data generated in the System shall be retrievable through reports and screens. Reports and screens shall be made available through the database on an ad- hoc basis and shall have various selection and sort criteria. The PROPOSER shall specify what types of canned reports are available in the System (provide samples in Proposal) and what types of custom reports will be provided to the CITY. The following examples represent the types of reports the CITY would like to receive in order to better manage operations and maintenance as well as the riding public's usage: ✓ National Transit Database (NTD): Provide reports in accordance with Federal Transit Administration (FTA) rules both monthly and annually. ✓ Schedule Adherence Report: Measures Coach Operator on-time performance. ✓ Average Arrival Times Report: Measures statistical mean of arrival times for user -defined parameters such as stop, route, vehicle, Coach Operator, reporting period, etc. ✓ Detailed Trip Log: Records passenger activity (if APC option is exercised) by stop and arrival and departure times, based on user -defined parameters including stop, route, vehicle, direction, etc. ✓ Passenger Miles Travelled Reports (if APC option is exercised) ✓ Mileage Report: Summarizes vehicle mileage for revenue and non -revenue service. ✓ Shift Report: Records the timestamp for Coach Operator login and logout from AVL / MDT / VLU System. ✓ Exception Reports: Measure the frequency of occurrences for exceptions to user -defined parameters such as speed limits (by segment or global), route adherence, etc. ✓ Performance Reports: Reports shall be made available on the System that display summarized and detailed data on the status of operation, including a description of any failure (e.g., AVL downtime). In addition to the PROPOSER's standard reports, up to 20 additional customized reports may be requested by the CITY at no additional cost. 11.2 Training The PROPOSER shall provide a comprehensive training program that prepares CITY staff for operation, administration, elementary troubleshooting, maintenance and System Administration of the System components provided by the PROPOSER. Training may be conducted by the PROPOSER, the PROPOSER's sub -PROPOSERS, third -party software suppliers, and / or original equipment manufacturers (OEMs). The PROPOSER's training program shall include formal and informal instruction, models, manuals, diagrams and component manuals and catalogs as required. Where practical and useful, training should be hands on Exhibit A—Scope of Services Exhibit A CITY OF LODI ITS RFP and should use actual System software and screens on a work station and actual equipment on the fleets. All training materials and manuals shall be produced in hard copies sufficient to provide one copy for each person being trained and one (1) reproducible set of documentation and one copy on approved electronic media. Unless otherwise noted by the CITY, the PROPOSER shall be solely responsible for supplying all of the items necessary to complete the training requirements, and the PROPOSER shall indicate in the Proposal the cost of materials and time assumed for training. 11.2.1 Training Plan The PROPOSER will develop a training plan and will be responsible for providing training to all users of the System including the Coach Operators, Dispatchers, Supervisory Staff, Managers, and Maintenance Personnel. The PROPOSER should include how and what type of training will be carried out as well as describe their overall user training approach. The PROPOSER shall submit a Training Plan detailing the following: ✓ Overall description of the training program; ✓ Breakdown of total number of hours devoted to training: hours of classroom training, number of classes, anticipated number of students, hours developing training materials, etc.; ✓ Proposed training delivery schedule; ✓ Purpose of each training class; ✓ Who should attend class; ✓ Anticipated duration of the class (hours / days); ✓ Training materials, including manuals, guides and other supporting items, and techniques to be used; and ✓ Facility/ equipment requirements The PROPOSER shall assume that CITY staff do not have any specific knowledge of the System; however the PROPOSER can assume that staff are generally qualified for the function for which they are being trained in (e.g., Coach Operator, dispatcher, maintenance, System Administration, etc.). 11.2.2 Supplemental Training The CITY requires that the PROPOSER provide follow-up training approximately 90 days after Final Acceptance. Follow-up training on System operation may take place remotely, such as through a "webinar" or other web -based workshop environment. Supplemental training shall be supplied at no cost to the CITY and should be factored into the PROPOSERS Cost Proposal. The CITY will determine the time, location, and extent of any supplemental training in consultation with the PROPOSER. 11.3 Testing The PROPOSER is responsible for all test logistics (e.g., arranging for vehicles and drivers, and providing other testing services) and coordination activities. The CITY reserves the right to: ✓ Witness any and all tests and inspections required by these Specifications; ✓ Inspect test records at any time; and Exhibit A —Scope of Services Exhibit A CITY OFLODI ITS RFP ✓ Perform additional testing, beyond that specified herein, of any equipment or material at any time to determine conformance with the Agreement requirements. 11.3.130 -Day Rolling Operational Test The Operational Test is to ensure that the System, as installed in the field, works properly as a fully integrated System. Prior to the start of the 30 -day Rolling Operational Test, all outstanding testing variances must be corrected. All training of the Dispatchers, Coach Operators, CITY staff, and other relevant users must also be completed. During testing, no adjustments, modifications, or substitutions shall be made to the System by the PROPOSER, except with the approval of the CITY. Functionality tests shall verify that the PROPOSER's features and functions of the System have been properly designed and implemented. The following items, as a minimum, shall be included in the Function Tests: ✓ Testing of the proper functioning of all hardware, both individually and collectively; ✓ Testing of the proper functioning of all software and firmware features and functions; ✓ Testing of all on -board functions; ✓ Testing of all user interface functions; ✓ Verification that System response time requirements have been met; and ✓ Verification that System stability and availability is free of problems. This test is intended to verify the stability of the System to satisfy the integrity and reliability of the System. The CITY's desire is that no "down time" be experienced during 30 consecutive days, either on vehicles or as a System. If there is a failure of the System during this time, or if 2 or more vehicles experience the same issue, the PROPOSER will identify and correct the problem. The CITY, at its sole discretion, will determine if the problem necessitates a resetting of the 30 -Day Rolling Operational Test. 11.4 Documentation Documentation is an important element for the preservation of the knowledge transfer that will take place as part of the Project and along with the training will facilitate the CITY's transition to the new ITS. The PROPOSER, as part of their Proposal response, shall provide samples / examples of their training and maintenance documentation, quick reference guides, etc. The PROPOSER shall provide a Maintenance Service Manual and a "Fingertip" Troubleshooting Guide for use by technical personnel assigned to the maintenance of any component installed as parts of the System and for any third party products. The "Fingertip" guide will be essential for component diagnosis to aid problem resolutions for both the CITY and the CONTRACTOR. 11.5 Design / Implementation 11.5.1 Work Standards and Requirements The CONTRACTOR shall provide project management and oversight of all work performed. The CONTRACTOR shall install the equipment to the highest standards, using experienced and Exhibit A—Scope of Services 0 1 Exhibit A CITY OFLODIITS RFP knowledgeable personnel. All installation work shall be scheduled so as not to disrupt or delay CITY operations. The CONTRACTOR shall make every effort to schedule the work around service times. The CONTRACTOR shall arrange for design reviews with the CITY. Any unapproved modifications and implementation efforts conducted without the CITY's concurrence will be at the CONTRACTOR's own risk. 11.5.2 Installation The CONTRACTOR shall supply all personnel, tools, materials and equipment required to perform installation of the System. The CONTRACTOR is also responsible for procurement, installation, terminating and testing all equipment furnished for Project. Where the CONTRACTOR is providing components manufactured by a third -party supplier, the CONTRACTOR shall ensure that all such components are installed in accordance with the original equipment manufacturers (OEM) installation guidelines. In addition, the CONTRACTOR shall arrange for OEM / supplier on-site and remote support as is necessary to ensure the proper operation of its equipment at no additional cost to the CITY. All vehicle work must be coordinated with operations in advance in order not to impact service negatively. The CONTRACTOR is also responsible for restoring the condition of any affected structures, wiring, fixtures and finishes at the installation sites. 11.5.3 Equipment Removal, Relocation and Restoration Plan The PROPOSER will be responsible for removing any vehicle devices in order to allow for the replacement with new ITS devices. The Project Plan shall include detailed tasks for all the equipment requiring removal and / or relocation. 11.5.4 Obsolescence All equipment shall be of the latest design and shall incorporate standard commercial products currently in production. It is desirable for the peripheral hardware to be supplied from the same manufacturer, and maintained by the CONTRACTOR. The intent is to increase compatibility and reduce maintainability problems. The CONTRACTOR shall ensure that the risk of obsolescence to the hardware is minimized through the selection of standardized parts and readily -available peripheral hardware. 11.5.5 Environmental All equipment and hardware to be supplied shall be constructed to meet harsh operational conditions found in the transit environment. All CONTRACTOR provided onboard and wayside equipment shall operate properly under these minimum environmental conditions encountered onboard the vehicles including conditions pertaining to temperature, humidity, dust / dirt, power variations, shock, vibration, altitude, etc. Exhibit A —Scope of Services n9CrFpp�'�v Exhibit A CITY OFLODIITS RFP 11.5.6 System Scalability The System shall initially support the functions specified herein with the quantities of vehicles shown in Section 7; however, the System shall be scalable through 10 years from the Agreement's effective date to support additional vehicles. 11.6 Project Management PROPOSER shall assign a Project Manager who will be permanently assigned in the capacity for the entire duration of the project. The Project Manager assigned to the project shall have the authority to make commitments and decisions that are binding on the PROPOSER. The CITY will also designate a Project Manager to coordinate all project related activities with the CONTRACTOR. All communications between the CITY and the CONTRACTOR will be coordinated through the two Project Managers. 11.6.1 CITY Participation The CITY intends to actively participate in this Project. This participation will include providing data required by the CONTRACTOR, reviewing and approving designs, monitoring the CONTRACTOR's progress and schedule, and participating in System testing. Any portion of these activities may be handled by CITY staff or consultants as directed by the CITY. The CONTRACTOR's Project Plan shall identify clearly any CITY responsibilities or tasks that will be required and the durations for those activities. 11.6.2 Project Staffing It is the PROPOSER's responsibility to maintain and assign a sufficient number of competent and qualified professionals and other technical personnel to satisfy the requirements and schedules specified in the Scope of Work or proposed by the PROPOSER. Assigned personnel cannot be removed or replaced for the duration of the project without the consent of the CITY. 11.6.3 Project Plan The PROPOSER shall prepare a Project Plan in a Work Breakdown Structure (WBS) format in Microsoft Project format that lists all tasks / activities related to the design, development, testing, installation and deployment of the complete System. The schedule should be in sufficient detail to demonstrate a clear understanding of the Project. The Project Plan should identify all milestones starting with the Notice to Proceed (NTP) through the date of Final System Acceptance. It should depict the expected sequence and durations of all tasks and subtasks, dependencies, including submittal dates and resources responsible for each task. The Project Plan will be reviewed by the CITY and if accepted shall be considered "baselined". If revisions are requested, the PROPOSER shall address the CITY's comments, and re -issue the Project Plan. Once baselined, the Schedule will become the basis for all subsequent schedule changes and updates for the duration of the Project. Exhibit A —Scope of Services Exhibit A CITY OFLODIITS RFP 11.6.4 Weekly Status Reports The PROPOSER's Project Manager must submit a weekly status report by each Monday morning that provides updates to previous week's activities achieved, previous weeks activities missed, upcoming week's planned activities, issues and project risks along with mitigation strategies, etc. to the CITY's Transportation Manager or her designee. 11.6.5 Deliverables Draft copies of all documentation, plan, materials, etc., shall be submitted to the CITY for review, comment and approval. The CITY shall have the right to require additional interim drafts at no additional cost should draft documentation submitted not be of adequate quality or have missing or incorrect information. The PROPOSER shall deliver a draft and final version of the following documents as described in this RFP to the CITY: ✓ Project Plan ✓ System Design Document ✓ Test Plan / Procedures / Acceptance Criteria ✓ Training Plan / Materials ✓ Maintenance Manuals / "Fingertip" Troubleshooting Guide ✓ Quality Assurance Plan ✓ Final Acceptance Test Report 11.6.6 Quality Assurance Plan The Quality Assurance Plan is to ensure accurate problem description and recording, tracking of progress for corrections / revisions, and disposition of the problems throughout the design, testing, and implementation phases of the Project. The CONTRACTOR shall maintain records or data essential to providing objective evidence of quality until the expiration of the warranty period and shall be made available to the CITY upon request. Examples of quality -related data include: inspection and test results, records of sub -CONTRACTOR quality programs, cost records pertinent to acceptance of nonconforming material, support for change order documentation, design reviews and walkthroughs, and the results of internal and CONTRACTOR audits. 11.7 Warranty / Maintenance The CITY's expectations are that PROPOSER's System will be designed to provide a usable life of not less than ten (10) years. The PROPOSER agrees that the System and all related installation work shall be subject to the warranties and obligations set forth in this section. The warranties and obligations set forth in this Section shall commence upon System acceptance and end after a one-year period. 11.7.1 Installation Warranty The PROPOSER warrants that all installation work and all System hardware / software furnished by the PROPOSER including, but not limited to, all such work, and System hardware / software provided by SUBCONTRACTORS, suppliers, or other manufacturers, shall be of good quality and free of any defects or Exhibit A —Scope of Services (1) Exhibit A CITY OF LODI ITS RFP faulty materials and workmanship and perform according to the specifications for a period of one year (warranty period). If the PROPOSER upgrades its devices to ensure the continued and proper operation of the System as configured for Project and to meet the 10 -year useful life, the PROPOSER will assume all costs related to the hardware upgrade and there shall be no additional cost to the CITY. 11.7.2 "Fingertip" Diagnostics Maintenance personnel shall have easy access to components for testing, removal and replacement. All test points necessary to diagnose the equipment while in operation shall be easily accessible and a "Fingertip" Troubleshooting Guide shall be provided to assist technicians to identify and diagnose problems. Maintenance technicians may be granted the ability to connect a laptop to troubleshoot the components if appropriate. 11.7.3 Maintainability The System hardware shall be designed with the following specifications: ✓ Modular replaceable and repairable components to allow for easy and quick maintenance; ✓ All components that perform the same function shall be interchangeable; and ✓ All replacements shall be plug-in compatible with no changes required. 11.7.4 Service Level Agreement (SLA) The PROPOSER shall provide CITY staff and its agents with access to knowledgeable technical support personnel and trained field service personnel as may be required for the successful maintenance and operation of the System. Support personnel shall be available to assist the CITY to diagnose System problems, monitor vehicle on -board units, fixed -end devices, and server performance and availability levels; and troubleshoot hardware and software errors in a timely manner. The following table describes the proposed Service Levels for the SLA which will be included as part of the CONTRACTOR'S Agreement. Proposed Service Level Agreement (SLA) Category Description�- 1 Total failure of the System Within 30 minutes Immediate, subject to site access, and continuing until reinstatement or workaround provided or useful efforts exhausted 2 "One off' site failure or has a Within 8 hours during On commencement of the CITY's next working day, and continuing significant end user impact but the CITY's standard during Support Hours, until reinstatement or workaround provided does not render the System hours or useful efforts exhausted unusable 3 Minor end user impact The CITY's next Repair prior to end of the CITY's second working day following date working day of notification if Software fault or problem with Hardware which is in stock, otherwise Hardware lead times will apply and repair timeframe will be adjusted accordingly Exhibit A —Scope of Services Exhibit A CITY OFLODIITS RFP 11.7.5 Out Year Costs (Optional) The CITY requests that the PROPOSER propose pricing for years 2 through 5, (Exhibit G) for Extended System Support and Maintenance. 11.8 Spare Components The PROPOSER shall provide an initial supply of spare components to the CITY. The initial supplied quantity of spares for each component shall be recommended by the PROPOSER in the Price Summary Table (Exhibit G), but for key components, the CITY will expect a minimum of a 10% spare ratio. 11.9 Component Price Protection At any time during the during the 3 years following the initial one-year warranty period, the CITY shall have the option to purchase additional System components at the prices proposed in the Price Summary Table (Exhibit G). These additional spare components will carry the same warranties as offered for the overall System. 11.10 Schedule Requirements The PROPOSER shall complete installation and acceptance testing and fully invoice the CITY for its services by June 30, 2016. Exhibit A —Scope of Services RUM Exhibit A CITY OF LODI ITS RFP EXHIBITS Exhibit A —Scope of Services (1)CITY OF LODI Required Submittals (RFP Checklist) All of the below referenced documents are required as part of your Proposal submittal and any required certifications shall be signed by an individual or individuals authorized to execute legal documents on behalf of the PROPOSER. PROPOSERS are instructed to include a copy of this RFP Checklist with their Proposal submission indicating compliance for each item marked by a checked box. Wherever the word "Consultant" appears in the Exhibit, it should be read as the equivalent to the word "CONTRACTOR." Wherever the words "bid" or "bidder" appear in the Exhibit, they should be read as the equivalent to the words "Proposal" or "PROPOSER." ✓ One (1) original, three (3) hard copies and one (1) USB device (flash drive) containing a copy of the complete Proposal, in two sections (Technical Proposal and Cost Proposal) in PDF format ✓ Exhibit A — City of Lodi Procurement Protest Procedures ✓ Exhibit B —City of Lodi Proposal Form ✓ Exhibit C—City of Lodi Insurance Requirements ✓ Exhibit D —Sample Performance Bond Letter ✓ Exhibit E — Sample Irrevocable Standby Letter of Credit ✓ Exhibit F — Requirements Acknowledgement Table ✓ Exhibit G — Price Summary Table ✓ Exhibit H — Milestone Payment Schedule ✓ Exhibit I — References ✓ Exhibit J — City of Lodi Draft Sample Agreement Exhibit A —Scope of Services (1) 1- Exhibit A CITY OF LODI ITS RFP Exhibit A — City of Lodi Procurement Protest Procedures PROCUREMENT PROTEST PROCEDURES Under certain circumstances, an interested party to a procurement may protest to the City of Lodi the award of a contract, which may or may not involve the direct application of funds from the Federal Transit Administration (FTA). All solicitation documents shall include Procurement Protest Procedures, either explicitly or by reference. These procedures are intended to ensure that valid complaints are properly handled and responded to. The term protest is utilized to describe the controversies that arise during the contract formation process as an objection to a decision to award a specific proposal or bid. The protests are challenges to actual or proposed actions of the contracting officers on specific procurements. These objections are brought by offerors, prospective offerors, or other interested parties who contend that they have been improperly treated in the procurement process. All protests must be submitted in writing. GENERAL CONDITIONS The City of Lodi's review of any protest will be limited to violations of federal, state or local laws or regulations; violations of the City of Lodi's purchasing procedures; violations of the City of Lodi's protest procedures; or, failure to review a complaint or protest. Protests arising from solicitation procedures or forms must be received by the City of Lodi within a reasonable time in advance of scheduled bid opening or proposal submission but no later than fifteen (15) calendar days prior to bid opening or proposal submission due date. All other protests including a staff determination of the apparent low bidder must be received by the City of Lodi within five (5) working days of the action on which the protest is based. The initial protest filed with the City of Lodi shall be in writing and shall: 1. Include the name, address and telephone number of the protester; and the name of a contact person. 2. Identify the number, date and description of the solicitation. 3. Contain a statement of the grounds for protest and any supporting documentation. The grounds for the protest must be supported to the fullest extent feasible. Additional materials in support of an initial protest will be considered only if filed within the time limits specified. 4. Indicate the ruling or relief desired from the City of Lodi. Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP Protests filed after the above timelines will be rejected as untimely. However, a protest may be considered, even if the initial filing is late, under the following circumstances: 1. Good cause based on compelling reasons beyond the protester's control, whereby the lateness is due to the fault of the City of Lodi in the handling of his/her protest submission. 2. The City of Lodi determines the protest raised significant issues to a procurement practice or procedure. 3. A court of competent jurisdiction requests, expects or otherwise expresses interest in the City of Lodi's decision. No formal briefs or other technical forms of pleading or motion are required, but a protest and other submissions should be concise, logically arranged, clear and legible. Any additional information requested or required by the City of Lodi from the protester, or interested parties shall be submitted as expeditiously as possible, but in no case later than five (5) working days after the receipt of such request unless specifically excepted by the City of Lodi. CONFIDENTIALITY Materials submitted by a protester will not be withheld from any interested party outside of the City of Lodi or from any Government agency which may be involved in the protest, except to the extent that the withholding of information is permitted or required by law or regulation. If the protester considers that the protest contains proprietary materials which should be withheld, a statement advising of this fact may be affixed to the front page of the protest document and the alleged proprietary information must be so identified wherever it appears. However, the City is goverened by the California Public Records Act, and may or not be able to maintain any document's confidentiality once it is in the City's possession. However, the City will give a bidder 5 days notice before produceing documents labeled as confidential to give the bidder an opportunity to seek judicial relief. FURNISHING OF INFORMATION ON PROTESTS The City of Lodi shall, upon request, make available to any interested party, information bearing on the substance of the protest, including: 1. Any other documents that pertain to the protest, including correspondence with the bidders; and 2. A statement by the City of Lodi explaining its actions and the reasons for them. A conference on the merits of the protest with members of the City of Lodi Protest Review Panel (defined below) may be held at the request of the protester. The request for a conference should be made in a timely manner so as not to interfere with the resolution of the protest and not later than twenty (20) calendar days after the initial protest was filed. Exhibit A—Scope of Services (1) Exhibit A CITY OF LODI ITS RFP WITHHOLDING OF AWARD When a protest has been filed before the opening of bids or proposal submission, the City of Lodi will not make an award for five (5) working days following its decision on the protest. When a protest has been filed after the award but prior to the execution of a contract, the City of Lodi will not proceed with the execution of the contract prior to the resolution of the protest. Exceptions to the above may occur if the City of Lodi determines that: 1. The items to be procured are urgently required; or 2. Delivery or performance will be unduly delayed by failure to either make the award promptly or to continue with the procurement; or 3. Failure to make prompt award or to continue with the procurement will otherwise cause undue hardship to the City of Lodi or other local, state or federal governments. PROTEST SUBMISSION Protest submissions shall be directed to: City of Lodi Administration Department Attn: Ms. Jennifer Ferraiolo, City Clerk 221 W. Pine Street (P. 0. Box 3006) Lodi, CA 95240 (95241-1910) In all cases, the envelope shall be marked: "Attention: Protest Material" and include the pertinent Invitation for Bid or Request for Proposal Project title. PROTEST REVIEW -LEVEL ONE Upon receipt of a protest, the City Manager will appoint an ad hoc City of Lodi Protest Review Panel to review all relevant materials associated with the protest. The panel will be comprised of three (3) representatives of the City of Lodi appointed by the City Manager; Including the City Department Head, Transportation Manager, and one other City staff member knowledgeable in the specific project. The Panel shall determine the validity of the protest and what actions will be taken. The panel will be directed to prepare a report within fifteen (15) calendar days. The Panel will notify the protester and any interested parties of their findings and actions and of the procedures for requesting reconsideration. The report shall include the following as relevant: 1. Copies of all relevant documents; 2. A copy of the Invitation for Bid or Request for Proposal, including pertinent provisions of the specifications. PROTEST REVIEW -LEVEL TWO Exhibit A—Scope of Services Exhibit A CITY OFLODI ITS RFP Reconsideration of a decision by the City of Lodi may be requested by the protester or any interested party. The request for reconsideration shall contain a detailed statement of the factual and legal grounds upon which reversal or modification is deemed warranted, specifying any errors of law or fact made. The request for reconsideration of the City of Lodi Protest Review Panel's decision shall be filed no later than ten (10) working days after the Panel issues its written report, and shall be filed with the City Attorney. Upon receipt of the request for reconsideration, the City Manger shall schedule an informal administrative hearing with the aggrieved party and the City of Lodi Protest Review Panel. The hearing shall be held not later than fifteen (15) working days after the receipt of the request for reconsideration. The City Attorney shall issue, in writing, the City of Lodi's final determination of the reconsidered protest within five (5) working days of the administrative hearing. The appellant process ends with the City Attorney's decision; however, the aggrieved party may ask the City Council to review the City Attorney's decision. Protests must be presented at the City Council public meeting at the time of procurement award. The aggrieved party shall have an opportunity to appear and be heard before the City Council at the public meeting. At the City Council public meeting, the City Council will render a decision. The aggrieved party has those remedies afforded by the state courts, as well. The City of Lodi may refuse to decide any protest where the matter involved is the subject of litigation before a court of competent jurisdiction. The City of Lodi shall not be responsible for any protests not filed in a timely manner. FEDERAL TRANSIT ADMINISTRATION (FTA) PROTEST PROCEDURES A party wishing to file a protest with FTA should consult FTA Circular 4220.1F for details on FTA's bid protest procedures. Circular 4220.1F reinforces FTA's policy of limiting involvement in grantees' activities. FTA will only review protests regarding the alleged failure of the grantee to have written protest procedures or alleged failure to follow such procedures. Alleged violations of a specific federal requirement that provides an applicable complaint procedure shall be submitted and processed in accordance with that federal regulation. Alleged violations on other grounds are under the jurisdiction of the appropriate local administrative authorities. Protest must be filed with FTA (with a concurrent copy to the City of Lodi) within five (5) working days after the City of Lodi renders a final decision or five (5) working days after the aggrieved party knows or has reason to know that the City of Lodi failed to render a final decision. After five (5) working days, the City of Lodi will confirm with FTA that FTA has not received a protest on the procurement in question. In accordance with the provisions of FTA Circular 4220.1F, the Transportation Manager, or designee, will be responsible for providing information regarding protests of federally funded procurements to the FTA Region IX Office. The City of Lodi shall not be responsible for any protests not filed in a timely manner with FTA. Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP Exhibit 8 — City of Lodi Proposal Form Request for Proposals (RFP) — Transit Intelligent Transportation System PROPOSAL FORM To: City of Lodi Pursuant to and in compliance with your Request for Proposals, calling for proposals and related documents, the undersigned proposer, having familiarized himself with the terms and conditions of the Agreement, the local conditions affecting the performance of the Agreement, the cost of the work at the place where the work is to be done and the drawings and specifications and other Agreement documents, proposes and agrees to perform the Agreement within the time stipulated; including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the Agreement and complete in a workmanlike manner all of the work required in connection with this Proposal and all in strict conformity with the drawings and specifications and other Agreement documents, including addendum number The proposer has carefully examined the project documents for this project prepared and furnished by the CITY and acknowledge their sufficiency. It is understood and agreed that the work under the Agreement shall commence by the bidder, if awarded the Agreement, on the date to be stated in the CITY's "Notice to Proceed." I, the bidder identified below, declare under penalty of perjury, that the information provided and representations made in this proposal are true and correct and that this declaration was executed on: day of NAME OF PROPOSER: CORPORATE OR COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: Exhibit A—Scope of Services DATE: 2015 0) 1 Exhibit A CITY OF LODI ITS RFP Exhibit C — City of Lodi Insurance Requirements Insurance Requirements for Consultant The Consultant shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Consultant and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Consultant's operations under this Agreement, whether such operations be by Consultant, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 Aggregate COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Each Occurrence Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Consultant; whichever is greater. Consultant agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Consultant's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 0413. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the rroject that it is insuring. (c) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Consultant shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. (d) Completed Operations Endorsement Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP C�fipAt For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (e) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (f) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (g) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Consultant shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Consultant shall provide proof of continuing insurance on at least an annual basis during the Term. If Consultant's insurance lapses or is discontinued for any reason, Consultant shall immediately notify the City and immediately obtain replacement insurance. (h) Failure to Comply If Consultant fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Consultant shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Consultant of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Consultant shall pay such reimbursement and interest on the first (1s`) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Consultant fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Consultant shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (i) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Consultant shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Consultant's employees employed at the site of the project and, if any work is sublet, Consultant shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Consultant. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Consultant shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Exhibit A—Scope of Services pF � s OF LODI 9�IFpP�� Exhibit D - Sample Performance Bond Letter PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS, that WHEREAS the CITY OF LODI, hereinafter designated as "CITY OF LODI," has awarded to , hereinafter designated as the "Principal," a Contract for the City of Lodi Intelligent Transportation System Project; and WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefore to furnish a bond of faithful performance of said Contract, NOW, THEREFORE, we, the Principal, and , as a California - admitted Surety, are held and firmly bound unto the said CITY OF LODI in the penal sum of $ for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above -bound Principal, or its heirs, executors, administrators, successors, or assigns approved by CITY OF LODI, shall promptly and faithfully perform the covenants, conditions and agreements in the Contract during the original term and any extensions thereof as may be granted by CITY OF LODI, with or without notice to Surety, and during the period of any guarantees or warranties required under the Contract, and shall also promptly and faithfully perform all the covenants, conditions, and agreements of any alteration of the Contract made as therein provided, notice of which alterations to Surety being hereby waived, on Principal's part to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify, defend, protect, and hold harmless CITY OF LODI as stipulated in the Contract, then this obligation shall become and be null and void; otherwise it shall be and remain in full force and effect. No extension of time, change, alteration, modification, or addition to the Contract, or of the work required thereunder, shall release or exonerate Surety on this bond or in any way affect the obligation of this bond; and Surety does hereby waive notice of any such extension of time, change, alteration, modification, or addition. Whenever Principal shall be and declared by CITY OF LODI to be in default under the Contract, Surety shall promptly remedy the default, or shall promptly do one of the following at CITY OF LODI's election: 1. Undertake through its agents or independent contractors, reasonably acceptable to CITY OF LODI, to complete the Contract in accordance with its terms and conditions and to pay and Exhibit A —Scope of Services U 1 1 1 Exhibit perform all obligations of Principal under the Contract, including without limitation, all obligations with respect to warranties, guarantees, and the payment of liquidated damages. 2. Reimburse CITY OF LODI for all costs CITY OF LODI incurs in completing the Contract, and in correcting, repairing or replacing any defects in materials or workmanship and/or materials and workmanship which do not conform to the specifications in the Contract. Surety's obligations hereunder are independent of the obligations of any other surety for the performance of the Contract, and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing CITY OF LODI'S rights against the others. No right of action shall accrue on this bond to or for the use of any person or corporation other than CITY OF LODI or its successors or assigns. In the event suit is brought upon this bond by CITY OF LODI, Surety shall pay reasonable attorney's fees and costs incurred by CITY OF LODI in such suit. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their seals this day of ___, 201_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal Note: To be signed by Principal and By: Surety and signature of individual signing for Surety shall be notarized and evidence of power of attorney attached. Exhibit A —Scope of Services By: Surety Address of Surety Exhibit A CITY OFLODI ITS RFP Exhibit E - Sample Irrevocable Standby Letter of Credit IRREVOCABLE STANDBY LETTER OF CREDIT (Date) City of Lodi Public Works Department/ Transit Division P. 0. Box 3006 Lodi, CA 95241-1910 Re: Irrevocable Standby Letter of Credit No. We hereby issue in your favor this Irrevocable Standby Letter of Credit for the account of F.] (insert nature of organization, whether sole proprietorship, partnership, corporation or joint venture), in the amount of dollars ($ ), which is available upon your demand when accompanied by a signed statement from an officer of the City of Lodi, stating that: The amount drafted is due to CITY OF LODI because of failure of to enter into a written contract awarded to it by CITY OF LODI, or to furnish the requisite bond(s) or insurance certificates within the time and in the manner required by the Contract Documents and Specifications for , Contract # We hereby agree with the drawers and / or bona fide holders that drafts drawn and negotiated in conformity with the terms of this Letter of Credit will be duly honored upon presentation when presented on or before . Partial drawings are permitted. Except so far as otherwise expressly stated, this credit is subject to the Uniform Customs and Practice for Documentary Credits (1993 Revision) of the International Chamber of Commerce Publication No. 500. (Financial Institution) By: _ Title: Exhibit A—Scope of Services Exhibit A CITY OF LODI ITS RFP Exhibit F — Requirements Acknowledgement Table Exhibit A —Scope of Services Acceptance Section 8.0 Requirement Fixed -Route Functional Requirements P = Partial N—No Explanations For all requirements marked with a "P" or "N" 8.1 Single Sign -On / Component Integration 8.2 Automatic Vehicle Location (AVL) 8.2.1 GPS Receiver 8.2.2 Vehicle Logic Unit (VLU) 8.2.3 Mobile Data Terminal (MDT) 8.2.4 Covert Alarm 8.3 Computer Aided Dispatch (CAD) Functions 8.3.1 General Requirements 8.3.2 Reference Information Displays 8.3.3 Vehicle Status 8.3.4 Service Performance 8.3.5 Turn Back Monitoring 8.3.6 Vehicle Coach Operator Changes 8.4 Automatic Stop Announcements (ASA) 8.5 Passenger Information Network (PIN) 8.5.1 Predictive Bus Arrival and Departure Algorithms 8.5.2 Changeable Message Signs (CMS) 8.5.3 Bus Stop Signage 8.5.4 Customer Web Site / Communication Devices 8.5.5 Customer Trip Planner 9.0 Optiona I Technologies 9.1 Automatic Passenger Counters (APC) 9.2 Interactive Voice Response (IVR) 9.3 Bus Stop Surveys 10.0 Architectural Requirements 10.1 Hosted / Managed Services 10.2 Information Technology Architecture 10.2.1 Ownership of Data 10.2.2 Scheduled Maintenance 10.2.3 Continuity of Services 11.0 Additional Requirements 11.1 Reports 11.2 Training Exhibit A —Scope of Services � oa rExhibit A�] CITY OF 11 t�F.o�ti 11.2.1 Training Plan 11.2.2 Supplemental Training 11.3 Testing 11.3.1 30 -Day Rolling Operational Test 11.4 Documentation 11.5 Design / Implementation 11.5.1 Work Standards and Requirements 11.5.2 Installation 11.5.3 Equipment Removal, Relocation and Restoration Plan 11.5.4 Obsolescence 11.5.5 Environmental 11.5.6 System Scalability 11.6 Project Management 11.6.1 CITY Participation 11.6.2 Project Staffing 11.6.3 Project Plan 11.6.4 Weekly Status Meetings 11.6.5 Deliverables 11.6.6 Quality Assurance Plan 11.7 Warranty/Maintenance 11.7.1 Installation Warranty 11.7.2 "Fingertip" Diagnostics 11.7.3 Maintainability 11.7.4 Service Level Agreement (SLA) 11.7.5 Out Year Costs (Optional) 11.8 Spare Components 11.9 Component Price Protection 11.10 Schedule Requirements SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A —Scope of Services P o 1 Exhibit A CITY OF LODI ITS RFP Exhibit G - Price Summary Table PROPOSERS are required to submit their price Proposals using the Price Summary Table presented here or a table consistent with its format. The Summary consists of two forms: one form to be used for each discrete solution cost; and one form summarizing the total cost for all solutions. PROPOSERS shall submit a cost for each line item. For each solution, a total capital cost and estimated cost of operation and maintenance should be listed and described. The operation and maintenance cost shall include and detail all anticipated sources of ongoing costs, including, but not limited to: royalties, software license fees, technical support, training, rentals or anticipated replacements. The PROPOSER shall complete the forms, leaving no requested fields blank. In the case of fields that represent items with no cost associated, or items that shall not be provided by the PROPOSER, the number zero shall be used. The price summary form represents the total cost of the PROPOSER to furnish all labor, materials and services at the prices as quoted herein, in conformance with all the specifications and Agreement documents. The units submitted shall be consistent with the numbers specified in the RFP, and shall include spares as determined by the CITY for effective system operation. The PROPOSER should modify or clarify entries, as necessary, so that the price summary represents the total cost to provide the System. The total cost shall include all incidentals associated with the hardware and software, such as mounting hardware, cables, fasteners, brackets and housings. CITY shall not incur additional costs for any additional equipment, services, shipping, handling, communications, installation or testing. The Agreement shall be a firm fixed price Agreement. The Price Summary Table will be used as a basis for cost calculations during the Project and it is understood that these unit prices will be held firm until Final System Acceptance. PRICE SUMMARY TABLES NOTE: PROPOSER must cite / list in their Cost Proposal any costs (which the PROPOSER has not included in the offering) to the CITY that would be recurring, such as: monthly cellular costs, annual IVR licensing costs, additional telephone lines in support of IVR, etc. The CITY wants NO surprises! Exhibit A —Scope of Services Exhibit A CITY OFLODIITS RFP Agency geo-code import Other Integration software, databases, CAL's and / or licenses, etc. Storage and Retrieval services (5 -years) Other—please insert and describe System Initiation Sub -Total: B. Fixed -Route Vehicles Number of Component Unit Cost Units Total Cost Integration Design for each vehicle type Cellular communications (router's, SIM Cards, etc.) Cabling and wiring for vehicle GPS / Antenna Vehicle Logic Unit (VLU) Mobile Data Terminal (if proposed) Covert Alarm (switch) Automatic Stop Annunciation (ASA) Interior Display's Installation of all hardware in each vehicle Other—please insert and describe Fixed -Route Vehicles Sub -Total: .22 .� m.�r�7 .w OptionalD. Number of Component Unit Cost Units Total Cost Automatic Passenger Counters (APC) (sensors, control units, cables, etc. Installation of Passenger Counters Interactive Voice Response (IVR); include Spanish as a separate line item Bus Stop Survey's (up to 200) Other— please insert and describe Optional Technologies Sub -Total: -i 7T :C 4•, -_ i — '+ I yi*r Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP E. Spare Components Number of Component (Describe the types and quantities of spares) Unit Cost Units Total Cost Reports (up to 20 customized reports) Training Testing Documentation Design / Implementation Project Management Warranty / Maintenance (first year) Other—please insert and describe Additional Items Sub -Total: 1 I G. Out -Year System Support and Maintenance Year Cost Extended System Support and Maintenance, Year Two (Optional) Extended System Support and Maintenance, Year Three (Optional) Extended System Support and Maintenance, Year Four (Optional) Extended System Support and Maintenance, Year Five (Optional) Other—please insert and describe Extended Maintenance Sub -Total: Price Summary Total Cost Table A - System Initiation Table B - Fixed -Route Vehicles Table C - Passenger Information Network Table D—Optional Requirements Table E - Spare Components Table F — Miscellaneous Indices Table G - Extended System Support and Maintenance Total of All Costs: SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A —Scope of Services t^S w IrJ i) O Exhibit W Exhibit H - Proposed Milestone Payment Schedule The following Milestone / Payment Schedule are being proposed as part of this RFP. The PROPOSER may offer an alternative for consideration by the CITY. During the Agreement process with selected CONTRACTOR, % of totals will be added once all ITS elements have been identified and incorporated into the Agreement. Proposed Milestone PaxiMent Indices 10% retainage per milestone SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A—Scope of Services f Fixed Price .. Task Total Task Cost Project Plan / WBS System Initiation System Design Fixed Route Installation (1-14) Automatic Passenger Counters (APC) — Optional Interactive Voice Response (IVR) — Optional Bus Stop Surveys (geo-coding) — Optional Fleet / Installation Sign -off PIN (signage, mobile apps web site) 30 -Day Acceptance Test Training Reports System Documentation System Acceptance Totals: 10% retainage per milestone SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A—Scope of Services Exhibit A CITY OF LODI ITS RFP Exhibit 1— References The CITY may contact references in an effort to obtain more information about the PROPOSERS. The references listed should be companies and individuals with whom the PROPOSER has supplied equipment and / or performed services similar to those specified herein. Reference 1 Company Name Contact Name Telephone Number Email Address Description of Work Agreement Amount Reference 2 Company Name Contact Name Telephone Number Email Address Description of Work Agreement Amount Reference 3 Company Name Contact Name Telephone Number Email Address Description of Work Agreement Amount Exhibit A—Scope of Services n4c►r;nR°'gyp Exhibit A CITY OF LODI ITS RFP Exhibit J - City of Lodi Sample Agreement AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 20 by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR to design, install, and service a turnkey Intelligent Transportation System (ITS), comprised of Automatic Vehicle Location (AVL), Computer Aided Dispatch (CAD), Automatic Stop Annunciation (ASA), and a Passenger Information Network (PIN) for its Fixed -Route vehicles, (hereinafter "Project') as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Exhibit A—Scope of Services u <<F4R Exhibit A CITY OF LODI ITS RFP Section 2.3 Meetinas CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein, CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify,, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.6 Subcontracts Except as set forth in Exhibit D (entitled ""Supplemental Terms & Conditions"), CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement unless prior written approval of CITY is obtained. Section 2.6 Term The term of this Agreement commences on 20 and terminates upon the completion of the Scope of Services or on , whichever occurs first. ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to a fixed price fee, as shown in Price Summary Table & Milestone Payment Schedule, attached hereto as Exhibit B and incorporated by this reference. Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall be paid by CITY upon completion of tasks according to the Milestone Payment Schedule (Exhibit B). CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed $375,000, inclusive of state and local taxes. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditina CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub -CONTRACTOR on the basis Exhibit A —Scope of Services [►fipRO Exhibit A CITY OF LODI ITS RFP of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described In the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Exhibit A—Scope of Services (1) OF LODI E�E CITY Section 4.7 Successors and Assians CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: To CONTRACTOR: Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least thirty (30) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. This Agreement will terminate at the option of Exhibit A — Scope of Services Exhibit I LODI • CITY the CITY on the occurrence of Bankruptcy or insolvency of CONTRACTOR; or Sale of the business of CONTRACTOR. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Price Summary Table & Milestone Payment Schedule (Exhibit B) to the extent that the work has been performed, Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents, data, or work in progress to CITY. All such documents shall be the property of the CITY without additional compensation to CONTRACTOR. Upon termination, CONTRACTOR shall submit to the CITY an itemized statement of services performed as of the date of termination. These services may include both completed work and work in progress at the time of termination. If the ITS system has been installed, CONTRACTOR shall provide a working installation and configuration of the ITS system to the CITY within Thirty (30) days of the termination date. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Upon termination of this Agreement, CONTRACTOR shall immediately return to the CITY any and all plans, drawings, specifications, other documents, or materials belonging to the CITY and used by CONTRACTOR in performance of the services described herein. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law Jurisdiction Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP Section 4.14 City Business License Reauirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees priorto performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Intecfration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Exhibit A —Scope of Services (1)® CITY OF LODI Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. Section 4.22 Supplemental Terms & Conditions Attached hereto as Exhibit D are Supplemental Terms and Conditions which are incorporated herein and made a part of this Agreement by reference. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER M. FERRAIOLO City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager By: , Name: Title: Attachments: Exhibit A - Scope of Services Exhibit B — Price Summary Table & Milestone Payment Schedule Exhibit C — Insurance Requirements Exhibit D — Supplemental Terms and Conditions Funding Source: (Business Unit & Account No.) Doc ID: Exhibit A —Scope of Services s'S of t❑ 4■ .. e CITY OF • Exhibit A �9<<FOp'ta�p Exhibit A - Scope of Services Proposal Clarifications to be included here. Service Level Agreement between CONTRACTOR and CITY for ITS Services Part 1. Description CONTRACTOR shall provide System Support during CITY's Standard Support Hours and shall be comprised of: a) a telephone Help Desk to provide first-line technical support to the CITY's users of the System; b) remote diagnosis and, where possible., correction of faults; and / or c) provision and installation of the Materials as and when required, or as part of an agreed pre- emptive maintenance regime. Help Desk The CITY will log "faults" with the System (hardware or software) by a telephone call to 1-XXX-XXX-XXXX. For "faults" logged within the CITY's Standard Support Hours, CONTRACTOR will ensure that a member of their Support Staff is available to take the call. For "faults" logged outside the CITY's Standard Support Hours, CONTRACTOR will ensure that a suitably qualified person will make contact with the CITY (initiator of the fault) by telephone within 30 minutes of the initial fault logging call. A "fault" is deemed to be logged once a Support Staff member has been spoken to or a message has been left. Resolution The Help Desk will try to resolve the "Fault" where possible. If the fault or query cannot be resolved by telephone assistance, then CONTRACTOR will ensure that a suitably qualified person commences work to remedy the "fault" within the Service Level Response times in the table below. Part 2. Service levels The following table describes service levels for Support which cannot be resolved in the initial call to CONTRACTOR'S Help Desk. Exhibit A—Scope of Services Exhibit A CITY OFLODI ITS RFP Priority Category Description Target repair Target repair effort (from fix 1 Total failure of the system (from initial Help Desk responso) Within 30 minutes Immediate, subject to site access, and continuing until reinstatement or workaround provided or useful efforts exhausted 2 "One off" site failure or Within 8 hours On commencement of the CITY's next has a significant end user during the CITY's working day), and continuing during Support impact but does not standard hours Hours, until reinstatement or workaround render the System provided or useful efforts exhausted unusable 3 Minor end user impact The CITY's next Repair prior to end of the CITY's second working day working day following date of notification if Software fault or problem with Hardware which is in stock, otherwise Hardware lead times will apply and repair timeframe will be adjusted accordingly Software License Agreement This is a legal agreement between the City of Lodi and ; registered in the State of as an international corporation, in relation to CITY's use of the CONTRACTOR'S (the Software) suite of applications and services to be delivered to the CITY under Agreement number 1. Grant of License A. With respect to all software delivered by CONTRACTOR as a part of the contract which may ensue from this solicitation, CONTRACTOR grants the CITY the right to use the software for internal purposes, including the right to: load and execute the software; to reproduce copies of the software (such as for archival and back-up purposes, for running parallel computing operations, and for operating the AVL from more than one Central Processing Unit), the aforementioned in compliance with the terms and conditions of the software licenses provided for in the CONTRACTOR's proposal; to modify the software (such as through enhancements, upgrades, bug fixes, and conversion to other operating platforms); to integrate with other software; and to otherwise utilize the software for purposes relating to the AVL. B. These rights include all elements relating to the software, including the audio, visual, graphic, and textual elements, in any form or medium now known or later developed and in all formats, such as electronic, magnetic, digital, laser, or optical. These rights are perpetual, nonexclusive, transferable, and royalty -free. C. Except as provided above, software and other written materials created as a part of the contract which may ensue under this solicitation on are owned by the CITY, including documentation and specifications. All works of original authorship created in connection with said contract are "works for hire" as that term is used in connections with the U.S. Copyright Act. Exhibit A—Scope of Services (1) Exhibit A CITY OF LODI ITS RFP To the extent that, by operation of law, the CITY would not own the intellectual property rights in such works, CONTRACTOR hereby assigns its right, titles, and interest to the CITY. Sharing this Software with other individuals or organizations, including commercial organizations is in violation of this license. 2. Copyright. All Software code is protected covered by Intellectual Property Rights and as such is owned by CONTRACTOR and protected by international copyright law. You may not remove or conceal any proprietary notices, labels or marks from the Software. 3. Restrictions on Use. You may not, and you may not permit others to (a) reverse engineer, decompile, decode, decrypt, disassemble, or in any way derive source code from, the Software; (b) modify, distribute, or create derivative works of the Software; (c) copy (other than one back-up copy), distribute, publicly display, transmit, sell, rent, lease or otherwise exploit the Software. 4. Term of Agreement. The term of this Agreement begins upon installation of this Software and shall be valid for 5 years from initial installation on Application Specific Providers (ASP) servers as a fully "hosted" service in accordance with the terms defined within contract CITY 2015-01 between CONTRACTOR and CITY. 5. LIMITED WARRANTY NEITHER CONTRACTOR NOR ANYONE ELSE WHO HAS BEEN INVOLVED IN THE CREATION, PRODUCTION OR DELIVERY OF THIS PRODUCT SHALL BE LIABLE FOR ANY DIRECT INDIRECT, CONSEQUENTIAL OR INCIDENTAL DAMAGES (INCLUDING DAMAGES FOR LOSS OF BUSINESS PROFITS, BUSINESS INTERRUPTION, LOSS OF BUSINESS INFORMATION AND THE LIKE) ARISING OUT OF THE USE OR INABILITY TO USE SUCH PRODUCT OR RELATED TO THIS AGREEMENT, EVEN IF CONTRACTOR HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. CONTRACTOR SHALL NOT BE LIABLE TO YOU FOR ANY INDIRECT, SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES OR LOST PROFITS ARISING OUT OF OR RELATED TO THIS AGREEMENT OR YOUR USE OF THE SOFTWARE AND / OR THE RELATED DOCUMENTATION, EVEN IF CONTRACTOR HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. IN NO EVENT SHALL CONTRACTOR'S LIABILITY HEREUNDER, IF ANY, EXCEED THE PURCHASE PRICE PAID BY YOU FOR THE SOFTWARE. CONTRACTOR warrants to the CITY that the components, software and services furnished by it and/or used by it shall be free from defects in material, workmanship, and design under normal uses and services for a period of twelve (12) months from the date of Final Acceptance. Nothing contained in this Agreement, is intended to affect or limit the CITY's ability to pursue the manufacturer for any breach of warranty for goods and products distributed to the CITY by CONTRACTOR and/or used by CONTRACTOR in the fabrication of the equipment for the CITY described in the Agreement Documents. CONTRACTOR shall function as the first line of support for such implementation during the twelve (12) month warranty period following Final Acceptance, as well as the four ensuing Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP years identified in the Agreement Documents. CONTRACTOR shall provide the CITY with a telephone number to report problems twenty-four (24) hours per day, seven (7) days per week. If the problem is characterized by the CITY as sufficiently severe that the System is wholly or substantially inoperable, CONTRACTOR shall respond to notice of the problem within four (4) hours of notification. Such response shall be made by a knowledgeable technician familiar with the System and, at a minimum, shall acknowledge receipt of the CITY's notification and inform the CITY of the steps CONTRACTOR intends to take to resolve the problem. 6. ACKNOWLEDGMENT BY INSTALLING OR OPERATING THE SOFTWARE, YOU ACKNOWLEDGE THAT YOU HAVE READ AND UNDERSTAND THE FORE GOING AND THAT YOU AGREE TO BE BOUND BY ITS TERMS AND CONDITIONS. YOU ALSO AGREE THAT THIS AGREEMENT IS THE COMPLETE AND EXCLUSIVE STATMENT OF AGREEMENT BETWEEN THE PARTIES AND SUPERSEDES ALL PROPOSED OR PRIOR AGREEMENTS ORAL OR WRITTEN, AND ANY OTHER COMMUNICATIONS BETWEEN THE PARTIES RELATING TO THE LICENSE DESCRIBED HEREIN. Exhibit A —Scope of Services Exhibit A CITY OF LODI ITS RFP Exhibit B — Price Summary Table & Milestone Payment Schedule The payments prescribed herein shall constitute all compensation to CONTRACTOR for all costs of services, including, but not limited to, direct costs of labor of employees engaged by CONTRACTOR, travel expenses, telephone charges, copying and reproduction, computer time, and any and all other costs, expenses and charges of CONTRACTOR, its agents, its subCONTRACTORs and employees. In no event shall the CITY be obligated to pay late fees or interest, whether or not such requirements are contained in CONTRACTOR's invoice. Payment by the CITY will be provided to CONTRACTOR by completion of tasks according the Milestone Payment Schedule. In addition to any amounts that may be withheld pursuant to this Agreement, the CITY shall retain an amount equal to ten percent (10%) of each Progress Payment until the CITY's Final Acceptance of the Project. PROPOSERs are required to submit their price Proposals using the Price Summary Table presented here or a table consistent with its format. The Summary consists of two forms: one form to be used for each discrete solution cost; and one form summarizing the total cost for all solutions. PROPOSERS shall submit a cost for each line item. For each solution, a total capital cost and estimated cost of operation and maintenance should be listed and described. The operation and maintenance cost shall include and detail all anticipated sources of ongoing costs, including, but not limited to: royalties, software license fees, technical support, training, rentals or anticipated replacements. The PROPOSER shall complete the forms, leaving no requested fields blank. In the case of fields that represent items with no cost associated, or items that shall not be provided by the PROPOSER, the number zero shall be used. The price summary form represents the total cost of the PROPOSER to furnish all labor, materials and services at the prices as quoted herein, in conformance with all the specifications and Agreement documents. The units submitted shall be consistent with the numbers specified in the RFP, and shall include spares as determined by the CITY for effective system operation. The PROPOSER should modify or clarify entries, as necessary, so that the price summary represents the total cost to provide the System. The total cost shall include all incidentals associated with the hardware and software, such as mounting hardware, cables, fasteners, brackets and housings. CITY shall not incur additional costs for any additional equipment, services, shipping, handling, communications, installation or testing. The Agreement shall be a firm fixed price Agreement. The Price Summary Table will be used as a basis for cost calculations during the Project and it is understood that these unit prices will be held firm until Final System Acceptance. Exhibit A —Scope of Services V n� • 1I Exhibit PRICE SUMMARY TABLE NOTE: PROPOSER must cite / list in their Cost Proposal any costs (which the PROPOSER has not included in the offering) to the CITY that would be recurring, such as: monthly cellular costs, annual IVR licensing costs, additional telephone lines in support of IVR, etc. The CITY wants NO surprises! D. Optional Requirements Exhibit A —Scope of Services Ah I Exhibit A CITY OF LODI ITS RFP MV (first - please Sub -Total: Additional Items w0cmd �Istieln SLP�Ort'flnd AAaIhlen8n"1.Yelu Tw* QP11oi B �tstem 8uppgr! and 2"91 nance: Year Three (OPiloael) Extended System Support and Maintenance, Year Four (Optional) Extended System Support and Maintenance, Year Five (Optional] Other - please insert and describe Mdendsd MairdenaAft 89-Tdtal: . TaWW* A -System IntlFalion Takia B- F id-RoWeNkhtclos Table C - Passenger Information etwork Table D - Optional Requirements Table E- Spare Contpo[1eAta TWO F-. scallanaaysInd." Table G- Extended System Support and MalrA4R K4 Total of All Costs: SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A -Scope of Services DATE Exhibit A CITY OF LODI ITS RFP The following Milestone / Payment Schedule are being proposed as part of this RFP. The PROPOSER may offer an alternative for consideration by the CITY. During the Agreement process with selected CONTRACTOR, % of totals will be added once all ITS elements have been identified and incorporated into the Agreement. Proposed Milestone Payment Indices 10% retainage perm;lestane SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A —Scope of Services % of Fixed Price Task Project Plan / wBS Total Task Cost System Initiation System Design Fixed Route Installation (1-14) Automatic Passenger Counters (APC) — Optional Interactive Voice Response (IVR) — Optional Bus Stop Surveys (geo-coding) — phonal Fleet/ Installation Sign -off PIN (signage, mobile apps web site) 30 -Day Acceptance Test Training Reports System Documentation System Acceptance Totals: 10% retainage perm;lestane SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE NAME AND TITLE OF CONTRACTOR'S AUTHORIZED OFFICIAL Exhibit A —Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP !Nulrernents for consultant The Consultant shall take out and maintain during the life of this Agreement, Insurance coverage as listed below. These insurance policies sWI protect Consultant and any subcontractor performing %work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, whlch may arise from Consultant's operations under this Agreement, whether such operations be by Consultant, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COM PREHFNqIVF GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Each Occurrence Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuantto this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version of thisform, or an equivalent form providing equivalent liability coverage. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by eItherthe Named 1nsured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or In excess of the specified minimum Insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in these insurance requirements; or (tl) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Consultant; whichever is greater. Consultant agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy ofthe certificate(s) of insurance with the following endorsements shall be furnished to the City; (a) Additional Named Insured Endorsement_ Pursuant to a separate endorsement (ISO form CO 2010 (111 f95) or equivalent form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents., employees, and volunteers as additional named insureds. (b) Additional Insurance coverage under the Consultant's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 0413. NOTE: (1) The street address of the CITY OF LOOI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description oftherp olect that it is insuring. Insurance Requirements for Consultant (continued) Exhibit A —Scope of Services (1) 1 Exhibit A CITY OFLODI ITS RFP (c) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Consuftant shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's oven insurance or self-insurance shall be called upon to protect the City as a named insured. (d) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (e) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability, (f) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St, Lodi, CA 95240. (g) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Consultant shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement Consultant shall provide proof of continuing insurance on at least an annual basis during the Term. If Consultant's insurance lapses or is discontinued for any reason, Consultant shall immediately notify the City and immediately obtain replacement insurance. (h) Failure to Comply If Consultant fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance Consultant shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Consultant of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Consultant shall pay such reimbursement and interest on the first (1) day of the month following the Citys notice. Notwithstanding and other provision of this Agreement, if Consultant fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Consuftant shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Consultant shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Consultant's employees employed at the site of the project and, if any work is sublet, Consultant shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Consultant In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Workers Compensation Statute, the Consultant shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation Is required for workers compensation insurance, This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. ExhibitA — Scope of Services (1) Exhibit A CITY OF LODI Exhibit D — Supplemental Terms and Conditions Section 1.0 Acknowledgement CONTRACTOR acknowledges, warrants and represents that it has thoroughly investigated the Scope of Services to be provided by CONTRACTOR and has examined all relevant documents and reports, has visited and examined the delivery routes and installation sites for equipment and materials which it has agreed to supply herein, and is familiar with local conditions which may affect its manufacture and delivery of said equipment. Section 1.1 Time for Completion of Work CONTRACTOR shall perform all services diligently and complete this Project within six (6) months after a Notice to Proceed. Completion shall mean formal written acceptance by CITY. Final Acceptance for the Full System Deployment ('Final Acceptance") will be granted after thirty (30) calendar days of continuous achievement of the acceptance metrics and error - free production operation of the System from the System Go -Live date. Section 1.2 Staffing CONTRACTOR agrees and designates the following Project team members as "Key Personnel": Name them here: CONTRACTOR agrees that said Key Personnel will be able to dedicate 100°% of their time to the Project, as needed, for the successful and timely completion of the Project. Section 1.3 Subcontracts CONTRACTOR agrees to use the following SUBCONTRACTOR as identified and specified herein: If any, listed here: Exhibit A—Scope of Services (1) 1 Exhibit A CITY OF LODI ITS RFP Section 1.4 Implementation and Intearation of Services CONTRACTOR will coordinate all activities, including but not limited to implementation and integration services, inspection, field testing of equipment, monitoring and reporting CONTRACTOR's progress with and to the CITY. CONTRACTOR will cooperate with and advise the CITY of CONTRACTOR's progress and timing schedules for the Project and shall provide the CITY access to CONTRACTOR's equipment and facilities for the CITY's inspection of this Project. The CITY shall have the authority to cause CONTRACTOR's work to be stopped if such work is not in accordance with the Agreement Documents. The CITY shall designate a representative ("CITY Representative") who shall have authority to take all actions on behalf of the CITY. CONTRACTOR shall direct all notices and other correspondence to the CITY Representative. Any notices or approvals from the CITY that are not sent by the CITY Representative shall be subsequently confirmed by the CITY Representative. Section 1.5 Labor and Materials CONTRACTOR shall provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility related to construction, implementation and integration services, and transportation services required to complete the Project. Section 1.6 Component Price Protection CONTRACTOR shall guarantee price protection for three (3) years after Final Acceptance of the Project as specified in the Price Summary attached hereto and incorporated herein by reference as Exhibit . Price Protection represents a do -not -exceed amount as prices for products and components may be reduced during the three (3) year period. The Price Protection excludes products and components supplied by third parties. Section 1.7 Quality All materials furnished by the CONTRACTOR shall be new and of the agreed quality for their particular use hereunder and shall be in accordance with the Agreement Documents. Work shall be performed by skilled workers fully qualified for their trade, and shall be subject to the approval of the CITY. Such approval shall not be unreasonably withheld or delayed. Section 1.8 Proaress CONTRACTOR shall comply with all orders of the CITY in regard to maintaining adequate progress, but neither the making of such demands nor the failure of the CITY to make such demands shall relieve the CONTRACTOR of his obligation to secure the quality of equipment and I or performance of work and completion of work as required in the Agreement Documents, and the CONTRACTOR alone will be responsible for the safety, efficiency, and adequacy of his plant, equipment, appliances, and methods used in completing the Project and Exhibit A —Scope of Services (1) Exhibit A CITY OF LODI ITS RFP for any direct damage which may result from their failure or their improper construction, installation, maintenance, or operation of the Project. Section 1.9 Site Security CONTRACTOR shall comply with all the CITY requests regarding site security and access requirements. Section 1.10 Professional Responsibility Notwithstanding any other provision in this Agreement, the review and / or approval by the CITY, or any of its City Council Members, officers, employees or agents, of any technical specifications, design documents and all other work products or project communications prepared by CONTRACTOR or any of its SUBCONTRACTOR's, or of any acts or failures to act by CONTRACTOR or any of its SUBCONTRACTOR's, shall not relieve CONTRACTOR or any of its SUBCONTRACTORS of any professional responsibility for the services performed Section 1.11 Laws Ordinances and/or Regulations CONTRACTOR shall keep himself informed of all applicable laws, ordinances and regulations in any manner affecting those engaged or employed on the Project, or the materials used in the Project, or affecting the conduct of the Project and all orders and decrees of bodies or tribunals having any jurisdiction or authority over the Project. If any discrepancy or inconsistency should be discovered in this Agreement or the Agreement Documents, or in the specifications, or drawings relating thereto, CONTRACTOR shall forthwith report the same, in writing to the CITY. CONTRACTOR shall at all times observe and comply with any and all such laws, ordinances, and regulations. Section 1.12 Quantity and Quality CONTRACTOR agrees to deliver goods and services of the kind and quality specified and in the quantities specified. Section 1.13 Option of Obtaining Services Outside of Contract The CITY reserves the right to contract separately for other services within the scope of this project if in the best interest of the CITY, and may request such services to billed and paid directly through the CONTRACTOR without markup (pass through). Section 1.14 Taxes CONTRACTOR is responsible for paying, when due, all income taxes, including estimated taxes, incurred as result of the compensation paid by the CITY to CONTRACTOR for services under this Agreement. CONTRACTOR shall also pay applicable California sales and use taxes. If CONTRACTOR is not sales tax qualified, then the CITY will deduct said sales and Exhibit A—Scope of Services a'� ax co y.r•• Exhibit use taxes from the Agreement Price and pay directly to the State of California. Upon request, CONTRACTOR will provide the CITY with proof of timely payments made herein. CONTRACTOR agrees to indemnify the CITY for claims, costs, losses, fees, penalties, interest or damages suffered by the CITY resulting from CONTRACTOR's failure to comply. Section 1.15 Intellectual Property Rights CONTRACTOR agrees to communicate promptly to the CITY full particulars with respect to any and all ideas and solutions (whether or not patentable) conceived in connection with work performed during the Project. Such ideas and solutions shall become the property of the CITY and CONTRACTOR agrees to assign to the CITY, upon the CITY's request, all of its rights, title and interest in such property. This includes any and all patents and applications for patents based on these ideas and solutions. Section 1.16 Patents CONTRACTOR shall pay all royalties and license fees attributable to the use of goods, materials, equipment or processes used to perform its obligations hereunder. CONTRACTOR agrees to indemnify the CITY for claims, costs, losses, fees, penalties, interest or damages suffered by the CITY resulting from CONTRACTOR's failure to comply. Section 1.17 Ownership of Work Product CONTRACTOR agrees that all designs, plans, reports, specifications, drawings, processes, and other information or items produced by CONTRACTOR while performing services under this Agreement will be assigned to the CITY as the sole and exclusive property of the CITY and the CITY's assignees, nominees, and successors. This includes all data (routes, latitudes / longitudes, stop locations, bus schedules, operator bids, etc.), reports, technical specifications, design documents, custom software source and compiled code, user manuals, technical reports and studies, and any other documents, materials, data and products ("Work Products") prepared or assembled by CONTRACTOR or obtained from others ("SUBCONTRACTORs") by CONTRACTOR in connection with the services under this Agreement. The Work Products shall be the property of the CITY and copies shall be delivered to the CITY promptly upon the completion of the work or upon an earlier termination of this Agreement. CONTRACTOR shall be responsible for the preservation of any and all Work Products prior to transmittal to the CITY; and CONTRACTOR shall replace any such Work Exhibit A —Scope of Services CITY OF LODI ITS RFP Products as are lost, destroyed or damaged while in its possession without additional cost to the CITY. Section 1.18 Software ! Database License CONTRACTOR shall obtain and maintain all intellectual property licenses which may be necessary to carry out and perform this Agreement. CONTRACTOR may propose and procure one or more software products, including the (Product Name) application and supportable databases to fully meet the system implementation and integration requirements of the Project. CONTRACTOR agrees to indemnify the CITY for claims, costs, losses, fees, penalties, interest or damages suffered by the CITY resulting from CONTRACTOR's failure to obtain or maintain necessary licenses. CONTRACTOR acknowledges, warrants and represents that it has the right to use, copy, reproduce, or display any intellectual property, including, but not limited, to patents, copyrights, trademarks, or trade secrets, which may be used to execute the terms of this Agreement, and that such rights are assignable to the CITY. On or before the delivery date, CONTRACTOR shall assign the license rights of relevant intellectual property to the CITY and deliver a correct number of complete copies of software to the applicable installation site or any other locations established by the parties. Section 1.19 In—Sourcing As a way to further protect the CITY, upon the CITY's written notice and during the Agreement period, the CONTRACTOR shall furnish transition services from the Hosting provider to the CITY. The purpose of this In -sourcing (Path -Back) is to give the CITY the ability and the means to transition the Hosted services back to the CITY or to another Hosting provider. This includes, but is not limited to, software, databases, processes, services, hardware, communications, and data and records. Section 1.20 Risk of Loss CONTRACTOR shall bear the risk of loss or injury or damage to its work until such time as the CITY has, by written formal acceptance, accepted said work. For the purposes of this section, the work does not include any existing property of the CITY, unless said existing property is modified by the Project. The CITY's acceptance shall occur when the Project has successfully tested and complies with the requirements contained in the Scope of Services. During the time period which CONTRACTOR must bear the risk of loss, CONTRACTOR shall rebuild, repair, restore, and replace and make good all injuries or damage to such work, and shall bear the expenses thereof, except for such injuries or damages as are occasioned by acts Exhibit A —Scope of Services (1) IEEE CITY OF LODI of the federal government or public entity, and only to the extent of five percent (5%) of the Agreement amount where such injuries or damages are proximately caused by an act of God within the meaning of California Public Contract Code Section 7105. Section 1.21 Prevailina Waae If required by applicable state law, including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing Wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available the website for State of California Prevailing wage determination at http://www.dir.ca.gov/DLSIUPWD. Section 1.22 Liquidated Damages Time is of the essence in this Agreement. It is agreed by the parties to this Agreement that in case all construction / services called for under the Agreement Documents are not completed within six (6) months after the initial Notice to Proceed, as extended by delays approved in accordance with this Agreement and the Scope of Services, damages will be sustained by the CITY and that it is, and will be, impracticable or extremely difficult to ascertain and determine the actual damages, the CITY will sustain in the event of, and by reason of such delay. It is, therefore, agreed that such damages shall be presumed to be the amount referenced in the Request for Proposal or One Hundred dollars ($100.00) per day per bus. The CITY may waive damages, if CONTRACTOR can demonstrate conditions which caused unavoidable delay to complete project within six (6) months, to the extent such damages may be waived under the Agreement Documents. Section 1.23 Warranty A. Software Warranty: CONTRACTOR warrants to the CITY that the components, software and services furnished by it and / or used by it shall be free from defects in material, workmanship, and design under normal uses and services for a period of twelve (12) months from date of Final Acceptance. Nothing contained in this Agreement, is intended to affect or limit the CITY's ability to pursue the manufacturer for any breach of warranty for goods and products distributed to the CITY by CONTRACTOR and / or used by CONTRACTOR in the fabrication of the equipment for the CITY described in the Agreement Documents. Exhibit A — Scope of Services Exhibit A CITY OF LODI ITS RFP B. Implementation / Component Warranty: As prime CONTRACTOR for the ITS System to be furnished under this Agreement, CONTRACTOR shall function as the first line of support for such implementation during the twelve (12) month warranty period following Final Acceptance, as well as the four ensuing years identified in the Agreement Documents. CONTRACTOR shall provide the CITY with a telephone number to report problems twenty- four (24) hours per day, seven (7) days per week. If the problem as characterized by the CITY is sufficiently severe that the System is wholly or substantially inoperable, CONTRACTOR shall respond to notice of the problem within four (4) hours of notification. Such response shall be made by a knowledgeable technician familiar with the System and, at a minimum, shall acknowledge receipt of the CITY's notification and inform the CITY of the steps CONTRACTOR intends to take to resolve problem. Exhibit A—Scope of Services ITP: Intclli�4ent'franst)ortation System The City of Lodi Transit, California DoubteMap 429 N. Pennsylvania Street Suite 401 Indianapolis, IN 46204 OOUbleMAP wv.M�Dov61oM..P eow� Exhibit Al - Double Map Proposal Transmittal Letter rrlret /e!/(r �hriui� canl/!zl! rd lil / �iiziir,,ro�� of lfn' Pl�O[IOIV �R ; cu//, it/.i ( ,41ei•rerr,,; the V7-opo.!al cow n!, l ,e rw,/e, fit ivrloi?E' fl,,fN i1�EY; ; S//GJI.' C1ddjI c_JI"r alid ph;d'ir'!T� !1da"Z',:i 0" i%?(' if'CIPY/ t'/J7i!!lr'l. �1( Ii721i Y/7ll cir -:'ll(Y %1Cls' t/JO !/1' n/J7?lii'c%c' IN 11R(%PO'S 1'1Z;! I'('t'i'!f'% of r.Jn l R1'1, C,Iddr,&I7. '11,0 "or(;)"r`F'It(!'7ilf%JG iw'/Nlli' a 1-Mlewef?I lija1 //", 111-ol o'!a/i7lC!i I/AY IOI"' CO;."I ilSLr_fii 0i!, �0✓e'Y'/llfiit'U/[Oi'. Or"rAV?r'Mel!i /b 10a!"Y i/1:7,'i(i'm,1/r.'d/0 r'i7r`f ro.posa/ a.-,1 G>/,."o P}\01 i)YI�1Z� %'%%i1�1�G .r1pi: (i1i'�U.i?iir' 07%%,'el 1 R��1 ),5 i :}V %i1;/,!i !Ltk'�f7(:JSc'[iF'e %1�;Jl �ilui'.! rfl"P 7iYil /Oi'rd�7G9'.Otl ril /SO 1;%Ij.. 1 !., i/i%', r :'(/%b'i'.�i-rd;:- r19(' .!'ii?J ; i,S '�: /��, _%:iri:iYin cf%!,hoj,7z i'c! /0 (!id Cl/[ i 1 !'B(ir'/c'n> ilii,hro,"'ose(l .f r.'i'f'%f,'e;i i'JliW) ;;'')e C I1 1' fi12 lJ,i'i!di/ n,' /d,,' ;!r.•/�/i/li L )R 110 S'1�R, Thank you for evaluating DoubleMap's submission! DoubleMap is fortunate to provide a response to The City of Lodi ("The CITY") Intelligent Transportation System RFP, and recognizes that significant time was taken on the scope of this RFP. Our proposal strives to reflect why a unique firm like DoubleMap, is the best asset to accomplish your goals. DoubleMap is a partner -owned was founded by several former Google Engineers who saw an opportunity within the ITS (Intelligent Transportation System) industry — large players with rigid software from the late '80s and early '90s, who now face difficulty in modifying their solutions. Many do not provide information in the context of the modern rider — smartphones, up -to -the -second information, real-time bus movements. These vendors focused on antiquated, costly hardware, which cannot scale to an agency's future needs without a large overhaul. These groups often chase the largest clients and cannot provide customization or above -and -beyond support, since mid-sized agencies are seen as one of many unimportant, smaller clients. Newer firms innovated the ITS space, but still struggled with real-time changes (routes, detours), which result in queues and downtime. Among the newer entrants to the ITS space, this is where DoubleMap has innovated (and continues to do so). DoubleMap is designed to use cutting-edge hardware, while focusing greatly on administrative ease-of-use, and rider -based applications. DoubleMap's ability to provide leading transit software, while simultaneously limiting hardware and data costs, are the pillars of its success versus incumbents. DoubleMap is built on four key pillars, which are detailed below: 19 Excellent Support: Clients have a dedicated DoubleMap lead with a direct line for questions Cost -Effective Solutions: The DoubleMap architecture is able to stay lean, yet scalable which allows agencies to afford ITS solutions that could not otherwise fit into grant allocations Client Protection: DoubleMap is protected against ArrivalStar GPS patent lawsuits, which have cost agencies millions of dollars in legal fees over the past 2-3 years. This patent trolling company has targeted agencies of all sizes, but DoubleMap is able to offer full patent protection. Consistent Innovation: DoubleMap offers rider -facing tools such as smartphone applications with real-time bus movements, but also offers the ability to connect to multiple in -vehicle systems. These integrations link voice annunciation, fare collection, passenger counting, destination signage, cameras, and passenger wi-fi into DoubleMap's CAD/AVL system. D OUbleMAP 2 Exhibit Al - DoubleMap Proposal It is important to evaluate each vendor on these four pillars, as well as considering their ability to adapt with your changing environment as you plan into the future. Most vendors offer solutions that adequately meet the scope of this RFP, but how have they performed at other client locations once they have been selected? On multiple occasions, DoubleMap has been selected to replace systems provided by its competitors as a result of their inability to deliver on promised features, or their inability to interface with necessary in -vehicle components. Within the last year, DoubleMap has replaced systems by multiple competing vendors, including Transloc and Nextbus. One of DoubleMap's key areas of focus involves public transit agency compliance with the regulations put forth in the 1990 Americans with Disabilities Act (ADA). According to the Americans with Disabilities Act guidelines under Section 37, every public transportation system in the United States must provide voice announcements on all vehicles used to transport any individuals. Compliance with these standards has recently become a major area of focus for many public transit agencies, as the United States Department of Justice and the Federal Transit Administration have cited agencies for not providing voice announcements for routes and stops. Fortunately for our clients, DoubleMap is able to provide a module that completely automates the voice announcements process. DoubleMap's Automatic Stop Announcement system (ASA) module ties in directly with all CAD/AVL features with >ninimal hardware additions. Not only does DoubleMap's ASA module tie directly into our CAD/AVL module, but it also eliminates the need for drivers to announce stops and routes themselves. One of the key components of DoubleMap's ASA module is the fact that we use a digitized voice synthesizer, which allows an agency to have the most exact phonetic pronunciation of the voice announcements. DoubleMap's digitized voice synthesizer essentially eliminates the problem of having to record new and existing stop and route announcements. Furthermore, it is important to note that the Automatic Stop Announcement system (ASA) module is an addition that can be implemented at a later date. DoubleMap is able to cater to our clients' needs, and if going with Automatic Stop Announcements (ASA) at a later date is more feasible for an agency, then we are more than happy and able to do so. Additionally, we're working on new generation and mobile payment solutions. As your system's goals and sophistication advances, DoubleMap will be the right transit Partner, DoubleMap is an industry leader in providing Automated Passenger Counting (APC) integrations into a robust CAD/AVL system. One of the most important features of an APC and CAD/AVL integrated system involves the degree and overall amount of reporting a vendor is able to provide a client. In an effort to supply the most accurate and useful passenger counting analytics, all of DoubleMap's reports are NTD and FTA certified, and DoubleMap prides itself on delivering the most accurate and robust reporting and data analytics on the market. Additionally, DoubleMap's APC and CAD/AVL integrated system provides various reporting tools for administrators, such as passenger counting and ridership reports. One of the DOUbI@MAP 3 Exhibit Al - DoubleMap Proposal most important aspects regarding the DoubleMap reporting module revolves around client customization. DoubleMap is able to create customized reports based upon any agency's transportation needs. DoubleMap's goal is to aid in developing an agency's ideal transit scenario, in any way possible. As a result of DoubleMap's dedicated team and experience with public transit agencies, DoubleMap is able to provide an efficient and seamless installation and integration of all offered services. DoubleMap provides the most timely installations in the industry, delivering a working product often within a month's time of a signed contract. Additionally, DoubleMap provides each and every client with a dedicated client representative to aid throughout the installation and implementation process. DoubleMap's ability to deliver on promises gave our clients confidence in replacing existing implementations, but it has been our innovative drive that has amassed over 85 clients on three separate continents - all within the past six years. We recognized that each client has unique needs, so DoubleMap has been built with flexibility in mind. Each module DoubleMap offers is interchangeable, so clients can select modules a -la -carte to fit their needs as opposed to a one -size -fits -all system. This flexibility has resulted in a client mix ranging from fortune 500 companies like Walt Disney Studios, to municipalities like Como Connect ui N issouri, and Universities like Georgetown and Michigan. These client successes, as well as client trust in us to deliver where others have sttunbled, offer a track record of excellence that can be expected if DoubleMap is selected as a partner. Sincerely, Ilya Rekhter CEO, DoubleMap Inc. DD OUbleMAP Hnµv.Dovbl aN1..p.co.M 4 Exhibit Al - DoubleMap Proposal Transmittal Letter CAD/AVL Solution I'assefiVcr Information Network Inte gra tions i,l] 1'6 1 lie ult 1' uzc'tia�:7a1 tee ttircmcitis 8.1 Single Sign -On / Component Inteaation Mobile Dara Terminal Vehicle Logic Unit 8.2 Auto.maric Vehicic Location (cLVLI Meal -Time Schcdulr tell urciicc �[ ln-'I.'imr I'trli�tmasut') IIIot7ie(�rin,= On -'Time Performance Report. Heachvay analysis 8.2.1 GIGS Recur er C;I'ti Rccciyvr Reuturemenls CIPS Information Position Accuracy- Location Refresh Ratcs GPS Antenna GPS Hardware Requirements 8.2 .2 Vehicle Logic Unit NUT) AVL Location Data GPS Integration Onboard Fcluipment Intelnation Additional Tnput/ Outputs Most Recent Localions 8,2.3 .Mobile Data Terminal (NIDTI 8.2.4 Covert Alorm 8.3 CAHIII)IRCt' •lidCd l7ts3:il.ch (:AD) I-unclisms Operator and Vehicle Tnformanon Vehicle Locations R.outc Schedule, - Calendar View Route Vie�ti Schedule Adherence 8.3.1 General Rc�tdrements Comprehensive Nlan Locations Imhort of AVL Nlata Estimated "hi.tne of ,Arrival DoubleMAP wHn�r.Dov6lcMn�, con, Exhibit Al - Double Map Proposal „U Rcletr't(' • inlrlrmalicnt 1)tI LI Zoom In/Out Route and Street Names Vehicle Status Information Schedulc Status Route Status Vehicle Tvpe Noxi-Scheduled Vehicles Logged-Off Vehicles OL)crator Name Direction of Travel FT, Schedule Information Two-wa�,_Capabilities Adch(uonal Sctvices Tetnnorat�-, Change of Times 8.3.3 Vehicle Status 8.3.4 Service Performance Off -Route / Schedule Mordtoring Lace. Pull Out's / In's Schedule ,adherence Monitorintr Schedule Adhermce Calculations Project Recoveq� Times 8.3.5 Turn-Back llonjtorin r New Location Adjusunents Continuation of Monirorine 9.00 Lional Recluiterrtents 9. i AL110ITME, I'assc n rt Countcn; Digital Passenger Count Ser,trate Passenger Counting Accuracv Detection Multiple Lntiv, Doors Doonvav Detection Data Com )jlation and Integration Titne-stamped Data 9.2 Inicrac-t.ive Pince Kcw�mnc VII) Rv.,Ic n Next :Arrival Predictions Arrival Information Voice. Prompts Suanish Lanl;u.age DoubleMAP Exhibit Al - DoubleMap Proposal 9.3 Bus Stop SunT 10.0 Architectural .Requirements 10.1 Hosted /Managed Services 10.2 Information 'hechnolocr`- Architecture 10.2.1 Ownership of Dara Standard Data Retention Operational Data Ownersh.io 10.2.2 Scheduled 1\laintenance 10.2.3 Continuity, of Services 11. Additional Rcnuiremcnts 11.1 Reports Bus Hisam- Module Route Ilistorl° I✓'lodule Canned Reports NTD Reports Schedule Adherence Rehort age-Arrival r.rival Times Report Det,,uled Trip Log Report Passenger Miles Travelled Report. Tlileoge Rc )ort Shift Report Exception Report Performance Report Addi.ticnlal. Customized Rcl)orts 11.2 T'rainin� Fixed Route SuDernTisor "Training* In- Vchicle f 1a.1dwa.re Ovm-inv an 1 f1cm 1,1•1c• i v Data Mining & Analt`sis Training RtcoI Timv IIii s:cn c.r Inff mmation titi>>c tz Fr.uning Vehicle Operator Instniction Training 'Materials and M',It uals l 1.2.1 Training Plan Training Plan Details Overall Description Duration of Courses Training Deliver, Schedule Purpose of Fach Class Attendees Duration of Classes DoubleMAP 7 Exhibit Al - DoubleMap Proposal •Tr,,uning'Materials and Gtddes Facilitv / l;duiiam� etit Reduireu-ients Training; Assumptions 11.22 Suji�)lemental Traima 11.3 'Testine \Fitness 'Pests and Inspections Test Records Additional Tcstin l 1.3.1 o-D.i.• Rolling _Opc'm umial C,( Functionaht�• 'bests I Iardware Testiu� Sofnvarc. Testing On -Board Functions Interface Testing Sptcrn Response Times Svstem Stability Itiicndcd Stab llilr niCSysrct11,, Tc-srin 11.4 Docuuie.ntation Maintenance Scrv.icc Manual 11.5 Dcsig� / Implerncntation 1 1.5, I V "ode SIAIIdaI'd, an(1_ Rc(IitIrcI11C11t:ti 11.5.2 Ins talladon Third Pam- Suppliers Coordination of `'ehicle. W`o.rk 11. 5.3 [:cltlipnient Removal Rclrscsttinn and Ret tural iurl flan 1.1.5.4 Obsolescence 11.5.5 Environmental 11.5.6 S� stem Scalahilitv 11.6 Projcct A%lanagcm.cnr Proicct ItlanatTer Designation p- 11.6.2 Projcct. Staffing Ilya Rekh ter — Lead Project Manager FFmc ltstslg; — I )11,cc.lor r,l I'roduc-t l )cvf,- l)I11cr�t Rrid Y(r IIng -- Proit.cI ( hpt•ratir111. altd I.Vad 011 -mu IItSt:sllatlr�n''l'raltii�l�� I3irrctrn Llan l.cathr-rs — (ln..Sit [) 7�1-atiunti lnsT-,Ahition 11.6.3 Project Plan 11.6.4 Weekly Status Reports 11.6.5 Deliverables Project Plan DoubleMAP v�.ww.Do�btaM..p. co... Exhibit Al - DoubleMap Proposal -stem Design Docurnent Fc- i l"Lln / hrnr.c+ciurc_ 1c c •IMICc t;rticri,t Training Plan /Materials Maintenance Manuals QualityAssurance Plan Final Acceptance Test 11.6.6 (duality Assurance Plan 11.7 Warranty / Maintenance 1.1.7.1 Installation V 72rrsntty Svstetn Un2r des 11.7.2 "Fingertip" Diad>nostics 11.7.3 Blaintainab.ilin Replaceable and Repairable Components Interchangeable Components Replacement Cornjmtib&li 1 1. _4 Service 1.cycl Agi-c•umun5(SLA) 11.7.3 Out Year Costs !Optional) 11.8 Spare Components 11.9 Component Price Protection 11.10 Schedule R�ients l .�hibis F' I�c� lrct�lentti AckII0NVICdjWIII :II 'I ssblc Exhibit G Price Surnman fables 1l`xhibit I - References Reference 1 Reference 2 Reference 3 DoubleMAP w—w.DovbIoM.,P.co Exhibit Al - DoubleMap Proposal Executive Summary lily Ude 'd 2-4�7C[(r(' DOr:T!'3G'i�' 0�>�il rfl� n" Propo!aai drP'o'V'ii, Ibe Yno.illf7l��Gi Cf1!�YY'�i"il/.i of tyle IIIZOIIO.S LR'.� .rollni ofl.l and DoubleMap has a plethora of system functions to offer the CITY for a cost-effective GPS/AVL System solution. DoubleMap has been built with flexibility in mind, allowing DoubleMap to offer individualized, custom-built systems, as opposed to other, larger systems that are one -size -fits -all. DoubleMap has installed in over 80 locations, across three continents - and each system is custom-tailored to the clients' needs. This flexibility has resulted in a client mix ranging from Fortune 500 companies like Walt Disney Studios to municipalities like Como Connect in Missouri and Bloomington Transit, in Indiana. DoubleMap's commitment to clients has resulted in DoubleMap never losing_a client. CAD /AVL Solution DoubleMap is well -versed in providing the exact type of solution that the CITY is requesting. DoubleMap is able to provide a fully commercial, off-the-shelf ITS solution for the CITY that is capable of tracking the system's buses accurately and with precision. DoubleMap is able to provide extremely accurate vehicle tracking for both the public and administrative -facing side of the system. Administrators are able to do everything from set-up personalized alerts for their specific username, to tracking only buses that they want to track. DoubleMap is able to offer innovative training, and unmatched flexibility. For administrators, the platform has been designed to work on any office computer and display seamless vehicle locations on a map interface in real-time. The dashboard allows for unlimited users (licenses), unlimited edits/changes, and unlimited route/stop additions. Among many of the mapping features offered by DoubleMap, are the geo-fencing capabilities as well as our pioneered Visual Route and Stop Creator, which allows for point -and -click route and stop editing. Passenger Information Network The DoubleMap solution is built around an industry -best smartphone application - which DoubleMap has included as part of the overall Passenger Information Network. This smartphone application allows riders to really see where the vehicle is in real-time due to the 1-2 second update rate of the system. Riders are able to create Rider Alerts that notify them when their specific bus is close, as well as see real-time ETAS for every stop on every route of their system. DoubleMap's system is built on the cloud, allowing for instant data retrieval and storage. Most importantly for the CITY, this cloud -basis allows for unmatched flexibility and a system that is built on a cross -platform schematic. Riders are able to see the same items on their smartphone as they are on the DoubleMap-integrated website, and can easily hop back and forth. The system is even built to remember their preferred routes and stops, and will reload with these routes and stops automatically selected. Additionally, riders never have to manually update or refresh the website or mobile apps - the system automatically refreshes. Double~ 10 Exhibit Al - DoubleMap Proposal Integrations Since DoubleMap is built on a cross -platform approach, the overall system can integrate with nearly every piece of existing transit software. DoubleMap has the capability of integrating with all existing items on vehicles, and DoubleMap has a strong partner relationship with nearly every vendor in the transit space. DoubleMap is able to integrate with security cameras and surveillance systems (AngelTrax, SafetyVision), fareboxes (Genfare), Automatic Passenger Counters (DILAX, UTA), Automated Voice Annunciation/IVR (proprietary), on -vehicle signage and transit center screens (Twinvision/Luminator), and more. DoubleMap is often able to push software updates/addons, such as IVR or ASA, over one weekend due to the cloud -based nature of the system. DoubleMap is committed to building a strong, lasting relationship with each client - DoubleMap has never lost a client. and clients have any wants and desires built out or furnished upon request. DoubleMap is even able to build out custom integrations for clients, if the CITY is interested. LDOUt7I@MAP 11 Exhibit Al - DoubleMap Proposal 8.0 Fixed Route Functional Requirements 8.1 Single Sign -On / Component Integration '17)r (,I S' rRp�a,Ltr tbrr> /br Pl"OPOY] G1 iI GL>/:1 i'X ' Od)'J:j? '1,: /L/i' I 12;1loilil r;? (u(a h Opol,"I/on 01)/0 "ai 71l/i��tZ7; C[r C/?/'�?i%071:; �75J i _�}JidYY,� ;'1f111 _i �)/J1611.1 Ni;r O?J; #)e' 1I ; f% 7L�� 1 / ' % L f /'. / /i -70 I J�J,�'nm/run.�n,.u;r rolorl'u_. din ad'.11/1o1i .o /L/r f;1'11. a/ "u.e ro/ %errlLd /o, /h PROPO'H R V° ;r%r Lof'y r 1 'r</ (I Ll'). I 6icia .S/0/) 1Ml2�YC%li/LUiJ ��,5� 1i. rdi?d %7l!r.'i""./(iT P,� J'.r!f'/fll. NROIIO)Jti R i IrA�<` �)i%17lKdl" Cd DoubleMap's system has pioneered the ability to integrate multiple hardware components (existing and new) into a system that provides user-friendly administrative tools along with cutting-edge public interfaces (single log-on/off, real-time web, smartphone, touchscreen, etc). DoubleMap is able to readily interface to a wide variety of on -board devices manufactured by various suppliers as a crucial element in providing facilities and services required to meet future regulatory and service demands. To help meet these demands, all vehicle -based equipment support industry standard interfaces and protocols, and integrate through DoubleMap's touchscreen mobile data terminal (MDT) and vehicle logic unit (VLU). DoubleMap has successfully used its MDT + VLU solution to integrate with the following in -vehicle components: 1) Camera System (ex: AngelTrax) 2) Fareboxes (ex: GFI Genfare) 3) In -Vehicle Signage (ex: Luminator) 4) Destination Signs (ex: Luminator/Twinvision) 5) Vehicle Diagnostics via OBDII 6) Automatic Passenger Counters (ex: UTA) 7) Automated voice annunciation systems (DoubleMap has a proprietary system) DoubleMap's MDT + VLU solution has been able to integrate with such a wide variety of in -vehicle components through the use of the following protocols: J1708, J1939, OBDII, Bluetooth, WiFi, and audio output port. Mobile Data Terminal DoubleMap's primary piece of hardware, the Mobile Data Terminal (MDT) is utilized in each vehicle. Each component in DoubleMap's MTD offering has been used in hundreds of transit agencies, and comes OoubleMAP 12 Exhibit Al - DoubleMap Proposal from manufacturers who have been operating for 30+ years. Each MDT is ruggedized, with a protective case attached to the mount. Below is a simple overview of the technical specifications in the MDT: CPU TI-OOAAP 4430 DL-Olore 1Ghr M[hiONY - - tip 10 31 GB flash mth Mrcro SD socket 14@ Ram VARRIM, - GPS • ALPS support and GLOKASS� --. V441 - $02 11 big/n, WI ri 1A!tcl, m-ri hotspot CeN�.ac LIE/CDMN(Yoo • 01/UMTSI}rSPA- LT 1/GSWGPRS NTERFACE f ` - irS[f -- 2.0 Host J bluetoolh 3,0 vnth AMP. 1145 Audio 3.SMWI) lack Eikplavy 7,0IeKh Pt.1 LCD CapaatM tpxltiv"n 60(►18)24 _ -- �— - — AuWrnated Vane Aavw-m abon vla 35mm tact --- iHTE WtAi1WrS Wth proontu" 1nEarnal Stna" via PfW*UrY 11%08 to 9luetooth adapter "omatK Paiierger Countrr18 vu Bluetooth connection DgRal Passenter Countwj vu intepated SdychS[retn - - P6Vr[RSU91'LY PowtR CCWSVMPTLO N SW TwK48 - - - ----- __ os SUPPORT -- Andrerd 05 v4.2-2- doily Bean} [31rlElYS16N5 _ 7-d3 a 4.82 x 0.41 in -- - - - - -- --- -- ONPAING TEMPERATURE 40'C - WC BATTERY — -- -- Non ren.ovable Ll Ion 4000 mot battery - Vehicle Logic Unit DoubleMap is able to provide an industrial -grade vehicle logic unit (VLU) as an optional add-on module in order to expand in -vehicle functionality. DoubleMap's VLU solution is able to provide a robust hardware solution that is both durable in a transit environment and innovative in order to provide expandable ports for the optional integrations that may come down the road. Additionally, the hardware utilized in DoubleMap's VLU's has been rigorously tested and is currently installed at numerous transit agencies ranging in size from Columbia Transit in Missouri to large-scale implementations at Massachusetts Bay Transit Authority (MBTA). The VLU is able to fully integrate with all existing systems and is also able to serve as the central hub for the following optional integrations throughout this proposal: mobile data terminal (MDT) via Wifi tether, automated voice annunciation system (AVA), smart trip card reader, prepaid ticket scanner, automatic passenger counters (APC) via either J1708 or RS232, Farebox integration via J1708, Camera integration via J1708, and Vehicle Health Monitoring (VHM) via CANBus. OoTuble~ w1nM/. yovb la/T�aP. coot 13 Exhibit Al - DoubleMap Proposal VLU specifications: GLf , C�PFfi/,Tl}4�e !E C.r�F.RAT!.r•7F $fCAi1��:L i1AMIL kk S URf _ DoubleMap's high level of integration and functionality are achieved by unifying multiple administrative modules into a single database structure. In layman's terms, this allows administrators to make a change in one place for multiple modules (i.e. a new stop, route detour, etc). DoubleMap then joins this content with a visual mapping platform that utilizes either Google Maps or MapBox for unprecedented levels of accuracy and customization. DoubleMap has taken a similar integration approach to in -vehicle hardware in order to create a vehicle area network (VAN) for streamlining additional hardware modules across platforms. 1D5oublenMAP wU.w.DwblaM..P.cwN 14 Exhibit Al - DoubleMap Proposal SI [1Zw $'LxN.61l d+p b'1 C,6 CAW) 4YIR.L—�F S -50"M'W.+mr W,A Kf2 N Up - :.cans Pw 6 !'a..f . T.+e Iti91V NMtS�tiG: •E Tdt EES YO;CL4hf,&]I • i.YGfi.?la JX.+',944',PZ) IP217.�+I+�� BgncA � �M+ Flo 5bd 31P[P dr.Nl :.';-A- E'r.r� vr:• ChM '•t: kIIIn, 4. P4Lh%/ 09W YpA hk b;vvJ 'p 7� I%L W l�ai ().q t V4G 41"f— W.F' Eva >W flr.'af, rA<.tf'LB !Cftw Tl.nraC 5c.vcr 6 (.i.t _ _ _. - - — -.__- _f..r 1. r�a•Y.t. -- - I"._NlE Vi 11.IMjti if•1.'.'•='`I.�M.`rr.: _r, q, h:r _ RJ - - C�PFfi/,Tl}4�e !E C.r�F.RAT!.r•7F $fCAi1��:L i1AMIL kk S URf _ DoubleMap's high level of integration and functionality are achieved by unifying multiple administrative modules into a single database structure. In layman's terms, this allows administrators to make a change in one place for multiple modules (i.e. a new stop, route detour, etc). DoubleMap then joins this content with a visual mapping platform that utilizes either Google Maps or MapBox for unprecedented levels of accuracy and customization. DoubleMap has taken a similar integration approach to in -vehicle hardware in order to create a vehicle area network (VAN) for streamlining additional hardware modules across platforms. 1D5oublenMAP wU.w.DwblaM..P.cwN 14 Exhibit Al - DoubleMap Proposal 8.2 Automatic Vehicle Location (AVL2 L'c'iJ,.'dP a'n,;i r;71iPI!? oil J%kli. o' .%':dJR(� r:�;!in :d�'Z;;d! N/f/1!:,., l!Jc?!?!l/fi ;'q ol`� al/r/ lDCli 7i0? ire DoubleMap is able to comply with these requirements. DoubleMap is pleased to offer an industry-leading 1-2 second refresh rate, as well as full GIS data import abilities. The DoubleMap system is able to show both buses that are assigned and not assigned. Each route has its own color, as well. An example of the DoubleMap Administrative Dashboard is included below: Double © i...wt..o ..... ♦...,,..c.,...:• H,..r.. .Ix. .in:,.r uh.l. a ..iun......c .... oll.p + _ `I 7 11u. �.u1 Sdn.• kU(«i II II :. •11:) .nM.Srd•9•lt.d\'uqV. �.. .e• ti � rr,, 4 y ee -•eaoa obi=a..'-�•0. ♦-� 7 00 �P 4 F n ♦, T1 0 C'rr1-'1 �m� .S'c'1+'?I�rlc .�Cl�IC'1Y'l!['t' CJI!- 1711 t' 1�c1 1711!lI1CG ,1�la�ailair.'u 1 i 11/1Cic'c:16-iir. ar'd ?lY/Ci'1 PO"'Z1,2011 l%Cf :/:J' dJ %lc'i il!%i' llTrd 1?lii/ ;A;%6(Yn 11-:ia'`'a ,r'?')i' Oi !il i'P DoubleMap is able to comply with these requirements and offers a reporting module that provides an extensive collection of management dashboard reports and is able to provide transit information in addition to other management reports (detailed below). All reports are accessible through a web browser interface for viewing and accessing historical information in the internal database. The reports allow managers to gain greater insight and control over their plans, schedules and communications. For each report, the system presents a web page so that agency staff can access the system remotely. DoubleMAP 15 Exhibit Al - DoubleMap Proposal 4118 C. r.gr1. (:.v yrc•1 •: r..w -; o... � 5.r� a lr�r, • � � a �•lmdnS • � 5.n v Il` r u,r„ti :,.«y •,�.,a .erq.,.: nr-r . � Ra,. 7;,'4n,7.,.:, .t.,y'4.e; u.p,. C,•r_, . �SRIt 4�a C'rr1-'1 �m� .S'c'1+'?I�rlc .�Cl�IC'1Y'l!['t' CJI!- 1711 t' 1�c1 1711!lI1CG ,1�la�ailair.'u 1 i 11/1Cic'c:16-iir. ar'd ?lY/Ci'1 PO"'Z1,2011 l%Cf :/:J' dJ %lc'i il!%i' llTrd 1?lii/ ;A;%6(Yn 11-:ia'`'a ,r'?')i' Oi !il i'P DoubleMap is able to comply with these requirements and offers a reporting module that provides an extensive collection of management dashboard reports and is able to provide transit information in addition to other management reports (detailed below). All reports are accessible through a web browser interface for viewing and accessing historical information in the internal database. The reports allow managers to gain greater insight and control over their plans, schedules and communications. For each report, the system presents a web page so that agency staff can access the system remotely. DoubleMAP 15 Exhibit Al - DoubleMap Proposal DoubleMap reports will enable managers to improve a number of performance factors, including schedule adherence and headway management. For instance, schedule adherence reports will allow managers to maximize on-time performance, and provide the ability to drill down through multiple layers of data to get at the root cause of scheduling problems. Administrators can also look for patterns over a period of time or performance at a specific time. These tools are helpful for improving existing routes as well as planning future routes. DoubleMap has additionally included information on one such report, the On -Time Performance Report: On -Time Performance Report DoubleMap's On -Time Performance Report provides an interactive schedule adherence platform that utilizes real-time AVL information to relate overall system performance and schedule on-time adherence. The on-time performance tool is capable of producing reports based on full route or by individual stop/vehicle on the selected route or for the full fleet. This tool then allows administrators to select a date range and on-time threshold. Lir, Tfrtt� k±a:;- xr tlitr#Vo arU .� 1 a-4,i4H3�'I �J!'r� V'l ,'' 0"wN C!d'a* Sop ID Sppp1WM Mee StN"" E?plw" NO K*e.*— 0�4 4:4 ?"A*30 1 " is 7Jd RKWOa.I'd 641 "544?45 1 11 is 7 ;,t7 Ra,epn,, W4 Is i !] RJriSo .'vE 4; 1 ?4114) '0 ' '-6 id i 11 VI443 111 K 1t 7 gra R; gx W" 4'V X110179 ell; r �. mom! 'X•v 7:1 ::. 11 C5 II C i8 ey r DoublenMAP 1 nnn iT ).'&I.M.P,cw., Exhibit A1- DoubleMap Proposal r 16 DoubieMAP 17 Exhibit Al - DoubleMap Proposal I Ieadwav Analysis DoubleMap provides two types of headway reports: a standard table -style report and a visual real-time report. The standard table -style report will allow administrators to quickly access average headway between vehicles by route, date, and time of day. A sample of the report can be seen below. Route Direction Avg Headway Min Headway Max Headway Std Dev Sample Count A A To Stadium To College Mall 0:30:09 0:28:53 0;24:05 0:23:10 1:01:06 0:37:20 4.02 3.62 184 234 Bus running The DoubleMap report for headway analysis stores data in real-time, which behind schedaie on them route allows administrators to visually see bunching information as it happens. The visual headway report provides a powerful tool, which will help administrators avoid bunching problems before they occur. tb �-e urw.r�br, The visual headway tool displays a warning sign on buses that are running Tsnu< too close (distance is user configurable for IND customization) to one "— another. An example of the alert can be seen to the right. Bus running o» time, but too close to the one in 8.2.1 GPS Receiver ffant of it i' c7i!de ,'! ]%7I,lefh'Yii.7S (,lOba 110.c'if!1injpc Sp; e)J.% 0,17.5. Ile 17ROPO' I:R Sili; ! ?JZ.i'1Rii (a C X17.5 / Geivei an" mlel2na olI el&'{7 f,'e:(JlrYIe /o mv"b' "k lOcaliofl di!a Io /A 1)1'Z01103I"R i&fb` kiClGe #"6, sl%ec;#r at"Id!"aC;Ol /Yc i,h,t T!.'!;G'!/.'r.'i'in /%J(, I'i'OpaiC7% DoubleMap is able to comply with these requirements. DoubleMap's GPS receiver is built into the DoubleMap Mobile Data Terminal. Please refer to the Mobile Data Terminal section, above, for more information. GPS Receiver Requirements I7;v' Io%r107:'7r;; GPI i"'et'r'?YP!" iFG,.i!tl"gi!/cYr..'J :l��i7 to I"'1.1"fa-R'ozaeal?ll.u1),'1'oj'1reY7c/61.j id/ (I76' C,I I1 . Ing .,17.5 1"er"c'PYgY 6Cl6l SIC I 'IJ on- °o<ai^3 !be DoubleMap is able to comply with this requirement. iOoubleMAP wU.w.DwblaM.p.co.,, 18 Exhibit Al - DoubleMap Proposal GPS Ira orma/ion GPS i'llG'i:i ihai t-tpoi!Siwe. D/ iiZTvJ;J DoubleMap is able to comply with this requirement. DoubleMap is able to offer all listed items through the Mobile Data Terminal - administrators are able to see all items in real-time. DoubleMap is additionally able to offer an advanced History Tool (detailed below) that can comply with all listed requirements. Bus History Tool All tools and functions are stored on the cloud, and can be utilized at any time of day. DoubleMap also offers historical playback with a breadcrumb-style playback tool for all vehicle data transmissions as well as a conventional report for log-on/log-off data and alarms. This tool allows administrators to rewind a single bus location or select a route and view the exact locations of multiple buses over a precise period of time. 4 Administrators select a specific, date, time, route, and range to observe a vehicles exact location. DoubleMap displays the actual GPS point, so DoubleMap administrators and DoubleMap have millions of data points 44WW AWJ to utilize when determining a vehicle's location, speed, idle time, and heading. For example, the figure on the right shows where bus 640 was located in r. the fifteen minute span between 11:OOam and 11:15am on 12/12/12.1. 1— Route History- Module The bus history module is vital to driver management and route improvements, but DoubleMap also provides a route history module to aid dispatchers in answering incoming rider calls. For example, the route history in the figure on the right displays information for all three vehicles servicing the D route at 11:18am. The vehicles are color coded on the rider side of the image, and correlate with heading by turning the vehicle icon color progressively darker as movement occurs. The results in this figure would equip an employee with an l7 oubleMAP wt..nv.17ov6IQMap. oo.w, • =tel L'Y�YY� Ii w 0 V 19 Exhibit Al - DoubleMap Proposal invaluable snapshot for dispatchers to instantly answer and remedy any rider call -ins or complaints. Position Acwrw) 000,1;'d CPS ie: �/ J�lli !i?�i' '!✓Y(� DoubleMap is able to comply with this requirement. L.owlion ReefreJli Ra/es p' 15'/020 cJi!oidi ora, if nu't ole > ,i'l DoubleMap's system automatically updates off of an industry-leading 1-2 second polling rate. This industry-leading feature offers a true, real -tune experience - there are no jumps or lags in the DoubleMap system, be it on the smartphone application or on the passenger website. GPS Antenna A;() i' i/ r'oies'd in a iuw)i -ji,, iwat?%r.'3':iOh! e BfiPJ%fi i lJe (rj .1 c7r7lP3ifia J1. aZ bu i9i(1/�3r'�l,'�Y t//i /he :l';a'i'.%Oi' Ut >>.' P?i)i';'e; (Cc:a7' Ili 01)SIi%J.%'.lYi :13!cf itifl'i_^.l:'i'8llr i. rneY:,7%3f,'�! �lCl'l�'r:.i. �ri7.5 c7P7�e:Z':/ r'(itYT�7oii b,?lit ti'(rl'm%t!'ti ru 'J%!l!>orul to^'i;Ptr.', DoubleMap is able to comply with this requirement. The DoubleMap antenna is included in the Mobile Data Terminal - the MDT is installed in a low -profile mount on the dashboard of the vehicle. GPS Hardware Requirement; ?'ir/c %TOii:';'/;/In IY). '/!Y r.'/%7%%r'"!ll?9Nt1iFs, X3iC;'.....%ii f' ii/ll,.'.!iU,i"°, .l/%IJIJ� rev (20, io ' 120" 1 j, la,isa; (k, e -., -, �/c: Each GPS antenna and MDT is ruggedized with a protective case to withstand extreme temperatures. Each MDT and GPS antenna is capable of withstanding such temperatures. OoubleMAP 20 Exhibit Al - DoubleMap Proposal 8.2.2 Vehicle Logic Unit (VLU) 1IR'OIIW'1 "'W.) '17FJit,H,J-l/)(Ii.i.;(["".i",.,�e ar j"'h' � I'tvil (VIJ") 1hal &Is' a/ a AVL I-ocation Data ""Wli/' '//)'2ot)i ilio)l i), A. (,I "I I (rleas"(/ on a/)rol(l11 nuw;.,r b-/" filvep,-)-iod, 7 c- 30 DoubleMap is able to comply with this requirement as the DoubleMap MDT automatically activates upon vehicle ignition and turns off with vehicle ignition turn-off. This is a programmable time period. GPS Inlepralion /k, C, 1 IS ilyvt;- (;IJ. i);I-"i7�)8 (p, '��'� 19,39 DoubleMap is able to comply with this requirement. Please refer to the Vehicle Logic Unit section for more information. Onboard F�Tii)wnl Integration ;2wh /A,; mO""";'d equipl76-pi (/,7 ;aih !hal proij,;d�''.,- I)o'; 7 ! , /'l "'e'v/1 r CO/jo�V Co, a .1a t ; DoubleMap is able to comply with these requirements, The DoubleMap VLU is directly integrated with the MDT, and can integrate with all signage, announcements, audible and textual messages, fare collection, and covert alarm systems, amongst more. Adoilional Joull Qu4LO I t?" 1."kc 'S] , KS'232, 10'0 . 1158 117( i.11939: a -iOMII f 0 DoubleMap is able to comply with these requirements. Alost Recela Locafions T I J.' /Oca"zoll "'0 a W I -o rf!,/)o"-I ihe ih." Iaj. k?No.l)vlpor) DoubleMap is able to comply with these requirements. OoubleMAP 21 Exhibit Al - DoubleMap Proposal 8.2.3 Mobile Data Terminal (MDT) C_IT), PIiOPO.SI illi ,': ��c do')',i,:?d v AI01i "' f )a ;a 7'el7x"!",I 111)'1) to >iiaar; o! z>>a:;ri ;i;?% , 'r.r:: he /a ;o )vo,6 ir. cr,r; : Cii/it,' r1/h 17,( f f/i» r;'i; I oil 1/,,;Ti rt;:r; ;� ;t ratiri ?r'orrl<! irc, %ui �%rr c, .jiS%aii�%ro;i� o/ h�rir i�al, It -kc PROPOSI;k: c lrr��c.r o iii,- i'11 )'J ClJ !i (0;/!r-!1,2, iii IrlOh hOa, i'll/, ii:e i"ilOh0 ti 1:IZ ii �II [!> `i%/p(E'li�a�E�''_lJ%) 1 h;O;X:>.: lir" %:ai.'i.. i'%:+,' ,.. %!%�:�14., crt' { i.:6'/I i/�I C71 i... i ) V, '11 oalci i e i 8.2.4 Covert Alarm l'�,e OR0Pf).ti f1Z .Ib,a ' ('rciir(n / Mx!a!%a �'onneEtaon to Wb Glrrn TrG�jt�ti di/).a/rn On ",1,'/Cirscin';', of a (✓(jat') ()pe; -ell Orji"rdle.-e I,' o/ :,! 'A.�r.»cai i•Itltlr rn krt•xTrd 10 cOn)'?,' I'0")e W" 'it 14w;" f0 11v DoubleMap also has the ability to display proactive or emergency notifications in real-time both public and administrator -facing interfaces. A Al vehicle with a triggered alarm will appear with a warning symbol, which will allow riders or administrators to see a separate pop-up window with information upon selection. 8.3 Computer Aided Dispatch (CAD) Functions ;� %� „ n ,( ni'i i!4li'r.' �;e(il'! :�'�%0']�i'!.� /%7.i (,.�1 19r'�':.i l0 .Jllr,'e U tiyiLCii/ hY0?Jad ,the i.: ]i'31 ,✓�I; ITS, Z I'�li: 1!�0� u � c� � ! >' _ it �., i,� _. i„ a„ '� fr j(. .. I) l0/IO.Jiil (._ 11.E is J;._./i%!6lCJ !.it . (.� 1 Y',i /7. Pl/"YOfl P �)7.�,:dl;'%i('7 r,` Operator and Vehicle Information Via' Coach OPer�a2or and MIlOrzna im; DoubleMap is able to comply with this requirement through individual customized logins for all drivers. The driver must log -in using a password -protected, customized login to begin his/her route in the system, as well as to receive the individualized route assignment. Vehicle Locations , DoubleMap has designed the administrator platform to work on any office computer and display seamless vehicle locations on a map interface in real-time. The dashboard allows for unlimited users (licenses), unlimited edits/changes, and unlimited route/stop additions. This is intended to empower administrators to monitor multiple variables simultaneously; including: bus locations, speed, driver assignment, run/block assignment, and heading (among many others) every 1-2 seconds. DoublenMAP Untiw.Dwbl oM�p. co.,•. Exhibit Al - DoubleMap Proposal Osahtaeed {sVae+ rSfINL•IMCI•IYMAI\ q[.ale, . - v! �SE•t W On M OSP OW iro O 73+ out As is Rout* v `eiG Il�d''•I I !• 242, fCIKk ort bac ID to pan mop to _Ndo' kxabon su 23 DoubleMap has designed the administrative platform to utilize live mapping technology, Each individual module will give instant access and control over the entire fleet. The web -based design of the DoubleMap administrative platform allows a DoubleMap administrator to make changes on existing office computers, or on devices such as the Apple iPad from the field. This places real-time capability in the hands of administrators and allows for immediate system updates. This seamless approach is a fundamental change from many vendors who require a written notice for system route/stop changes and often set thresholds for the number of changes that are included before additional costs are incurred. DoubleMap is committed to providing a comprehensive solution with unlimited changes and simultaneous user access. Additionally, the DoubleMap development team has built DoubleMap to run on any standard web browser, although newer web browsers are preferred. The DoubleMap solution is flexible and completely cloud -based, resulting in ease of scalability and the ability to be accessed from any internet-capable device. Route Schedules roar;. d• edll4e,r; card DoubleMap utilizes a Mobile Data Terminal which provides a touch -screen interface compatible across multiple platforms for the drivers. DoubleMap's system is built to be extremely easy to use - even route creation is simply point -and -click. The system interface is designed after Microsoft's Windows platform, and is intuitive to use. DoubleMap offers additional visual functions between the vehicle operator and dispatcher, as detailed below: Calendar View DoubleMap provides administrators with two ways to view and manage schedule changes: route view and calendar view. Both options allow for DoubleMap administrators to view, edit, and copy selected routes to account for detours, pre -planned road construction, and game day/event exceptions. �... Xi+ Y i7t*, n.at ■ 1! ■ W. ■r.- ■. ■ OoubleMAP wHnniPIA.M .P.cow 24 Exhibit Al - DoubleMap Proposal Route View Provides an overview of all active routes. Displays days during which each route operates, and their respective start and end times. Additionally, DoubleMap's route creator will allow for periodic route adjustments, changes, and additions in-house. The route creator tool was designed, with simplicity in mind, and offers DoubleMap administrators unprecedented control over the management of their system. ;d Mo To WR ft Ft : 10 4VC:_a-1 i',. 11''I iJ�'4 t' UO fig s% Vkfw % � ftl �Vr■ ?� :h Schedule Adherence };:'d.t: ,�:ner:la,r; .1: 1;�; i"!�, .' ail r'.':'i':•,'%i';. O'WO li ml 1 —W jv t .vt 50 n ��. r '� •- rtfR DoubleMap provides an interactive schedule adherence platform that utilizes real-time AVL information to relate overall system performance and schedule on-time adherence. The on-time performance tool is capable of producing reports based on full route or by individual stop/vehicle on the selected route or for the full fleet. This tool then allows administrators to select a date range and on-time threshold. A screenshot of the report can be seen in the figure below. In this example, administrators are able to see the schedule adherence data for the stop location at Rainbow and Hershey along the Brown F route from March 2" `' — March 14"'. The adherence threshold is set for 7 minutes early or late. In this case, there were 10 instances of buses being outside of the 7 -minute adherence threshold, but none of them were early. A pie chart provides a visual representation of all trips in the webview, but administrators also have the ability to click the `Download'. OoubI@MAP 25 Exhibit Al - DoubleMap Proposal e�r Lt.,. • !I • p:ta R.V *Y • 6 0J 8.3.1 General Requirements %)OSJ''.i 'i ci �r�.� .I/);%il4aii it"O d7=1:%, bu?,,l,it;,4 �i0(i, �(' �.::,7ii�J %Fi p"01ead) b,,.1s r%Q?; (,13 FZ:'r ii1:A9:K:J� %(I rr?i,';i71YJld/-w i"(Jn 1iild!' an i'(t%%%'lGli i%)ir'r'i/Y'Y:i.', �h %!i)C;l/VLA' 7 (I %:'li>;/!FY0 f."W ,ilc'Y 7; X6kM i7' 0/�M.161ti:! DoubleMap pioneered the Visual Route and Stop Creator, which allows for point -and -click route and stop editing. This functionality is able to provide citizens with information on static routes (if any are to be added in the future) and incorporate existing routes onto one platform along with DoubleMap for citizens. Administrative staff will be able to use a simple point -and -click interface to adjust routes and add vehicle stops instantly, eliminating the need to print out paper maps and waiting weeks for the changes to take effect. The DoubleMap stop creator is an industry-leading module which will empower administrators to make unlimited stop additions/ adjustments with pinpoint accuracy in conjunction with the route management suite. This tool allows users to visually drag a stop within the map to ensure accurate location. DoubleMap utilizes the power of Google Street View to enhance the process to a more powerful visual, vantage point. oubleMAP _w~P M.M.P'.o 26 Exhibit Al - DoubleMap Proposal �2t:311iirY Ekf. i:'t(<drtt�lR kf,hjjrV ' Fr -A. 1.4 661 "A 07351 !S 1$ 7 41nae.. a+Z Y.1 i. tl�S:6S t{!k 11 - Ranea. ni! k61 JsuQ30r 1 H eS � - +{ �•, n __— .._ � Rar+,gw►t t.`! VU0}iQt Y!k t '. •�I.' iq'.i•' � R1elrXsv rd Svl :q7t Q}t70 3t IS 1 -V 8.3.1 General Requirements %)OSJ''.i 'i ci �r�.� .I/);%il4aii it"O d7=1:%, bu?,,l,it;,4 �i0(i, �(' �.::,7ii�J %Fi p"01ead) b,,.1s r%Q?; (,13 FZ:'r ii1:A9:K:J� %(I rr?i,';i71YJld/-w i"(Jn 1iild!' an i'(t%%%'lGli i%)ir'r'i/Y'Y:i.', �h %!i)C;l/VLA' 7 (I %:'li>;/!FY0 f."W ,ilc'Y 7; X6kM i7' 0/�M.161ti:! DoubleMap pioneered the Visual Route and Stop Creator, which allows for point -and -click route and stop editing. This functionality is able to provide citizens with information on static routes (if any are to be added in the future) and incorporate existing routes onto one platform along with DoubleMap for citizens. Administrative staff will be able to use a simple point -and -click interface to adjust routes and add vehicle stops instantly, eliminating the need to print out paper maps and waiting weeks for the changes to take effect. The DoubleMap stop creator is an industry-leading module which will empower administrators to make unlimited stop additions/ adjustments with pinpoint accuracy in conjunction with the route management suite. This tool allows users to visually drag a stop within the map to ensure accurate location. DoubleMap utilizes the power of Google Street View to enhance the process to a more powerful visual, vantage point. oubleMAP _w~P M.M.P'.o 26 Exhibit Al - DoubleMap Proposal Alep SateGte N M - rBroadnekiDttm.Columtna ~ 211 A19 WININ i W Bros�,ppY 4 d� Nti� xr. v, 14 m., Rd Additionally, DoubleMap's route creator will allow for periodic route adjustments, changes, and additions in-house. The route creator tool was designed, with simplicity in mind, and offers DoubleMap administrators unprecedented control over the management of their system. The route creator is based on a point -and -click system, which does not require any knowledge of coordinates, or programming. Users login to the administrator interface, select a route they want to edit, or start with a new route. The administrator clicks a point on the map and proceeds to click along the desired route — the DoubleMap system will automatically connect the points and extract the GPS coordinates. 'r', Yfv • +r �• t n a nr> 9 kw • S 6 �I I mK1N i d r N W+i.rry 4� The administrator using the route and stop creator is able to enjoy the automated geo-fencing that comes with the route. As mentioned in the Reporting section, if the geo-fence is broken by the driver, the administrator will be automatically notified. The software then allows the administrator to bring up a report to see exactly where the driver left his route, as well as how fast he was going, and when he got back onto his route. This in turn prevents drivers from taking detours off of their routes. DoubleMAP 27 Exhibit Al - DoubleMap Proposal Comprehensive Map Locations J?L'17,-i;,,' i(i iJ.i!-d .:'(i.✓✓l)i�/iPi�a./.Ue r1c71i r(/i C7%1011!. !}1i7:!(��f'( �'7!! i10! i�"/IPIc't% l0: ;%t'Ll t;rlY✓;'f'.��;'(irN 0� t//;t`Pl'.ii, �11'.i !GUf! !'pl.P[%(' '�/iiiilo7Jl(/!l1"//1/r'� iAJU1'YiTIL�IC)Y/ -J-lii'!'Of 0,Ad'. DoubleMap is additionally able to provide a (patent pending) points -of -interest platform which provides the ability to list commercial data and nearby locations such as buildings and events for advertising purposes, which can provide an additional revenue source for the CITY. The figure on the right displays a balloon for a bus stop, which contains routes, arrival information, and nearby places. The specific places and icons can be customized, and finely tuned to display desired businesses or locations. Additionally, DoubleMap provides the ability to place point -of -interest logos at specified locations at custom zoom levels across the rider -facing map. Two examples of this feature can be seen in the figure on the right. Upon clicking on a logo or location, riders can quickly access embedded information such as phone number, address, website, event information, among many other points. All of this information is accessible through a traditional web browser and through DoubleMap's mobile applications and examples of the mobile implementation and bus stop design in the webview can be seen below. DoublenMAP wiM.� Dovbl sAQa P. cor.� 28 Exhibit Al - DoubleMap Proposal The Pour kouao "0 pr%3.+4 (812) 339-7000 fl i A49— IN VK4 `M{Ilr MV,-W.j-1.. - This platform will provide the optional ability to monetize an active rider base if/when interest arises. Import of AVL Flan > ) > )• %!!i% r' ,. , ! / ! i rr" i 1 1 �[� incl: �� fl 0 IY1G' ! 1 �� i �% �ir � lZ( � � S 1:l.\ 1% : � 1 � "Ci; ;�;9%i; _rrii iiJ( ?riif r.Hi !?1:'/.� iP°i i.,;Ar%s\riwtr)f? Ij i,r /' . ., ! ;A,i ,e i,.:.1 i %7r.%'/" Y c'0MY'i.'!OKX, ii,)"O ! ala lo ('11Y .., i,ri;,;'.i:A7"! .4'L:'1: !rll!t. .tLi'%'! 01 :(; i,17 a CF t,- ;;Jr.:Grt ;'%" "ij no, r'l1 di 01,; 1 PROPOS I?k Mn: . !o it ;i ' :'r. a,..',. 01 rui .a:li!r; ,;r ev ci 'I, .it0� L�r•as p' � 7 ; r /-cit' ' �'; ' r 1-OdLo all, 9i P/ .i"/.i" G1""i DoubleMap is the only company in the industry to offer one -click GTFS data, as well as GTFS data export - meaning that the CITY can very easily enter data into the NTD Databases. DoubleMap is able to import and fully integrate existing AVL maps. Estimated Time of Arrival DoubleMap's cross -platform approach serves additional value when riders attempt to access ETA's on the go. The predictive arrival algorithm uses scheduled data as a basis for estimations, and weighs in the current situation into near-term predictions, along with historical data. Historical data is collected for each route, and aggregated based on day of week and time of day to DO oubleMAP Catherine and filen (Victor Vaughn Bldg) R.Wl N-1 O.U." :. - - . - 29 Exhibit Al - DoubleMap Proposal compensate for variations in traffic and business. All data is in real-time. The algorithm updates the estimated time of arrival (ETA) on -demand and each time ETAS are requested. For anomalous situations, such as off -route buses or unplanned detours, the algorithm will give a best -effort prediction and then re -do the predictions once the bus has reached its neat stop. 8.3.2 Reference Information Displays Vk jiP.jp,lsc'er ;hl, GYlj:i bi4l iiy'Go1 lvr;(lrvi r::7��1 ql ;�'e �(i?il�f"Pi?� �'i!I Tqi °r'lllri'il "(j: Zoom Inlout Gtt(11crV !!%cl,%! be Cli%'l'c' /0 iQ a'>.'Ia') 1d .'E" i)/uA'/Z(a/l3iJ//i'iilafiOJI ar iIin"! !Z(!i/ es' ro!'ar :LC: 1i112di/h21 Kt 1iaSii(:i ll/.I','lf) 'll a- 1' `,'0!/Y.%% a'1'G<i ") 1"l (ii' !,'a/`. 9n—lda G DoubleMap is able to comply with this requirement. Route and ,Street Names 16pk laid be fpwaled a%oi,,o nvde.r alnd.r'ln'oh) DoubleMap is able to comply with this requirement. Vehicle Status Information ;;rl;' ot, !0. 1f.1C %U%ii7iNl/'{' :d/:i7�"'!>'.•>�: .Scl)edule S6alus W." ir'tl!r,ii� ui' DoubleMap's On -Time Performance Report provides an interactive schedule adherence platform that utilizes real-time AVL information to relate overall system performance and schedule on-time adherence. The on-time performance tool is capable of producing reports based on full route or by individual stop/vehicle on the selected route or for the full fleet. This tool then allows administrators to select a date range and on-time threshold. VU OUbleMAP �PovMaM1 Pe 30 Exhibit Al - DoubleMap Proposal t?ava r• sw %?11. �'S•'iv r,etT t. .�.t.l A`=NC�irf11� �• _ _ :Sip �; �,;p Meme Ekn tle((r.¢'IrJr :itY�RleO C,nar.:t ` •i? )� ^Zar6:a Y�! a:t �?i ilSOi a Si 1S 11 Tn•' ' � • J r �J 7k3 Rxaer. r*1 S01 301343371 N:5 0 :'1'• ����l"-t�lJ• •r - {� - 7): �.+•b�tr /� 031 N4C}10E St l_ i l ! -� y); fis.ro.aw4 Sot ?9"•34)?11 slfi ! •�..� �'r,..0 .y �1{1?. 33: 9c. irt! 'r:1 :5!, 0)12 -A!5 Route Slallu Roi'* ,fL;Ai✓.i /ii; or. 0!i ;'.01,11%0); DoubleMap offers an off -route report for individual occurrences and for daily total. These reports can be processed in an on -demand, or daily basis, in order to a receive a list similar to the figure below. Administrators can decipher which bus was causing the issue, who was driving the bus (if the driver login option has been added), when the detour occurred, and for how long the bus deviated from its "'r ` ' `' ' • - r . assigned route. This °� •��'• % list can then be exported and printed. + f>n :1 sun Lrx t,e 1,.r Additionally, DoubleMap provides an option next to each off -route occurrence to view the data through the visual history module within the admin console. Once an administrator clicks `view', DoubleMap instantly points the history module to date/time/bus/route for when the deviation had occurred. An example of this can be seen in the figure IDoubleMAP wlM.v. Dovb I oM.. p. c orr, 31 Exhibit Al - DoubleMap Proposal below on the right. Administrators can then see the individual GPS update points and exactly where the bus traveled when it went off route. DoubleMap is also able to provide a proprietary alerts module for all users. CITY administrators are able to configure alerts to automatically notify them if a vehicle has left its route, is going too slow, if a bus is violating speed limits, and more. Vehicle Tube DoubleMap is able to comply with this requirement. Nola -Scheduled hehicle� hof ! ii% DoubleMap is able to comply with this requirement. Loened-O„(f Vehicles Nfit 10.��ed liNi Administrators and managers are able to filter the Fleet Management Report vehicles logged in/out, vehicle ID, date range, and idle ranges. OoublenMAP Www.<D«.bl.Map.�ow, WA Exhibit Al - DoubleMap Proposal HIM i /Na M •'g4p`1 Moot 0146 :1111! ; aN/ON7 x}il :9 p7 OC 70•L4 - Lo" ; wli..; T1 . 04 DM' %wM•Vw CKM /.•p�afww p�.•r.yll C►.N Types 0x rt1T 4��1 9run- .I d11 ryps,ry#Rt Id. ryes ADC ,IY� nI 04CA CV R y •'•,r •+a• CI m st 77 HIM i /Na M •'g4p`1 Moot 0146 :1111! ; aN/ON7 x}il :9 p7 OC 70•L4 - Lo" ; wli..; T1 . 04 DM' A+ 0x rt1T 4��1 9run- .I Olt 0 19 cv J DJ Dr 11 nI 04CA CV W 1341 CI m st 77 . 0"II Pa V.0 14 07•!0:)6 - W, 0! i4. 7: C4 _ 01 )i 1t _ _ bit CMI 31 $4 - P1 • pl.t'1.aa. - tti . 4! 1f Os duf w 3SCS eu9 G0 J::'1 CI —� 71 S9 CO w x-xJ ot 0.7 0-3 04erator Nlanae r Dom• + –14 1, V „j, n A bray adWs MI+rOHO 1r+/k 1✓pY p' 1 Co I: IW 1' N A I Moot 0146 - Lo" ; wli..; T1 . - .. w:. . H.r;w Taro nn wu rm s�:r • 9-a 9.2O: a 1 '60 - ^4 010:00 1 :: It 4 00 ca DC M 00 De C4 x Arra Yn 4 ':.g QQ:],3 L4'r JI 3 011 O< t7 0r n0 vo I 1 ; w oc to w x-xJ KIN 0.7 0-3 293 ? �: a 0000 t9 Do 00 a6 to Jt: d • 84 i.a AS LR D ]U.9 ao 0 ••+2 rJn 0t rI 001W 25 00 07 3r l 000:02 •ai0 , >•3. Li_i - - -�R.>�:�IT t9./ as x 00,00.0+ l 9G S►. r9, n10 14. 4.t - 1g3�..J6 1 I 7j 1 ' 7J ] 6D 0 11 N0 01 o+ AV$ 0A RDA" QL" LP t +v 1 i 04' ?1 21 W 50 '4 !Lass ..-.-. 14A 49a ; a• . .I. - . ueiaura # s1 X01 0910A or �o�at;S�p-- lil 1:0 t•:3• 10 wo"-t3'"1?►'.S't!�i-WA .s:�.._2X2LH !!LUL4" _RRl?+lA�– 17.D _ 59/ or�� !rt SAIatHw1/1C7.66' C•+�i I M2 O 7 F - 71 S 7J.D l4 0 St 1 pD 08 4S �9! t1 91,?1'67 .11J,:Y ICSP tiS�O �. 7.8 ._.+0.4 fD LLS _ • ,pNi"s_ 0,: Q?�SR,il .. dv I7 e , QagC>) �.i.3t�?% _ 24 m,,,;�ia L+ 6 , to 5 04 iA to J a! w t rN fi" 1T.7 00 - 4000-00 !6! Ir..7 1cJ WDo 00 6111.11 M?w ►a^0 ><9.1 - 0.0 _ it1..'e9i'11'. :�.• y IPa L9 Tetat IRa 5s_2, RX.22 22:aLtj 29JIM DoubleMap is able to comply with this requirement. DoubleMap I Bus 9806 has included on the right a screenshot of what a driver sees when Driver: Stone, Michael they are logged into the system. Last update: I second ago Heading: W Direction of Travel DoubleMap is able to comply with this requirement. !oi" O •17y;4' ('!/ P`7L: �i' Llt a DoubleMap is able to comply with this requirement. DoubleMap provides an estimated time of arrival module for both public and administrative -facing dashboards, shown on the right. DoubleMAP wUn...PC— IaMap.n Catherine anti Glen (Victor Vaughn Bldg) Ft"IN 1. r_s Nrr101Isr1 ..'• 33 Exhibit Al - DoubleMap Proposal ,Uedule Ir fot nation .ICih, %r bl ,'l4id , Oy" 1741; 1Ylt lucl7l?) i'c',A% !GIJiP .f'c1,fZ: J; DoubleMap is able to comply with this requirement. Iwo-ivan! C4abililie,r !(J /Gg 7n DoubleMap is able to comply with this requirement. Additional Servicer /illlJJZ' I�2.ihrAirYel:f c7lillbi/,•i1 loadd DoubleMap is able to comply with this requirement. T eml)olctn' Cbanee of Times c 1ll!JJ�' 1�?J�'}CZ>Clier:i lo i.;'ii/;'?(1171i`" ;:YJcIf!0' f?>i/e., !Jjl.ii'vJ, !Yr'101:i:i, .,rt:li c7/f!i Pln''w"ie Oi,olal:'lif'ZT o'a:O"Ibiiil}' 1Io ald DoubleMap is able to comply with this requirement. The DoubleMap system comes standard with an industry-leading Visual Route & Stop Creator, detailed below. This tool allows dispatchers to temporarily change times within a schedule and provide dispatchers the capability to cancel an entire block of service. Visual Route & Stop Creator DoubleMap pioneered the Visual Route and Stop Creator, which allows for point -and -click route and stop editing. This functionality is able to provide riders with information on static routes (if any are to be added in the future) and incorporate existing routes onto one platform along with DoubleMap for riders. Administrative staff will be able to use a simple point -and -click interface to adjust routes and add bus stops instantly, eliminating the need to print out paper maps and waiting weeks for the changes t7e to take effect. The DoubleMap stop creator is an industry-leading module which will empower administrators to make unlimited stop I�OUfJI@MAP v„ww.Dov6foMoP,com E}rci d Urnre LkoacMad Driw. 34 Exhibit Al - DoubleMap Proposal additions/adjustments with pinpoint accuracy in conjunction with the route management suite. This tool allows users to visually drag a stop within the map to ensure accurate location. DoubleMap utilizes the power of Google Street View to enhance the process to a more powerful visual, vantage point. Additionally, DoubleMap's route creator will allow for periodic route adjustments, changes, and additions in-house. The route creator tool was designed, with simplicity in mind, and offers DoubleMap administrators unprecedented control over the management of their system. The route creator is based on a point -and -click system, which does not require any knowledge of coordinates, or programming. Users login to the administrator interface, select a route they want to edit, or start with a new route. The administrator clicks a point on the map and proceeds to click along the desired route — the DoubleMap system will automatically connect the points and extract the GPS coordinates. Points-of-Intcrest TvIodule Additionally, DoubleMap is able to provide a (patent pending) points -of -interest platform which provides the ability to list commercial data and nearby locations such as buildings and events for advertising purposes, which can provide an additional revenue source for CatBus. The figure on the right displays a balloon for a bus stop, which contains routes, arrival information, and nearby places. The specific places and icons can be customized, and finely tuned to display desired businesses or locations. DD OUbleMAP �wwv Do..b loMap. oo.l, M• A i - F • M. � Y S W �..rn.rrary Ars 35 Exhibit Al - DoubleMap Proposal Additionally, DoubleMap provides the ability to place point -of -interest logos at specified locations at custom zoom levels across the rider -facing map. Two examples of this feature can be seen in the figure on the right. Upon clicking on a logo or location, riders can quickly access embedded information such as phone number, address, website, event information, among many other points. All of this information is accessible through a traditional web browser and through DoubleMap's mobile applications and examples of the mobile implementation and bus stop design in the webview can be seen below. - �_ 11011kh, -e- ThoPour Hoot* Cato P%W* (812)339-7000 W= A­ Ad,1— s' 4?4W — This platform will provide the optional ability to monetize an active rider base if/when interest arises. 8.3.3 Vehicle Status I io" I MI O'i)­i-!'101:1- o ol) fill"T" 16) 'af! o!'i o /I I h f) V e) d"I To l l w ;)i i 'sa e o Id e_: "i a /'/n, 'I) 'odsh".1 ?gilivae b,, DoubleMap is able to comply with this requirement. 8.3.4 Service Performance .'m Io /0 e G Zj IM J". '/lY 4��" 4w DoubleMAP . Dov b'I.MaP. 36 Exhibit Al - DoubleMap Proposal Off -'Route / Schedule Monitoring DoubleMap is able to offer an Administrative Alerts Module, configurable for multiple variables. Specifically, the alert for this requirement would be the Off -Route Alert, again selected through the Administrative Alerts Module. This module allows for an instant alert when a vehicle or route breaks a certain parameter, including top -speed, off -route, and online coverage, among many others. An example of this module is included on the right. Late Pull Out's / Ira's l:dl.= DoubleMap is able to comply with this requirement. Schedule Adherence Monitoring ,S , :''BC>a Jii6dd, <'Xc'['Zdi71�Ci�; ir7(JiJ?(ii' %�1.' , t'{7;tcPT;%r.' !lilif�TE'iiGC'i DoubleMap is able to comply with this requirement. Schedule Adherence Calculations .S CDr":.il+ii t1Clili %%%lr.l, .i,' �J "! 9ii ;O1�7�!i:,Jred 'al 4a7 h �"oi;nl o/& DoubleMap is able to comply with this requirement as administrators are able to utilize millions of data points when determining a vehicle's location, speed, idle time and heading. Project Recovery Times DoubleMap is able to comply with this requirement. 8.3.5 Turn -Back Monitoring ,S .�!rri Ji�i, Ji. cIG%+;Li :X9i�1 :J ijli.i/ !ii" i"9l-/%ldr: i Ji![?i Li iJ }'./.l','(l�-ll I)L(?`c' vi?biek'"i :A.I:il F166Y1r %J.i(1r :k. '0!5f, i' Si!l['i' (U..!111 r! IU , %'[ ,i'Ti;;IJ ba') i iGr'!0>1 ,.%/Ji":./ !i(r1 !;"U,1?ls; !'7 Gf' 1. %iJ'M:' i'c' irA�P DoubleMap is able to comply with this requirement. DoubleMAP 37 Exhibit Al - DoubleMap Proposal New Location Atjustments 15io, A", m 'dfl DoubleMap is able to comply with this requirement. Continuation o ,fMonitoring ''Ji o);e and roy/(: /Or on Md'v­.V UfC"? DoubleMap is able to comply with this requirement. 8.3.6 Vehicle Coach Operator Changes i)61 I / M Shah" !','(Pp orl e.'n -rou"'.' chafl')ex 6)1 . 'IJ , ( I d 0"i)o -�I'lo P) r n'ij Z" r .! "/t'h ac lifl C.I. a7 Co..',I'h Opo-n?oi i ( 1ak.oxPki(.(% DoubleMap is able to comply with this requirement through individual customized logins for all drivers. The driver must log -in using a password -protected, customized login to begin his/her route in the system, as well as to receive the individualized route assignment. 8.4 Automatic Stop Annunciation (ASA) /IDA Slop 111"nIll""'i(Ifion ( 43,A). The to the eyhfin�pab#,- anno1,,n:.d1n,,;nI �-iszml on board Yhe Tbe'yOato prolide arnounceiwer loparsoliverr in ibe," o); �)fne.\�Y nyop dispkv (Ind Io I DoubleMAP 38 Exhibit Al - DoubleMap Proposal :AMF� 1i0.�.il�i� pl%a')"i7b.i, J�. �r,1 CIJ �7if� ('!%9ih llll Wi1fOL1i'r 1; P711eM( �iY7�C/Z '?1, it ?J�%;;'i Y' fl�if,�,"cfl (Ci i'(1i1,7//iiii c"!/?(/1i Af -"Yr'r1;1!S i��T�70G/3(.f. �70?Msf Ol a'iiGCi'e;J..(c`C!1/iFC11�';%ilMOG!M�Cliir,'Y/�.I;�OJ"/01i51)r.'7"Glilli �J(17d/('P11 .i 111%lf. D17/YP70iG0/JCI� %7Ti(iiii!!�l!!llii; a"'i adl� 'ii";Ji"o &- IJA fi;:/r;(hare /0 !-eP%Oivi each Exterior Announcements 1 !'/J;Ar%r /T,'ffKln 4M C;Y7N!%UY:AMl501!M(Y771CM2 0,! i�e G;''IY('/!i 1'OLL(c J.7/%7 i'9' �/M<I r1Ul'�l]adr`!(iY' dh'�r(J9i ("t)'), !lp'r.'fl ;a/ 41 .If06. DoubleMap is able to comply with these requirements. DoubleMap automatic stop announcement system (ASA) is built to provide exterior and interior announcements of the route number and destination, as well as integrate with current signage options. ASA Trigger Announcements 'l-ha%s use till r"'Y77<'sc' r(IGa 1091 Zf?IpiYi%FIiIOM /r'o')' '.S� ii DoubleMap is able to comply with this requirement through the use of waypoints that can be added to the routes that can trigger ASA and interior signage to make location -based announcements. These waypoints are invisible to drivers and passengers, but can be toggled on and off for administrators. Re -acquisition of'Routes lir Me CPr'ii! 1%101 it 1 %k/e Ge opX,iweii)',a Cilj'-i(l!/iC'� !1)c "'ol bo ;/a r. O'ne If )c rolaei r lho ) �,Sk?/ DoubleMap is able to comply with this requirement, Through the use of geofences and route specific latitude and longitude, DoubleMap is capable of recognizing that a bus is off -route and will automatically suspend ASA until the vehicle is back on route. Current Date/Time Displays 7iQ! (b,�r°, CI „"NS C./ i":;!�{C'r'G'(1 .lti l%IYiP.`'ifS;7G� CI1Zd DoubleMap is able to comply with this requirement. Volume Level At justments AY 1 s%lel Z pr'"oi'>c e "0 a", i/dif r"%)u i117K'c'Yl//7i/ !1iii11s?�/11i7i5!//? 7.'G!ill9� %P."C'��1 :i:7�%;A�cI�C �' /UYJIi/^9 Yui"(ltiil i;A:'e7�C�i' fm DoubleMap is able to comply with this requirement. Drivers are able to change the volume of the interior and exterior announcements through the DoubleMap Mobile Data Terminal. OoubleMAP 40 Exhibit Al - DoubleMap Proposal 8.5 Passenger Information Network (PIN) to /4?!i50; i !!':',.-Atli/� �i:Ai!cil,'h'F' �Yi!077ihA/!Oi9 b'%%?'p9:KS �Y /;JP .:' yf %ii of fun"'/!. lb:' CITY rtr.)�Fo '0 pj..o); T ?'('14�,. � l;r3SU:Al :APd ,' ri!` !!ipar//7-i i,�?j%p� rrC7�.r(i; M oi'v f"u.ji.orvrr, l/?,, -o J()�1 ; i'c�,'17i 111/ �li:A(�c' a/ l z),# Tiaylsizl )'�a !o F!. zi?a iii? j11,," i; C! a1,,,/ or!�':Pl',i:/M:.i.l CpYr"iP,Ji:Y/r rlip;; ;i('�`lC!:r. �d�Cli �iJiJ senj'!'F i" c l,`(12 Ali'P. t"WI'lF!?,f i,�J/r! iJ(? .1�%�� ,•'O />rnll,1 I)e (;f)N TRA( ,TC)R'; /.�,/ Iite a,.rl % (,F•n.i a rc"P (J -1)"'C DoubleMap is able to comply with these requirements through providing an industry-leading smartphone application and passenger website, detailed below. Smartphone Applications DoubleMap has designed its mobile phone strategy around two pillars: 1) The mobile platform should provide riders with full access to every feature available in the laptop/desktop site, and 2) the DoubleMap system is accessible from a myriad array of phones/platforms in order to maximize the number of riders with access to real-time information. DoubleMap transitioned the full functionality of a client website across all mobile platforms. This means that riders will see the exact same 1-2 second GPS bus updates with smoothing algorithm, ETA prediction times to the next stop, notifications for "my stop", and announcements in a mobile format. Conclusively, DoubleMap is able to offers solutions for iPhone and Android platforms to go along with web offerings for Windows Phone, Blackberry, and all other web -enabled phones. Additionally, DoubleMap offers full outdoor arrival/departure boards and outdoor kiosks for passenger information. Fully installed at several of DoubleMap's client sites, an image of the outdoor kiosk is included below, as well as the DoubleMap Arrival/Departure Board included on the right. IOoubl@MAP wv�n..i Dov 61 eM> P, c ow, 41 Exhibit Al - DoubleMap Proposal PIN Requirements Y ill ha Passenger ETA NN slj;div.l-r' (11'.S i/.1/0i,�,lal,O1i.,i,g1flt 1)(HT ,11J _/Ml!'i'`li;;:%l' sc,bodlA1'G'9a!,kh'n2illee1!>i',ifi'I'i11."/la1G'j/N'r.7%ihU.Jt,7i'1'71Y1i u -1d, DoubleMap's cross -platform approach serves additional value when riders attempt to access ETA's on the go. The predictive arrival algorithm uses scheduled data as a basis for estimations, and weighs in the current situation into near-term predictions, along with historical data. Historical data is collected for each route, and aggregated based on day of week and time of day to compensate for variations in traffic and business. All data is in real-time. Catherine and Olen (Victor Vaughn Bldg) The algorithm updates the estimated time of arrival (ETA) on -demand and each time ETAS are requested. For anomalous situations, such as off -route buses or unplanned detours, the algorithm will give a best -effort prediction and then re -do the predictions once the bus has reached its next stop. Rider Alerts DoubleMAP _ ti,.P« W.M.P.a 42 Exhibit Al - DoubleMap Proposal DoubleMap is able to deliver a robust alerts system within its mobile application, which includes reminders and notifications, so that riders can have further access to timely transit data. Riders will be able to create a personalized schedule within DoubleMap to receive recurring notifications of buses arriving at pre -selected bus stops on days/times of the week that they select. For example, a rider may get a passive notification on their iPhone when a bus is 5 minutes away from a bus stop on Route 3 every Monday, Wednesday, and Friday. DoubleMap's system will also allow users to create login accounts (using existing Google, Facebook, etc) to synchronize their alerts across multiple platforms. This will allow a user to create see and manage their desktop alerts from their mobile device, and vice versa. Users will also be able to manage the types of alerts they receive from each device. For example, a rider may enable an SMS alert from their web browser, or add an additional SMS alert from their web browser. ldentijication ofln service Vehicles hitt ,f%i, ii! bc' tabic' !rJ ,Ir?:'Yl.�6" ilieli!i�'" VGi�iGr,it lir7TS7ril?.f JOr i/; ,rel? -%'c' !'�%t/'1r;6; DoubleMap is able to comply with this requirement. Customisation of Web -Based llaly fed wap; jli reaL.%r 1.o."'& fih"..! al -r I,!",,7!Y route ihd%rl"v, .!,'r a alici?r'd;1r1'11"'4 1"avibi' t'iJ7:'iu /Or'il<nn:Anti d!l:%li'/tl>•!'Cl'IrY'"%l,'allith' ad ii/1i .moth!; anra Users are able to see all of their stops - not just one or two - at the same time, as well as the ETAS for all of the stops, and where the bus is currently, all in real-time. If a bus is running behind, no problem - the system automatically updates off of an industry-leading 1-2 second polling rate. This industry-leading feature offers a true, real-time experience - there are no jumps or lags in the DoubleMap system, be it on the smartphone application or on the passenger website. DoubleMAP www.D«.bfaMnp.�o.,, Exhibit Al - DoubleMap Proposal 56��.,�Wmm Routes Show AN Show None Dive Ash v CCM r,ti3a%�.c� Acrr.ur Greater :inrin!j>Jtr Cm Night List Route ( (® Main St/lddn Ave Finally, as detailed in the images on the right, the passenger website, as well as the smartphone application, is built to remember which routes the user selects. The next time the user opens the site, the only routes activated will be the routes that they have used in the past. As shown on the right, changing these preferences are as easy as touching/clicking the route selection tab. Welcome toDoubleMap! Aaltomlaic PIN U4. (Jatee !'GO":! 02' Due to the cloud -based nature of DoubleMap, the DoubleMap PIN is able to be updated over -the -air instantly, allowing administrators to add new routes or schedules at their leisure, rather than waiting on the provider to make changes. 8.5.1 Predictive Bus Arrival and Departure Algorithms i e CUi'c lif ;%Yr JX �:� lrra % /' Cl ;'/tiild i%!3 ? d>r'!tl,'c ,•c'd' /lii.'C bbai :Ai7„YL a91a uc'rh; i /;!P %7 !r.' f;i/?t' ?Oi,'. ire l_1RO O, f ; R Jb,, it cfeN..!e 0&1 01' /)"OH, ':r'CjLc','1/ e ,,7%60j,",I l%rilJ� zbat t,OM ilas""!r/% ry t17h'C, :'!/i;Yf riC :iiic% i",'!.'Zjc lil7ic ,7i%cY7: /llj' !i.>/. :di"i'i1'c7/ , lXcfv lure 1!ii/d,!' {7C�Cz:ri o'; l.'r'h", !OGY{i7D7G, /'i!a(li/i (7 i'., di,`o?,07'J, ar"d�o"j)('r.1 !"10i:1- .0/r'>rf ai K'l/!i/.i,'r1 ;ilfl,l'c'.f !i/ 3i'r'Ui"i'r.'Y: %Yi%j;rfC<�Bs7CP}T iif0ii; /ir';,'i/;'jj �';%.i CIM tdr'L'1"/id/!YCf?jii'/?.in.7afs'r!!?lliG:XiG7!IIGPai'Tll,':;7i':%YYI;�i:7f?:XC'%i f'lo :,7rlilln r s rre i'i✓.r'c ,;'1%?.. 7;i„ .S' ;c rJ'lilli, 1�10ri', c7i%c/ii:J'7; 10 %Y'C 1�1;� %;ii"?iffiil ClI(d8( hr`%i(7l.%,i ! j..,, .7ti:'1,';A1 1, if lll.j7lltiU,iY' all; !ilii/I r� i i�r::l,'i !llii".I>; c9' i't1Gi% r:yYli' lOMlfi�rd<%,i la?S1 bl"JI(iiiC rdi%?trAhr.' :X3"ii<'a! O/?C� :'l�Ph,;;a1:l;!!'r.' t�;d!la RC1 l,NMT)Vtc rdC-01"i!7 St! !}'le 67*17';" DoubleMap is able to comply with this requirement. DoubleMap is able to provide a real-time smartphone application and estimated time of arrival module that fulfills these requirements - both items are detailed in their above sections. Additionally, as noted in the below eponymous section, the DoubleMap Smoothing Algorithm is designed to completely cover both the rare transmission error, as well as the occasional cellular deadzone. Citizens and users of the public -facing side will never know that there were any errors or deadzones. IOoubl@MAP .1>o &I.M.P.coro, 44 Exhibit Al - DoubleMap Proposal Smoothing Al orith DoubleMap is configured to automatically smooth over any system errors through the proprietary smoothing algorithm. Said smoothing algorithm is a prime example of the robust capabilities included in the DoubleMap customer interface, often left out by many AVL vendors. GPS is an imperfect technology, and experiences further challenges when paired with a cellular connection. In other words, all vendors will experience rare lulls in connectivity — the value -adding differentiator is how lulls are handled. DoubleMap is configured to handle these occurrences gracefully without interfering day-to-day driver use. This helps build trust among the driver base, which is one of the pillars that DoubleMap strives to help each client achieve. The proprietary DoubleMap smoothing algorithm covers up these dead zones and loss of services by automatically determining when the vehicle will arrive, as well as the estimated location of the vehicle. The CITY's citizens never sees that a dead zone occurs. 8.5.2 Changeable Message Signs (CMS) The (�1 F) iebkj 141 C.fa 7 Lodi ✓:anl; ro i7c` Jic'oTIL/ ii !G'!r ii /h PRO['O.S7ulZ 3ll.icf;'riu ✓1"J2YI ,}P,°P7i./ r/a./Yr'>:%[%i' ,S:' %iod' _2). Al Gi Cr[ii,''ii!'✓.f`ri, ;i� , i,:� [.� ' J: rlr'1i c7? ,7j?.i'�;i:d� i"�.'?i± iliiic` !i; .',f Ilii'/ :d � ;i(' i6Gi"t2?l � iiil�.i:.4 i�`?;' li'l!/i a�? i01? �t) jic cr�i �.: /.7j ill Ci T' � e 1 '° ("IT) rlit i ibe PRO P037' R In addition to LED signage, DoubleMap is able to provide changeable message LED signs (CMS) that are installed in bus shelters or transit terminals where passengers wait for their buses. These CMS signs display real-time bus arrival information and informational text messages via a wireless communications link to the proposed CMS software module. DoubleMap's software provide administrators with full control over the signs, including configuration, real-time updates, and health monitoring. In addition to showing time of day and arrival time predictions, the signs provide the ability to display text messages generated by administrators, who are in turn able to view individual sign operational status through the DoubleMap administrative module. The real-time prediction arrival/ departure of the next vehicle is recalculated periodically for all bus stops and the updated information is broadcasted to the message signs. Prediction updates are sent at least every 60 seconds and the signs' internal logic continues to `count down' from the most recent update. If more OoubleMAP -41AT>a W.M.,p...� 45 Exhibit Al - DoubleMap Proposal routes serve the bus stop than available lines on the sign, the sign will simply cycle through the routes with a different route displayed every 2 to 3 seconds. Messages are displayed with route or station identifier and arrival/departure times are shown in minutes for the next two vehicles servicing the stop location. The agency name and the current time of day information are also interleaved among other general public announcement messages. DoubleMap's LED signs can also be equipped with a passenger activated text -to -speech device, which converts the written text -to -speech for ADA accessibility requirements. At bus stop locations served by multiple transit agencies, all agencies can be displayed and the system will indicate which routes are served by which agencies on the signs. Cost sharing agreements can make these signs even more affordable. TECHNICAL SPECIFICATIONS Pixel pitch Color capability LEDs per pixel Estimated LED 109jime CED Viewing angle Contrast enhancement Service access Graphic capability Control software Power Display dimming Communication options' Compliance information CMS Abilities 8mm (011 center-tosentar; 1,600 plxeis per sq h 12mm (0.47') canlcr•fa-comer; 646 pirrels per sq h 1 color (amber) I amber 100,000+ hours 30` Contrasi anhoocing polycarbonate lace From occess Wilk removable door Text, gropl+res, k, -,as, mvkplo font sliles and !-zes Venus i 507 ar Third -harry n!agrptcrs using Venus` i 504 (5D7) LOlrware Jevolopors kit 120 or 240 VAC s,ng'k, phase 64 levels louromo!.c or munuol conlroll R$232, RS422 and Ethornot (wired or fiber) uL listed, NEMA 4X cobinel, l6C 2009, NEC DISPLAY CONFIGURATION 8mm and 12mm, monochroma, AF• 6300 series displays can be ordered in single -lace (5F) or double -lace (DFI conligura!rans single -6c (SFI double-loce (DF) ->:'co .h.,,!v' i` Rr'2,W, ;0W .:AMl,Nc'!✓`VI "A IDoubleMAP ..,,ww.Doi.b l.M.p.corn 46 Exhibit Al - Double Map Proposal DoubleMap's CMS system is compatible with the ETA module, (detailed in the above section Estimated Time of Arrival), is built to show both inbound and outbound stop times along each route. Additionally, DoubleMap is able to provide clients with an Arrival/Departure board (shown below) that can be used at transfer centers or at any other highly trafficked rider areas. ETA Countdown j, ii: DoubleMap is able to comply with this requirement. A.'011-O-peralional Messages the i ,VI) .i 6aL "i dij !ay' i& h rAY i 1,,0; oi, Jar Y� DoubleMap is able to comply with this requirement. OoubieMAP �.�.ww.Dov61 aM<p.coin 47 Exhibit Al - DoubleMap Proposal LCDILED Dii4lay., If 0 (j, LI 1), ('1'4-1)1-" "w �5 DoubleMap is able to comply with this requirement. Outdoor U'.Laf ?rt a, enl,,z) ovin'W 'cx'b a.i .."orillo" /0 a voa,"Lwk DoubleMap is able to comply with this requirement, CMS Controllers C'03' DoubleMap is able to comply with this requirement. Brightness Control DoubleMap is able to comply with this requirement. ADA, Requirements ('AIV �� /- I ; r, Y, . I to AOA 7. d/ )7w1j)r4xv' A OA 6"1", Or 6m�'o DoubleMAP 48 Exhibit Al - DoubleMap Proposal DoubleMap is able to comply with this requirement. DoubleMap's LED signs can also be equipped with a passenger activated text -to -speech device, which converts the written text -to -speech for ADA accessibility requirements. Oberatin.,,, Tern-ierature Reauirenientr ; P1 P'f j%/f i;�eil l!%Y, 02. f.E(i0i? il.'ri ;a!iAf' i'P.1! L' 20'1 !o /261' DoubleMap is able to comply with this requirement. I I'andal-Resistant Enclo irrer C: b1.S mt rl be pirolre ted ir.lrno r-andal ra,rs tanl enclo,rlir,; and DoubleMap is able to comply with this requirement. Conti4uralions (-II r'07i%rlh!rt7J sbaZY he G�;pab/' of beiiily r'onfiulirod botl) r'eiilolri' alid rof-a j', Pori Ib co1/ipl lerdeD7'' i iilc_7J1 a r0 hr,' 7f rCr.�101' pryor'r,"ng rlNilille diCl01 7he siy?J /i�(�71,{��l loi,i7 c!/1i71ei'tTl`tl}'. DoubleMap is able to comply with this requirement. Communication Infrastructure Requirements PKO1'OTI-Iy ".- R':7'ccl i'.iia%71c. lUn/r're',>dn;7r, ._'!1'P,r.r.i %aSlnGe.Ydll/inJ', 1'1\1011 SHS G`r U.,!! : DoubleMap's CMS signs display real-time bus arrival information and informational text messages via an ethernet communications link to the proposed CMS software module. DoubleMap has included a picture below of a fully installed DoubleMap sign in a transit center that is connected with an additional ASA module. The sign is wireless. Additionally, DoubleMap has included an image of the Arrival/Departure boards, installed in an outdoor capacity at a client site, on the right. 8.5.3 Bus Stop Signage ; /i/NiN/1% ;'!'1'i'LU7`i' a o't!, ;' ti?:.r'r;Ii:rl %Gr' ttl; ila3G i!;;i>JN i (/i':i i ti tte Yi _\:F f117'i lt; ie4' , kli✓..i r i !rr:; :%,'ili, PR01101 i ;i� „i;if( -'l (%P.',1%%i=r %M :;6ri'rli . i' i'7' i'.,\'c10y'i;%c, a %i7;.i ..1/J,'�% : Kli /;'/(Ij �.:.,t; �j rf /'i`i7 �1/aC' ;tl 'Fi ii �,•%71.� ±h7"i!C'LCj;mt 7i4' /'f�O('O S 1:1t %r��I,G l;rr; sir./�� c'o�i ,'.�'di�;rr tv.i !ni .;i�>r rel? �trlu W/ "'i ,�;>r1r-,N�� `iI;e 1'ROPO) ioil%cl DoubleMap is able to provide QR codes that can be placed on existing signs for stop ID information that riders will be able to utilize for DoubleMap's SMS/IVR solutions. If additional signs are needed DoubleMap can provide updated pricing once we have inspected the possible sign locations. 8.5.4 Customer Web Site / Communication Devices r'Gi7lmi;illCC!i?lin t,�r.'7/7!'P� d7l��i o7. f: C('�ir"J?�gl?i:i, �tY/<Ilf 1�/)1171dJ'; �1Fi'.f011r,1f �)lF;ll�Z= f�.�:r7.rjC,t7llf 1��.�).�{'�l, %lli�i{'lei erG: DoubleMap is able to comply with these requirements. DoubleMap offers all industry-leading applications as free -to -download on the Android Marketplace, Apple App Store and via Blackberry World. Please refer to the SmanphoneAcces section for more information. OOUbleMAP 50 Exhibit Al - DoubleMap Proposal Display Information I I R ( )P( ) S7 '1y 7f 2"WA pX:v i h� ,,id ue'i1?;i ,".7ilr{h.f lrir rale 1'i {ilc'%i' C 4�09I/C(f%OP/, YP;C1iYl�lii 9'0/a/( 71Ar.'i'.�' ioG�d �S IiP<',llilt� io as ?,i., i o%/,'P %Ir/",vi afio)i !%.'iY)i1 h /%h' O l � 'J' itWl, ,! :i- rx"', a /M,/c. DoubleMap provides an optimized solution for riders to access vehicle locations and estimated time of arrival data at an address such as LodiTransit.DoubleMap.com. DoubleMap provides a public website as a part of the cross -platform map -based experience, which can be accessed from computer web browsers, tablets, and mobile phone browsers (automatically senses when the application is on a mobile phone and makes buttons larger and touch -friendly). DoubleMap designed this interface using cutting-edge technology (Htm15 and Google Maps V3) in order to help riders avoid constant webpage refreshing, but also to create a cross -platform experience. Additionally, riders are able to see all of their stops - not just one or two - at the same time, as well as the ETAs for all of the stops, and where the bus is currently, all in real-time. If a bus is running behind, no problem - the system automatically updates off of an industry-leading 1-2 second polling rate. This industry-leading feature offers a true, real-time experience - there are no jumps or lags in the DoubleMap system, be it on the smartphone application or on the passenger website. For administrators and the CITY's analytic desires, the DoubleMap website utilizes a full suite of Google Analytics - everything described is easily attained with the click of one button. Finally, as detailed in the below SmartphoneAppliw ion section, the passenger website, as well as the smartphone application, is built DoubleMAP ) IN 1�­ 51 Exhibit Al - DoubleMap Proposal to remember which routes the user selects. The next time the user opens the site, the only routes activated will be the routes that they have used in the past. These preferences are as easy as touching/ clicking the route selection tab. Web Site Integration i CfTy' Yr /1;(o f%; f r r 1 1711:; DoubleMap is able to comply with this requirement. Integration of the PIN and the website is how DoubleMap approaches all client systems - DoubleMap is able to provide our API documentation as well. Web Site Features illi' %_� 1� MLO 1LvP.i{%L1'%fti9"!il.'GC,fG', ilf Cd YlIGPI(>il-Y%7?; i%U �U�:Oi�ITih �eGlr�/�E9":".f: Public Acce.us i:fo,-!a ,.!u i?!c' ;er;.'1'%n; f0 U:e f '! /✓'i1 %; :/%�Y l;i%>%ic':; `C%J '.!poi,ir, i"i rf.'77': c. r'L;/'r OMA: 71; i ' l rlibt ifi ii DoubleMap is able to comply with this requirement. Website Aoi)ided Fealure,; ('1lOPOS J:1Z !bale Y5'vl'!de'a//! a! pa';('J elaf(d ' fl',i l!l[G1.fi'171�5,i (edC(i 10'1& I',1 i? t'7'i.'lue oii'�i)' C1 j) r.i DoubleMap is able to comply with this requirement. DoublenMAP 52 Exhibit Al - DoubleMap Proposal Browrer Cow)alibilily !Ztrl-fi DoubleMap is able to comply with these requirements. The DoubleMap real-time passenger website is available on all listed browsers. DoubleMap provides a public website as a part of the cross -platform map -based experience, which can be accessed from computer web browsers (including Internet Explorer, Firefox, Google Chrome, Safari and Opera), tablets, and mobile phone browsers (automatically senses when on mobile phone and makes buttons larger and touch -friendly). Continuous Ut)dater l'IL' iA;t .i t l!�//:' !heli iie c'f)7i,'Si'/✓U21Ji� �f?G�:.7r,'ri /iJG>cY?!.'t'� C! DoubleMap is able to comply with this requirement. The DoubleMap system fully updates without the need to refesh the webpage. Veb Site llerron(li,�atio7: i ✓"/ ,?.i l,! .)iA'd-: CUB0%1' , r Cp .(i:' ez'L !hd iPiZo /c.! C?Y;t i!(p! 0/ ti"lnii- 6 DoubleMap is able to comply with this requirement. The DoubleMap system "remembers" which routes and stops are of importance to each rider/user, and will display only those items after the first visit by the user. Zoow in / out Ca.habilitiej' e(1 M/';flh oo//% 17r (iil? :T7ic7 �'Jfi7: l!>� i)!fi Ji EDoubleMAP wvnw. Do v b f o M. P, c o w 53 Exhibit Al - DoubleMap Proposal DoubleMap is able to comply with this requirement. Automatic LL� h /N wol)ilt. Pqv,� I) � /)a U, i� /�)z - �/-j t- iIi "or "C', DoubleMap is able to comply with this requirement. I N WAn-iv1Difp1a Cii " 'j—) oto a, liv, C lm�,vi lkire /)Pso or 30 11�, J -11 -op kop, 'd, /0, ao DoubleMap is able to comply with this requirement. Ply.AaNic-atio PROPOSER at.�(/,t on, ,,� PDA a veo- �i o� CITY'!- ir os DoubleMap is able to comply with this requirement. 11TIAL5 Format 11ROPOSi "'R jkv.!i`/ 41,,c 1I'1'-111.5 joz-;'a,, DoubleMap is able to comply with this requirement. ED)oubleMAP 54 Exhibit Al - DoubleMap Proposal Seli;ice Alexis ilh (J TV ire ?o l ubi(,rb :Ili,, "I"'ti- r (97 1l1e DoubleMap's announcement platform is designed to quickly disseminate pertinent information to riders and users from the administration -side. Specifically, administrators are provided with an input window through DoubleMap's announcements module where they can enter a message, start date/time, and end date/time. This allows for announcements to be scheduled in advance, pushed in real-time, or scheduled to be live instantly, but last for 4 hours or 7 days as requested. These announcements can be simultaneously pushed to all web interfaces as well as mobile applications. An example of the mobile announcements can be see on the right with the web -based announcements shows below: 8.5.5 Customer Trip Planner Announcements Roule 3 detour bmins Monday. March 10 B"mri,ng Monday. FAWCh l o. state 5; between Earl Ave arW 77nd St will be Closed fa construction Slops pan State R, dultl St (near Rt431 K"), Teal Rd , and 22nd it (roar RP and Big Lots) wilt not be served The City of Lafayette expects the closure to Vast 11wough mid, Apra Routes Shaw AS Show Nam I PN Mie/PNS Noah 1 L. Wa4mt / cle" [rook """bill 0161161 : W.NN1 S 1A6 saaantam�l�. fSllagrn/f Ca, t"r tw Carry Pst� f "DIte4f 1A411 r las! IW, Announcements OHS Horth bus stops 1, dosing IIJF (,� i) Ci a lic7ii OJ ("Or /t' T t<jn'rii all G UJ .I//11+, d, /�c'C%r i/_7r.' i� 1(��O���f ;R i0 %oake ClNlii."ab/P ltt-Z,m raie h-eil) iri o1',Ia ioil '10 (/0-0f'de 1 iiY j,',/. Ill /Addi'i!!!i.%io Gool-ap"'i', /yiC f"ROPM,11"R I'hak"'';7iTf!:C:d ��75L2r'?Oli`10i'...'.'�17i11G'l:i d/I'[ CCiJI;�LC�/`lG/?-�'llic'cl7i7l` � I///;7l!'i: �:Ji: rdf%l%,71C;r.7o/if-/l1/i,71e%1' InY: f((:'dre,l,, rlea'Jr Or':. icl+', i;l:?i' i• "Waft i'� ,"(':iii 7,.?!? `illi' hR.ic'(l ill( IC; iii1;' / ,i?i'?'dc'c f !r'Yc':A! /?i1 '%ic �r 716/./iL'!. lI i�;e Tjv? Inno'Jj'';o/!!:i DoublenMAP 55 Exhibit Al - Double Map Proposal ! 1 %'! Sr c' `/ ' 1. li; ✓d d78f"i.9_„! i/1:,J 1'i'. "/%� %4l t'Oii1�7!PiPI DoubleMap is able to comply with this requirement. 9.0 Optional Requirements 1 i 1 1 Y r%'CI%r? 1iiY 1}�\�%fl�(� S i ,��` !i!; `!/J7 ! iiiiG71; rdi .' ✓%!1: ii! i%ii' �;:%.li .5)!f'r'ii! CiJi %ii:Yl:%,.i' ''(' iia! Yh` /1, 1h'.!i cos"", .I'n(h( iii 4:'%;.7171i'sj' 2 fe"zl/.1,"it1 F;° i%6' PROI)OS1,W) 1%i'!(x G). 1 ` ,r,., op/?plt.i P.'i" (.1,() fi( of /ttiit'elFJ^•r lts")a;'U. DoubleMap acknowledges this requirement. Please refer to Exhibit G - Price Summary Table for more information. 9.1 Automatic Passenger Counters (APC T"�;' i']Zi)POS I"K 'i71J9.ld"' °)7kwo idi` lI"h' olVyofl of ifif'a,Qrak'? i ,,/(h' (,; i be ''c1iY1 JClit� :?� ll Gr>i,c/'1;1.XOti YLrCd�i`Di'%::d.ii F,'k'c'F'!'SiSYlili�!-`)a �i li'f7YU�?(t,l'fi7 /i J; 1i;e f �f\�)r�i).t J ;R, ii;;1 Jfk.l.%i J7E5./.lid !%!.!ii?; 11%!r1 /iiri /o DoubleMap is able to comply with these requirements through the DoubleMap Automatic Passenger Counter Module. DoubleMap has a plethora of industry-leading partners to choose from for automatic passenger counting. DoubleMap has worked side-by-side with vendors to develop an industry -first Bluetooth solution for wireless communication with DoubleMap's APC hardware. DoubleMap was the first, and only, vendor to successfully integrate APCs wirelessly, which allowed for a less invasive install, lower cost for the client, and real-time passenger data transmission to the administrative module. DoubleMap has provided a mature Automatic Passenger Counting (APC) Software Package consisting of proven APC Software modules and APC Support procedures applied to the APC data generated by the DoubleMap AVL system present on vehicles. The DoubleMap APC Software application being proposed for has been implemented at approximately eighty (80) large and small transit agencies using DoubleMap on -bus APC hardware along with an additional ten (10) sites where DoubleMap APC Software has been applied to APC data generated by non-DoubleMap APC on -bus hardware. The proposed application of 17 oubleMAP 56 Exhibit Al - DoubleMap Proposal DoubleMap's APC Software at Lodi is quite consistent with the transit agency APC Software applications of DoubleMap's APC Software package. DoubleMap's APC Software package, including all necessary support/ training, will produce both measurable and non-measurable benefits in excess of the investment in DoubleMap's APC Software package. The APC Return -On -Investment (ROI) realized will take the form of improved service productivity, improved service quality, and access to an up-to-date, highly accurate, and comprehensive set of information to meet analytical requirements. Given the export of quality raw APC data from the DoubleMap AVL system along with APC data generated from DoubleMap's on -bus APC equipment, DoubleMap's APC Software package will produce reports/analyses that will identify cost savings resulting in a ROI of 200%-400% within the first two (2) years of implementation. Finally, DoubleMap offers "private" routes, allowing administrators to privately track vehicles on routes and stops that have recently been changed, or recent additions, all without the public being able to see the routes/stops. Digital Passenger Count (DPCI DoubleMap has also developed its Digital Passenger Count (DPC) system in order to meet the passenger count needs of transit agencies without APCs installed or one that chose to install APC's on only a part of their fleet. The DPC software provides drivers the ability to input passenger boardings by type through a touch -based input on DoubleMap's MDT — which has typically been accomplished through physical clickers or paper tallies. With DoubleMap's DPC, drivers are able to enter information through a touchscreen interface, which collects and sends data in real-time to DoubleMap's servers. Each time a driver enters in passenger data, the DPC attaches a timestamp and total load by stop — which provides real-time information to administrators. Administrators are then able create instant reports, which show passenger boardings by day, month, year. This data can be further drilled down to display boardings by bus/route/stop/time. Additionally, the DPC module provides the ability to customize its interface — which has allowed DoubleMap to create custom interfaces for system -specific passenger types and add a button for `number of passengers left behind'. OoubleMAP ww�.iDovblvMop.�on, 57 Exhibit Al - DoubleMap Proposal Customizable features such as system -specific passenger types provide rider segment information that has typically required fareboxes or card reading systems to collect, and is not captured through APC hardware. This robust functionality has results in many clients using the DPC module in place of APC hardware, but several of DoubleMap's existing client chose to use the DPC in conjunction with existing APC's for rider -type information segments, and to collect backup data for FTA approval of their APC data for NTD reports. .Separate Passenger Counting [d.,. ,,;< (% '3;! �.'%.L%:X7v' 1.�YlC rU! %sr ;c.ff 7:,.. , i'a :'ii •l,;iX / /?'✓, ;',Sit:, �i:5 .l [C,' DoubleMap is able to comply with this requirement. Accuracy Detection /lt'(, ,.'lUS c r;EZ9Y:'IfCG (!i "(1h oaakafi alio and Of ))as :lr iii DoubleMap's APC ensures accurate detection of passengers and does not account for false positive counts caused by foreign objects (i.e. wheelchairs, strollers, etc.) Multiple Entry Doors AJY u00F!" DoubleMap is able to comply with this requirement. Doorway Detection /o aXi'1;'r^I Glco1 - is oc/:' o1 ooj.`d y& W(. "hol'> on"', 'OUYr ad ,_, (;Y:i t!JC (kor JJ o 7Cii '. DoubleMap is able to comply with this requirement. Data Compilation and Integration A11( a,,J ?ii: ;,)',ziw'! /u I IJ ?r YFir.7i ;?rrt:� DoubleMap's APC system automatically compiles data and allows administrators to pull reports using the workstation application. VD oubleMAP w�.n- .17«.bl.Mnp.00w, 58 Exhibit Al - DoubleMap Proposal Time -stamped Data v" /Of, I", Q'O 12 b, DoubleMap is able to comply with this requirement. 9.2 Interactive Voice Response (IVR) System 1, 1)"rVion. M", CITY zo 'i/Ir !)ro" CU) /0iiMt:! /0 ei "X / af) u)a u '/d eal� J) b.,,,ls lol). r��ardksi w es"')oi.),-, (I VIO c-, aon Tko 11 R Ike DoubleMap's system allows users to dial a local telephone number, enter the Stop ID and receive arrival information. Next Arrival Predictions II/R ska//150 DoubleMap is able to comply with this requirement. Arrival In formation ret fin- !A -I' 'n"vX"i J, or 30 e akra DoubleMap is able to comply with this requirement. Voice Prompts "-Y Pm'd Ori"; Mec 7 /C DoubleMap is able to comply with this requirement. Spanish Language OoubleMAP w .P—bl.M.P..Ow 59 Exhibit Al - DoubleMap Proposal DoubleMap is able to comply with this requirement. 9.3 Bus Stop Surveys I zh;<'vcf7l� "'6"', CIT) .'a I -i?,') I-,; op gr:0 1 iiaaequi/(- -o hOr ;.4)/)I 88 /)1."(J Please refer to Exhibit G - Price Summary Tables for more proposed costs for this requirement. DoubleMAP 60 Exhibit Al - DoubleMap Proposal 10.0 Architectural Requirements 10.1 Hosted / Managed Services ui b: m; Ib� S';��,�rri ,� ire;; I Ir., sE� :.?d ;ll,arr�u�,'d h; t/1�> (.O:A'"IR V J'OR. I i� 1'ROPO'S f R r,»/ rPi('/P"' YIOI r,mi h1"', M .SI:�`/C'7/1 :d%liitl;'Ci�ii"i' is<�%-!?i'cti !%,'�7�7u9"f712;� LCit'tY %'1'rli�llJr'!�l .i(iii'!1i0�7�r�. '1' 1,' PROM S�(�IZ la/i,', IJLfO p'ri'i17:11Z!"c'1'eri';1-.S�:I/t'/1i!1'C?iiil�'7i`5%, G��l>rl//i'!r4a,,';,'9.1!llr.; i'r.'1-a a, DoubleMap is able to comply with this requirement and will provide a Service Level Agreement upon contract award. The main benefit for DoubleMap's cloud solution is that it frees transit agencies from the monetary and time costs of maintaining their own servers, but has additional advantages as well. Security concerns are also minimized because there is no requirement for giving a third -party access to an internal network. No VPN credentials needed means there are no VPN credentials that are shared with unauthorized parties. Furthermore, DoubleMap is willing to sign a third -party access agreement and provide information about the service -level agreement can be presented upon request. DoubleMap's system has robust SSL certifications which build upon a comprehensive, cross -platform experience. DoubleMap's administrative platform is able to be accessed and utilized in any physical infrastructure and by any device, including tablets such as the Apple iPad. The following page outlines DoubleMap's system architecture. DoubleMAP wvv�iDov6loMop.�om 61 Exhibit Al - DoubleMap Proposal DoubleMap cloud servers I Fully managed cloud infrastructure SQL databases Administration interface ia 61 - f1l unlimited user licenses automatic backups - remote access capability Real-time vehicle Public real-time communication data API Cellular data network Verizon LTE network - certified Vertical Services VerI70n Provider - nationwide 4G LTE coverage Other carriers - Sprint, AT&T supported based on coverage Mobile data terminal DoubleMap mobile data terminal ri capacitative touch screen GPS transmission automated voice announcer text -to -speech synthesizer digital passenger counter engine diagnostics Engine I I I I GPS DoubleMAP wtnnv DovbloM.ip. con, Exhibit Al - DoubleMap Proposal Public interfaces DoubleMap website HTML5 real-time interface no plug -ins required Smartphone apps DoubleMap app with real-time GPS ETA information For stops Free iPhone download from Apple App Store Free Android download from Google Play Store Public displays Embed the live map on any website Public and outdoor LCD TV displays Client administrators Dispatcher workstation web browser required no software to install or patch secure encrypted connection DoubleMap administration software route and stop creator data reporting and analysis display historic GPS traces monitor real-time vehicle locations export GTFS data 62 10.2 Information Technology Architecture iC PR(W)SI ;R" ,Siii .'?i, 0/1' ),1.0i'7 :/tile 1 f1 i,-6 :a','r✓l`c ti'riiii an, i'r i ! h I i7:1i711C' r7l�i(lic. s', �1�.�/Jjl. � e:.l�,. Jai ,� ltlhiz'f r'it'., 7?Cl flcki:i' JI�hF.,: PIZI>PO,ti ] i1Z r"llil.il �PUI%'t li'nG{Ill t'✓biahril•d3-Y[oi i1Jo C.CI'Y ;i;r ' (ii:%,',., .... ip?JL":./; (, %I;/7Y�` ':,!1',"• :d i;r"f` .nor"r a%f !i Ji;9>e'1:+'rl ,>> a!:'d iiGY it ic' %7f;h�.! ; o t6;: cnPrr,1�., ..S t l ('I;. 'I 'jr PR P(% S i s ll ('J?1'/t?. 4A! %i'iN• iq;�!f (l ii j>i'U ;..i';, ipl• /�J. �i�/�i��•, l{)�;ii!(t �i;(/rP P i1P O Y .. 1',";�c Yi ll;lra. (a.'6;%lf�?'(' 0/ jl 'l?"dP,� DoubleMap shall retain all proprietary software but will provide the CITY with unlimited user registration and access. DoubleMap is capable of providing a solution that fulfills the requirement for 99.999% uptime during service hours. DoubleMap is entirely web -based, and provides several different levels of users on an account, detailed below: Each account is created instantly upon request. DoubleMap is able to offer unlimited accounts - the CITY administrators can make as many accounts as they would like at the press of a button. DoubleMap administrators play no part in this - CITY administrators are able to create accounts from their own computer. Four user types exist within DoubleMap, which provide enhanced management oversight to administrative staff. Each user will be provided with a Username, Display Name and password that he/she uses to login/logoff. DoubleMap allows for four options for account privileges as listed below: 40 Viewer O Has ability to view the system, but unable to make any changes 0 Dispatcher Gaut l9 O Has ability to view the system O Has ability to route/assign vehicles JACO WY UWname O Has ability to view historical data on vehicles and run reports Display L52Y Nome O Has all abilities of a dispatcher Emod Password O Has ability to create/edit/delete routes aaie Adm., I O IIas ability to create/edit/delete stops 0 Admin sql> `l O Has all abilities of a user O Has the abilities to create/edit/delete user accounts OoubleMAP __'Vvpo W.Map.cow, 63 Exhibit Al - DoubleMap Proposal 10.2.1 Ownership of Data (VAIT" R) (J'f/ I (TV]- I I VA111,5.(J)Yi';�: il')e DoubleMap is able to meet this requirement. DoubleMap stores data in a standard data retention. Data will be stored in standard retention formats for two (2) years, Standard Data Retention DoubleMap ensures that all data is retained for up to two (2) years for live access. Standard data retention displays each set in one minute intervals. This allows the data to be used in historical reports and audits. Operational Data Ownership 'I ke (.T] A, i';robtide to Ike IIR( ))'0,)'] 1", al".' b,,,i 'mp, roak,JCL'+8C]/2fe%tider, it,-UN-waljori a&I ai, olh,, d"7%7d it/i'lJ:1Yl,' 60 1/.( m' a't '\�'W""; "o JIj'oL-e"'d' DoubleMap is able to comply with this requirement. 10.2.2 Scheduled Maintenance . I IJ,fair ,- , . "i I . " f 1! " 'c. d'o)v,-n6"Jed ir;' (J!./ol' z'Ov' ( T) 'Y 2 "Vef"UC j')Glj 10 Y?/'I TY, PROVO.Vl '16 'iwp"' DoubleMap is able to comply with this requirement. 10.2.3 Continuity of Services ""(Is! �O d";)"( 0/ /e, -�id of Ibe ITY'.' -TRA TO R i)r 1A, CITY oi,- N O:\ (11.61 zf�t (I it V a J�'d I o I !I I! s uv?."es rra'an*ed. 7`IG''I12wi"z 30 da'r o/ ro"Y" /I 6"CIT) in-oZ ,it/ ad(liziolld"' PROIIO,P R i) n"' -'Ib "t",- A onl�e//Vllm "'Aa/ b, '0Y, " .' 11 3 1 ) , DoubleMap is able to comply with this requirement. jooubleMAP 64 Exhibit Al - DoubleMap Proposal Double~ 65 Exhibit Al - DoubleMap Proposal 11 Additional Requirements 11.1 Reports Vt'.1` !.27i,•'fUF�ild:.'''Z!1?lil' I/, ::di'i'.'litlP, iNiY;itiil7ro",i?i/l"!r,I,, of' 04, �9;,','i'', of . ::i?4'. .,, ��Jy�%,ii1':: ;'( r� �(�.fi/.%,41ei �!i>drii:�. � r,ITL(i'r. Ulh;a:'fGIU/?J;",�70r'r' i%/ci%�r? ;h77ir!L,le;i c7� r;•rr :'D; /L^,•i.Sl,i>iC/lY%ii %; %l .?i7ir;;lr'%iY: !%1i ,'0 ii!/1i. ( ! r/.i ?A:' L�tr J%2/i,:�, .Idi:"i 1. ac N)ii C. L"'(4vla !�'1'f'%-a!'e. ' 1 il/ i Us /?lc't.!(' l.- ( cl„> i'r: j , .d iI l I / I•, �„ '% /9l b- r”"O!e?';?r7; :" �%L'�gY;�li i;";t�/li;�i !l i; r.i lCi'c G'l i. 1�°i%Ui;'.I-;Ai?d 'i'l (':`Ili i��,lli "1riGc'/I)T/✓�,;>!�'i'(,�:.!!.'fUlhl yfi�f„' %�;,r"?;� i,',1?'t/i?,. . �,,. rG-'Qlr <d1hi j0i:/ DoubleMap is able to comply with this requirement through the DoubleMap Reporting Suite. All DoubleMap reports are exportable into an Excel format with one click. The administrator has the ability to export the Excel list through a CSV output or using the one -click `view' button. Clicking the view button displays geo-specific data for the specified speeding instance through DoubleMap Bus History and Route History modules as described below. This allows the administrators to derive a greater level of context for where the speeding occurred, what time, which bus, which route, and who was driving. Bus Histolj- , Module DoubleMap provides a robust "breadcrumb” replay map displaying historic bus locations. The history tool empowers Administrators to rewind a single bus location or select a route and view the exact locations of multiple buses over a precise period of time. Administrators select a specific, date, time, route, and range to observe a vehicles exact location. DoubleMap displays the actual GPS point, so DoubleMap administrators and DoubleMap have millions of data points to utilize when determining a vehicle's location, speed, idle time, and heading. For example, the figure on the right shows where bus 640 was located in the fifteen minute span between 11:00 -am and 11:15am on 12/12/12. aw Route History: Module The bus history module is vital to driver management and route improvements, but DoubleMap also provides a route history module to aid dispatchers in answering incoming rider calls. For example, the route history in the figure on the right displays information for all three vehicles servicing the D route at 11:18am. The vehicles are color coded on the rider side of the image, and correlate with heading by • 0 DoubleMAP Exhibit Al - DoubleMap Proposal turning the vehicle icon color progressively darker as movement occurs. The results in this figure would equip an employee with an invaluable snapshot for dispatchers to instantly answer and remedy any rider call -ins or complaints. Canned Reports }l-' }IRO)}J0.5 1,I �/) !�4<di l'.r U� GlM11ir./ iP;iG%"f.l :Air <d'Joi7l,v.d 7Y ..%:".5�1,'Jfr'Y7 �bl'1J7�71�i' IrlT/1:.,: ., ilt }JiCi,.; l,!7li}r �d1l`d f } }!/ �:Cl,r:� 7� �,,i":,i�'r (Ci r'f�iuJ'i'7iJ ��k' l��i:'.i' �! i�.i�>Oi`r,� i�%P i,l"1 1 s J:i'i/, C, ni - 1'✓v!f%C/.,,.: �A7"(':r.'.�, i71 �ii7l�i7`icr {%;:..,'9i/X161,,iii-'�it�t,.,l;l///i�'ll1YUi,%tlGi`'lE/Etd7iCe:,I! ,.:,.:.7i f��G'3'!!l';:.;^7l�>�/C ,i /r,Gd�'. The DoubleMap canned reporting module provides an extensive collection of management dashboard reports and is able to provide the NTD information in addition to other management reports (detailed below). All reports are accessible through a web browser interface for viewing and accessing historical information in the internal database. The reports allow managers to gain greater insight and control over their plans, schedules and communications, For each report, the system presents a web page so that agency staff can access the system remotely. DoubleMap reports will enable managers to improve a number of performance factors, including schedule adherence and headway management. For instance, schedule adherence reports will allow managers to maximize on -tune performance, and provide the ability to drill down through multiple layers of data to get at the root cause of scheduling problems. Administrators can also look for patterns over a period of time or performance at a specific time. These tools are helpful for improving existing routes as well as planning future routes. Reporting tools are available to facilitate the generation of performance metrics, analysis of daily operations, and long-term planning. Once a report has been generated, the user is able to quickly export it to an alternative format. These formats include Printable, Plain Text, and CSV Spreadsheet, which are useful for data analysis or distribution via electronic mail. In addition to the standard reports, DoubleMap has the capability of providing NTD reports. Several included reports are outlined below: IVT D Re,bobs 'vd/l01iaf' }i'ld1lJ?1!r/Itd:?UiG f09)10<'r'd,/J�'%Jii1tGt'�'Qi"C�;!/%�Y'tJ!�i%1'C'<li'1a1%}TClli�ii;ry{9/71i,r/%�AilOi��}'�}�iJi/lit'JJ/JL1 !7109!,/!%i� .liiU C!li RlKlii�. The DoubleMap reporting module provides an extensive collection of management dashboard reports and is able to provide the NTD information in addition to other management reports (as previously mentioned). Double~ _WWP0W61*M.P..0m 67 Exhibit Al - DoubleMap Proposal Schedule Adherence R>el)oi! Schedule adherence reports will allow managers to maximize on-time performance, and provide the ability to drill down through multiple layers of data to get at the root cause of scheduling problems. Administrators can also look for patterns over a period of time or performance at a specific time. These tools are helpful for improving existing routes as well as planning future routes. Below is a sample headway analysis report. Route Direction Avg Headway Min Headway Mex Headway Std Rev Sample Count A A To Stadium To College Mail 0:30:09 0_28:53 024:05 0:23:10 1.01:06 0.37:20 4.02 3.62 184 234 Aa'erage Arrival TinYes RePon '�Pe%iAfrC ,ii't7i'.',i I ii:�c� 1Z�i''(ii �: ;�:�C✓!h' e,( Q! caoira/ (iA'/os fol' S'0,/:' roll/2• it 7Vr i i( -I 'e.-% -z " DoubleMap provides a robust report for retrieving average trip time. Administrators are able to produce reports for each route through the input .: 12 . 20U . screen. They are also prompted to select a date y range from within the same prompt. An example of this can be seen below: " DO*nlojoMF!N Slop 1D Suiip Hartle Twrne (nian) CL4roilaw D29a Po"s Cwel Tune Data Powt 1.6 Oo w4cwn Boo 62 0 122 02 123 405 Contar aro GAA 3.1 34 130 02 148 406 Center and Wood 0 6 4 155 0 2 148 415 Velerans PJOW 4 5 84 132 01 140 416 Fox Cooyk and 2 104 130 02 135 OoublenMAP wvVn.iPo O.M.P. 68 Exhibit Al - DoubleMap Proposal Upon entering in the route and date range, the report will generate an output form that is visible from within the web view. The data shows is segmented by Stop ID/Stop name, and provides the following information: Avg time between each sequenced stop Avg cumulative time through the sequence of stops. Including the average time for the entire trip GPS data points between each stop Dwell time at each stop Cellular data points between each stop Detailed ' iy� I oZ R17e4ort i]'CGpviUh 7"t, el; .; tOc /r.=d Clx(;%'(li t!!'il £l;t,'?r'lfsY, 7iilL'd; �. 1.!9(f illi Doublemap is able to comply with this requirement. Please refer to the Automatic Passenger Counter module for more information. Passenger Miles Travelled .LW or l DoubleMap is able to comply with this requirement. Please refer to the Automatic Passenger Counter module for more information. Vlilea-ee I�e�o1i .�"l7ic;a r, �1tf.70fi: �SZI fYaY7:�E'J L'e/>Ct'Ge i7lllb'rASc %Gt'Y�?'c'r111e Qi?( riol', i'P?i:11,'/.'2 YOVI DoubleMap is able to collect mileage data in order to count usage by multiple variable input types. Specifically, administrators can select to filter data by miles driven vs revenue hours, by route or bus, and over the course of a specific date range. An example of the web -based input form and output report can be seen on the bottom left below and to the bottom right DoubleMAP �..rww.Da.bIQM.,p.cow, 69 Exhibit Al - DoubleMap Proposal Mileage Report Primary dimension (vMi1eS t Hours Second dimension 1�)Route Bus Date range Start Date Fcbruary 2014-02-18 End Date marsh Group by ;-,Day ' Month , Year +522 45.1 k'g- , 161 Retrieve date Mileage Data Route ID Rl oNa 2014-0217 2014-02-18 2014-02-10 2014-02.20 2014-02-21 +522 45.1 k'g- , 161 15e 161 165 162 1523 7 Ho Su¢w 370 346 344 322 342 • I7 = •: 21314 1526 25aw1�}1eq 0 0 0 0 0 1527 2 w ttlh S11. 150 162 161 165 170 - -� Z& pals 1526 Z we¢F I+Ih .. a o o a o 1520 ! Fpr Uv... 217 224 220 227 225 1530 + Fee Ln 0 0 a 0 0 1531 1 S %V*e.41 .. 2a7 266 264 2e3 261 Shit 1?� ort S G%ri l�Z dos t. kt�'orn r ible e "na C,'ora f� C)z�r,"ato; %rein go ortr, - 11 J, ;1 Administrators and managers are able to filter the report by vehicle ID, date range, and idle ranges. DoubleMap combines this data with clock in/out data in order to produce a report for block assignments, which is detailed below: rorrn IB11IGe Aeeet lie: C6ep ran*. so rCud* 7d!; .. l: 07 40 1 00 1 Peas4inger CeuM lnapec0o+n Pweenger Csunt Type: -. 1er< t erre 4 4•.s-�c1n4 W WS 5D IW n Ty1w IMF -Vows: Run Type AOC: A—. OnlyennAwde CdWSWP Tirlyf: I ♦err i +,w< 1 irs¢e C:ni wr.r+11b [tr�47 WVs M• 1 10 1: NY 1. N 1 [rl, s�or 414; cN4ueFwr¢e nIM 4'r 1 ,nme 1NlCUT Zama i I Mllaa Trip Idle VAP Tray* Avy mph Maar F"ft DW4 100, I th"ad j 241Y :0 09 00:30:00 U 0 07.OI:54 OUT 0441nY4no 0.7 0.2 d= •� 07 91 u 171 N'. Yens P.Vnn:• 0 7 00 M r6 M .: t I1 7 M 09 M a, "(1-4 O7 :N 13 OUT 1ful Yard rn'ren:c 02 0.0 r.-; 71 'i OO, D314 u'-: x'.19 1 07 07:1: IN Kib, 9.3 0.F .L:LL': 111 .J.: 71 5 1k1:D0`IS O: iC ]/ 07 07:50 r)U7 K10 0.5 0:s ;:7ZS E -L =*. 1 •.] 6 *0 ?0 19 0::C 54 07 A 31 Iv MA 0 0 0.4 :9.r;.4; :r. r 4,3 L 00 61 41 Q- 'a ±7 07.}1: 56 OUP ;11 I•Z 0,3 JC3;75 30.9 44,2 iK•�:: P:.4•�: 0 1t:0 vtre-X:I :?7.8 44,7 0c Y_ :8 _ o: :a 10 07 11 77 OUT M10 3d 0.1 ^:l$ a 77 1 r1'- '-' Ir 0• 'r 70 07 32 44 171 '19 6,5 94�.eY2.1G �Q.3.'�lSKt t8 1 494 or. i 1 :r 0:: :r. •.11 L7 f6. ;: OUI h91� k01 U•4 - _ :11±,41:UI ` 1.7 __ _ ij'j Ir•f: s 0t _ 9'•• ]•1 y ca 24.5: 1N -C- OYa YM ate T,VTi71w C -k 16.0 5.7 W Q2 QQJI A� _ 22!.U.;12 _ _ :7.0 59 d 01 0 !t d! :2'S7 00 PS 36 OUT Tra 94iFernye'SMa C.a4: 162 n 7 A'',M.' 71 S . 44 4 OM1 1-1 4. 11I :1 47 00 3Z:� RI K11; L'l.a H M.";15 - f�Q]f, ;,j3 27.0 e.1 I 1x.:".11 !7i nl 1. '41 1 0A 1•K 47 V4 +.d 1191-1 Y1.. 0-1 - _ QQ:OO:SJ 6.4 12 6 _ 00,:] I 91 12 31 ] G& 75 !•s OUT K1R 14.2 a 1 1 - - DO: AQ: 18 14.6 16 3 0v :-] 18 91 13 11 j 00 31.05 Ok,I I'1 t 40 00:00:011 :6 3 145 3 00.W 00 01'33:1t OL`'15:.1 174 Hs.n13-0 VI :1-59 E0 14.7 .9.7- ... Ta!>tk 19.3 19.2}.j�.riji A� S4t4:kY Exlehtion Ke -,bad IDoubleMAP 1n.1.v1..i Doi. b to M<p. c c.ti, 70 Exhibit Al - DoubleMap Proposal Otr _ficYW.f IN' ;/);/,ie!,!/d, Cld' cel %llri/,.f 0;1' :,,n%c,,I or Vo;a,J, !"./C. DoubleMap is able to comply with this requirement. Please refer to the above report for more information. Pe4Arm(nic-e RePoti h; lY!if%ilc%Yc'i' I\B,hOi',•',!. \P1;01;!! ,f�l:'T i lie /'rd./1 (i! ;T�'lT�'ul%i-'i' or,fYj(.' S�.fi;`iil %F'r,l! lll.f�)/C!! f;%tiilY/iQ/'r�P(" (Vii !. '/Gl.7i'(d d11k0 I/Jl ll)C irldihl !1% !il: 'c>:'1!i1o, ;,V!-,",;."1/,??P/Io',7 !ll Qiij', 1',Uil!, e lC A Vf, !ibT✓iii!r•7%, . DoubleMap provides an interactive schedule adherence platform that utilizes real-time AVL information to relate overall system performance and schedule on-time adherence. The on-time performance tool is capable of producing reports based on full route or by individual stop/vehicle on the selected route or for the full fleet. This tool then allows administrators to select a date range and on-time threshold. A screenshot of the report can be seen in the figure below. In this example, administrators are able to see the schedule adherence data for the stop location at Rainbow and Hershey along the Brown F route from March 2"d — March 14`h. The adherence threshold is set for 7 minutes early or late. In this case, there were 10 instances of buses being outside of the 7 -minute adherence threshold, but none of them were early. A pie chart provides a visual representation of all trips in the webview, but administrators also have the ability to click the `Download'. OOUbI@MAP w nn..iDovblaMwp.corh 71 Exhibit Al - DoubleMap Proposal Oro -Time Performonce, Report &c4m F 2L.. rambw and owzhooy M."h v . - ? v . 201.1 - W3101 7 It , 2014 Reirl*Va dita Cn-r'nie Perfom—mcci DGlo SLOP ID Stop N3n* Bus 2u Rwbow and JOG .232 Rainbow am 603 '232 Rambow w 501 M Rainbow and . SO1 2014-01-101 ftmbow mod 401 232 PMb** and 1 232 Rambo* and U 5 232 Rainbow AM 44)7 M Rainbow and 501 IF v D0,ff"2daVFi1* Departure ScheduLed.. DdWeme 2011-01031 111S 7 2014 -03 -OS 1 Isis 7 2014,03-06 1 18 IS it 2014-03-07 1 14-16 .8 2014-01-101 1615 8 2014-01-11 i 16 15 1 2014,03-11 1 17 16 9 2014.03,12 a 0715 7 26144112 6 0815 7 Additional CuslomiZ6 /o pj', r110)1:I 1 ,-slai!,Xar.i i",t" ;wli M i vq es 11 DoubleMap is able to create additional customized reports as required by the CITY. DoubleMAP 0 cVw I n Ego n 72 Exhibit Al - DoubleMap Proposal 11,2 Training f 't i. ! a r'r/iil,hl'r.'`�lJ?�7Tr' �17sIM,If1'� :.;i7J., �Y.I7il /{iUliJi` .UTr'J �,J i clr �Oi" Ohr.'i t%,701F, UaYId, 917.E FYd/:OM, d%i iil ;'M::7ij T17/Lt�P�'iC�!I(i X711{'; ii!X'r" 'i1:.711C:' aildS� lllr,Iv Ai!'milio-11i"liol-, ol th(i ..S fa m"g i'(i1i//JDYPIIrFihi 01'l,G>rt'r� �iy ��)i' PROPOSER. Tra/,Wrr�) rna; 6r by the PROPO,S'ER, /L PROPOSER'.; .illi-PROPOSER.;, tNid page coi. %aicJJlj:l)t1en'.all(. ; or on*"l71r,7('qwrlJi%/LM;ri:arull:.'?&U;ri:i(10f"-,`h). H)"? F�Z��P��.S�;l\Jti7lifi%la�{717i�i71i1/.!iJiltllM:%/AcJB !()Hila/ and1/l(/iv)al illsl "u� . im. ?i' rJr�C%I,, f91:,7MFlCTi.!, (�?(hF:'d7i.',i ci Cl i'li7i/thQMYtrG7197/ll:J :d3?C� CU/!di(l ,J U.f i.e,Y din . pr;dCln,a/ chid /�:.ir17u `iCIG1111h .ii10;YlL� �� (IU17(h o11 UMC 'ilwtid #so r,7G'17,.Ui1 ,5)�ilf,'iN, i!JJIv't/i i; UMC J'tP'eNiI OM Cl 2"".o k !fda10r1 i1M(� The following is a list of standard training courses that DoubleMap provides. Training is always specifically tailored to meet the needs of the clients, depending upon the options selected and the timeframe available for scheduled training. Fixed Route Supeivisor Training Think of this as a "train -the -trainer" course. DoubleMap wants to ensure the CITY supervisors have full knowledge of the system to allow the drivers and other maintenance staff to succeed. This training is proposed as a 2-3 hour module and can accommodate for multiple attendees. In -Vehicle Hardware Overview and Best Practices This course training revolves around Mobile Data Terminal operation for drivers as well as best practices to ensure minimal disruption of the system when in operation. We will also cover ASA and passenger counters, if those options are selected or added at a future date. For this module, DoubleMap actually provides this training during installation to ensure all maintenance staff and crew are best equipped to work with the system in the longer-term. Data Mining & Analysis Training The focus of this course is to provide training on all back -end reporting and statistical tracking methods for the CITY's system. These metrics govern your daily operations as well as budget for future transit plans. This includes, but is not limited to: ➢ On -Time Performance Reporting ➢ Vehicle Mileage Analysis ➢ Off -Route Reporting ➢ Speeding Reports ➢ GTFS Exporting Package (for Google Transit/Trip Planning) ➢ Headway Analysis and Reporting Finally, DoubleMap proposes a 2 -hour training module for any/all administrative access users: Zo)oubie~ 73 Exhibit Al - DoubleMap Proposal DoubleMAP 74 Exhibit Al - DoubleMap Proposal Svstem Administration Training This training covers all CAD/AVL components, all ASA access/tools, Google Transit administration, and any other proposed topics. This course is highly technical, and is proposed as a 2 -hour training module for administrative access users Real -Time Passenger Information System Training This training session ensures your supervisors understand how input data works through the CAD/AVL system to display real-time information to all passenger -facing websites, kiosks, LCDs, iPhone/Android applications. For detours, system alerts, and on -demand changes -- the CITY's staff can easily make changes and push out information to the public in real-time. Vehicle Operator Instniction Most drivers will have an identical user experience, so DoubleMap takes this time to ensure all drivers are aware of what input protocols are needed to have the system run smoothly. DoubleMap also covers relevant FAQs which DoubleMap has seen across the existing client base. This is proposed as a 1 hour training course for all drivers. Trainin-g Materials and Manuals '�C��,J7171'L% iJJJ; ei G;,7r,r rZrLrl ii!:.7P%i/(11,�' �Ll(Z>i .7e f�77J aJ>G't'rr 1 Ir; i i> 1,.... (lYe, i0 ))' e:.l6'i' pwi:i Cin .✓e n� I ri.J;;-I ch'Ic'/`.., .r; J odo'Lrii2 alc d flYr(' t' Dn' rd/j^9"QG'cll ?...:; fr71"I J;? (i ;1, i, i?i., ,. o-'A0i7✓%J C' 171�Oi}{).SI i\07 �%l; ,!%Y1,, A) col"1111c' e 1%l!'!7?Ztyill( , '�Yli?i is Py'i1C �, Jild DoubleMap is able to comply with this requirement. 11.2.1 Training Plan TI)e PRO110SI Il iJ'l, dea,'c%oP a 'jaurl';Ie i?lcli. and �.11il, Je 1 .1 i J> r o '1.,: 1'r liliilJ�r; Ju' Y:11't�t1 nirL.., 3%. 1'b' (i Of. Ll.re%:f JJ v r' .5 ,., �e!Pi rai`ot:i, 0.-:rl;a/c'6'1o, Su/cervi !o7"s .S'trg" ;1%l an„ >,:r. �,ncl <l'Irasrter?rza r.E' Pei:on7iell TZ e IT000,S f ' R .j 110U/61` Ir -,I ifYae i"JrIJ'- at7 l /J4)a/ ti yz)e o /ri/Z7i:'r// be caPY i'c1 fJ:'.% a'r pve4" as rl":!,'iibL" %r 01; r -a;/;"/" 7"%1 C/ i!?i?ti a") h1'oar.'%1. DoubleMap is able to comply with this requirement. Training Plan Details a I rain'in5; �7;a, (Ir 't7ii'Ig 1.'9g igit0lt%?M Ovoull Desczzbtion i)i,em"I: Please refer to Section 77.2 Training for more information. 1DoubleMAP 75 Exhibit Al - DoubleMap Proposal Duration o(Courses I f "'00""" fola/ o 0", DoubleMap offers online training courses and each training session lasts between 1-4 hours. DoubleMap can accommodate all personnel appointed by the CITY based on the current fleet size. Training Delwe)�S'cbedule Please refer to Section 11.5.2 Installation for more information. jlur;iosp ol',Ea6h Class Please refer to Section 11.2 Training for more information. Allendee I r, Please refer to Section 11.2 Training for more information. Ditralion of Classes ')i /ih , !".! i, /" " All of DoubleMap's training sessions last between 1-4 hours long, usually on the shorter side. Duinin.e Matefials and Guides 11716 r'i7is C, 67!d; !1/iIwr /0 /h: DoubleMap is able to comply with these requirements. Fwifi4j, F;aui�ment LRequirewents DoubleMap offers standard online training courses but can accommodate classroom training if required. DoubleMAP 76 Exhibit Al - DoubleMap Proposal T7-and1iPArxumI5fim.i o', X5 T";, PROPOSIJt "')Jl0;P' CIT) har a R ffl ZIJ( i70;j al,- illell; '-d air/',,' /J ;c"i" !7w n1 oil. DoubleMap acknowledges the CITY's staff general qualifications and will provide training to match each users' functions. 11.2.2 Supplemental Training ";ic CITY 1A)If ihe PRO110) 1.1,-R /b/Zopl-ilp. /?^(If" . i!", . )1{, 1" PI-*O:Vw;a&:A 90 /nail;zq 01" 'S'..'U'vi/ f4vnlfio/l,�/Iav /ak,- P,%7ec' (I,( 1hrollfl) a"oi ar o,14,(r;wli-basrd Vorkslop -IRO 1-10,Sl, 'T iio Io tbe b,,,,, Me i VI Cal -7, 111-otlo".1111. TA", CITY*-;il/ iv?(.- &6 2e. lvfion, ail l 0! cor.,[ DoubleMap acknowledges the CITY'S requirements for follow-up training and will accommodate -accordingly. 11.3 Testing Y, 'N-ObY . (I i 1)1�1 Vitness Tests and Inf4eclionir 11 -'itn csc ,ou afid 1/1' a,,i (/ M o! '/7 o i).) 1wl, i"l; Y (1, 1)) lhese W 1io t!,(; DoubleMap is able to comply with this requirement. Test records DoubleMap is able to comply with this requirement. Addifional-j�e.r�th� Po ifol-4,7 •.,ddiliolal /el-ti/m, Wilt)ii-d,lhal hrr(:iio,"r-y l�ia/ gmn'; "o lk* e;ff kndf /I� 'I 'I,"? 6b DoubleMap is able to comply with this requirement. DoubleMAP —,VA710,44M.P-o 77 Exhibit Al - DoubleMap Proposal 11.3.130 -Day Rolling Operational Test ili /0 /1).1711 ;111.1-lal/ed ir, /h�, fiel:'4. afi'1411' .. le -,fiot " T', o /)e 0 -�O-d"//- Oj h, i C /",� 0 i - i 0 .71i6% v iv/1"';, a ii f pw! a, /), 0 ri Ty PfZ( )PO'S CI DoubleMap is able to comply with these requirements. Functiona,litjl Tests 0 SlIa,11 bc I& Te,rzs: Th - Hardware Tvhng v. bot' M 1, //a� M, ol Z,.!e /,roler /Avuy.,,.oYu,t.,,g WN .1 DoubleMap is able to comply with this requirement. So4wre 'ILVII—ng T, ., - ': I P f) 7""U � * ; ol a arid 1 (71,roz: j 0 DoubleMap is able to comply with this requirement. Ors -Board Function DoubleMap is able to comply with this requirement. Interface TeStin DoubleMap, is able to comply with this requirement. Svstem DoubleMap, is able to comply with this requirement. Vouble~ -4.~.Po W.MoP..O. 78 Exhibit Al - DoubleMap Proposal jlee ol, P"'o DoubleMap is able to comply with this requirement. Intended Stelbilill, ol'Siulemr Testing IJ ;'1,-,A'r-(4,,d Io of'/hu- N, 10 'j '/,,P I* fi -01 /1)7(i r,c.,"Ya/ ,"GIy of /br'S"', M/,/. Tbh, CTI ) 'S (I ! ("iff , 11V ?S I/Y ` - - - �,- - , 4, iw� 10k,ii, ir a ol t& r tha! -20 ""`own b", (hfi (M 1"t" WZ�, :30 -e Ia, c b SI,FY;5CA,V 01, J)"'! 07 /6"- PROPOSI"R a t-es(��uno Of/b.", 30-1)ln 1611;11" iV. DoubleMap is able to comply with this requirement. 11.4 Documentation /j, al? ,twlsfi-rtbw! jv,; olzbe ,w.,d a -S. PROPOSER arparl of1heir Propo)-a/ 10 wiU") lbe 'I"I)e ( Tj Y' - 11.,wisifion to MO lle;�') T] (10"Ilmel;-1.4fion�plick, e./C. DoubleMap is able to provide any necessary examples/ samples/documentation upon request. Maintenance ,Service Manual TZ7 PROPOSI:k "Fi);;("r,,,'i1;" T)w(/V i �, jor asc af, o ai? IUP" r (1 ! o1;"")1? 'llosi.1 io "'lid ",ei 1), V '(Jr ("I'I'Varld (,O;'\] RA( T)R- DoubleMap is able to comply with this requirement. 11.5 Design / Implementation 11.5.1 Work Standards and Requirements I � -f(/l -1 "6"? (:O."\"I,R I ("'TO R d)(1,// T41P, TOR O"i work / e,71" iiukjl"l the C-awow"'a to the 1"";,(,I,),""j-1,.i'�,it,,�lil,�7�,i.,-, evytTieni-rd woo -k- Sb(lih)e Y ClTyopovfio7)S, 7 1; fi?i) The "0 YJR/ 1 '0 JR , (I r Y n w)0 I dee ;ll rr I -ie"vj- 1 ,i i'h Ih 0 CF] Y. Jnr 711z(Y?pror-ed rJ0 lifica&t ,,�is -1)"d hw. b,, al Me (,'ONTR- -ICTOR's wwn DoubleMap is able to comply with this requirement. OoubleMAP 79 Exhibit Al - DoubleMap Proposal 11.5.2 Installation Tj,; )VI'k JcTO t\1 si)arli a a/W iriska. ."""ol,(, "Y' �O ad DoubleMap's installation procedures can be summarized in five holistic phases, which take us from initial, basic ITS discussions thru the project's overall acceptance and the "Go -Live" phase. **.* Phase 1: Initiate — DoubleMap and the CITY will discuss the project scope, goals and deliverables. DoubleMap proposes a rigid timeline for data migration, training, installation, testing and the go -live phases. Recurring meetings are scheduled, and the appropriate CITY staff is assigned to specific project needs and/or oversight. DoubleMap also collects any GTFS, routing, scheduling and existing manifests for use in the new overall ITS system. Completed within 3 weeks of notice to proceed. -.** Phase 2: Design — DoubleMap's development and operations teams will cleanse and import critical data to the new CITY CAD/AVL module. If no such data exists, these teams will work alongside CITY staff to analyze, design and input the necessary data. The resulting CAD/AVL system frameworkwill be launched internally, although the system will not be functional until phase 3 is complete. Completed within 6 weeks of notice to proceed. *.*+ Phase 3: Build & Deploy — Mobile Data Terminals (MDTs) are installed with software modules at this point. Next, the physical installation and on -board wiring takes place for each vehicle. DoubleMap then begins internal testing of the CAD/AVL modules, based on success metrics compared across existing client base. The system collects historical timing data for use in DoubleMap's estimated time of arrival (ETA) algorithms. Completed within 10 weeks of notice to proceed. 4- Phase 4: System Acceptance — An internal pilot of the whole system takes place, The CITY staff is trained across all practical uses of DoubleMap hardware and software modules. The CITY staff members join DoubleMap in monitoring the deployed system in real-time for feedback and system acceptance. ETA predictions will be released internally to the CITY for review and acceptance prior to public launch. Completed within 15 weeks of notice to proceed. ❖ Phase 5: Go -Live — Live map, mobile applications, and smartPhone apps will be released to your riders. ETA predictions will also be available on all DoubleMap interfaces for public use. The CITY staff will be presented with bus stop branding options, and any public facing kiosks or displays can be used to showcase the CITY's real-time tracking technology. Completed within 20 weeks of notice to proceed. OoubleMAP U-1 Exhibit Al - DoubleMap Proposal Third Party Suppliers "Ap ( '0'0'1Z , 1(:IOf\, -ua ?bw "'A", b 'he or�,.':ija 01;A1 11.'."Ida /0 lo Jr "oj to th(B 11 Y. DoubleMap is -able to comply with this requirement. Coordination qf'Vehicle Work Ck, DoubleMap is able to comply with this requirement. 11.5.3 Equipment Removal, Relocation and Restoration Plan TA- F'ROPOSI 1, Ik )IS/V t'9"" ie r!"I "7"11! jq?hk/:' ip ordo, /0 ,N N'S 10 apd of DoubleMap is able to comply with this requirement. 11.5.4 Obsolescence (A) VIK U, V /".3. T/5;' '0 'R /I dh"d n"a i""'i Ar- poip ('J, i/,."; o/ DoubleMap is able to comply with this requirement. 11.5.5 Environmental fhahi b, i�i/' o�'txn'k prolherl A/COATRAC "0 6 A/ A)'-dfioj"s Z/1 tn,, h117;71;&1h,- (/k.i DoubleMap is able to comply with this requirement. All hardware including DoubleMap's MDT and VLU shall be furnished brand new and meet ruggedized OEM specifications. DoubleMAP wvv�.iDovblQM.� con, 81 Exhibit Al - DoubleMap Proposal 11.5.6 System Scalability speq— d ii rem &-jd) Zh�, Cl/ l.'-hwi".V rl)on,n i), Section S) 19e ti),-wol) /0 6nw /he , brrolio,,Pi lo wppon/ addilional t-ehllc.ki, DoubleMap is able to comply with this requirement. 11.6 Project Management PROPOSI"N ALana 11 .VU1 "1 / 00 ass!� 7j& /0 Mli din //k Ti t/)". Proj�-(l hx!i' IA- (11,111)09 i1,. /0 "71ak6, fMd,&,C"'siOnj DoubleMap's Project Manager for the CITY's ITS project is Mr. Reid Young. Please refer to Section 11. 6.2 Prqject Staffing for a brief profile description for Mr. Young. Project Manager Designation (JTV 0 d,�,'11or11'-.,!e ai�fe (. ONJ 'I I C '1 '0 k' , Ail P0"/ V(f� "WL, -11) h the (7 1Y /N CONTI�ACTOR uv;// Ak, llrok-fl DoubleMap acknowledges this requirement and will coordinate with the CITY's Project Manager accordingly. 11.6.1 CITY Participation il - I I (7 -azond bi /At- VA- '17) , ;;,?A`Htk! iO U."I/nVel"I )n 1i;y,J Onwr�-,'-,. 2""'id inalf le io A, CONTRA(JOW.1- h)-Opi"N, ".111df1-A11oy/(,, innd 11; %n I)Sd1i'l,"I"'i"d //)ei (m,,)v ze, A i,�� /,orfio;,, o//k)c?,r, (J 17( '0 ;\71 1, 3(,10 }i Jr 1 11';'fltgl Inn- or ia., That d (1q) -al on I rthox", a; DoubleMap acknowledges this requirement and will identify the CITY's responsibilities or tasks in addition to DoubleMap's tasks. 11.6.2 Project Staffing Ji 111'0110S]:Wl livbtr ol (1111111.1 U111110i'll /P" "91,01t"I'S"011,14! 10 11 �/ I t"I 'I", oll�� Of 1' r, to z/2, JN?d i"', O,X! DoubleMap has 24 full time staff members and has outlined the main team members for the deployment of the CITY's ITS project. There are other supporting members of the DoubleMap team who stay involved, however for brevity we chose to outline only the most prevalent members for the CITY's ITS VoubleMAP 82 Exhibit Al - DoubleMap Proposal Project team. All team members are currently based in the Indianapolis headquarters. All team members have been involved in the company for 3-5 years. Ilya Rekhter — Lead Project Manager Mr. Rekhter is responsible for overseeing all aspects of operations for DM, including customer support during and post -system implementations. He has a diverse background in customer service, project management and finance. Prior to joining DM, Mr. Rekhter was an international strategy consultant at Abt Associates and Zanett. He has managed enterprise software implementations for government organizations in over 15 countries with specific focus on the remote management of site offices in pan -Africa. Mr. Rekhter has worked with Columbia Transit (Columbia, MO), CityBus (Lafayette, IN), Georgetown University (GUTS), Bloomington Transit (Bloomington, IN), Connect Transit in Normal, Illinois (Illinois State University, Lincoln College, Tri -Towers), South Bend Transpo (Notre Dame, College of St. Mary, IU South Bend, Holy Cross), State University of New York (SUNY) at Cortland, Xavier University (Croswell transportation), Butler University (Carey transportation), and University of Cincinnati (Croswell transportation) in a project management capacity to ensure custom features met the organization's' specific requests. Mr. Rekhter resides in Indianapolis, IN. Eric Jiang — Director of Product Development Mr. Jiang is responsible for overseeing the development of new DM product features. This includes preparing design requirements and monitoring project plans across multiple development platforms. Mr. Jiang is also responsible for the project management of software and system customization for individual client needs. He participates in the implementation process by advancing the project life cycle in the areas of design, development, quality assurance, system acceptance and system production. Prior to joining DM, he was a product manager at Google focused on the maps application. Mr. Jiang has worked with or OoublenMAP 83 Exhibit Al - DoubleMap Proposal directly oversaw product development and system architecture for each of DoubleMap's clients. Mr. Jiang currently resides in Bloomington, IN. Reid Young — Project Operations and Lead On-site Installation/Training Director Mr. Young is responsible for overseeing all aspects of operational installments for DM, including customer support and training during and post -system implementations. He has a background rooted in both customer service and technical installations for DoubleMap. Mr. Young has overseen installations and on-going support/maintenance at DoubleMap sites including Columbia Transit (Columbia, MO), CityBus (Lafayette, IN), Georgetown University (GUTS), Bloomington Transit (Bloomington, IN), Connect Transit in Normal, Illinois (Illinois State University, Lincoln College, Tri -Towers), South Bend Transpo (Notre Dame, College of St. Mary, IU South Bend, Holy Cross), State University of New York (SUNY) at Cortland, Xavier University (Croswell transportation), Butler University (Carey transportation), and University of Cincinnati (Croswell transportation), ensuring on-site meetings at the organizations' specific requests. Mr. Young resides in Indianapolis, IN. Dan Leathers — On -Site Operations, Installation Mr. Leathers is key in ensuring efficient operational installments for DM, along with Mr. Reid Young. He has a background rooted in technical installations for DoubleMap, and quality assurance. Mr. Leathers has reliably performed installations at DoubleMap sites including Columbia Transit (Columbia, MO), Lafayette CityBus (Lafayette, IN), Georgetown University (GUTS), Bloomington Transit (Bloomington, IN), Connect Transit in Normal, Illinois (Illinois State University, Lincoln College, Tri -Towers), Stanford University Hospital, City of Beaumont (Beaumont Transit), and others. Both project manager and supervisory staff can be reached through our office line, 1-(317) 324-8883. 11.6.3 Project Plan +/lai< �o;r;z- : Prl�i:.. 7'.;%,: trl� )1'on lig"�rld;rol,;: 4:lri�:Nrrre �1I "f3.S; ro/;x✓/n _l'Icro.ro%%hroir!ttiilWnn� Y:L %.... i✓-" l:✓.fK; f [f: i ,._.r, �, a: !i;'« i;/ ':,;' !ii.'!; /,�c'v;"i`[N'�%i!i0:'�, li; IL/% it(y rlr ir,lliG7; ;/i/[� rid:'i'!l�ii/t; F:'! o "M,t owl-i"k .1 j:i%c'iF1 .•.!.': -lU(,/[.''fi;TPi/OY,I%7.1/ :!.lC7i /d:lr%r;,/-,i/i!i;i4� 1[il r>%i 1�1""/�:,. j�;,` 1�l"0:,"•,./ 1�:''?l.'�iY/./✓rilr 1 .. `ii":f:✓.:yi' W(;i lli' W I' z7rd-.5 CIPy;"Ndut�r'„i lrll 'llr i! °cld n.. 1 r�: ;!%'r[�d:. �lr;!`� :d'i.> f7t1 7"i:'1.,. %i'f� /''� fIP �,� :'MW i! C?Ct Ti%ii'!i ��'rAl 'J:" c'q;?,iit%t'i ,;:r �i:A.; Pd7lZi �l f? 7�7ii,1 0/1.� .d, , r,1)1�01100 i:.;>>:` IA” CIT) n4i, ra dl; ;(jP >. !l/Lii7/?!i l5 DoubleMap will provide a Project Plan upon a notification of an awarded contract and upon further discussions with the CITY. DoubleMAP wwtniP vblaMap.c0^1 84 Exhibit Al - DoubleMap Proposal !DoubleMAP 85 Exhibit Al - DoubleMap Proposal 11.6.4 Weekly Status Reports P1M/'O.1I 'WJ- llroi �,alus 7 Ipon, b ea, lo?.? -ovi"I"'( )"ia "'I., zo 'i aal! Wt """d hvio'li! i.1"ecks fijk'i- e'y'� ,to OT) ( T"-aJ11("')"9)-L�1i*O;; Alav'v�"o-w/)erd DoubleMap is able to comply with this requirement. 11.6.5 Deliverables !'�,v ('J VY (I o IV J'Cb"' lo TA" ITO 1)0 S'J' 1, ... .... .... oi d (J,A'vvtv`"`J 2)-. ('!4aJ 10-P LO (TY) Project Plan DoubleMap is able to comply with this requirement. System Design Document DoubleMap is able to comply with this requirement. Test Plan Procedures / Acceptance Criteria I -XII ah`cC r,ielia DoubleMap is able to COMPly with this requirement. Training Plan / Materials DoubleMap is able to comply with this requirement. Maintenance Manuals ilide DoubleMap is able to comply with this requirement. OoubleMAP 86 Exhibit Al - DoubleMap Proposal CQualidy Assurance Plan DoubleMap has included Quality Assurance as part of the DoubleMap Installation Schedule, detailed above. Final Acceptance Test f'Grrr'/{,2'rjiul6ra' 11:7 X(pon, DoubleMap has included Final Acceptance Test as part of the DoubleMap Installation Schedule, detailed above. 11.6.6 Quality Assurance Plan ,Qu", /iij `�J!'L17!1%l�,., R'ar! C.i to .,Y.%,i'1✓.i? 11:':'%17"!3lC'lti!'0%s'f i/ !"!'J�i'!�%%r'!/Y iii r,% 1�!'Ci9�r[9!f�, IYrAC ?N` G/ F;r7159'�.IJ hlYCOl1P,'lfOYiJ , !J% lii!' ;)YOU'C'i7i.! /`'9Y/Zf ��(i7Yl ,✓'c' A6 iii: ,Z d n, �,��,� .� �zi�%. �� )1Z "%r/!:'/,J;liiTi�•/7/i Y2;';iYt"!.I W, c7"ma, ftl i'C' c'f;71%%'i.'L (1oi fl.)c' t?/lCr'I"i7/Zl; `'n/70f+ i1l!dr I�%:/l�;)!' ii/,.7c�d J['cf7l!dlr7a'-c' rO fil"k, c!!op �iYc:'[ l',il ",.:;!i�J,l; i"i'COi:•'„i (1%.V%/✓'-CO� � f\ i���c�r�. c�J✓:A,'7ir;5"OPr7.Fiii.• ;Oil 1'C'=.'OYC�3 /'7!Yi?i?;,ili ip .!t'�%� i:I1t„s' 0!!Cvfaill o! -,i11— °' "..z lji;' lr,i �� r'' I/'h'.'' ifil J.� .:ii;'cl '%:�„ 07:` <'dH•l ii7c' lc'.i '. �. �; � �f.'c�` ..� "()N f NI 'T() rA77C%l i:. DoubleMap is able to comply with this requirement and has included Quality Assurance as part of the DoubleMap Implementation Schedule, detailed above. 11.7 Warranty / Maintenance (JT) j- 1'YihS,c/ /ion” ,In, l of .j1J1P1i! J?/Gi; /i!' desi;lilcd lo pYU7'/,!%G' a% i/JY!h46' Ci% i,ol ic.i:i lhall aJ1 (/0) 1 !::P I)R() ")0 H 1\ mi, Yi, ,. i/?!d,/ 11.1 , 1j�'.�1�'i'rd c1YK� il, .? �:l,'i'rX !f%,I'l1G%o�T//GY J%Or'n .i h:T % (i� ,'3J%;%c t',/ /o !iUl?,"`-41iui?.1 ,::i' iOlnl d!d i�7.� .i;;;,f?!i . fi'i' IVan-bviu's a;:11.1 !1;''il7?,I. !,- ?i .i(l if ;i%i'?>./ r_'CiYiIY>2r'tiCP r�)r/Ji Si,l iii/ One year hardware warranty is included within this proposal. Customer service for all features hardware, software, administrative use, driver use, troubleshooting) is included as a part of this proposal as well. DoubleMap will take commercially reasonable measures to maximize the availability of the Service to the CITY and the CITY's riders. From time to time, the Service will be intentionally unavailable for system maintenance. DoubleMap will give the CITY prior notice and will perform such work during off-peak times. DoubleMap historically performs at over 99.9% uptime. jDoubleMAP 87 Exhibit Al - DoubleMap Proposal Any hardware procured directly from DoubleMap includes a Limited Warranty for a period of one (1) year against defects in workmanship and material. Services covered under DoubleMap's Limited Warranty exclude effort required to support the following hardware issues: Problems caused by failure of Customer's operations staff to follow instructions or corrective procedures provided by DoubleMap Hardware misuse, negligence, willful misconduct, tampering, accident, abuse, fire, flood, wind, earthquake, act of God or public enemy Upgrade of tracker and sign hardware On-site troubleshooting 19 On-site repair of hardware • Shipping costs for repair parts, including warranty repairs In any case where malfunctioning Equipment falls under the DoubleMap Limited Warranty, the Equipment is deemed warranted against defects in workmanship and material, in the country to which DoubleMap ships the equipment, on a return -to -factory basis for a period of one year. Customer shall return the defective equipment in accordance with DoubleMap shipping instructions. DoubleMap's sole responsibility under this warranty shall be, at DoubleMap's option, to either repair or replace any component that fails during the warranty period during the warranty period because of a defect in workmanship and material. If DoubleMap determines that the equipment is not defective within the terms of the warranty, Customer shall pay DoubleMap all costs of handling, transportation and repairs at DoubleMap's then -prevailing rates. SaaS considerations under DoubleMap Limited Warranty System software is maintained and supported by DoubleMap IT staff and consists of internet-based Map displays, transit management reports, real-time passenger information, AVL and schedule integration, and XML transmission. DoubleMap support Services includes the following: System Administration of Servers and General Maintenance: • Maintaining a private network system to store, manage and protect Customer's AVL and related data • Maintaining administrative software at a level of functionality that was established at the time the system was originally implemented for Customer • Maintaining system uptime with minimal interruptions that may be caused by periodic scheduled backup or other unscheduled interruptions • Working directly with wireless carriers to resolve data interruption issues originated by the carriers. LDoubleMAP _WW'POVO.M.P.co Exhibit Al - DoubleMap Proposal SaaS support covered under DoubleMap's Limited Warranty excludes effort required to support the following: • Problems caused by failure of Customer's operations staff to follow instructions or corrective procedures caused by DoubleMap • Customization of DoubleMap software and/or management reports designed and implemented exclusively and specifically based on customer requirements • Maintenance for any third -party hardware and software purchased herein All costs associated with on-site support, including travel and living expenses as well as labor charges incurred by DoubleMap. 11.7.1 Installation Warranty T/ir PROPOSER ?!arnvr fi il)w ad i11s1!Tiratiol1 nroik; (au(I fd;l.S ITA.rn /)a! -dlP are /I !l,e PRUI ),YER Yll;%/1(/;N , G 1, not %ir,>itad lo, ai/ ,ryr% ;a!oi'.(:, evi.d S :item hard)vare / !aj ia'are pro, id"'d G; YUBCON'. 'R I(TO Rs or (1%!':?Y ii1:A)7/IjC1G i 1 " 1. i%,:ar% (ie Qf Good gl1.'liiij ran � !i 'd G/ fail; law/et',, Or!r,I/10 )V/ 1 iiC1,J and "voin,Y/a u.) 5/p, a"d Ol;i� OC'(%ir't,!?;iti iU !/1;' ,i/}r,'C7%GG•/r'l(ili� IC%i":7 �'•fiiZCJd (I/ OYi.'_Y""ar (i?!ann'. iJ' !'eY7(ii,�). DoubleMap is able to comply with this requirement. System Upgrades I! rf-'e NWPO11:R %!?SG,...:',i :Ic. .,.•c'.i !0 / r!1. 're CCl/" /i1F'I'li CEII!l li!'(i/i: .'!iliPi is/1o"i 0! />'c.��".i;"4(Iffi'�7A!9(rZ'Q'%Oi^ ��l'0/e<y ;di.%C• /p IiiCf! !`ii /0 f0i, Pia` aJ.%C? %/%('i:;'.i!)a 19e 310 !a(ICId %i0;4a i ; a) / i!i /4%e DoubleMap is able to comply with this requirement. 11.7.2 "Fingertip" Diagnostics ii'Y1p;yls wicr z !'/';ptYL.l ri'aJ:!';:G'r; /0 74',17:'Tc!Ui'�)i%/%?%7(('(,� ;!/,!✓,f,i�fl `e;'%!!?IC7CfiGi/G:.'1a/%j;i.:A/iC!d'!Zi?D.i;`'�!:Y)[,'n11."IJ'. a.(Os1T'eti:L"irc'i;L/!nr'!an.iii.%ilj(9d<granlr(XiileCLJTi7i;','UCQ%%IT:iG;CTaf•i7)�: 0 oo,;U>C:!hool `F!2aiy)rQi)ii':a,'c'. DoubleMap is able to comply with this requirement. 11.7.3 Maintainability DoubleMAP H.v..w.Du.b IoMap. cow. 89 Exhibit Al - DoubleMap Proposal Replaceable and Repairable Components 2"I,/ I-epah-abk, .K/lo)," /or eeo,) I)vailzknawc; DoubleMap is able to comply with this requirement. Interchangeable Components DoubleMap is able to comply with this requirement. Replacement Compatibility DoubleMap is able to comply with this requirement. 11.7.4 Service Level Agreement (SLA) Tt',° Ilk 0 PO)'I IZ shaz"! prw,,)Je ("'ITY!,Ia/f (v"(J !4c aewn's io 4" Nln-orw"/ ar(l N Shwk` �,n to �b- (31) dia,wo 16, pio X,,wis, fww;,` (w 1eb41/1 m -boara' lllul-. DoubleMap is able to comply with this requirement. Tbn u/54, d""c"'fib,'r "be Le?' e,> ..!O'r VI -A bc ineXud"d ,,,s Q/,'flic UYVIR, DoubleMAP 90 Exhibit Al - DoubleMap Proposal DoubleMap acknowledges the CITY's proposed Service Level Agreement. 11.7.5 Out Year Costs (Optional) T/,�(, C PR0P0)J';'R p d fior f r0l)ffe P!'U'7122 /01" "S a;,,.d Alahlleriayl;re. Please refer to Exhibit G for Out Year Costs. 11.8 Spare Components Tby PRO P0 Q 'R 0I I77fi 11811 rto II)e 1 T Tb;­ lbc� 1) R 0 P0. V1 R z'j� 'Me ITY mun"i` 0/'a IWI) Please refer to Exhibit G for Spare Components. 11.9 Component Price Protection 1l a"Iy (JTY,i1baA;Iha?v oNio11 III) 1h. 1.11! io 1wif,(I p77)posc'd Zrt /b" Pyi""r" T'l 4, 'air) Please refer to Exhibit G for Component Price Protection. 11.10 Schedule Requirements J If) r 7' 'j Y'-"? 7!,,,' ." :3(l, 10f G. DoubleMap is able to comply with this requirement predicated on a timely notification of an awarded contract. DoubleMAP 91 Exhibit Al - DoubleMap Proposal doe., iol lie i I'P. -1" V or."vol-kat-011;)d prol 'i'led or 0 ' "I'wskd. ! '0 YtVWI'd "1,; 10 (l"id ol, ?bi' CITY"', ti'W" 0"' ""U IQ I j"., -;Q lfo d '01(f DoubleMap acknowledges the CITY's proposed Service Level Agreement. 11.7.5 Out Year Costs (Optional) T/,�(, C PR0P0)J';'R p d fior f r0l)ffe P!'U'7122 /01" "S a;,,.d Alahlleriayl;re. Please refer to Exhibit G for Out Year Costs. 11.8 Spare Components Tby PRO P0 Q 'R 0I I77fi 11811 rto II)e 1 T Tb;­ lbc� 1) R 0 P0. V1 R z'j� 'Me ITY mun"i` 0/'a IWI) Please refer to Exhibit G for Spare Components. 11.9 Component Price Protection 1l a"Iy (JTY,i1baA;Iha?v oNio11 III) 1h. 1.11! io 1wif,(I p77)posc'd Zrt /b" Pyi""r" T'l 4, 'air) Please refer to Exhibit G for Component Price Protection. 11.10 Schedule Requirements J If) r 7' 'j Y'-"? 7!,,,' ." :3(l, 10f G. DoubleMap is able to comply with this requirement predicated on a timely notification of an awarded contract. DoubleMAP 91 Exhibit Al - DoubleMap Proposal DoubleMAP v�v,�w.Dc..b I.Mdp. oow, 92 Exhibit Al - DoubleMap Proposal Exhibit F - Requirements Acknowledgement Table DoubleMAP 93 Exhibit Al - DoubleMap Proposal Explanations marked with a "P" or SectionRequirement Fixed -Route Functional Requirements Acceptance Comply. P = Partial 8.0 8.1 Single Sign -On / Component Integration C 8.2 Automatic Vehicle Location (AVL) C 8.2.1 GPS Receiver C 8.2.2 Vehicle Logic Unit (VLU) C 8.2.3 Mobile Data Terminal C 8.2.4 Covert Alarm C 8.3 Computer Aided Dispatch (CAD) Functions C 8.3.1 General Requirements C 8.3.2 Reference Information Displays C 8.3.3 Vehicle Status C 8.3.4 Service Performance C 8.3.5 Turn Back Monitoring C 8.3.6 Vehicle Coach Operator Charges C 8.4 Automatic Stop Announcements (ASA) C 8.5 Passenger Information Network (PIN) C DoubleMAP 93 Exhibit Al - DoubleMap Proposal 8.5.1 Predictive Bus Arrival and Departure Algorithms C 8.5.2 Changeable Message Signs (CMS) C 8.5.3 Bus Stop Signage C 8.5.4 Customer Web Site / Communication Devices C 8.5.5 Customer Trip Planner C 9.0 Optional Technologies 9.1 Automatic Passenger Counters (APC) C 9.2 Interactive Voice Response (IVR) C 9.3 Bus Stop Survey's C 10.0 Bus Stop Survey's 10.1 Hosted / Managed Services C 10.2 Information Technology Architecture C 10.2.1 Ownership of Data C 10.2.2 Scheduled Maintenance C 102.3 Continuity of Services C 11.0 Additional Requirements 11.1 Reports C 11.2 Training C 11.2.1 Training Plan C 11.2.2 Supplemental Training C 11.3 Testing C DOUbI@MAP 94 Exhibit Al - Double Map Proposal 11.3.1 30 -day Rolling Operational Test C 11.4 Docuementation C 11.5 Design / Implementation C 11.5.1 Work Standards and Requirements C 11.5.2 Installation C 11.5.3 Equipment Removal, Relocation and Restoration Plan C 11.5.4 Obsolescence C 11.5.5 Environmental C 11.5.6 System Scalability C 11.6 Project Management C 11.6.1 CITY Participation C 11.6.2 Project Staffing C 11.6.3 Project Plan C 11.6.4 Weekly Status Meetings C 11.6.6 Deliverables C 11.7 Warranty / Maintenance C 11.7.1 Installation Warranty C 11.7.2 "Fingertip" Diagnostics C 11.7.3 Maintainability C 11.7.4 Service Level Agreement (SLA) C 11.7.5 Out Year Costs (Optional) C DoubleMAP .Po &I.M..p. 95 Exhibit Al - DoubleMap Proposal 11.8 Spare Components C 11.9 Component Price Protection C 11.10 Schedule Requirements C 8/15/2015 SIGNATURE OF CONTRACTOR'S AUTHORIZED OFFICIAL DATE DOUbleMAP ..nM. POV I.M.P-0o 96 Exhibit Al - DoubleMap Proposal Exhibit I - References be C1 IY 1YY/IOy Coll!Q<t ii"IU.'Yr%i;°.k 7!? C?Yl %rllY/ 10 ol'!C?ll! Ym018 ,"'9lfOr7i,2ulCON abouI ill(' PI%0110 S f Sf(r. ]t)r' d%Ilddrd !7:' s%I/ %LIr'r: [LN,cr` lh.%l '671i'l.(:iG i%'iill ivho"P1 iU? 111Z0)) )_S l:l\ hat ai,,d i oi' {rei;'iY. Reference 1 or,%h: r \nlm Columbia Transit .N"OW Drew Brooks — Transportation Administrator I :4" 1)orir ;Aaribi"r (573) 874-7281 Irz,a;l /l l lre:r tabrooks@gocolumbiamo.com l )c: 'rr;;tro9; nl 1,F1144, DoubleMap was chosen to replace RouteMatch's CAD/AVL system after their services did not meet transit authorities' expectations thru the project's implementation phases. When we arrived, city officials were ready to drop the entire project -- however DoubleMap promised and delivered a full-scale ITS solution in short order without fail. DoubleMap's AVL and ASA system were installed over back-to-back weekends during the fall of 2013. Current integration with existing GFI Farebox systems was released in summer 2014. 1� r�rslzela'-Imount Price released on contract acceptance. Reference 2 C oritti: ;r 1n ir:': Bloomington Transit A'arnr Lew May - General Manager (812)336-7433 %ifrirfr._r mayl@bloomingtontransltcom C k'j: r E,>i oJ! of 11 r,K; DoubleMap's CAD/AVL and ASA system were implemented over two back-to-back weekends in early 2013. Bloomington Transit is a single transit authority that oversees Indiana University Campus Bus service, operating a total fleet of approximately 68 buses in one garage location. The APC installation by Urban Transportation Associates required an on-going installation process for OoublenMAP 103 Exhibit Al - DoubleMap Proposal DoubleMAP ...,ww .Do..blvMdp.cc.r, 104 Exhibit Al - Double Map Proposal two weeks. The system, which is combined with the Indiana University Campus bus service, is fully -operational. Ir:rfi a! Price released on contract acceptance. DoubleMAP ...,ww .Do..blvMdp.cc.r, 104 Exhibit Al - Double Map Proposal Reference 3 (,'ariT;a�i; Aunr The Walt Disney Company COM"), Na;' -/e Gabriel Talamantes - Transit Manager T� ephor,'e \'ia;,)1 es• (714) 781-1204 Gabriel.Talamantes@disney.com I) ect h;ior o/ Vo'n; The Walt Disney Company was the first of many DoubleMap/TapRide corporate clients. Disney selected DoubleMap based on a quick installation timeline and turnkey solutions and had everything installed and reporting over the course of a week in March 2013. We have worked with them to provide the best real-time solution for their employees through customized passenger reports and mobile data terminal designs. DoubleMap/TapRide is small enough to actually listen to clients' wishes, but experienced enough that it can respond to and deliver what the client desires. {.{ re.aartb/ A))"09/!is Price released on contract acceptance. OoubleMAP �.n�.w.Dovb IrM.p. awe 105 Exhibit Al - DoubleMap Proposal Exhibit Al CITY OF LODI PUBLIC WORKS DEPARTMENT RECEIPT OF ADDENDUM PROJECT: REQUEST FOR PROPOSALS (RFP) FOR CITY OF LODI TRANSIT INTELLIGENT TRANSPORTATION SYSTEM (ITS) Received from the City of Lodi ADDENDUM NO. 1 to the RFP for the above referenced project. Date: / lb -1 / IS sy Ilya Rekhter NOTE: This acknowledgment must be submitted with the Bid Proposal. AddendumiRcpt.doc Exhibit Al - DoubleMap Proposal 712 712 01 6 CITY OF LODI PUBLIC WORKS DEPARTMENT Exhibit Al RECEIPT OF ADDENDUM PROJECT: REQUEST FOR PROPOSALS (RFP) FOR CITY OF LODI TRANSIT INTELLIGENT TRANSPORTATION SYSTEM (ITS) Received from the City of Lodi ADDENDUM NO.2 to the RFP for the above referenced project. Date:Y By Ilya Rekhter NOTE: This acknowledgment must be submitted with the Bid Proposal. Addendum2Rcpldoc Exhibit Al - DoubleMap Proposal 8/612015 CITY OF LODI PUBLIC WORKS DEPARTMENT Exhibit Al RECEIPT OF ADDENDUM PROJECT: REQUEST FOR PROPOSALS (RFP) FOR CITY OF LODI TRANSIT INTELLIGENT TRANSPORTATION SYSTEM (ITS) Received from the City of Lodi ADDENDUM NO.3 to the RFP for the above referenced project. Date: `e- 2 � , i By. A&G.i�°r NOTE: This acknowledgment must be submitted with the Bid Proposal. Addendum3Rcpt.doc Exhibit A1- DoubleMap Proposal 8/20/2015 CITY OF LODI PUBLIC WORKS DEPARTMENT Exhibit Al RECEIPT OF ADDENDUM PROJECT: REQUEST FOR PROPOSALS (RFP) FOR CITY OF LODI TRANSIT INTELLIGENT TRANSPORTATION SYSTEM (ITS) Received from the City of Lodi ADDENDUM NO.4 to the RFP for the above referenced project. Date: By NOTE: This acknowledgment must be submitted with the Bid Proposal. AddendumaRcpi.doc Exhibit A1- DoubleMap Proposal 812 012 01 5 Exhibit 8 — City of Lodi Proposal Form Exhibit Al CITY OF LODE ITS RFP Request for Proposals (RFP) —Transit Intelligent Transportation System PROPOSAL FORM To: City of Lodi Pursuant to and in compliance with your Request for Proposals, calling for proposals and related documents, the undersigned proposer, having familiarized himself with the terms and conditions of the Agreement, the local conditions affecting the performance of the Agreement, the cost of the work at the place where the work is to be done and the drawings and specifications and other Agreement documents, proposes and agrees to perform the Agreement within the time stipulated; including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the Agreement and complete in a workmanlike manner all of the work required in connection with this Proposal and all in strict conformity with the drawings and specifications and other Agreement documents, including addendum number 1 & 2't.1* J. The proposer has carefully examined the project documents for this project prepared and furnished by the CITY and acknowledge their sufficiency. It is understood and agreed that the work under the Agreement shall commence by the bidder, if awarded the Agreement, on the date to be stated in the CITY's "Notice to Proceed." I, the bidder identified below, declare under penalty of perjury, that the information provided and representations made in this proposal are true and correct and that this declaration was executed on: inn day of241- 2015 NAME OF PROPOSER: Ilya Rekhter CORPORATE OR COMPANY NAME: ADDRESS: 429 N. -P -q rnsvjvania 8t, 8W.40t Indianap-o.lis• lN..4� TELEPHONE: 855-463-6655 ext. 706 r SIGNATURE: DATE: !' Page 62/99 Pages Exhibit Al - DoubleMap Proposal CITY OF LODI Exhibit A2 PUBLIC WORKS DEPARTMENT Proposal Clarifications DoubleMap / City of Lodi November 5, 2015 Exhibit A2 -Proposal Clarifications If sunRiso —)lCvnwlting Question, Clarification, Contradiction, Discussion Response Decision Is on board Wi-Fi included in pricing? Pg 2 DM: This option not included, but will provide price. 2. What does "all reports are NTD and FTA certified mean?" Pg 3 DM: Reports listed in RFP have been certified by the NTD and FTA as acceptable for reporting purposes. 3. What does it mean to push ASA over a weekend? Pg 11 Does it DM: A push is done over night when vehicles are not not push overnight? Can a special push be executed? in service. Depending on fleet size, it could take a weekend to confirm everything has been updated. 4. What APC vendor is being proposed for the CITY's project? Pg 3 CITY: Would like UTA. What if the CITY wants to select a different APC vendor? DM: Dilax is proposed. Will replace with UTA in updated quote. 5. Is DoubleMap proposing Single Sign -On via the MDT? Pg 12 Will DM: Yes. Confirmed that Sign -on from MDT to it propagate the operator ID to Genfare? Will Lodi need to Gen Fare is doable as long as CITY purchases 11708 purchase J1708 compliant cables to make the fareboxes cables. communicate with the system? 6. Does the MDT have screen blanking capabilities while the bus is DM: Yes. MPH can be set for screen freeze or screen in motion? blank for movement over 3MPH. Can show that text is waiting but driver can't access until vehicle stopped. CITY: Wants to retain clock function. 7. Is Vehicle Health Monitoring being provided or is it an option? DM: Health Monitoring not quoted. Pg 13 CITY: Wants pre -trip inspection option. DM: Will quote pre -trip inspection in updated pricing. 8. Is the pre -trip inspection included? See Response Above!! 9. Will there be any data throughputs concerns generated by a 1- DM: No, can miss a few polls. If data is concern, poll 2 second refresh rate via Verizon cellular? Pg 15 less often than once per second. 10. How long are Histories kept? Pg 19 DM: HD, one year, standard definition, up to five years. Normal data is the life of the contract.*OTP and APC counts- kept for life of the contract. DM will never charge to access CITY data. 11. If the VLU is powered through the ignition, if a bus is turned off DM: Yes, customizable 30-60 minute grace period. while still in active service, what happens to the data? Pg 21 Is there a grace period after the vehicle is turned off where the VLU continues, 60 or 90 minutes, etc.? 12. How is the Covert Alarm triggered? Pg 23 Will DoubleMap DM: Yes! Mic built into MDT so audio can be included. provide a Covert Switch? Is price'included? Just data costs. Labor included. Covert button included in price. 13. Does a Dispatcher assign a driver, or does the driver assign DM: Option 1) Driver assigns them self, dispatcher is themselves? Pg 23 able to override. Option 2) Dispatcher assigns all. 14. Is the word Administrator the same as Dispatcher? Pg 23 DM: Dispatcher is able to route buses, check history. Administrator is able to do functionality of a dispatcher, but also manage routes, and user accounts. There are 4 access levels (read only); 1) Viewer, 2) Dispatcher (assign buses to routes, push announcements, run history), 3) User (everything), 4) Exhibit A2 -Proposal Clarifications If sunRiso —)lCvnwlting CITY OF LODI Exhibit A2 PUBLIC WORKS DEPARTMENT Exhibit A2 -Proposal Clarifications SunRlse —�� Consulting Administrator (all capabilities including creating and deleting users). 15. Is DoubleMap providing "unlimited" licenses for all appropriate DM: Yes! No limits on users, simultaneous users, CITY and contractor users? Pg 23 admin, etc. Each dispatcher has their own log in so can track issues. 16. Is there EVER a cost for changes to stops, routes, reports, DM: No! There is no additional cost to change stops, assignments, dispatching, etc.? Pg 24 routes, assignments, dispatching, etc. Beyond the 20 customized reports, there would be an additional charge to create 17. Is there a daily dispatch function for providing service? Pg 24 See # 13 responses above! Who assigns vehicles to operators and route assignments? Is this daily? Can it be static? 18. Can on the spot detours be accommodated? Pg 24 DM: Yes! Can edit an existing route. Can drag to show a deviation and ETA's are auto adjusted. 19. Can multiple route patterns be used to create a daily DM: Yes, but interlining is an option with trips, blocks, assignment? Pg 25 schedules, etc. Option will be included in the updated pricing. 20. Can early or late thresholds be changed? Pg 25 DM: Yes! 21. If an operator goes off -route, will the actual trail be displayed DM: Yes! Both bread crumbs and alerts / warnings. or the Dispatcher only notified? Pg 27 22. Is the Point of Interest included with this proposal? Pg 28 DM: Not included. The POI platform will be included as an optional item in the updated pricing. 23. Is the GTFS zip automatically picked up by Google or is there DM: Provides a one -click export that the CITY can use any action by the CITY to ensure Google has the information? to give to Google. It is the CITY's responsible to make Pg 29 the file available to Google. CITY: Process will stay the same. 24. Does DoubleMap provide any method to capture notes DM: Yes! The alerts platform plus reports. regarding daily situations, such as Events, Incidents, Accidents, CITY: One-stop shop for preventable accidents- we off -route, etc.? Pg 31 don't need this but DM can provide pricing. 25. Does DoubleMap provide a yard view of the fleet? DM: Yes, included. 26. During Orals, it was explained that there are no triggers zones, DM: There are trigger zones for stop announcements, but each two stops are divided equally? Is this correct? Pg 35 but a trigger zone for APC's is divided equally between stops. Per the meeting discussion, the APC trigger zones can be zones that leave space for 'unallocated' pickups. 27. Can a Dispatcher log -on a vehicle if an operator has forgotten, DM: Yes! or does the MDT prevent operation without a validated ID and Password? Pg 36 28. How does DoubleMap address Turn -Back Monitoring? Pg 37 CITY: Turn -backs (can't get to end of the route and must turn back early); normally either driver or dispatcher would manually enter that they are no longer on that route. DM: Yes! 29. Can DoubleMap allow for inter -lining? Pg 38 DM: Yes, but it is an option and will be included in the updated pricing. 30. Does the ASA announce as it leaves the stop or as it arrives at CITY: Announces bus stop as enters doughnut, next the next stop? Pg 39 Is the announcement tied to the stop or is stop as it exits doughnut. it individually placed by the Administrator? DM: ASA announces current and next stop upon arrival. Trigger zone is tied to the administrator -placed location with satellite imagery. Exhibit A2 -Proposal Clarifications SunRlse —�� Consulting Ak CITY OF LODI Exhibit A2 PUBLICWORKS DEPARTMENT 31. If a stop announcement needs to be changes for any reason, DM: Usually under 1 minute, but can be influenced by how is the changed pushed to the VLU and when does it cell network. happen? 32. Is driver volume control via the MDT for both the internal and DM: Yes! external speakers? Pg 40 33. Do the Website and Mobile apps also display schedules? Pg 41 DM: Yes! 34. How and when are mobile apps, web sites, IVR, SMS and DM: The updates for the mobile app, website, IVR, Google Transit updated when changes are made to a route or SMS are automatically pushed over -the -air once the stop? Pg 44 changes are made to a route or stop. Google Transit requires the CITY to download a zip file and upload to Google. 35. Is passenger activated text to speech at the CMS included in DM: Yes! this proposal? Pg 46 36. Clearly state how much in advance arrivals / departures are DM: System is configurable to show the next 1-4 displayed on a CMS? Pg 46 Would there be a difference arriving buses. This information is displaced every 1-2 between LED and LCD signage? seconds on LCD displays and every 30 seconds on LED displays. 37. The CITY is interested in the kiosk option. Fully discuss the DM: Kiosk pricing will be included in the updated price variants and costs. quote. 38. DM can provide QR codes and place on existing signs. Are the DM: Will provide QR code stickers. signs too high for this option? Pg 50 39. Is there a cost to branding the CITY's web site? DM: Only if the CITY wants major changes. Branding such as a logo and link to Lodi's site is included. 40. Is there a cost to the customer for subscribing to Service Alerts? DM: No! Indemnification included in Agreement. Pg 55 41. During orals, DM indicated that Dilex was being proposed. Can DM: Yes! UTA pricing will be included in the updated another vendor be selected? Pg 56 quote. 42. Is DM's software included in the proposal? Is the software DM: Yes! certified or certifiable by NTD for use in lieu of manual surveys in conjunction with the actual APCs? Pg 56 43. Can DM present real-time passenger counts on a bus? Pg 56 DM: Yes! Through MDT. 44. Is the Digital Passenger Count (DPC) reconciled in any way to CITY: DPCs- the main reason is for agencies who don't GFI? Pg 57 want to pay for APCs. DM: Both counts can be provided. CITY must reconcile. 45. Explain the statement: "clients chose to use the DPC in DM: DPC are for those that don't have APCs. DPC's conjunction with existing APC's for rider -type information can either be used as a stand-alone or as a way to spot segments, and to collect backup data for FTA approval of their check / reconcile APC counts. APC data for NTD reports." Pg 58 46. Does the CITY provide the local number for the SMS solution? DM: DM provides a general number. CITY does not Pg 59 have to provide local number. 47. Is the cost of the Spanish Language included? Pg 59 How does it DM: not included! Spanish pack costs $1600 / yr. It take place, auto conversion, or does someone manually was determined that Phonetic field entry was convert? sufficient, but Spanish will be included as an option in the updated quote. 48. Does DM comply with the Service Level Agreement included in DM: Yes! the RFP? Pg 61 49. Are the unlimited software / application accounts based on a DM: The accounts are set by individual and the concurrent usage model or individual accounts? Pg 63 number of accounts is unlimited. 50. Which user level is able to create real-time customer DM: Dispatcher Plus. messages? Pg 63 SuniRlss Exhibit A2 -Proposal Clarifications ...►�-.rr�+DiFlunEilg AL CITY OF LODI Exhibit A2 PUBLIC WORDS DEPARTMENT 51. Can data be stored for more than 2 years? Pg 64 Is there DM: Yes! Included for up to 5 years. additional costs? 52. Which NTD reports are included out of the box? Pg 67 DM: Ridership, Mileage (miles and hours), Route Travel Times, Headway, and On -Time Performance Reports. CITY: Automatically can spit out an S-10 form for CITY. 53. Is the S10 one of the standard NTD reports generated by DM? DM: Yes! Pg 67 Are all fields auto generated? 54. The CITY requests up to 20 customizable reports which DM DM: Yes! complies with. Pg 72 Does DM have the ability to capture and produce an Incident/ Event Management report? 55. Is maintenance training included, specifically troubleshooting DM: Yes! and component replacement training? Pg 73 56. As part of the training materials, are Quick Reference Guides DM: Yes, via the help button. included? Pg 76 57. The CITY requires follow-up training, DM complies. How and DM: Will provide a follow-up training session 90 days when? Pg 77 after final acceptance. The follow-up training session will be performed remotely, via an online webinar. 58. Does the completion ETA of 20 weeks from NTP include the 30- DM: Yes! Day Rolling Test period? Pg 80 59. The requirement of a written Weekly Status Report would be DM: Yes! Utilize Trello, a Project Management tool. due each Monday morning to the CITY's Project Manager. If DM able to comply? Pg 86 60. Do the statements of "On-site trouble shooting and On-site DM: Yes! repair of hardware" only apply to the warrantee period? Pg 88 61. Explain the statement: "If DM determines that the equipment DM: If the equipment is deemed defective as a result in not defective within the terms of the warranty, Customer of actions taken by the CITY, then DM reserves the shall pay DM all costs of handling, transportation and repairs at right to charge the CITY for any additional equipment DM's then prevailing rates. Pg 88 62. Explain "all costs associated with on-site support, including DM: Outside of the warranty period, if DM is required travel and living expenses as well as labor charges incurred by for an onsite repair, then CITY shall incur travel DM"? Pg 89 expenses. Additional Question: If annual support is paid, does that not cover travel & expenses if on site? DM: The annual support ensures that the system meets the operational standards set in the contract. DoubleMap has historically been successful doing this remotely, and will cover costs if DoubleMap determines an onsite technician is needed for the system to function properly. Lodi will only incur travel costs if it requests DoubleMap come onsite. 63. During orals, DM's indicated Price Protection is for the full 5 DM: Yes! years. Please confirm! Pg 91 Are the Price Protection prices ::1 included in the Price Summary submission? PRICING REVIEW Exhibit A2 -Proposal Clarifications SunRlse -�� Consulting Ak CITY OF LODI Exhibit A2 FEW PUBLIC' WORKS DEPARTMENT 66. Are any and all MDT Brackets included in price? Table B DM: Yes! 67. Explain exactly what the Bus Stop Signage is? Table C DM: The Bus Stop Signage includes the lieu of an escrow account ads insurance / future proofing. implementation of QR signs at each bus stop location. 74. Pre -trip Option — What is the cost to add? Riders are able to scan the QR code in order to receive real-time information. 68. The CITY is interested in a Kiosk option in lieu of other signage. See answer # 37. 75. What would be the cost? Table C DM: Yes! 69. Is there a cost for Spanish Translation for IVR? Table D DM: $1600 / year. agreement? Please confirm! Additional Question: Is this an additional $1600 / year 77. Are there any costs that the CITY may incur during the next 5 to the ASA, or part of? years that are not included as a result of this ITS proposal? DM: The Spanish Translation for IVR is part of the 78. We spoke to an agency that said DM does not have a dispatch $1600/year for the ASA part. 70. What is the Digital Passenger Counter System and why does DM / CITY: Not needed! the CITY need it? Pg 3, Table D ($28,000) How is it different time. Dispatchers automatically receive alerts on the than the APC's? main dashboard concerning vehicles going off -route, 71. What is the Other— Cellular Data and Communications (Total — DM: This includes all cellular data charges. Since the 5 Years)? Pg 4, Table F CITY is able to provide its own cellular data, this line 79. We heard concerns about customer service. Do you plan to hire item will be removed from the quote. 72. To be clear, all 5 years of maintenance and support are DM: Yes! CITY wants $40k of AVL to be split out in included in the Price Summary? Table G $10k / yearly payments. Will be in the updated quote. GENERAL Exhibit A2 -Proposal Clarifications SunRlse -�-�� Consulting Question,Response 73. Software licensing: The City of Lodi would like a local copy in DM: Can comply for an additional cost. lieu of an escrow account ads insurance / future proofing. 74. Pre -trip Option — What is the cost to add? DM: The cost for the Pre-trip/Post-trip Option is $11,700, which can be paid as a one-time cost, or spread out over a period of 5 years. 75. Can the CITY request an APC provider other than Dilax? DM: Yes! 76. Proposal did not take any exceptions to the CITY's form DM: No Exceptions! DM will provide its terms and agreement? Please confirm! conditions (TOC) doc. 77. Are there any costs that the CITY may incur during the next 5 DM: No! years that are not included as a result of this ITS proposal? 78. We spoke to an agency that said DM does not have a dispatch DM: DM does have a dispatching dashboard where dashboard. We want to confirm that you actually do, and that Dispatchers are in fact able to make changes in real - dispatchers are able to make changes in real-time? Also, that time. Dispatchers automatically receive alerts on the the system will notify Dispatch that a bus has gone off route, as main dashboard concerning vehicles going off -route, opposed to Dispatch needing to manually enter that data for it speeding etc., without the need to input data every to show up in the system? time. 79. We heard concerns about customer service. Do you plan to hire DM: DM has grown quickly and has hired 4 additional more people as you expand to address concerns about response customer service and operational support staff times for customer service? members. CITY: Wants to add Penalty for Service Level Agreement not met. Looking at breaking out support and maintenance costs as an annual amount. Would pay DM at end of each successful year, —$10k. 80. Per Escambia County's website, DM works best with Chrome, DM: Yes! Internet Explorer does work, but if you use Firefox and Safari browsers. Is this true? an older version, it doesn't work as well. Exhibit A2 -Proposal Clarifications SunRlse -�-�� Consulting AL CITY OF LODI Exhibit A2 PUBLIC WORKS DEPARTMENT 81. How soon would your staff be able to create an NTD S-10 form DM: DM's NTD S10 form is automated; meaning it will that incorporates all the data needed for annual reporting? be an instantly generated the quarter following APC's being installed, tested, and verified. 82. Please clarify about your software warranty, DM: Our software warranty includes full support and maintenance of the system for the agreed upon length of time. This includes any software updates, bug fixes, etc. Exhibit A2 -Proposal Clarifications SunRlse �— M Consulting Exhibit A3 Service Level Agreement between CONTRACTOR and CITY for ITS Services Part 1. Description CONTRACTOR shall provide System Support during CITY's Standard Support Hours and shall be comprised of: a) a telephone Help Desk to provide first-line technical support to the CITY's users of the System; b) remote diagnosis and, where possible, correction of faults; and / or c) provision and installation of the Materials as and when required, or as part of an agreed pre-emptive maintenance regime. Help Desk The CITY will log "faults" with the System (hardware or software) by a telephone call to 1(855)463-6655. For "faults" logged within the CITY's Standard Support Hours, CONTRACTOR will ensure that a member of their Support Staff is available to take the call. For "faults" logged outside the CITY's Standard Support Hours, CONTRACTOR will ensure that a suitably qualified person will make contact with the CITY (initiator of the fault) by telephone within 30 minutes of the initial fault logging call. A "fault" is deemed to be logged once a Support Staff member has been spoken to or a message has been left. Resolution The Help Desk will try to resolve the "fault" where possible. If the fault or query cannot be resolved by telephone assistance, then CONTRACTOR will ensure that a suitably qualified person commences work to remedy the "fault" within the Service Level Response times in the table below. Part 2. Service levels The following table describes service levels for Support which cannot be resolved in the initial call to CONTRACTOR'S Help Desk. Category Description repairPriority Target .. (fr m initial � -•response), 1 Total failure of the system Within 30 minutes Immediate, subject to site access, and continuing until reinstatement or workaround provided or useful efforts exhausted 2 "One off' site failure or has Within 8 hours On commencement of the CITY's next a significant end user during the CITY's working day), and continuing during Support impact but does not render standard hours Hours, until reinstatement or workaround the System unusable provided or useful efforts exhausted 3 Minor end user impact The CITY's next Repair prior to end of the CITY's second working day working day following date of notification if Software fault or problem with Hardware which is in stock, otherwise Hardware lead times will apply and repair timeframe will be adjusted accordingly Exhibit A3 — Service Level Agreement Exhibit A4 Software License Agreement 1. Grant of License A. With respect to all software delivered by CONTRACTOR as a part of the Agreement, CONTRACTOR grants the CITY the right to use the software for internal purposes, including the right to: load and execute the software; to reproduce copies of the software (such as for archival and back-up purposes, for running parallel computing operations, and for operating the Project from more than one Central Processing Unit), the aforementioned in compliance with the terms and conditions of the software licenses provided for in the Agreement; to modify the software (such as through enhancements, upgrades, bug fixes, and conversion to other operating platforms); to integrate with other software; and to otherwise utilize the software for purposes relating to the Project. B. These rights include all elements relating to the software, including the audio, visual, graphic, and textual elements, in any form or medium now known or later developed and in all formats, such as electronic, magnetic, digital, laser, or optical. These rights are, nonexclusive and royalty -free. Sharing this Software with other individuals or organizations, including commercial organizations is in violation of this license. 2. Copyright. All Software code is protected by Intellectual Property Rights and as such is owned by CONTRACTOR and protected by copyright law. CITY may not remove or conceal any proprietary notices, labels or marks from the Software. 3. Restrictions on Use. CITY may not, (a) reverse engineer, decompile, decode, decrypt, disassemble, or in any way derive source code from, the Software; (b) modify, distribute, or create derivative works of the Software; (c) copy (other than one back-up copy), distribute, publicly display, transmit, sell, rent, lease or otherwise exploit the Software. 4. LIMITED WARRANTY In addition to any other representations and warranties set forth in the Agreement, CONTRACTOR warrants to the CITY that the components, software and services furnished by it and/or used by it shall be free from defects in material, workmanship, and design under normal uses and services for a period of twelve (12) months from the date of Final Acceptance. Nothing contained in this Agreement, is intended to affect or limit the CITY's ability to pursue the manufacturer for any breach of warranty for goods and products distributed to the CITY by CONTRACTOR and/or used by CONTRACTOR in the fabrication of the equipment for the CITY described in the Agreement Documents. Exhibit A4 — Software License Agreement Exhibit A4 In addition to any other obligations contained in the Agreement, CONTRACTOR shall function as the first line of support for such implementation during the twelve (12) month warranty period following Final Acceptance, as well as the four ensuing years identified in the Agreement Documents. CONTRACTOR shall provide the CITY with a telephone number to report problems twenty-four (24) hours per day, seven (7) days per week. If the problem is characterized by the CITY as sufficiently severe that the System is wholly or substantially inoperable, CONTRACTOR shall respond to notice of the problem within four (4) hours of notification. Such response shall be made by a knowledgeable technician familiar with the System and, at a minimum, shall acknowledge receipt of the CITY's notification and inform the CITY of the steps CONTRACTOR intends to take to resolve the problem. Exhibit A4—Software License Agreement Exhibit B Price Summary Table Exhibit B - Price Summary Table Svstem Initiation Requirements Component System Design / Initiation Unit/Year Cost $0.00 Number of units/Year 5 years Total Cost $0.00 Annual Recurring (Year � G-10) `7 Host Server Site Equipment Acquisition and Setup (servers: operating systems, application, database, communications, routers / firewalls, redundancies, environments, etc. $1,212.75 14 units $16,978.50 Cabling and wiring for vehicle Computer Aided Dispatch Software (CAD) License — Fixed -Route $1,702.93 14 units $23,841.02 $4,768.20 Agency geo-code import $0.00 5 Years $0.00 Vehicle Logic Unit (VLU) Other Integration software, databases, CAL's and/or licenses, etc. $0.00 Included $0.00 Mobile Data Terminal (if proposed) Storage and Retrieval services (5 -years) $0.00 5 Years $0.00 Covert Alarm (switch) System Initiation Sub -Total: 14 Units $0.00 $40,819.52 Automatic Stop Annunciation (ASA) SmartHub Exhibit B - Price Summary Table B. Fixed -Route Vehicles Componcilt Integration Design for each vehicle type Unit/Ye-ar Cost $501.50 Number of Units/Year 14 Units Total Cost $7,021.00 Annual Recurring (Year 6-10) Cellular communications (router's, SIM Cards, etc.) $0.00 14 Units $0.00 Cabling and wiring for vehicle $104.50 14 Units $1,463.00 GPS / Antenna $0.00 14 Units $0.00 Vehicle Logic Unit (VLU) $536.50 14 Units $7,511.00 Mobile Data Terminal (if proposed) $574.00 14 Units $8,036.00 Covert Alarm (switch) $0.00 14 Units $0.00 Automatic Stop Annunciation (ASA) SmartHub $1,759.50 14 Units $24,633.0 Interior Display's $1,076.74 14 Units $15,074.36 Exhibit B - Price Summary Table Installation of all hardware in each vehicle $915.00 14 Units $12,810.00 Other — MDT Charger $63.00 14 Units $882.00 Integration Design at each location $0.00 3 Units Other - SmartHub Integration & Cables $577.49 14 Units $8,084.86 $0.00 Fixed -Route Vehicles Sub -Total: $85,515.22 Double~ vvW : DOU%I@MAP www.77«.bfvM p.cwn Exhibit B - Price Summary Table UTA Automatic Passenger Counters (APC) (sensors, control units, cables, etc.) Single Door $2,857.75 8 Units $22,862.00 I UTA Automatic Passenger Counters (APC) (sensors, control units, cables, etc.) Double Door $2,139.00 6 Units $12,834.00 UTA to DM Integration, API, Data Handling $910.11 14 Units $12,741.54 Installation of Passenger Counters $802.50 14 Units $11,235.00 Interactive Voice Response (IVR); include Spanish as a separate line item $311.60 14 Units $4,362.40 Bus Stop Survey's (up to 200) $0.00 5 Years $0.00 Other — IVR Annual Recurring $2,189.60 5 years $10,948.00 Other — APC Third Party Training $383.33 14 Units $5,366.62 Other — Points of Interest Platform $2,590.00 5 years $12,950.00 Other — Pre/Post Trip Inspection $653.57 14 Units $9,149.98 Other — Interlining Software $556.43 14 Units $7,790.02 Optional Requirements Sub -Total: M $110,239.56 DOU%I@MAP www.77«.bfvM p.cwn Exhibit B - Price Summary Table DOUbI@MAP Exhibit B - Price Summary Table Y-',. Spare Components L'nit/Year Cost Nun-ibcr of Total Cost Component (Describe the types and quantities of spares) Mobile Data Terminal $574.00 2 Units $1,148.00 Annual ' Recurring (Year 6-10) Vehicle Logic Unit (VLU) $536.50 2 Units $1,073.00 Annual Recurring (Year 6-10) Automatic Stop Annunciation (ASA) SmartHub $1,759.50 2 Units $3,519.00 Training Spare Components Sub -Total: $5,740.00 DOUbI@MAP Exhibit B - Price Summary Table F. 2\11scellincous Indices Reports (up to 20 customized reports) Total Cost $0.00 Annual Recurring (Year 6-10) Training $5,880.00 Testing $0.00 Documentation $0.00 Design / Implementation $0.00 Project Management $0.00 Warranty / Maintenance (first year) $0.00 Other — AVL & SMS Software Subscription (Total - 5 Years) $45,640.00 1$9,128.00 Other — AVA Software Subscription (Total - 5 Years) $20,212.50 5 $4,042.50 Other — Kiosk Freight $810.00 Additional Items Sub -Total: $72,542.50 DOUbI@MAP Exhibit B - Price Summary Table G. Out -Year System Supportand Maintenance Total Cost Extended -System Support and Maintenance, Year Two (Optional) 11$10,000.0.0 Annual Recurring (Year 6-10) $10,000.00 Extended System Support and Maintenance, Year Three (Optional) $10,000.00 Total Cost $40,819.52 Extended System Support and Maintenance, Year Four (Optional) $10,000.00 Extended System Support and Maintenance, Year Five (Optional) $10,000.00 $85,515.22 Additional Items Sub -Total: $40,000.00 Table C - Passenger Information Network Price Summar,v Table A - System Initiation Total Cost $40,819.52 Annual Recurring (Year.6-10) Table B - Fixed -Route Vehicles $85,515.22 Table C - Passenger Information Network $93,004.82 Table D — Optional Requirements $110,239.56 Table E - Spare Components $5,740.00 Table F — Miscellaneous Indices $72,542.50 Table G - Extended System Support and Maintenance $40,000.00 Total All Costs (Required System): $337,622.06 I $27,938.70 Total All Costs (Required + Optional System): $447,861.62 DoubleMAP .P."W.M.,p...y, Exhibit B - Price Summary Table Exhibit 61mv I CITY OF LODI ITS RFP Milestone Payment Schedule Task Project Plan / WBS % of Total 5% Fixed Price Milestone Cost $20,393.09 5% Retainage $1,019.65 Net Fixed Price Milestone Cost $19,373.44 System Initiation 5% $20,393.09 $1,019.65 $19,373.44 System Design 5% $20,393.09 $1,019.65 $19,373.44 Fixed Route Installation (1-14) 5% $20,393.09 $1,019.65 $19,373.44 . Automatic Passenger Counters (APC) Installation 1090 $40,786.16 $2,039.31 $38,746.85 PIN (mobile apps, web site, trip planner) 590 $20,393.09 $1,019.65 $19,373.44 Interactive Voice Response (IVR) fully functional 590 $20,393.09 $1,019.65 $19,373.44 Fleet Road Test Sign -off 10% $40,786.16 $2,039.31 $38,746.85 Wayside Signage (LED's, LCD's, Kiosks, etc.) 10% $40,786.16 $2,039.31 $38,746.85 30 -Day Acceptance Test 10% $40,786.16 $2,039.31 $38,746.85 Training 5% $20,393.09 $1,019.65 $19,373.44 Reports 5% $20,393.09 $1,019.65 $19,373.44 System Documentation 5% $20,393.09 $1,019.65 $19,373.44 Spares on Site 5% $20,393.09 $1,019.65 $19,373.44 System Acceptance 10% $40,786.08 $2,039.34 $38,746.74 Totals: 100% $407,861.62 $20,393.08 $387,468.54 5% retainage per milestone Indices Outside of Milestone Payments Agreement Totals Fixed Price Task Milestone Cost Net Milestone Payments $387,468.54 5% Retainage $20,393.08 Out Year Support (years 2 — 5) $40,000.00 Totals: $447,861.62 Exhibit 131— Milestone Payment Schedule Task Out Year Support- year 2 Fixed Price $10,000.00 Out Year Support- year 3 $10,000.00 Out Year Support - year 4 $10,000.00 Out Year Support - year 5 $10,000.00 Total: $40,000.00 Agreement Totals Fixed Price Task Milestone Cost Net Milestone Payments $387,468.54 5% Retainage $20,393.08 Out Year Support (years 2 — 5) $40,000.00 Totals: $447,861.62 Exhibit 131— Milestone Payment Schedule Exhibit C A,4OF� n� ,a 4LIFoR� Insurance Reauirements for Consultant The Consultant shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Consultant and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Consultant's operations under this Agreement, whether such operations be by Consultant, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 Aggregate 2, COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Each Occurrence Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Consultant; whichever is greater. Consultant agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Consultant's policy shall be "primary and non-contributory' and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 0413. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp oject that it is insuring. Insurance Requirements for Consultant (continued) Page 1 1 of 2 pages I Risk: rev.03.2014 (c) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Consultant shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City, as a named insured. (d) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (e) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (f) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (g) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Consultant shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Consultant shall provide proof of continuing insurance on at least an annual basis during the Term. If Consultant's insurance lapses or is discontinued for any reason, Consultant shall immediately notify the City and immediately obtain replacement insurance. (h) Failure to Comply If Consultant fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Consultant shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Consultant of such payment of premiums within thirty (30) days of payment stating the amount paid, the names) of the insurer(s), and rate of interest. Consultant shall pay such reimbursement and interest on the first (1s) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Consultant fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Consultant shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (i) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Consultant shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Consultant's employees employed at the site of the project and, if any work is sublet, Consultant shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Consultant. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Consultant shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 2 1 of 2 pages I Risk: rev.03.2014 Exhibit D — Supplemental Terms and Conditions Section 1.0 Acknowledgement CONTRACTOR acknowledges, warrants and represents that it has thoroughly investigated the Scope of Services to be provided by CONTRACTOR and has examined all relevant documents and reports, has visited and examined the delivery routes and installation sites for equipment and materials which it has agreed to supply herein, and is familiar with local conditions which may affect its manufacture and delivery of said equipment. Section 1.1 Time for Completion of Work CONTRACTOR shall perform all services diligently and complete this Project within six (6) months after a Notice to Proceed. Completion shall mean formal written acceptance by CITY. Final Acceptance for the Full System Deployment ("Final Acceptance") will be granted after thirty (30) calendar days of continuous achievement of the acceptance metrics and error - free production operation of the System from the System Go -Live date. Section 1.2 Staffing- CONTRACTOR taffingCONTRACTOR agrees and designates the following Project team members as "Key Personnel': Name them here: CONTRACTOR agrees that said Key Personnel will be able to dedicate 100% of their time to the Project, as needed, for the successful and timely completion of the Project. Section 1.3 Subcontracts CONTRACTOR agrees to use the following SUBCONTRACTOR as identified and specified herein: If any, listed here: Exhibit D - Supplemental Terms and Conditions Section 1.4 Implementation and Intearation of Services CONTRACTOR will coordinate all activities, including but not limited to implementation and integration services, inspection, field testing of equipment, monitoring and reporting CONTRACTOR's progress with and to the CITY. CONTRACTOR will cooperate with and advise the CITY of CONTRACTOR's progress and timing schedules for the Project and shall provide the CITY access to CONTRACTOR's equipment and facilities for the CITY's inspection of this Project. The CITY shall have the authority to cause CONTRACTOR's work to be stopped if such work is not in accordance with the Agreement Documents. The CITY shall designate a representative ("CITY Representative") who shall have authority to take all actions on behalf of the CITY. CONTRACTOR shall direct all notices and other correspondence to the CITY Representative. Any notices or approvals from the CITY that are not sent by the CITY Representative shall be subsequently confirmed by the CITY Representative. Section 1.5 Labor and Materials CONTRACTOR shall provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility related to construction, implementation and integration services, and transportation services required to complete the Project. Section 1.6 Component Price Protection CONTRACTOR shall guarantee price protection for three (3) years after Final Acceptance of the Project as specified in the Price Summary attached hereto and incorporated herein by reference as Exhibit B. Price Protection represents a do -not -exceed amount as prices for products and components may be reduced during the three (3) year period. The Price Protection excludes products and components supplied by third parties. Section 1.7 Quality All materials furnished by the CONTRACTOR shall be new and of the agreed quality for their particular use hereunder and shall be in accordance with the Agreement Documents. Work shall be performed by skilled workers fully qualified for their trade, and shall be subject to the approval of the CITY. Such approval shall not be unreasonably withheld or delayed. Section 1.8 Progress CONTRACTOR shall comply with all orders of the CITY in regard to maintaining adequate progress, but neither the making of such demands nor the failure of the CITY to make such demands shall relieve the CONTRACTOR of his obligation to secure the quality of equipment and / or performance of work and completion of work as required in the Agreement Documents, and the CONTRACTOR alone will be responsible for the safety, efficiency, and adequacy of his plant, equipment, appliances, and methods used in completing the Project and for any direct damage which may result from their failure or their improper construction, installation, maintenance, or operation of the Project. Exhibit D - Supplemental Terms and Conditions Section 1.9 Site Security CONTRACTOR shall comply with all the CITY requests regarding site security and access requirements. Section 1.10 Professional Responsibility Notwithstanding any other provision in this Agreement, the review and / or approval by the CITY, or any of its City Council Members, officers, employees or agents, of any technical specifications, design documents and all other work products or project communications prepared by CONTRACTOR or any of its SUBCONTRACTOR's, or of any acts or failures to act by CONTRACTOR or any of its SUBCONTRACTOR's, shall not relieve CONTRACTOR or any of its SUBCONTRACTORs of any professional responsibility for the services performed. Section 1.11 Laws, Ordinances and/or Regulations CONTRACTOR shall keep himself informed of all applicable laws, ordinances and regulations in any manner affecting those engaged or employed on the Project, or the materials used in the Project, or affecting the conduct of the Project and all orders and decrees of bodies or tribunals having any jurisdiction or authority over the Project. If any discrepancy or inconsistency should be discovered in this Agreement or the Agreement Documents, or in the specifications, or drawings relating thereto, CONTRACTOR shall forthwith report the same, in writing to the CITY. CONTRACTOR shall at all times observe and comply with any and all such laws, ordinances, and regulations. Section 1.12 Quantity and Quality CONTRACTOR agrees to deliver goods and services of the kind and quality specified and in the quantities specified. Section 1.13 Option of Obtaining Services Outside of Contract The CITY reserves the right to contract separately for other services within the scope of this project if in the best interest of the CITY, and may request such services to billed and paid directly through the CONTRACTOR without markup (pass through). Section 1.14 Taxes CONTRACTOR is responsible for paying, when due, all income taxes, including estimated taxes, incurred as result of the compensation paid by the CITY to CONTRACTOR for services under this Agreement. CONTRACTOR shall also pay applicable California sales and use taxes. If CONTRACTOR is not sales tax qualified, then the CITY will deduct said sales and use taxes from the Agreement Price and pay directly to the State of California. Upon request, CONTRACTOR will provide the CITY with proof of timely payments made herein. CONTRACTOR agrees to indemnify the CITY for claims, costs, losses, fees, penalties, interest or damages suffered by the CITY resulting from CONTRACTOR's failure to comply. Exhibit D - Supplemental Terms and Conditions Section 1.15 Intellectual Property Rights CONTRACTOR agrees to communicate promptly to the CITY full particulars with respect to any and all ideas and solutions (whether or not patentable) conceived in connection with work performed during the Project. Such ideas and solutions shall become the property of the CITY and CONTRACTOR agrees to assign to the CITY, upon the CITY's request, all of its rights, title and interest in such property. This includes any and all patents and applications for patents based on these ideas and solutions. Section 1.16 Patents CONTRACTOR shall pay all royalties and license fees attributable to the use of goods, materials, equipment or processes used to perform its obligations hereunder. CONTRACTOR agrees to indemnify the CITY for claims, costs, losses, fees, penalties, interest or damages suffered by the CITY resulting from CONTRACTOR's failure to comply. Section 1.17 Ownership of Work Product CONTRACTOR agrees that all designs, plans, reports, specifications, drawings, processes, and other information or items produced by CONTRACTOR while performing services under this Agreement will be assigned to the CITY as the sole and exclusive property of the CITY and the CITY's assignees, nominees, and successors. This includes all data (routes, latitudes / longitudes, stop locations, bus schedules, operator bids, etc.), reports, technical specifications, design documents, custom software source and compiled code, user manuals, technical reports and studies, and any other documents, materials, data and products ("Work Products") prepared or assembled by CONTRACTOR or obtained from others ("SUBCONTRACTORs") by CONTRACTOR in connection with the services under this Agreement. The Work Products shall be the property of the CITY and copies shall be delivered to the CITY promptly upon the completion of the work or upon an earlier termination of this Agreement. CONTRACTOR shall be responsible for the preservation of any and all Work Products prior to transmittal to the CITY; and CONTRACTOR shall replace any such Work Products as are lost, destroyed or damaged while in its possession without additional cost to the CITY. Exhibit D - Supplemental Terms and Conditions Section 1.18 Software / Database License CONTRACTOR shall obtain and maintain all intellectual property licenses which may be necessary to carry out and perform this Agreement. CONTRACTOR may propose and procure one or more software products, including the DoubleMap application and supportable databases to fully meet the system implementation and integration requirements of the Project. CONTRACTOR agrees to indemnify the CITY for claims, costs, losses, fees, penalties, interest or damages suffered by the CITY resulting from CONTRACTOR's failure to obtain or maintain necessary licenses. CONTRACTOR acknowledges, warrants and represents that it has the right to use, copy, reproduce, or display any intellectual property, including, but not limited, to patents, copyrights, trademarks, or trade secrets, which may be used to execute the terms of this Agreement, and that such rights are assignable to the CITY. On or before the delivery date, CONTRACTOR shall assign the license rights of relevant intellectual property to the CITY and deliver a correct number of complete copies of software to the applicable installation site or any other locations established by the parties. Section 1.19 In—Sourcing As a way to further protect the CITY, upon the CITY's written notice and during the Agreement period, the CONTRACTOR shall furnish transition services from the Hosting provider to the CITY. The purpose of this In -sourcing (Path -Back) is to give the CITY the ability and the means to transition the Hosted services back to the CITY or to another Hosting provider. This includes, but is not limited to, software, databases, processes, services, hardware, communications, and data and records. Section 1.20 Risk of Loss CONTRACTOR shall bear the risk of loss or injury or damage to its work until such time as the CITY has, by written formal acceptance, accepted said work. For the purposes of this section, the work does not include any existing property of the CITY, unless said existing property is modified by the Project. The CITY's acceptance shall occur when the Project has successfully tested and complies with the requirements contained in the Scope of Services. During the time period which CONTRACTOR must bear the risk of loss, CONTRACTOR shall rebuild, repair, restore, and replace and make good all injuries or damage to such work, and shall bear the expenses thereof, except for such injuries or damages as are occasioned by acts of the federal government or public entity, and only to the extent of five percent (5%) of the Agreement amount where such injuries or damages are proximately caused by an act of God within the meaning of California Public Contract Code Section 7105. Exhibit D - Supplemental Terms and Conditions Section 1.21 Prevailing Wage If required by applicable state law, including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing Wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available the website for State of California Prevailing wage determination at http://www.dir.ca.gov/DLSIUPWD. Section 1.22 Liquidated Damages Time is of the essence in this Agreement. It is agreed by the parties to this Agreement that in case all construction / services called for under the Agreement Documents are not completed within six (6) months after the initial Notice to Proceed, as extended by delays approved in accordance with this Agreement and the Scope of Services, damages will be sustained by the CITY and that it is, and will be, impracticable or extremely difficult to ascertain and determine the actual damages, the CITY will sustain in the event of, and by reason of such delay. It is, therefore, agreed that such damages shall be presumed to be the amount referenced in the Request for Proposal or One Hundred dollars ($100.00) per day per bus. The CITY may waive damages, if CONTRACTOR can demonstrate conditions which caused unavoidable delay to complete project within six (6) months, to the extent such damages may be waived under the Agreement Documents. Section 1.23 Warranty A. Software Warranty: CONTRACTOR warrants to the CITY that the components, software and services furnished by it and / or used by it shall be free from defects in material, workmanship, and design under normal uses and services for a period of twelve (12) months from date of Final Acceptance. Nothing contained in this Agreement, is intended to affect or limit the CITY's ability to pursue the manufacturer for any breach of warranty for goods and products distributed to the CITY by CONTRACTOR and / or used by CONTRACTOR in the fabrication of the equipment for the CITY described in the Agreement Documents. B. Implementation / Component Warranty: As prime CONTRACTOR for the ITS System to be furnished under this Agreement, CONTRACTOR shall function as the first line of support for such implementation during the twelve (12) month warranty period following Final Acceptance, as well as the four ensuing years identified in the Agreement Documents. CONTRACTOR shall provide the CITY with a telephone number to report problems twenty- four (24) hours per day, seven (7) days per week. If the problem as characterized by the CITY is sufficiently severe that the System is wholly or substantially inoperable, Exhibit D - Supplemental Terms and Conditions CONTRACTOR shall respond to notice of the problem within four (4) hours of notification. Such response shall be made by a knowledgeable technician familiar with the System and, at a minimum, shall acknowledge receipt of the CITY's notification and inform the CITY of the steps CONTRACTOR intends to take to resolve problem. Exhibit D - Supplemental Terms and Conditions RESOLUTION NO. 2016-08 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH DOUBLEMAP, INC., OF INDIANAPOLIS, INDIANA, FOR INTELLIGENT TRANSPORTATION SYSTEM (BUS TRACKING SYSTEM) WHEREAS, the City's Transit Division is procuring an Intelligent Transportation System (ITS) to provide reliable transit service, improve on-time performance, and enhance the customer experience by improving access to accurate transit information; and WHEREAS, the ITS project is composed of Automatic Vehicle Location, Computer Aided Dispatch, Automatic Stop Annunciation, and Passenger Information Network; and WHEREAS, on August 27, 2015, the City received proposals from four ITS vendors: DoubleMap Inc., Connexionz Ltd., RouteMatch Software, Inc., and Kapsch TrafficCom USA, Inc.; and WHEREAS, the three lowest -cost proposals were selected for a more comprehensive review by a committee consisting of the City's Transportation Manager, Information Systems Division Manager, and Transportation Planner; and WHEREAS, reference checks were performed for all three vendors and each was formally interviewed and asked to provide a Best and Final Offer (BAFO); and WHEREAS, a summary of the three BAFOs is provided below: Best and Final Offer Location Amount DoubleMap, Inc. Indianapolis, IN $447,861.62 Connexionz Ltd. Arlington, VA $409,057.00 RouteMatch Software, Inc. Denver, CO $504,904.00 WHEREAS, the evaluation panel unanimously scored DoubleMap, Inc.'s proposal as the most advantageous to the City, based on the evaluation factors; and WHEREAS, staff recommends authorizing the City Manager to execute a Professional Services Agreement with DoubleMap, Inc., of Indianapolis, Indiana, for the Intelligent Transportation System, in the amount of $447,862. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with DoubleMap, Inc., of Indianapolis, Indiana, for the Intelligent Transportation System, in the amount of $447,862. Dated: January 20, 2016 I hereby certify that Resolution No. 2016-08 was passed and adopted by the City Council of the City of Lodi in a regular meeting held January 20, 2016, by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None INNIFER F RRAIOLO City Clerk 2016-08