GET RFP G035

Golden Empire Transit District

Contracts and Procurement Department

REQUEST FOR PROPOSALS

RFP G035

Automated Vehicle Location (AVL) & Passenger Information System (PIS)

January 2, 2012

Primary Contact: Chris James Manager of Maintenance (661) 324-9874 [email protected]

Page 1 / 256 Pages GET RFP G035

Table of Contents ...... 1.0 INTRODUCTION / BACKGROUND ...... 9 1.1 Project Objectives ...... 9 1.2 Agency Overview ...... 10 1.3 Project Overview ...... 11 1.4 Project Description ...... 11 1.5 Optional Technologies ...... 12 1.6 Cost and Payment ...... 12 1.7 Special Considerations ...... 13 2.0 PROPOSER BACKGROUND / QUALIFICATIONS ...... 14 3.0 INSTRUCTIONS TO PROPOSERS...... 15 3.1 Issuing Office ...... 15 3.2 Restrictions on Communications ...... 16 3.3 Submission of Questions ...... 16 3.4 Pre-Proposal Conference ...... 16 3.5 Tentative Schedule for Nomination, Selection, and Award ...... 17 3.6 Conflicts or Ambiguities ...... 17 3.7 Public Disclosure of Information Contained in Proposals ...... 17 3.8 Adequacy and Completeness of Proposals ...... 18 3.9 District Not Liable for Pre-Contractual Costs ...... 18 3.10 Independent Price Determination ...... 18 3.11 Revision to the Request for Proposals ...... 18 4.0 SELECTION CRITERIA ...... 19 4.1 Technical Evaluation and Scoring ...... 20 4.2 Final Results and Contract Award ...... 22 4.3 Award Protests ...... 22 5.0 PROPOSAL FORMAT ...... 24 5.1 Proposal Submission ...... 24 5.1.1 Transmittal Letter ...... 24 5.1.2 Table of Contents ...... 25 5.1.3 Executive Summary ...... 25 5.1.4 Section 1-Project Understanding / Proposer Solution ...... 25 5.1.5 Section 2- System Description ...... 25 5.1.6 Section 3-Firm / Team Overview ...... 26 5.1.7 Section 4-Implementation Plan / Project Management ...... 26 5.1.8 Section 5 -Quality Assurance Plan ...... 27 5.1.9 Section 6-Training ...... 27 5.1.10 Section 7- District Actions under the Project ...... 27 5.1.11 Section 8- Experience ...... 28

Page 2 / 256 Pages GET RFP G035

5.1.12 Section 9 - Financial Statement ...... 28 5.1.13 Section 10 – Pricing / Cost / Payment ...... 29 5.1.14 Proposal Appendix ...... 29 5.1.15 Exceptions to this Request for Proposals ...... 29 5.1.16 Required Certifications ...... 30 5.2 Product Demonstration ...... 30 6.0 ADMINISTRATIVE REQUIREMENTS ...... 31 6.1 Prime Contractor ...... 31 6.2 News Releases ...... 31 6.3 Contract Documents ...... 31 6.4 Form of Bids ...... 31 6.5 Receipt of Bids ...... 31 6.6 Discrepancies ...... 32 6.7 Appeal Procedures ...... 32 6.8 Addenda ...... 32 6.9 Receiving Bids ...... 32 6.10 Withdrawal of Bids ...... 33 6.11 Evaluation of Bids ...... 33 6.12 Award or Rejection of Bid ...... 33 6.13 Pre-Contractual Expenses ...... 33 6.14 Payment ...... 33 6.15 Delays ...... 34 6.16 Conditional Acceptance ...... 34 6.17 Insurance ...... 35 6.18 Liquidated Damages ...... 35 6.19 Performance and Payment Bond ...... 35 6.20 Retainage ...... 36 6.21 Right of Offset and Counter ...... 36 6.22 Prohibited Interests ...... 36 6.23 Civil Rights ...... 37 6.24 Contract Work Hours and Safety Standards Act ...... 38 6.25 Ownership of Materials ...... 39 6.26 Inspection and Approval of Work ...... 39 6.27 Patent / Copyright Infringement ...... 39 6.28 Retention of Records ...... 39 6.29 Non-Construction Contracts ...... 39 6.30 Seismic Safety ...... 40 6.31 Disadvantage Business Enterprise ...... 40 6.32 Liabilities against Procuring Agency ...... 41 6.33 Omission ...... 41

Page 3 / 256 Pages GET RFP G035

6.34 Priority ...... 41 6.35 Price Adjustment for Regulatory Change ...... 41 6.36 Repairs after Non-Acceptance ...... 42 6.37 Termination of Contract ...... 42 6.38 Disputes ...... 44 6.39 Option of Obtaining Services Outside of the Contract ...... 45 6.40 Cargo Preference-Use of United States-Flag Vessels ...... 45 6.41 Access to Records ...... 45 6.42 Federal Changes ...... 46 6.43 Government Obligation to Third Parties ...... 46 6.44 Program Fraud and False or Fraudulent Statements or Related Acts .... 46 6.45 Privacy Act ...... 47 6.46 Federal Transit Administration (FTA) Terms ...... 47 6.47 Energy Conservation ...... 47 6.48 Clean Water ...... 48 6.49 Clean Air ...... 48 6.50 Recycled Products ...... 48 6.51 State and Local Disclaimer ...... 48 7.0 CONCEPT OF OPERATIONS ...... 49 7.1 The General Public as System Benefactor ...... 51 7.2 Fixed Route Operations ...... 51 7.3 Demand Response Operations...... 51 7.4 Support Vehicles ...... 52 7.5 Fleet Inventory ...... 52 7.6 Transit Centers ...... 52 8.0 FUNCTIONAL REQUIREMENTS ...... 53 8.1 General Requirements ...... 53 8.2 Automatic Vehicle Location (AVL) ...... 53 8.2.1 GPS Receiver ...... 55 8.2.2 Vehicle Logic Unit (VLU) ...... 57 8.2.3 Map Requirements ...... 58 8.2.4 Mobile Data Terminal (MDT) ...... 60 8.2.5 Covert Emergency Alarm (Silent Alarm) ...... 62 8.2.6 Overt Emergency Alarm ...... 63 8.2.7 Real-Time Monitor (RTM) Editor ...... 63 8.3 Computer Aided Dispatch (CAD) Functions ...... 63 8.3.1 General Requirements ...... 64 8.3.2 Reference Information Displays ...... 65 8.3.3 Vehicle Status ...... 66 8.3.4 Daily Schedule Selection ...... 67

Page 4 / 256 Pages GET RFP G035

8.3.5 Service Performance ...... 67 8.3.6 Route Guidance ...... 68 8.3.7 Turn-Back Monitoring ...... 68 8.3.8 Covert Monitoring ...... 68 8.3.9 Data Messaging ...... 68 8.3.10 Event Queue Display ...... 69 8.3 11 Incident Management ...... 70 8.3.12 Operator Relief Status ...... 71 8.3.13 Vehicle Operator Changes ...... 71 8.3.14 Data Entry ...... 71 8.3.15 User Guidance ...... 72 8.3.16 Display Response Time ...... 72 8.3.17 Display Scrolling ...... 72 8.4 Automated Stop Annunciation (ASA) ...... 72 8.5 Cellular Communications Network ...... 75 8.6 Data Access Point ...... 75 8.7 Automated Demand-Response System ...... 76 8.7.1 On-board Requirements ...... 76 8.8 Traffic Signal Priority (TSP) ...... 77 8.9 Passenger Information System (PIS) ...... 77 8.9.1 Predictive Bus Arrival and Departure Algorithms ...... 78 8.9.2 Changeable Message Signs (CMS) ...... 79 8.9.3 CMS Audible Component ...... 81 8.9.4 Bus Stop Signage ...... 81 8.9.5 Customer Web Site / Customer Communication Devices ...... 81 8.9.6 Customer Trip Planner ...... 83 8.9.7 Interactive Voice Response (IVR) System ...... 83 8.10 Information Technology Architecture ...... 84 8.10.1 Host Site ...... 84 8.10.2 Ownership of Data ...... 85 8.10.3 Activity Logging ...... 86 8.10.4 Reasonability of Data ...... 86 8.10.5 Access Security ...... 86 8.10.6 Data Backups ...... 87 8.10.7 Data Archival and Restore ...... 87 8.10.8 Data Transfer ...... 87 8.10.9 Scheduled Maintenance ...... 88

Page 5 / 256 Pages GET RFP G035

8.10.10 Version Tracking Requirements ...... 88 8.10.11 System Administration Functions ...... 88 8.10.12 Disaster Recovery Procedures ...... 88 8.10.13 Continuity of Services ...... 89 9.0 OPTIONAL REQUIREMENTS ...... 90 9.1 Automatic Passenger Counters (APC) ...... 90 9.2 Yard Management ...... 92 10.0 ―PROOF OF CONCEPT‖ PERIOD ...... 94 10.1 Design Review ...... 95 10.2 Transit Analytics (Dashboard)...... 95 10.3 Approval of POC ...... 95 11. ADDITIONIAL REQUIREMENTS ...... 97 11.1 AVL Analytics ...... 97 11.2 Reports ...... 97 11.2.1 Dispatch Activity Reports ...... 99 11.2.2 Schedule Deviation Reports (Fixed Route) ...... 99 11.2.3 Incident Report Summary ...... 100 11.2.4 Customized Reports ...... 100 11.2.5 Data Summarization ...... 100 11.2.6 Report Filtering ...... 101 11.2.7 Drill-Down Capability ...... 101 11.2.8 Report Response Times ...... 101 11.3 Transit Analytics (Dashboard)...... 101 11.4 Training ...... 101 11.4.1 Training Plan ...... 102 11.4.2 Training Facilities ...... 103 11.4.3 Scheduling and Preparation for Training ...... 103 11.4.4 Timing for Training ...... 103 11.4.5 Training Materials ...... 103 11.4.6 Maintenance Training ...... 104 11.4.7 Dispatcher / Operator Training ...... 104 11.4.8 System Administrator / Customer Service Training...... 105 11.4.9 Manual Quantities ...... 105 11.4.10 Supplemental Training ...... 105 11.4.11 Bus-In-A-Box ...... 106 11.5 Testing ...... 106 11.5.1 Acceptance Test Plan ...... 106 11.5.2 Testing Requirements ...... 107

Page 6 / 256 Pages GET RFP G035

11.5.3 Test Procedures ...... 107 11.5.4 ―Proof of Concept‖ Test ...... 108 11.5.5 Function Testing ...... 108 11.5.6 Cellular Communications Coverage Test ...... 109 11.5.7 30-Day Rolling Operational Test ...... 109 11.5.8 Test Records and Reports ...... 110 11.5.9 System Acceptance ...... 110 11.6 Documentation ...... 110 11.6.1 General Manual Requirements ...... 110 11.6.2 Maintenance Service Manual ...... 111 11.7 Design / Implementation ...... 111 11.7.1 Work Standards and Requirements ...... 112 11.7.2 District Participation ...... 112 11.7.3 Kick-Off Meeting ...... 112 11.7.4 System Design ...... 112 11.7.5 Preliminary Design Review ...... 113 11.7.6 Design Plan General Requirements ...... 113 11.7.7 Design Documentation ...... 114 11.7.8 Final Design Review ...... 114 11.7.9 Installation ...... 114 11.7.10 Obsolescence ...... 117 11.7.11 Environmental ...... 117 11.7.12 System Scalability ...... 118 11.8 Project Management ...... 118 11.8.1 Project Staffing ...... 118 11.8.2 Project Schedule ...... 118 11.8.3 Weekly Status Meetings ...... 119 11.8.4 Monthly Status Reports ...... 119 11.8.5 Formal Correspondence ...... 119 11.8.6 Supplemental Reporting ...... 119 11.8.7 Punch List ...... 120 11.8.8 Deliverables ...... 120 11.8.9 Asset Management ...... 121 11.8.10 Quality Assurance Plan ...... 122 11.8.11 Invoicing ...... 122 11.8.12 Project Closeout ...... 123 11.9 Warranty / Maintenance ...... 123

Page 7 / 256 Pages GET RFP G035

11.9.1 Installation Warranty ...... 124 11.9.2 Extended Warranty Period ...... 124 11.9.3 Availability and Mean-Time-Between-Failure (MTBF) Targets ...... 124 11.9.4 Chargeable and Non-Chargeable Failures ...... 125 11.9.5 Diagnostics ...... 125 11.9.6 Maintainability ...... 126 11.9.7 Repair and Replacement of Faulty Components ...... 126 11.9.8 On-Call Support ...... 126 11.9.9 Local and Escalated Support ...... 127 11.10 Spare Components ...... 127 11.11 Schedule Requirements ...... 127 APPENDIX ...... 129 Required Submittals (RFP Checklist) ...... 130 Attachment A - Acknowledgement of Receipt Form ...... 131 Attachment B - Table of Compliance ...... 132 Attachment C - Price Summary Forms ...... 210 Attachment D - Milestone Payment Schedule ...... 223 Attachment E - Certification of Restrictions on Lobbying ...... 225 Attachment F - Disadvantaged Business Enterprise...... 227 Attachment G - Certification of Primary Participant Regarding Debarment, Suspension, and other Responsibility Matters ...... 229 Attachment H - Buy America Certificate ...... 232 Attachment I - Fly America Requirements ...... 234 Attachment J - Mail-In Reference Questionnaire ...... 235 Attachment K - Bid Form ...... 239 Attachment L - Federally Required & Other Model Contract Clauses ...... 240 Attachment M - Defined Terms / Acronyms ...... 253

Page 8 / 256 Pages GET RFP G035

1.0 INTRODUCTION / BACKGROUND

Thank you for your interest in contracting opportunities with the Golden Empire Transit District (District). The District is requesting proposals from qualified Proposers to furnish a commercial, off-the-shelf (COTS) Automatic Vehicle Location (AVL) and Passenger Information System (hereafter "System") for use on its fixed route buses, demand response vehicles, and selected support vehicles in a phased deployment. The District is also interested in maintenance warranties for the products and programs delivered under this RFP. Pricing for other (optional) add-on capabilities is also being requested at this time.

The purpose of this RFP is to establish a contract to provide and implement a System that increases availability of transit information and dissemination; and improves the District's overall dispatching, operational efficiency, cost effectiveness, and security of its transit services. This RFP defines the hardware features, functional requirements, and other capabilities desired for the System and are the benchmarks for its design, verification, and validation. The District seeks a System that has advanced vehicle technologies, customer information systems, and operations scheduling and dispatching functionality. The System shall be complete in every respect inclusive of all design, components, and recommendations for auxiliary equipment, and required maintenance or licensing.

The System will be available via the Internet, personal communication devices (cell phones) and passenger information signs bus stops and Transit Centers. The System is a critical component of the District‘s strategic marketing plans, with two specific goals related to the System: 1) Real-time Information via Changeable Message Signs (CMS‘) and Bus Stop Signage to significantly increase passenger confidence and knowledge of bus operations; and 2) once the System is fully functional, leverage the Internet and personal communication devices to make the real time vehicle information available to our customers at any time.

The District desires a phased implementation; an initial deployment on 4 vehicles as a ―Proof of Concept‖ (POC), followed by a full, but phased deployment after the successful completion of the POC.

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 District recognizes that it needs to upgrade and add new ITS technologies to achieve our objectives; which are:

Page 9 / 256 Pages GET RFP G035

 Make public transit more attractive to the general population  Maximize passenger movements  Increase awareness of ITS benefits  Reduce operational costs  Reduce emission / energy use  Improve transit system safety

At various points in this RFP the Proposer will see how the District expects ITS capabilities to help solve the aforementioned objectives.

Also, these objectives align with the Federal Transit Administrations (FTA) goals of:

 Identify best practices and technologies to increase transit ridership  Identify and overcome barriers to the adoption of ridership enhancement techniques  Identify methods and technologies to improve transit operating efficiencies  Identify solutions to improve transit safety, and  Facilitate development of technologies to improve energy efficiency and reduce transit vehicle emissions

The District has also established the following internal goals for this Project:

 Accountability: Ensure that the District 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 electronic message boards at stops and / or other in-vehicle passenger information systems, the Internet, and text messaging and passenger alerts.  Data Management: More efficiently manage the public transportation system provided by the District.  Improve Transit Management: Increase the availability of data for the District's operations for the purposes of enhanced transit management and service planning.  Safety: Increase the safety and security of the District's public transportation system. Improve safety on-board vehicles by allowing quick location and response to incidents and emergencies.  Productivity: As a result of improved schedule adherence and passenger information, increase ridership of the District's fixed-route transit system.

1.2 Agency Overview The District was formed in 1973 and serves the Bakersfield area within the fixed route service boundaries and up to 3/4 of a mile outside the service boundaries to accommodate paratransit service. The District carries approximately 24,000 daily riders which equal more than 7.3 million riders each year and serves a population of 437,236 and covers 160 square miles.

Page 10 / 256 Pages GET RFP G035

The District has an active fleet of 83 fixed-route buses (GET) plus 19 GET-A-Lift demand response vehicles which are all fueled with compressed natural gas (CNG). All buses and demand response vehicles are equipped with wheelchair lifts and the fixed route buses have bike racks. The District has 20 bus routes, approximately 1600 bus stops (450 bus benches) and operates 7 days a week (5:30 am - 11:00 pm Monday through Friday; 6:00 am - 7:30 pm Saturday and Sunday), and travels about 3.6 million miles annually.

1.3 Project Overview The System shall be built on a proven and secure operating system, database, and application software and must include a graphical user interfaces (GUI) that provides access to fleet and passenger information for District staff and via the Internet 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. The District is also interested in maintenance warranties for the products and programs delivered under this RFP beyond the standard two-years. This RFP includes several optional technologies that may or may not be selected by the District for deployment depending on funding availability and other factors.

1.4 Project Description The Proposer shall supply a complete 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. Proposers are 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 communications carriers and / or yard wireless network and should be included in pricing. The selected communications network shall be capable of providing reliable signal coverage in the most rural parts of Kern County for the purposes of transmitting location, status and messages between District vehicles and the Host.

Initially, with the Proposer's help, scheduling information for the District's fixed-route routes shall be entered directly into the System which shall support on-time performance tracking and reporting. However, it is also desirable that the System permit route scheduling data to be obtained (imported or linked) from the District's scheduling software (FleetNet). In all cases, the scheduling data shall be accessible via the Proposer-provided data exchange that should be described in the proposal.

Page 11 / 256 Pages GET RFP G035

1.5 Optional Technologies Upon execution of one or more task orders, the Proposer may also be directed to furnish and install other optional technologies that are of interest to the District and for which unit pricing is being requested at this time. They include:

 Automatic Passenger Counters (APC)  Yard Management

Finally, to ensure continuous and productive operation of the System, the District is requiring all Proposers to submit pricing for:

 Extended service / maintenance warranty  Extended system training

1.6 Cost and Payment

Fee Estimate The estimated fee for the installation of the System to support the District, including mandatory two-year ―end-to-end‖ maintenance warranty and three years of optional maintenance warranty, is $3,200,000. Optional, add-on capabilities shall be exercised by the District at its sole discretion based on availability of funding, cost, and technical merit of the Proposer's solution. The contract awarded will be subject to negotiation and costs may be subject to audit and certification by the District and / or the Federal Transit Administration (FTA).

Duration of Agreement The Proposer who is awarded a contract for this Project will be authorized to perform work pursuant to individually negotiated task orders issued in accordance with the terms of the District‘s Contract. The initial Task Order will consist of a POC leading up to the full, but phased deployment of the System that supports the District's GET, GET-A-Lift and support vehicles. The District anticipates that the Host System will be ―off the shelf‖ and require minimal testing.

Payment The Proposer will be paid by the following method: Fixed fees for completion of services and deliverables in accordance with the District's Payment Schedule (Attachment D). In their response, the Proposer shall include a task loaded cost table in alignment with the District's Payment Schedule. Progress payments shall be invoiced by the Proposer in arrears, and no more often than monthly, based upon services or deliverables provided, unless otherwise stated in the Payment Schedule. Proposers may include a modified Payment Schedule for the District's consideration.

Page 12 / 256 Pages GET RFP G035

1.7 Special Considerations

Special Reporting Requirements This Project is 80% funded with a pending Federal Grant and any / or all applicable reporting requirements must be met by the Proposer.

Project Evaluation All federally-funded ITS projects are required to undergo an evaluation to assess the costs and benefits of the Project to help planners and decision-makers make better-informed decisions regarding future ITS deployments. The Proposer shall cooperate with District staff or its representative during any such evaluation.

Page 13 / 256 Pages GET RFP G035

2.0 PROPOSER BACKGROUND / QUALIFICATIONS

Proposer‘s eligibility to respond to this RFP is based on Proposer‘s ability to meet the District's requirements. The District, in its sole discretion, reserves the right to determine whether any Proposer meets the minimum eligibility standards, to determine whether a proposal is responsive, and to select a proposal which best serves the District's stated objectives.

If Proposer cannot meet all qualification requirements as stated herein, Proposer‘s proposal shall be rejected without further consideration. The District reserves the right to reject all proposals.

Proposers must provide narrative responses to the following questions, including any necessary documentation:

 Each Proposer should specify the number of years the Proposer has been in the public sector business.  Each Proposer shall provide evidence of a minimum of three (3) years experience in providing Automatic Vehicle Location / Passenger Information Systems substantially similar to that being sought in this RFP. Responses from any entity without such experience will not be considered.  Has the Proposer's company or product being proposed ever been purchased by another company or acquired because of a merger or acquisition?  If yes, provide details regarding the name of the companies involved, specific products affected and when such merger or acquisition(s) took place.  Each Proposer should provide a brief statement of the company‘s background demonstrating longevity and financial stability.  Each Proposer should include the company‘s past three (3) years of audited Financial Statements.  If Proposer is a subsidiary, provide financial statements for parent organization as well as separate financial statements for the proposing subsidiary.  Each Proposer should provide an organizational chart of the management team showing all personnel that will be involved in performing the requirements of this Project.  Has the company had a workforce reduction during the past 3 years?  If so, provide details regarding workforce reductions: percentage or workforce, areas affected, senior management team changes, etc.  Each Proposer will provide resumes of proposed project team demonstrating recent project management and engineering engagements.  Proposer will provide a statement that proposed project team members will not be removed from the District's Project without permission from the District for the duration of the Project.  Each Proposer shall provide three (3) references from similar contracts executed in the past three (3) years. (Mail-in Reference Questionnaire, Attachment J)

Page 14 / 256 Pages GET RFP G035

3.0 INSTRUCTIONS TO PROPOSERS

Before submitting a Proposal, each Proposer shall carefully consider the amount and character of the work to be done as well as the difficulties involved in its proper execution. Proposers should include in their Proposals all costs necessary to implement the specified System (the District does not want to see surprise costs, either initial or recurring). A cost not specifically itemized in the proposal shall not be incurred unless specifically agreed upon by the District in writing.

All proposals must be precise, detailed, and to the point to the requirements in this document. The District may in its sole discretion and on a case-by-case basis, evaluate included alternatives to the specification. Any included alternatives must be clearly specified as such, and the District reserves the right to reject Proposals that do not comply with this instruction.

Specific expectations and instructions to Proposers:

 Proposer should carefully read and review this RFP. However, the final description of the services and / or items to be provided to the District under this RFP is subject to negotiations with the successful Proposer.  Proposer shall submit a letter of transmittal that includes the Proposers understanding of the scope of work and general objectives to which the proposal addresses.  Proposer shall, as part of the submittal, include a timetable for completing all tasks / services covered in this RFP, including the Proof of Concept.  Proposer shall provide a System architecture for all technologies exercised now or in the future by the District.  Proposer shall provide a system architecture for all supporting hardware, software, operating systems, databases, redundancies, environments, Disaster Recovery, and Security (Hosted, Managed Services, traditional model).  Proposer shall provide complete installation of their proposed System.  Proposer shall provide training of all necessary District employees in quantities of hours.  Proposer shall provide annual support and maintenance of all features associated with its System.  Work shall be scheduled and conducted in a professional cooperative manner and be performed by qualified and trained persons.  Each Proposer shall include, as part of the submittal, sample data and reports.  Each Proposer will provide a description of their help desk services and how they service and troubleshoot problems for their current clients.

3.1 Issuing Office This RFP is issued by the Maintenance Department. Unless otherwise specified, the Maintenance Department is the sole point of contact for the District for purposes of this RFP and subsequent responses.

Page 15 / 256 Pages GET RFP G035

3.2 Restrictions on Communications From the issue date of this RFP until a Proposer is selected and a contract executed, Proposer‘s are not allowed to communicate with any person involved with the development of this RFP or any person involved in proposal reviews regarding this RFP except the Designated District Purchasing Agent. Violation of this provision may result in the rejection of a Proposer‘s proposal.

3.3 Submission of Questions The Purchasing Agent is the only contact for this solicitation. District staff will not respond to inquiries by Proposer‘s or their representatives regarding any aspect of this RFP. Written questions regarding the RFP, the District‘s Standard Terms and Conditions, or the RFP instructions to Proposers must be submitted to:

Maintenance Department Attn: Chris James Golden Empire Transit District 1830 Golden State Avenue Bakersfield, 93301 Phone: (661) 324-9874 Fax: (661) 869-6393 E-mail: [email protected]

Questions must be in writing, submitted by fax or email as specified in Section 3.5, Tentative Schedule for Nomination, Selection and Award to be considered. The questions and the responses will be posted, via an addendum to the RFP, at www.getbus.org. Any addendums to the RFP will be made part of the resulting contract. All responses concerning this RFP will be posted at least ten (10) days prior to the proposal due date or can be obtained by contacting the Maintenance Department cited above. It is the responsibility of proposers to check the District's web site for questions and responses related to this RFP.

3.4 Pre-Proposal Conference There will be a Pre-Proposal Conference at the District‘s Headquarters, 1830 Golden State Avenue, Board Room, Bakersfield, California 93301 as specified in Section 3.5, Tentative Schedule for Nomination, Selection and Award, starting at 10 AM and ending at 11 AM. Any and all costs associated with attending this conference will be at the expense of the Proposer.

For Proposers not able to attend in person, a call-in capability will be provided. Contact Chris James at the Maintenance Department at (661) 324-9874 or email [email protected], at least one day prior to the date set for in specified in Section 3.5, Tentative Schedule for Nomination, Selection and Award.

Page 16 / 256 Pages GET RFP G035

Attendance of the pre-proposal meeting is not mandatory, however, strongly recommended. A summary of the questions and answers from the pre-proposal meeting will be posted on the District's web site within five business days after the pre-proposal meeting. The names and phone numbers of potential proposers that signed-in and attended the pre-proposal meeting will be posted on the same web site to assist prime contractors and potential subcontractors in partnering on this contracting opportunity.

3.5 Tentative Schedule for Nomination, Selection, and Award The closing date of this RFP is February 2, 2012, 2 PM PST. The District anticipates the process for nominating and selecting a Contractor and awarding the contract will be according to the following schedule:

Advertise and RFP Release January 3, 2012 Pre-Proposal Conference January 18, 2012 Last Day to Submit Questions Regarding RFP January 23, 2012 Proposal Due Date February 2, 2012 Proposal Evaluations Feb. 6-10, 2012 Oral Interviews / Product Demonstrations (if utilized) Feb. 20-24, 2012 Best and Final Offer (BAFO) March 5, 2012 Final Selection and Notification of Intent to Award or Intent to Negotiate March 12-16, 2012 Site Visits March 19-30, 2012 Contract Negotiations April 2-6, 2012 GET Board of Directors Approval of Contract April 24, 2012 Protest Period Apr. 30-May 11, 2012 Notice to Proceed May 14, 2012

The District does not guarantee the above schedule and reserves the right to modify the schedule as necessary. Any modifications will be posted on the District's Web site at www.getbus.org.

3.6 Conflicts or Ambiguities Proposers must notify the District's Purchasing Agent immediately if conflicts or ambiguities are found in the RFP prior to the specified question due date.

3.7 Public Disclosure of Information Contained in Proposals Proposals, except for the names of the Proposers, shall remain confidential until the Letter of Intent to Award have been issued. Thereafter, all proposals submitted in response to this request shall be deemed public record. In the event that a Proposer desires to claim portions of its proposal as exempt from disclosure, it is incumbent upon the Proposer to clearly identify those portions.

Page 17 / 256 Pages GET RFP G035

3.8 Adequacy and Completeness of Proposals Failure to respond to the information specified in Section 5.0 (Proposal Format) of this RFP may result in rejection of your proposal as non-responsive.

3.9 District Not Liable for Pre-Contractual Costs The District shall not be liable for any pre-contractual expenses incurred by Proposer in the preparation of its proposal. Proposer shall not include any such expenses as part of its proposal. Pre-contractual expenses are defined as expenses incurred by Proposer in:

 Preparing its proposal in response to this RFP  Preparing the proposed system in response to this RFP  Submitting that proposal to the District  Negotiating with the Procurement Department on any matter related to this proposal  Any other expenses incurred by Proposer prior to date of award, if any

3.10 Independent Price Determination A proposal will not be considered for award if the price in the proposal was not arrived at independently, without collusion, consultation, communication, or agreement as to any matter related to such proposal with any other Proposer, competitor, or public officer.

3.11 Revision to the Request for Proposals The District reserves the right to revise the RFP prior to the date that proposals are due. Any changes, additions, or deletions to the RFP will be in the form of written addenda. All addenda will be posted at the District's web site at www.getbus.org at least ten days prior to the deadline for proposals. It is the responsibility of the Proposer to check the web site for any revisions related to this RFP.

Page 18 / 256 Pages GET RFP G035

4.0 SELECTION CRITERIA

Proposals will be evaluated, negotiated, selected and any award made in accordance with the criteria and procedures described below. The approach and procedures are those which are applicable to a competitive negotiated procurement whereby proposals are first evaluated to determine Proposer responsiveness, solutions and responsibility, and then scored for technical merit and overall best value. Price will be evaluated once the technical merits have been evaluated.

Selection is based on Best Value. The District will make the award to the Proposer whose proposal is most advantageous to the District. Accordingly, the District may not necessarily make an award to the Proposer with the highest technical ranking nor award to the Proposer with the lowest Price Proposal if doing so would not be in the overall best interest of the District.

Proposals will not be publicly opened. Each submitted proposal will initially be screened for responsiveness by the District. The following are the minimum requirements that must be met for a proposal to be considered responsive. (Note: All requirements must be met; therefore, they are not listed by any particular order of importance):

 The Proposer has followed the proposal requirements, the submittal requirements, and other instructions of this RFP, and included sufficient information and detail such that the proposal can be evaluated. Any deficiencies in this regard must be determined by the District to be a defect that the District will waive or the proposal may be disqualified.  Cost estimates are reviewed by District staff to determine if the proposal price exceeds the Fee Estimate. Proposals that exceed the Fee Estimate may render the procurement financially infeasible unless it can be determined that such proposal price might be reduced during contract negotiations to render the procurement financially feasible. The District reserves the right to reject a proposal in its entirety if the proposal price exceeds the Fee Estimate.

Any proposal that the District finds cannot meet these requirements, and may not be made to meet these requirements within timelines set by the District, may be determined by the District to be non-responsive, and will not be considered for further evaluation. Proposers of any proposals that have been determined by the District to be non-responsive will be notified in writing that they were not short-listed for further consideration.

The District will establish a Selection Team for this Project and will include representatives from the District, and when deemed in the District's best interest, representatives of other public agencies, the general public, or individuals with experience and expertise in the related disciplines, including the District‘s consultants. The District reserves the right to independently score the proposals.

Responsive proposals will be distributed to the Selection Team. Final determination of a Proposer's responsibility will be made upon the basis of initial information submitted in the

Page 19 / 256 Pages GET RFP G035

proposal, any information submitted upon request by the District and information resulting from the District's inquiry of Proposer's references and its own knowledge of the Proposer.

Cost estimates and evaluations related to costs will be kept strictly confidential throughout the evaluation, negotiation and selection process. Only the members of the Selection Team and District officials, employees and agents having a legitimate interest will be provided access to the cost proposals and cost evaluation results during this period.

District staff will verify the references supplied by Proposers to determine the Proposer‘s record of producing a quality product on similar projects, adherence to budget and schedule, overall experience and technical competence in performing work of a similar nature, and quality of key personnel. References will only be verified for responsive (short listed or selected) Proposers.

All responsive Proposers may be invited to participate in an oral interview / product demonstration with the Selection Team to further discuss the content of their proposal, demonstrate their product and respond to questions by District staff and the Selection Team concerning their proposal. If interviews are not held, the points allotted to ―Oral Presentation‖ shall be withheld from the overall Proposal Evaluation Form.

The final ranking of proposals will be determined through a combination of independent examination of proposals, interviews (if utilized), cost effectiveness, and other appropriate evaluation factors (e.g., reference checks). Proposals will be ranked based on relative point totals assigned by Selection Team members (―evaluators‖). Each evaluator will independently score the proposals following a Suggested Scoring System. The point assignments will be weighted and each evaluator‘s weighted scores will be converted to ranks, with the highest weighted score ranked one, the next highest score ranked two, and so on. All Selection Team members‘ ranks will be combined and the highest combined rank score shall be the top-ranked firm.

4.1 Technical Evaluation and Scoring Proposals are evaluated using a point method of award with predetermined criteria for each element. (Note: Some evaluated elements may be weighted higher than others.) A detailed scoring evaluation will be conducted for those proposals that have passed the initial evaluation. The scoring evaluation will be accomplished in a consistent, uniform manner for all proposals. Members of the team will score each proposal according to the pre-established evaluation criteria and weights for relative importance.

Proposals will be evaluated by the Selection Team and scored in accordance with the criteria outlined below:

Page 20 / 256 Pages GET RFP G035

Evaluation Criteria (a) (b) (a) x (b) Weight Score Weighted Score QUALIFICATIONS AND EXPERIENCE OF PROJECT TEAM 10  Demonstrated successful performance on similar or related projects.  Experience, technical competence and role of sub-Proposers, including prior working relationship with prime (if applicable).  Relevant experience of the Project Manager and key personnel in example projects.  Senior staff availability and time commitment of key personnel on this project.  Organization logic, quality and cost control measures in place.  Overall financial stability and evidence of corporate resources committed to the Project.  Other on-going project commitments and priorities. SYSTEM FUNCTIONALITY / TECHNICAL SOLUTION 30  Completeness of Solution – How close does the Proposer meet the requirements as expressed in the Table of Compliance?  Proof of Concept - Proposers willingness and approach to the POC.  Scalability - Ability for expansion, growth and overall functional capabilities of the System. Current technology to allow for cost-effective expansion as needs change.  Passenger Information System – Method and flexibility of the predictive arrival predictions, Web (ability to transmit and ease of use for customers).  Mapping – capabilities and accuracy of maps / overlays.  Changeable Message Signs – capabilities, types and varieties of displays.  Personal Communication Devices – Ability to transmit arrival information and alerts to cell phones, PDA‘s, etc.  Host Solution: Hosted, Managed Services, Traditional Model or other.  Host Architecture - reliability, redundancy, environments, Disaster Recovery, Security, etc.  Reporting Capabilities – ability to meet reporting needs as described.  Optional Solutions – APC, Yard Management. PROPOSED METHODOLOGY / APPROACH TO WORK 15  Demonstrated knowledge of the work required.  Approach and proposed methodology to project scope, including training and schedule.  Technical merit of proposed solution (logic, advantages, proven approach).  Use of components and software proven in service on similar projects.  System flexibility and upgradeability.  Innovative approaches to service delivery and on-going operational support. TRAINING AND SUPPORT 10  Work Plan – thoroughness of the training facilitators proposed training plan.  Acceptable Schedule – evaluate facilitators schedule as it matches Team needs.  Support available for POC.  Support available for solution beyond Pilot.  Thoroughness of Training Plan. ORAL PRESENTATION 5  Demonstrated knowledge of the work required.  Appropriateness of responses to questions.  Competence of key team members and evidence of team approach.  Quality of product and services as seen in the product demonstration. QUALITY OF WRITTEN PROPOSAL 5  Completeness of proposal and compliance with RFP instructions.  Explanation of the project or services required.  Logic, clarity and specificity of work plan.  Evidence of willingness to exceed project requirements.  Nature and extent of exceptions taken to contract terms, conditions or specifications. COST / COST EFFECTIVENESS 25  Total POC cost.  Total Implementation Costs  Five / ten year total cost on expected implementation on project beyond POC.  Cost effectiveness will be evaluated with the maximum points granted to the lowest priced proposal. * TOTAL: 100

Page 21 / 256 Pages GET RFP G035

Cost Proposal Evaluation Cost effectiveness will be evaluated with the maximum points granted to the lowest priced proposal. All proposals will be rated based on their cost relative to the lowest-priced cost proposal. The basis for the ranking of the costs shall be as follows:

Lowest Cost Proposal / Cost Proposal being evaluated Example: § Lowest cost proposal= $200,000 § Lowest cost proposal percentage= $200,000 / $200,000=1.0 § Lowest cost proposal weighted points= 1.0X25=25 § Proposal being evaluated = $250,000 § Percentage award for proposal being evaluated= $200,000 / $250,000=.80 § Proposal being evaluated weighted points= .80X25=20

The proposal selected shall provide a cost-effective approach that meets the District's stated requirements; however, the lowest price proposal will not necessarily be selected.

4.2 Final Results and Contract Award The scores from the technical evaluation, product demonstration and cost proposal evaluation will be summed, and the proposals will be ranked by final total score. Final contract award will be made after recommendation by the Selection Team. A contract will be awarded to the responsive and responsible Proposer with the highest total number of points. Contract award will be contingent upon receipt of evidence of the Contractor‘s ability to meet the insurance and bond requirements and the other requirements in this Proposal.

The District may enter negotiations with one or more Proposers and require each Proposer to submit a Best and Final Offer (BAFO) in order for the District to arrive at a final determination.

After final negotiation of a proposed Agreement that is deemed fair and reasonable, District staff will recommend to the Board of Directors that the District enter into the proposed Agreement. Final authority to approve the Agreement rests with the District's Board of Directors.

Contract Award is subject to FTA Grant approval.

4.3 Award Protests After award notification, Proposers wishing to file a protest must do so in writing by the protest deadline stated in Section 3.5. All protests must be sent to the District's Chief Executive Officer by certified mail and arrive by the protest deadline. The protest must include the name and contact information for the person representing the protesting firm, a full and complete written statement specifying in detail the grounds for the protest, and facts supporting the protest. The protest shall also clearly state the relief sought. If a protest is filed, the District shall issue a

Page 22 / 256 Pages GET RFP G035

written decision on the protest to the protestor. Upon receipt of any protest on the specific selection process, a review of the protest shall be conducted by a secondary review committee.

Page 23 / 256 Pages GET RFP G035

5.0 PROPOSAL FORMAT

5.1 Proposal Submission Proposals must be received by the time and date specified below. Proposals must be submitted manually. Do not fax or e-mail your proposals. Five (5) hard copies and one (1) disk or USB device containing a copy of the complete proposal in PDF format shall be submitted no later than 2 PM PST as described in Section 3.5 to be considered for contract award. Postmarks will not be accepted in lieu of this requirement. Proposals and / or modifications received subsequent to the hour and date specified above or transmitted by facsimile or e-mail are not acceptable and will not be considered. Late submittals will not be accepted and will be returned unopened to Proposer. Proposals should be addressed as follows:

Golden Empire Transit District 1830 Golden State Avenue Bakersfield, California 93301

All Proposals must be sealed and clearly marked with the RFPG035 and Title of the RFP. The proposal must be submitted in two distinct parts, technical and cost. The cost proposal must be submitted in a separately sealed envelope clearly marked ―CONFIDENTIAL COST PROPOSAL.‖ The technical and cost proposals may be submitted in the same package.

The proposal should be concise, well organized, and demonstrate the proposer‘s qualifications and experience applicable to the Project. Each section of the proposal will be clearly identified with appropriate headings. Failure to follow these instructions may result in disqualification. Proposals should be prepared simply and economically, providing a straightforward, concise description of the capabilities and solutions of the Proposer. Emphasis should be on completeness and clarity of content.

The Proposer must ensure that adequate and accurate responses are provided. It is the responsibility of the Proposer to provide complete answers to each requirement even if that results in redundant, duplicated material within the proposal. The District's Selection Team is not required to search for the answers in other sections of the proposal response.

The proposals shall contain the following information in the order it is presented below:

5.1.1 Transmittal Letter A cover letter should contain a brief summary of the Proposer's team, its experience, the proposal content, the name, title, phone number, e-mail address and physical address of the team contact. The transmittal letter shall also acknowledge the Proposer’s receipt of any RFP addenda. The cover letter must include a statement that the price in the proposal was arrived at independently, without collusion, consultation, communication, or agreement as to any matter

Page 24 / 256 Pages GET RFP G035

related to the proposal with any other Proposer, competitor, or public officer. Proposer must acknowledge that prices are firm for a period of 180 days. The cover letter shall be signed by the person authorized to negotiate a contract for proposed services with the District on behalf of the submitting Proposer.

5.1.2 Table of Contents

5.1.3 Executive Summary Include a 2-4 page overview of the entire proposal describing the most important elements of the Proposer's solutions and project approach.

5.1.4 Section 1-Project Understanding / Proposer Solution Based on information contained in this RFP, as well as information obtained in any subsequent addenda, pre-proposal meetings, and other materials available from the District, the Proposer shall describe their solution, plan, approach, and technical architectures for accomplishing the work requested, including the Proof of Concept. The information provided shall be in enough detail to enable the District to ascertain that the Proposer understands the technologies, functional requirements, related software, maintenance and warranty needs, timelines and effort to satisfy the RFP requirements. The Proposer should indicate, in written narrative, how the solutions / product(s) and services proposed will help the District reach its objective of improving the quality of transportation services to its customers.

5.1.5 Section 2- System Description Proposers should fully describe the System being offered as part of this submission. Capabilities and features should be described in the context of its application to the District's requirements and the benefits gained from the Proposer‘s solutions and / or products. Proposers must list all components or modules necessary to fully implement the project, including any third party solutions, services / products necessary to complete the total installation including the optional technologies.

Technical description of the proposed systems that includes:

 A direct response to the specifications and functions requested in this RFP;  Diagrams that illustrate how system components interact and exchange data are encouraged;  A description of additional functional capabilities of the proposed system not identified in the RFP;  A description of system components and how they interact / integrate;  A description of how the System will be Hosted, architected, and managed (hardware, software, databases, etc.); and

Page 25 / 256 Pages GET RFP G035

 A Table of Compliance (Attachment B) that indicates the compliance of the proposed system with the technical specifications. Responses shall be, ―Fully Complies,‖ ―Does Not Comply, or Partially Complies.‖ The Proposer may explain those sections that it marks as ―Partially Complies‖ or ―Does Not Comply‖;

Alternative Approach. Where the Proposer wishes to propose alternative approaches to meeting the requirements, these should be thoroughly explained, including the alternative methodology to be employed to meet the functional requirements and any benefit provided to the District by the alternative methodology.

In addition, Proposer should describe the features of their warranty that will be provided in accordance with the requirements contained within as well as a description of the maintenance requirements.

5.1.6 Section 3-Firm / Team Overview Provide a team organization chart that identifies the roles of the Proposer's key personnel. If applicable, clearly delineate the responsibilities of the prime contractor and subcontractor(s). Specify the extent of the time commitment of key personnel for the duration of the project. Provide an indication of the overall level of effort for the Project, including a breakdown of staffing hours by key personnel. Describe the experience of the Proposer‘s project team in detail, including the team‘s Project Manager, engineer, and other key staff members, on projects of similar size, capacity, and dollar value. For each similar project, include the client‘s name and telephone number. Resumes for key personnel should be included in an Appendix (limit resumes to relevant information only). No changes in team composition will be allowed without the prior written approval of the District.

5.1.7 Section 4-Implementation Plan / Project Management Proposers should fully describe the proposed implementation plan of their response to this RFP, detailing all major milestones in the process. A clearly stated, proposed timeframe, including the following project milestones or stages: 1) A Proof of Concept (POC) stage involving a small number of transit vehicles, and 2) an implementation approach for the fixed route, demand response and support vehicle rollout should be included. The key milestones, or stages, from notice-to-proceed (NTP) through live testing and final acceptance should be developed as an integral part of this section.

Project Management and Staffing – Describe how the Proposer will manage the project, ensure completion of the scope of work described in the Proposal following the developed timeline milestones, and accomplish the required objectives. This plan must include the proposed management team, staffing plan, including information on its sources of craft labor and its training capabilities. Discuss how and what lines of communication will be implemented to maintain the project schedule.

Page 26 / 256 Pages GET RFP G035

Proposer should include a Microsoft Project "Project Plan" that includes the various tasks; activities (resource loaded) required to complete this Project. Specifically, include in the Proposer's plan a detailed schedule showing tasks and milestones for the system design, the POC, system testing and acceptance, training, documentation for dispatch, operators and maintenance, and a phased deployment. The Proposer will describe how they will use the plan to ensure that the schedule will be met and how the Project‘s many elements will be documented and tracked.

If the Proposer intends to subcontract portions of the work, Proposer will provide a complete list of potential subcontractors, their qualifications, addresses and the names and phone numbers of contact points within their organization and a description of the work to be subcontracted.

5.1.8 Section 5 -Quality Assurance Plan Proposers should describe in detail their management strategies for overall quality assurance in the POC, general implementation, testing, and operation of the System components. At a minimum, Proposers should address:

 Testing / Acceptance: an outline of the procedure for factory, system and burn-in testing; describe how testing will be performed for central components and for components at District locations; and describe how the District will be involved in acceptance testing.  Warranty, Maintenance, Support, and Upgrades: Describe any initial and extended warranties that apply, or may be available, for hardware / software and / or services used in response to this RFP. Describe the Proposers‘ technical support during the Project, focusing both on the POC and the full implementation period as well as long-term. Describe procedures for rendering support, including the availability of technicians to provide repairs. Technical support policies and pricing must be explained in detail.  Quality Control: Describe steps and methods employed by the Proposer to ensure that quality of the services and work products of the proposed system are realized.

5.1.9 Section 6-Training Proposers should provide a detailed schedule and outline for the necessary training of District staff as defined herein. This section should identify the training course content, documentation / training materials, the number and type of training courses that will be required and the length of the training sessions, etc. Proposers should indicate when the training should be provided in the context of the overall implementation time schedule, including the POC. Qualifications of the staff providing the training shall be listed.

5.1.10 Section 7- District Actions under the Project The District understands that successful implementation of this Project requires a partnership between the District and the Proposer. The Proposer should identify key contributions from the District, the personnel responsible for providing the contribution, and an estimate of the time the

Page 27 / 256 Pages GET RFP G035

District should be prepared to devote to the POC, planning, installation, testing, and implementation stages of the project.

5.1.11 Section 8- Experience Proposers should provide a corporate profile indicating their qualifications to provide the required System and support necessary to achieve the District's goals for the Project. Proposers must submit a list of other systems of a similar size to the District's where the proposed system(s) have been installed successfully; preference is for public transit agencies. A separate list of the Proposers‘ last three (3) installations, along with a project contact, address, telephone number, and e-mail address must be provided.

The District has created a Mail-In Reference Questionnaire which will be used by the Short- Listed Proposers at the appropriate time. Please refer to the Questionnaire for specific instructions in Attachment J.

5.1.12 Section 9 - Financial Statement The District wants to understand the financial condition of the Proposer. Identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger) that may impede Proposer‘s ability to complete the project. Audited financial statements for past three (3) fiscal years, a Dun & Bradstreet report or a one-page summary from a CPA firm shall be submitted as an Appendix to the Proposer's proposal.

Please provide the following information:

 Legal name and address of Proposer  Number of years Proposer has been in business  Legal form of company (partnership, corporation, joint venture, etc.). (If joint venture, identify the members of the joint venture and provide all information required within this section for each member. If a corporation, certify that the corporation is in good standing with the Secretary of State)  If Proposer is wholly-owned subsidiary of a ―parent company,‖ provide the legal name and form of the parent company  Tax Identification Number  Data Universal Numbering System (DUNS) Number  Central Contractor Registration (CCN) Number  Address(es) of office(s) that will work on this Project  If DBE certified, identify certifying agency, as well as gender and ethnicity  Name, title, address, e-mail address, and telephone number of the person to contact concerning the proposal  State whether the Proposer has filed bankruptcy in the last ten (10) years  Subcontractor letters of commitment are required and must be submitted for each subcontractor listed in the proposal

Page 28 / 256 Pages GET RFP G035

5.1.13 Section 10 – Pricing / Cost / Payment The price proposal consists of the forms in Attachment C. The Proposer shall detail the incremental and recurring costs for all items (i.e., project components and deliverables) as listed below:

 Unit costs for hardware. Any exception must be explained.  Costs must be broken down, total capital cost as well as operation and maintenance costs for the next 5-years.  The estimated annual cost of operations and maintenance should be listed and described. The cost shall include and detail all anticipated sources of recurring costs, including, but not limited to: royalties, software license fees, technical support, training, rentals or anticipated replacements.  Estimates of non-provider costs, such as: cellular, etc. (the District wants no surprise costs)

As part of the price proposal, the Proposer must also include a payment schedule based on milestones and deliverables for the District consideration and negotiations.

If the costs exceed the funds available for this Project, the District shall, at its sole discretion, remove some components from the requirements and /or Technologies Options that would not otherwise affect the functionality of the systems.

Even though the method of payment to the Proposer will be a fixed price, a detailed cost breakdown shall be provided that includes an estimate of the number of staff hours and hourly rates for each professional and administrative staff person who will be committed to this project, including fringe and overhead rates, all other direct costs, such as travel and subsistence, materials, reproduction, etc., and the cost for subconsultant services, if applicable. This information will be used to determine the reasonableness of the Proposer‘s cost estimate and for pre-award audit purposes when appropriate. Labor rates and escalation will also be used to negotiate any change orders throughout the term of the contract.

5.1.14 Proposal Appendix The Proposer may include other materials considered relevant to the proposal. However, this is not an invitation to submit large amounts of extraneous materials. Appendices should be relevant and brief. Materials included in the appendices will not be evaluated. Do not submit more than 3 appendices, and the total number of pages combined should not exceed 10.

5.1.15 Exceptions to this Request for Proposals The Proposer shall certify whether it takes any exception(s) to the standard contract, and if so, shall list those items to which exceptions are requested and –as appropriate– provide proposed alternate language. It is not the District‘s intent to make substantial changes to the standard

Page 29 / 256 Pages GET RFP G035

contract. Failure to take exceptions to the RFP or contract within the proposal will be deemed a waiver of any objection. Exceptions will be considered during the proposal evaluation process.

All Proposers shall also be required to complete and submit the Table of Compliance, Attachment B, which covers each of the requirements in the RFP. If the Proposer does not comply with any of the requirements, the specific requirement must be identified and explained. Failure to take exception in the manner set forth above will be deemed a waiver of any objection. Exceptions will be considered during the proposal evaluation process.

5.1.16 Required Certifications As part of the proposal package, Proposers must submit all of the signed certifications as found in the Appendix. The proposal and any required certifications shall be signed by an individual or individuals authorized to execute legal documents on behalf of the Proposer.

5.2 Product Demonstration Invited Proposers will demonstrate their proposed System in Bakersfield, California. Demonstrations will be limited to this specific Project and the Proposer‘s proposal. Proposer‗s will have two hours for the demonstration, including any follow-up and / or additional questions by the District. At the appropriate time, the District will inform the Proposers as to the actual specifics of the demonstration, however, the demonstration will generally be evaluated on the following:

 Demonstration of your System: a) real time Passenger Information System; 2) CAD; 3) Reports; 4) Management Capabilities; 5) System Administration functions. (Anything the District can do with the System out of the box)  Functional and architectural overview of products (AVL / CAD / Passenger Information System  Description of your Host solution, Hosted, Managed Services, Traditional Model and what's included, what's not (architecture, failover, database redundancy, Disaster Recovery, etc.)  Architected data transfers (bulk or wireless)  Approach and understanding of the Proof of Concept  Outline the typical implementation and installation steps to be taken and expected time frames and any implications for the District that you might be aware of  Project Management / engineering approach  Training Plan, timelines, etc.  Maintenance / Warranty  Product support process, escalations procedures, etc.  Functional and architectural overviews of your Optional Technologies: (APC, Yard Management)

The demonstration should be a live, working system (no PowerPoint) that meets the requirements. The cost to assemble and develop the proposed System and attend the product demonstration will be the responsibility of the Proposer.

Page 30 / 256 Pages GET RFP G035

6.0 ADMINISTRATIVE REQUIREMENTS

Where conflict occurs with the District's Standard Contract Terms and Conditions, these terms and conditions will prevail.

6.1 Prime Contractor Proposer will be the sole point of contact for the contract. The Proposer is totally responsible for all actions and work performed by its subcontractors. All terms, conditions, and requirements of the contract will apply without qualification to any services and work performed by any subcontractor of the Proposer.

6.2 News Releases The District is the only entity authorized to issue news releases relating to this RFP, its evaluation, award, or any contract and performance there under.

6.3 Contract Documents All terms and conditions included in this solicitation will be incorporated into any resultant contract.

It is the intent of the District to award a firm fixed price contract for this procurement.

The District is exempt from Federal Excise and Transportation Taxes. The District will furnish necessary exemption certificate upon request. Any sales tax, use tax, imposts, revenues, excise or other taxes, which are now or which may hereafter be imposed by Congress, by a state or any political subdivision hereof and applicable to the sale or the material delivered as a result of bidder's proposal and which, by the terms of the tax law, must be passed directly to the District and will be paid by the District.

6.4 Form of Bids Bids shall be submitted only on the Bid Form (Attachment K), furnished to Proposers. Bids submitted on any other form will be considered non-responsive and WILL BE REJECTED. The only acceptable method of modifying a bid is by letter, if it is received by the person assigned to open bids prior to the time set for opening of bids.

6.5 Receipt of Bids

Bids must be received by the time and date specified in Section 3.5. Proposals must be submitted manually. Do not fax or e-mail your proposals. Proposer is to submit five (5) hard copies and one (1) disk or USB device containing a copy of the complete proposal in PDF format by the due date

Page 31 / 256 Pages GET RFP G035

to be considered for contract award. Postmarks will not be accepted in lieu of this requirement. Proposals should be addressed as follows:

Golden Empire Transit District 1830 Golden State Avenue Bakersfield, CA 93301

The District reserves the right to reject any or all bids, and to cancel the requirements at any time prior to bid opening and return all bids unopened.

6.6 Discrepancies If a Proposer becomes aware of any discrepancy, ambiguity, conflicts, error or omission, it shall be reported immediately to the District staff, who will determine the necessity for clarification.

6.7 Appeal Procedures Requests for approved equals, clarifications of specifications, and protest of specifications must be received by the District in writing 10 days before proposals are due. Requests must be addressed as listed in Section 5.1 and be clearly marked on the outside of the envelope: "NOT A BID". Any request for an approved equal or protest of the specifications must be fully supported with technical data, test results, or other pertinent information as evident that the substitute offered is equal to or better than the specification requirements. The burden of proof as to the equality, substitutability, and the compatibility of proposed alternates or equals shall be upon the Proposer, who shall furnish all necessary information at no cost to the District. The District shall be the sole judge as to the quality, substitutability and compatibility of the proposed alternates or equals.

6.8 Addenda Clarification or any other notice of a change in the bidding documents will be issued only by the Chief Executive Officer and only in the form of written addenda mailed or otherwise delivered to the address of record of each Proposer. Each addendum will be numbered and dated. Under extreme circumstances, an addendum may be in the form of a telegraph. Oral statements or any instructions in any form, other than addenda as described above, shall have no consideration.

Each addenda received during the bidding shall be acknowledged in the designated space on the Bid Form (Attachment K) with the information therein requested. If none are received, the words "no addenda received" shall be written in the said space.

6.9 Receiving Bids Bids received will be kept unopened until the time fixed for the bid opening. The person whose duty it is to open the bids will determine when the time stated above has arrived and no bid received thereafter will be considered.

Page 32 / 256 Pages GET RFP G035

6.10 Withdrawal of Bids Bids may be withdrawn only by signature of the Proposer, provided the request is received by the person whose duty it is to open bids prior to the time fixed for bid opening. Each bid opened will be considered to be a valid offer, and may not be withdrawn for a period of thirty (30) calendar days following opening of bids, unless the Proposer is given written notice that the bid is unacceptable.

6.11 Evaluation of Bids Bids will be evaluated as stated in the Scope of Work.

6.12 Award or Rejection of Bid Award will be made based on the Best Value method of scoring as described in Section 4.1.1.

Discount for prompt payment of less than fifteen (15) days offered by the Proposer will not be used in the evaluation or award process.

The District reserves the right to REJECT ANY OR ALL bids or any item or part thereof, or to waive any informality in bids when it is in the best interest of the District to do so.

The District also reserves the right to award its total requirements to one Proposer or to apportion those requirements among several Proposers, as the District may deem it to be in its best interest.

6.13 Pre-Contractual Expenses Proposers are responsible for all pre-contractual expenses. Pre-contractual expenses are defined as expenses incurred by the Proposer in 1) preparing the bid in response to this invitation; 2) submitting that bid to the District; 3) negotiating with the District any matter related to this bid; or 4) any other expenses incurred by the Proposer prior to date of award.

6.14 Payment Payment Schedule and Invoicing Payment for equipment, material, and services shall be made 30 days after receipt of invoice.

 Proper and complete billing (including support) is received by District.  Acceptance by the District of the equipment, materials and / or services in accordance with the Scope of Work.  Contractual agreements set forth between the District and the Contractor.

Page 33 / 256 Pages GET RFP G035

Prime Contractor and Subcontractor Payments (if applicable) Contractor agrees to pay each subcontractor under this contract for satisfactory performance of its contract no later than 10 days from receipt of each payment the prime contractor receives from the District. 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 District.

6.15 Delays Unavoidable Delays If services under the contract should be unavoidably delayed, the District's Chief Executive Officer shall extend the time for completion of the contract 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 Contractors 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 contractual or legal means. Delays beyond control of the District or caused by the District 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 Maintenance 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 District's Chief Executive Officer to make a decision on any request for extension. The District's Chief Executive Officer 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 District's Chief Executive Officer shall notify the Contractor of his decision in writing. It is expressly understood and agreed that the Contractor shall not be entitled to damages or compensation and shall not be reimbursed for losses on account of delays resulting from any cause under this provision.

6.16 Conditional Acceptance The District 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.

Page 34 / 256 Pages GET RFP G035

6.17 Insurance During the performance hereunder and at Contractor's sole expense, Contractor shall procure and maintain the following insurance and shall not of its own initiative cause such insurance to be cancelled or materially changed during the course of herein contract for bid.

 Workers' Compensation Insurance with the limits established and required by the State of California;  Employers' Liability Insurance with the limits set forth below;  Comprehensive General Liability, Product / Completed Operations Liability, Contractual Liability, Independent Contractors Liability, and Automobile Insurance with at least the following limits of liability:  Primary Bodily Injury Liability limits of $1,000,000 per occurrence;  Primary Property Damage Liability limits of $1,000,000 per occurrence.

Prior to the District's issuance of a contract, the Contractor must furnish to the District a Certificate of Insurance which shall certify the Contractor's insurance policy adequately covers the above listed requirements. Documents may be delivered or mailed to said office. Language on the certificate shall confirm the following:

 The District is designated as an additional insured on the Comprehensive Liability and Automobile Liability Insurance described hereinabove.  The coverage shall be primary as to any other insurance with respect to performance hereunder.  Thirty (30) days written notice of cancellation or material change to District.

6.18 Liquidated Damages The District and Proposer recognize that liquidated damages requirements are appropriate if parties to a contract may reasonably expect to incur damages in the form of increase costs resulting from the late completion of the contract. Therefore, the District will impose a charge of $100.00 per day, per vehicle, each day after scheduled completion.

6.19 Performance and Payment Bond The Proposer may be required to obtain performance and payment bonds when necessary to protect the District's interest.

 The following situations may warrant a performance bond:  The District property or funds are to be provided to the Proposer for use in performing the contract or as partial compensation (as in retention of salvaged material).  A Proposer sells assets to or merges with another concern, and the District, after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable.  Substantial progress payments are made before delivery of end items starts.

Page 35 / 256 Pages GET RFP G035

 Contracts are for dismantling, demolition, or removal of improvements.  When it is determined that a performance bond is required, the Proposer shall be required to obtain performance bonds as follows:  The penal amount of performance bonds shall be 100 percent of the original contract price, unless the District determines that a lesser amount would be adequate for the protection of the District.  The District may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The District may secure additional protection by directing the Proposer to increase the penal amount of the existing bond or to obtain an additional bond.  A payment bond is required only when the Proposer uses a subcontractor for this project.  When it is determined that a payment bond is required, the Proposer shall be required to obtain payment bonds as follows:  The penal amount of payment bonds shall equal to the subcontractors interest in this project as stated by the subcontractors.

The Proposer may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The District shall determine the amount of the advance payment bond necessary to protect the District.

Within 90 days after Final Acceptance of the contract those obligations deposited as a performance bond, will be returned, less any amount owed to the District as a result of this contract. Obligations deposited as the payment bond, shall be held for a period of one (1) year from the date of acceptance of the contract for settlement of any claims.

6.20 Retainage Retainage for this Project has been set at 10%.

6.21 Right of Offset and Counter The District reserves the right to offset and counter the Projects remaining funds with the Proposer if the District determines that it is in their best interest.

6.22 Prohibited Interests Prohibited Interest The parties hereto covenant and agree that, to their knowledge, no board member, officer, or employee of the District, during his tenure or for one (1) year thereafter has any interest, whether contractual, non-contractual, financial or otherwise, in this transaction, or in the business of the contracting party other than the District, and that, if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other parties, even if such interest would not be considered a conflict of interest under Article 4 of Chapter 1 of Division 4 of Title 1 (commencing with Section 1090) or Division 4.5 of Title 1 (commencing with Section 3600) of the Government Code of the State of California.

Page 36 / 256 Pages GET RFP G035

Interest of Members of / or Delegates to Congress No member of or delegate to the Congress of the United States shall be admitted to any share of or part of this contract or to any benefit arising therefrom.

6.23 Civil Rights The following requirements apply to the underlying contract:

Nondiscrimination In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 2000(d), section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. 12132, and Federal transit law at 49 U.S.C. 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue.

Equal Employment Opportunity The following equal employment opportunity requirements apply to the underlying contract:

 Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. 2000e, and Federal transit laws at 49 U.S.C. 5332, the Contractor agrees to comply with all applicable equal employment requirements of U.S. Department of Labor (DOL) regulations, ―Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor,‖ 41 C.F.R. parts 60 et seq.,(which implement Executive Order No. 11246, ―Equal Employment Opportunity‖, as amended by Executive Order No. 11375,‖ Amending Executive Order 11246 Relating to Equal Employment Opportunity, 42 U.S.C. 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination: rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the contractor agrees to comply with any implementing requirements FTA may issue.  Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. 623 and Federal transit law at 49 U.S.C. 5332, the contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the contractor agrees to comply with any implementing requirements FTA may issue.  Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. 12112, the contractor agrees that it will comply with the requirements

Page 37 / 256 Pages GET RFP G035

of U.S. Equal Employment Opportunity Commission, ―regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,― 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

6.24 Contract Work Hours and Safety Standards Act Overtime Requirements No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed on such work to work in excess of forty hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such work week.

Violation; Liability for Unpaid Wages; Liquidated Damages In the event of any violation of the requirements of 29 C.F.R., 5.5(b)(1), the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such district or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of 29 C.F.R., 5.5(b) (1) in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard work week of forty hours without payment of the overtime wages required by 29 C.F.R., 5.5(b)(1).

Withholding for Unpaid Wages and Liquidated Damages The District shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.

Subcontracts The Contractor or subcontractor shall insert in any subcontract the clauses set forth in this section and also a clause requiring the subcontractor to include these clauses in any lower tier

Page 38 / 256 Pages GET RFP G035

subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section.

6.25 Ownership of Materials All data, procedures, descriptions, presentations and recommendations accumulated by the Proposer under the contract resulting from this RFP will be owned by the District. The Proposer may not release, distribute, or otherwise utilize any such data without the written approval of the District.

6.26 Inspection and Approval of Work The Proposer will permit the District's Project Manager or a duly authorized representative to inspect and audit all work, material and other data and records connected with the contract.

6.27 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.

6.28 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 contract expiration and shall make the records available at their office at all reasonable times.

6.29 Non-Construction Contracts The Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completions of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

Page 39 / 256 Pages GET RFP G035

Contract Work Hours and Safety Standards Act The Contractor agrees to comply with section 107 of the Contract Work Hours and Safety Standards Act, 40 U.S.C. section 333, and applicable DOL regulations, ―Safety and Health Regulations for Construction‖ 29 C.F.R. Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic or work in unsanitary, hazardous, or dangerous surroundings or working conditions.

Subcontracts The Contractor also agrees to include the requirements of this section in each subcontract. The term subcontract under this section is considered to refer to a person who agrees to perform any part of the labor or material requirements of a contract for construction, alteration or repair. A person who undertakes to perform a portion of a contract involving the furnishing of supplies or materials will be considered a subcontractor‖ under this section if the work in question involves the performance of construction work and is to be performed: (1) directly on or near the construction site, or (2) by the employer for the specific project on a customized basis. Thus, a supplier of materials which will become an integral part of the construction is a ―subcontractor‖ if the supplier fabricates or assemblies the goods or materials in question specifically for the construction project and the work involved may be said to be a construction activity. If the goods or materials in question are ordinarily sold to other customers from regular inventory, the supplier is not a ―subcontractor‖. The requirements of this section do not apply to contracts or subcontracts for the purchase of supplies or material or articles normally available on the open market.

6.30 Seismic Safety The Contractor agrees that any new building or addition to an existing building and constructed in accordance with the standards for Seismic Safety required in the Department of Transportation Seismic Safety Regulations 49CFR Part 41 and will certify to compliance to the extent required by the regulation. The Contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project.

6.31 Disadvantage Business Enterprise Golden Empire Transit District shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of DOT assisted contracts. The recipient‘s DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Golden Empire Transit District of its failure to carry out its approved program, the Department may impose sanctions as

Page 40 / 256 Pages GET RFP G035

provided for under Part 26 and may in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and /or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.).

The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin. or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26.in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

The District has established a DBE project goal of 3% for this project. At this time the District will meet the DBE goal on federally assisted projects through race neutral measures. The District supports the use of race neutral measures to facilitate participation by DBEs and other small businesses, and encourages prime contractors to subcontract portions of their work that they might otherwise perform with their own forces.

6.32 Liabilities against Procuring Agency The Contractor shall indemnify, keep and save harmless the District, its agents, officials, and employees against all injuries, deaths, losses, damages, claims, suits, liabilities, judgments, costs, and expenses, which may accrue against the District arising out of or resulting from the Contractors acts or omissions, including acts or omissions of its employees, servants and agents.

6.33 Omission Notwithstanding the provision of drawings, technical specifications, or other data by the District, 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.

6.34 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.

6.35 Price Adjustment for Regulatory Change If price adjustment is indicated, either upward or downward, it shall be negotiated between the District 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.

Page 41 / 256 Pages GET RFP G035

6.36 Repairs after Non-Acceptance The District may require the Contractor, or its designated representative to perform the repairs after non-acceptance or the work may be done by the District's personnel with reimbursement by the Contractor.

Repairs by Contractor

 If the District 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 District of failure of acceptance tests. The District 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 District

 Parts Used: If the District 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 District 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 District after non-acceptance of the equipment, these parts shall be shipped prepaid to the District from any source selected by the Contractor within 10 working days after receipt of the request for said parts.  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 District 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 wage rate of $65.00.  Reimbursement for Parts: The District 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.

6.37 Termination of Contract Termination for Convenience

 The procurement under this contract may be terminated by the District in accordance with this clause in whole, or from time to time in part, whenever the District shall determine that such termination is in its best interest. Any such termination shall be effected by delivery to

Page 42 / 256 Pages GET RFP G035

the Contractor of a notice of termination specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective.  After receipt of a notice of termination, and except as otherwise directed by the District, the Contractor shall:  stop work under the contract on the date and to the extent specified in the notice of termination;  place no further orders or subcontracts for materials, services, or facilities, except as may be necessary for completion of such portion of the work under the contract as is not terminated;  terminate all orders and subcontracts as to the extent that they relate to the performance of work terminated by the notice of termination;  assign to the District, in the manner, at the time, and to the extent directed by the District, all of the right, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the District shall have the right, in its discretion to settle or pay any or all claims arising out of the termination of such orders and subcontracts;  settle all outstanding liabilities and all claims arising out of such termination of orders and subcontract, with the approval and ratification of the District, to the extent that may be required, which approval or ratification shall be final for all the purposes of this clause;  transfer title to the District and deliver in the manner, at the time, and to the extent, if any, directed by the District, the fabricated or unfabricated parts, works in process, completed work, supplies, and other material produced as a part of, or acquired in connection with the performance of, the work terminated, and the completed or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the District;  use its best efforts to sell, in the manner, at the times, to the extent, and at the price(s) directed or authorized by the District, any property of the types referred to above, provided, however, that the Contractor shall not be required to extend credit to any purchaser, and may acquire any such property under the conditions prescribed by and at a price(s) approved by the District, and provided further, that the proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by the District to the Contractor under this contract or shall otherwise be credited to the price or cost of the work covered by this contract or paid in such other manner as the District may direct;  completed performance of such part of the work as shall not have been terminated by the notice of termination; and  take such action as may be necessary, or as the District may direct, for the protection or preservation of the property related to this contract which is in the possession of the Contractor and in which the District has or may acquire an interest.

Page 43 / 256 Pages GET RFP G035

Termination for Default

 The District may, by written notice of default to the Contractor, terminate the whole or any part of this contract, if the Contractor fails to make delivery of the equipment or to perform the services within the time specified herein or any extension thereof; or if the Contractor fails to perform any of the other provisions of the contract, or so fails to make progress as to endanger performance of this contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of 10 days (or such longer period as the District may authorize in writing) after receipt of notice from the District specifying such failure.  If the contract is terminated in whole or in part for default, the District may procure, upon such terms and in such manner as the District may deem appropriate, supplies or services similar to those so terminated. The Contractor shall be liable to the District for any excess costs for such similar supplies or services, and shall continue the performance of this contract to the extent not terminated under the provisions of this clause.  Except with respect to defaults of subcontractors, the Contractor shall not be liable for any excess costs if the failure to perform the contract arises out of causes beyond the control and without the fault or negligence of the Contractor. If the failure to perform is caused by the default of a subcontractor, and if such default arises out of causes beyond the control of both the Contractor and the subcontractor and without the fault or negligence of either of them, the Contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery schedule.  Payment for completed equipment delivered to and accepted by the District shall be at the contract price. The District may withhold from amounts otherwise due the Contractor for such completed equipment such sum as the District determines to be necessary to protect the District against loss because of outstanding liens or claims of former lien holders.  If, after notice of termination of this contract under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, or that the default was excusable under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to termination for convenience of the District.  The rights and remedies of the District provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract.

6.38 Disputes Protests dealing with restrictive specifications or alleged improprieties in the solicitation must be filed no later than eight working days prior to the bid opening or closing. Any other protest must be filed no later than eight working days after award of contract. Protests shall be in writing and addressed to the Chief Executive Officer.

The protest will contain a statement describing the reasons for the protest and any supporting documentation. Additional materials in support of the initial protest will only be considered if filed

Page 44 / 256 Pages GET RFP G035

within the time limit specified in the paragraph above. The protest will also indicate the ruling or relief desired from the District.

Except as otherwise provided in this contract, any dispute concerning a question of fact arising under this contract, which is not disposed of by agreement shall be decided by the District, who shall reduce this decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the District shall be final and conclusive. In connection with any appeal proceeding under this clause, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its appeal. Pending final decision of a dispute hereunder, the Contractor shall proceed diligently with the performance of the contract and in accordance with the District's decision.

6.39 Option of Obtaining Services Outside of the Contract The District reserves the right to contract separately for other services within the scope of this project if in the best interest of the District.

6.40 Cargo Preference-Use of United States-Flag Vessels As required by 46 C.F.R. Part 381, the Contractor agrees:

 To use privately owned United States--Flag Commercial Vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners and tankers) involved, whenever shipping any equipment, materials, or commodities pursuant to this contract to the extent such vessels are available at fair and reasonable rates for United States--Flag Commercial Vessels.  To furnish within 20 working days following the date of loading for shipments originating within the United States, or within 30 working days following the date of loading for shipment originating outside the United States, a legible copy of a rated, "On-Board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph above to the FTA (through the prime Contractor in the case of subcontractor bills- of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, D.C., 20590, marked with appropriate identification of the project.  To include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material or commodities by ocean vessel.

6.41 Access to Records The following access to records requirements apply to this Contract:

 Where any Purchaser which is the FTA Recipient or a sub-grantee of the FTA Recipient in accordance with 49 U.S.C. 5325 (a) enters into a contract for a capital project or

Page 45 / 256 Pages GET RFP G035

improvement (defined at 49 U.S.C. 5302 (a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection.  The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.  The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General or any duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(I)(11).

6.42 Federal Changes Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement (Form FTA MA(2) dated October,1995) between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor‘s failure to so comply shall constitute a material breach of this contract.

6.43 Government Obligation to Third Parties The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor or any other party ( whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

6.44 Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, ―Program Fraud Civil Remedies,‖ 49 C.F.R. Part 31, apply to its actions pertaining to this project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition, to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or

Page 46 / 256 Pages GET RFP G035

causes to be made, a false, fictitious or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.

The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C. 1001 and 49 U.S.C. 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.

The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

6.45 Privacy Act The Contractor agrees to comply with and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things, the Contractor or its employees agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract.

The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by the FTA.

6.46 Federal Transit Administration (FTA) Terms The preceding provisions include, in part, certain Standard Terms and Conditions required by the Department of Transportation, DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1D are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Golden Empire Transit District requests which would cause the District to be in violation of the FTA terms and conditions.

6.47 Energy Conservation

Page 47 / 256 Pages GET RFP G035

The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state conservation plan issued in compliance with the Energy Policy and Conservation Act.

6.48 Clean Water The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, As amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the purchaser and understands and agrees that the purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA regional office.

The Contractor also agrees to include their requirements in each subcontract exceeding $100,000.00 financed in whole or in part with Federal assistance provided by FTA.

6.49 Clean Air The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. 7401 et seq. The Contractor agrees to report each violation to the purchaser and understands and agrees that the purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA regional office.

The Contractor also agrees to include there requirements in each subcontract exceeding $100,000.00 financed in whole or in part with Federal assistance provided by FTA.

6.50 Recycled Products The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including by not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.

6.51 State and Local Disclaimer The use of many of the suggested clauses is not governed by Federal law, but is significantly affected by State law. The language of the suggested clauses may need to be modified depending on state law, and that before the suggested clauses are used in the grantees procurement documents, the grantees should consult with their local attorney.

Page 48 / 256 Pages GET RFP G035

7.0 CONCEPT OF OPERATIONS

In summary, the District prefers an ―out-of-the-box‖ System Hosted and served from a central data center and accessible from any Internet capable desktop within the District. The District intends to utilize the System on three vehicle modes: GET fixed route buses for vehicle tracking and passenger information and all other Proposers capabilities; GET-A-Lift demand response vehicles where the District needs to track the vehicles and utilize some of the Proposer's features (StrataGen is the current system for customer reservations); and support vehicles where the District wished to use the AVL components to track vehicle locations.

Once the winning Proposer has been selected, but prior to the award of a full contract, Proposer will prove their solutions through a live 60-day "Proof of Concept" (POC) period of System reliability, accuracy and functionality as well as equipping the test vehicles with some of the District's optional technologies. The District and Proposer will agree in advance as to what constitutes a successful POC.

The District expects that the Proposer's solutions will aid in achieving the District's objectives as follows:

Fixed-Route Software to Meet the District Goals District Goal Technology Capability

Make public transit more attractive to the  By providing quality service information general population. (planned or real-time) to customers.

 By optimizing scheduling for vehicles and Maximize passenger movements. staff, The District can improve transit efficiency and passenger transfers.

 By automating the fixed-route scheduling process, better scheduling should be Reduce operational costs. possible using the same, or fewer resources.

Paratransit Capabilities to Meet the District Goals District Goal Technology Capability

 By enhancing communication with Make public transit more attractive to the customers about vehicle location and general population. arrival times.

Page 49 / 256 Pages GET RFP G035

 By improving customer service through faster and more efficient trip scheduling, and documenting and responding to passenger special needs.

 By improving trip management through geographically-based trip scheduling and Maximize passenger movements. manifest optimization.  By minimizing missed and excessively late trips through better scheduling.

 By increasing the productivity of each vehicle. Reduce operational costs.  By increasing reservation productivity through faster, automated scheduling.

 By optimizing the number of trips per Reduce emission / energy costs. vehicle and reducing non-revenue vehicle hours and miles per trip provided.

By use of both digital map-based and tabular displays, the District's Dispatchers shall be able to track both their fixed-route vehicles (GET), demand response vehicles (GET-A-Lift) and for the first time, selected District support vehicles. The capability to exchange status and command information between Operators and Dispatch will result in reduced voice traffic levels and clearer instructions. When performing customer service, staff shall be able to monitor all bus locations and status in real time rather than by printed schedule.

With the use of an MDT, the bus should have the ability to track its own location versus schedule, and advise the Operator and Dispatch when a variance exists. In addition, the System shall generate logs and data that record the fixed-route operations, shall have the capability to generate reports documenting fixed-route operations, and allow transit planners to utilize data on which to plan new service and tailor service to best meet planning and scheduling objectives.

Also, the District is eager to deploy a robust Passenger Information System that will enable the District's fixed route riders to ascertain next bus arrival predictions at the District's bus stops and at the District's Transit Centers, large display(s) shall show the estimated arrival and departure time for each route that stops at that Transit Center. The Passenger Information System will also simultaneously broadcast fixed-route vehicle location and arrival times via the Internet and cell phone or PDA.

Page 50 / 256 Pages GET RFP G035

7.1 The General Public as System Benefactor The primary beneficiaries of the Proposer's ITS solution is the general public. The District has identified as a strategic goal to better serve the needs of the transit dependent population, while also attracting new ―choice‖ riders. The District has further resolved to improve the ―ease‖ of understanding and use of transit, to improve the customer experience, and to build awareness of the transit services provided by the District. The Proposer's new AVL and Passenger Information System is a critical component of the District‘s capital and strategic marketing plans, with specific customer objectives of providing real-time information of arrivals and departures via Information Displays at the Transit Centers and via the Internet to significantly increase the passenger's confidence with using transit.

7.2 Fixed Route Operations Once the current AVL equipment has been replaced on the District‘s fixed route fleet by the Proposer and by use of both digital map-based and text displays, the District‘s Dispatchers shall be able to track their fixed-route vehicles. The capability to exchange status and command information between Operators and Dispatchers will result in reduced voice traffic levels and clearer instructions. When performing customer service, staff shall be able to monitor all bus locations and status in order to provide real time information to customer calls.

The fixed-route management System shall generate logs and data that record the fixed-route operations and generate the corresponding reports documenting fixed-route operations. The District‘s Transit Planner should provide accurate data on which to plan new service and tailor service to best meet the planning and scheduling objectives.

When equipped with an MDT, the bus will have the ability to track its own location and advise the Operator and / or Dispatch when a variance exists and when Traffic Signal Prioritization is fully operational, the buses will more closely adhere to the District‘s scheduled service.

Data shall be made available for downloading from the bus at the end of the shift / work day through a wireless network located at the District‘s yard. This will result in a wealth of data for the District to plan for new service and tailor existing service to best meet our mission.

7.3 Demand Response Operations Once the Proposer has added AVL and MDT equipment to the District‘s demand response vehicles and interfaced / integrated them to StrataGen‘s Adept software, the District expects that the use of digital maps and text displays will aid the Dispatchers in tracking their demand response vehicles and updating manifests in real time.

The capability to exchange status and command information between Operators and Dispatchers will result in reduced voice traffic levels and clearer instructions and real time vehicle location will allow staff to monitor all vehicle locations and status in order to provide real time information for client calls.

Page 51 / 256 Pages GET RFP G035

The MDT‘s should generate logs and data that record the demand response operations and generate the corresponding reports documenting operations. Data will be made available for downloading from the vehicle at the end of the shift / work day through a wireless network located at the District‘s yard.

7.4 Support Vehicles Once the Proposer has added AVL equipment to the District‘s support vehicles (supervisor and maintenance) the District expects to be able to track the vehicle locations in real time.

7.5 Fleet Inventory

Door Model Make Make Model Openings Total Year F R Orion 1999 V 34.5" 25.0" 7 Orion 2002 VII 34.5" 33.5" 17 Orion 2006 VII 34.5" 33.5" 1 GET Fixed Route New Flyer 2005 C40LF 34.5" 27.5" 24 New Flyer 2010 C40LF 32.0" 27.5" 34 Total 83 El Dorado 2007 Aerotech 5 GET-A-Lift Elkhart 2008 ECII 14 Total 19 Support Vehicles 10, but up to 25 sedans, pickups, etc. Total 10

7.6 Transit Centers

 Downtown  Valley Plaza  Cal State Bakersfield 

Page 52 / 256 Pages GET RFP G035

8.0 FUNCTIONAL REQUIREMENTS

This section describes the technical and functional requirements for the various components of the desired System. It defines what the Systems acquired from the Proposer are expected to do, and how the District users will interact and use them. Proposers are asked to read the specifications and, in their response, use Table of Compliance in the Appendix to indicate where they comply, partially comply or do not comply with the requirements.

To the highest degree possible, the systems 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-practice, open and non-proprietary.

8.1 General Requirements The District seeks to install four major elements and their associated components and functionality as the System: AVL, CAD, ASA and a Passenger Information System along with 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 District from the Proposer for Project, excluding consumable material (material that needs continuous replenishment), 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 District. All equipment provided by the Proposer should be multi-sourced and readily available to the District. Proof of purchase in the form of dated invoice and shipping waybills should be retained and furnished to the District upon request.

8.2 Automatic Vehicle Location (AVL) The following table represents the District's concepts of how the Proposer's AVL solution will meet the Objectives:

Page 53 / 256 Pages GET RFP G035

AVL Capabilities to Meet the District Goals District Objective Technology Capability

 By providing real-time, accurate updates Make public transit more attractive to the on vehicle location through customer general population. service and real-time passenger information signs.

 By better tracking vehicles and identifying vehicles that are off route or schedule.  By enabling transfer requests among fixed- Maximize passenger movements. route vehicles.  By providing more complete and accurate data for planning and scheduling purposes.

 By improving the efficiency of passenger transfers. Reduce operational costs.  By automating the collection of operational data.

 By collecting better schedule and route adherence data, and better tracking Reduce emission / energy costs. paratransit vehicles to improve more efficient scheduling and trip planning.

 By automatically locating and reporting vehicle locations to the dispatch center.  Through the emergency alarm function of Improve transit system safety. the MDT which lets vehicle operators alert the dispatch center of incidents on the bus without making passengers aware an alarm has been issued.

In summary, and when the complete ITS technologies have been deployed the District seeks to have a System provide the following AVL capabilities:

 Single Log-on and log-off using their employee identification number, the route to be driven and the run number for that route.  View the time of day.  View the route schedule.  View their schedule adherence.  Request to talk (RTT) to a Dispatcher, or make a priority request to talk (PRTT) to a

Page 54 / 256 Pages GET RFP G035

Dispatcher.  Allow Operators to receive and acknowledge messages sent by Dispatchers, off-street supervisors and others using the Computer Aided Dispatch (CAD)  Send canned messages to Dispatch, off-street supervisors and others using the CAD.  View and adjust Automated Passenger Count data.  Play ―canned‖ announcements regarding rules and passenger instructions.  Make transfer requests to other fixed-route vehicles.  Allow for onboard emergency notification and tracking.  Receive and respond to staff schedule messages from a personnel scheduler regarding shift duration, overtime or schedule changes.  Receive and respond to messages from Customer Service regarding items left on the vehicle by a passenger.  Allow for transfer requests directly between two fixed-route vehicles.

The System shall include a Global Positioning System (GPS) based Automatic Vehicle Location (AVL) function.

The AVL function shall provide tracking and reporting of the locations of AVL equipped vehicles with a positional accuracy of 10 feet or less, regardless of whether the vehicles are moving, on- route, off-route, have no assigned route; or whether or not the vehicles are logged into the System. This required level of accuracy shall not be adversely impacted by GPS errors resulting from selective availability and from other reception errors.

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 both Operators and Dispatchers with accurate and timely position data and schedule and route adherence data, while minimizing the use of radio communications for the transmission of vehicle location data.

Onboard calculation and display of schedule and route adherence, with only schedule and route deviation and occasional and on-demand schedule / route adherence reporting to the System Server shall be provided.

Based on the requirement that a vehicle schedule and route adherence is calculated on-board, vehicle locations shall be reported to the System whenever the schedule or route adherence thresholds are exceeded, whenever any communications request or other data is being transmitted and at least every 30 seconds if no other data transmissions or communications requests are initiated from the vehicle.

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.

Page 55 / 256 Pages GET RFP G035

The Proposer shall state the specified accuracy of the GPS receiver in the proposal, and provide full GPS engineering specifications in the System Design Document. The GPS receiver shall be packaged in a Vehicle Logic Unit (VLU) unless otherwise specified by Proposer and approved by the District. Synchronization of the GPS receiver to the Host is imperative to the proper functioning of the System and Proposer shall specify how the GPS location, time, and other pertinent data are calculated for the System operation. The use of odometer readouts from vehicle telemetry is at the discretion of the Proposer.

The District's current fixed route fleet has two GPS antennas installed, one for AVL and a second for SEON Camera's. The District believes that the functions of the two antennas can be integrated into a single antenna for all on-board systems, including video. Although the current antennas have been fairly reliable over the years, the District would like to replace existing antennas with new antennas as the cost should be minimal while providing newer, more accurate technologies.

The following GPS receiver requirements apply to all vehicles at the District. The GPS receiver shall be integrated with the VLU / MDT on-board the vehicles.

 The MDT shall integrate with the GPS receiver, mobile data communications radio modem, bulk data transfer system interface, covert alarm switch, covert microphone, voice radio and an SAE J- 1708 or J-1939 interface to support integration with other future in-vehicle technologies.  GPS receivers shall report latitude, longitude, speed, time, direction of travel and whether the GPS position is classified as ―good‖ given the current Horizontal Dilution of Precision (HDOP).  The GPS receivers shall be parallel tracking receivers, capable of simultaneously tracking at least four GPS satellites in the best available geometry, while also serially tracking the four next best satellites and upcoming (rising) satellites.  Onboard GPS receivers must be capable of providing position accuracy within 10 feet at least 95 percent of the time.  The GPS receiver shall have a cold start solution time of two minutes or less and a re-acquisition time of 15 seconds or less.  The GPS equipment shall include multi-path rejection capabilities to help eliminate spurious signals caused by reflections off of buildings or other structures.  Velocity measurements provided by the GPS equipment shall be accurate to within 0.3 feet per second.  If the GPS antenna is not contained in the MDT, 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 District staff.  If the GPS antenna is not contained in the MDT, the antenna, mounting and sealants shall provide protection from the environment, including moisture, snow, heat (20o F to +115o F), wind, debris, etc.  The GPS receivers shall be capable of integrating with on board systems to report required information electronically.

8.2.1.1 Vehicle Location Reporting The System shall generate a location message consisting of the current GPS status and last known vehicle location, time, heading, and speed. The current GPS status shall reflect the latest condition of the GPS receiver when the location message was generated. If the GPS receiver

Page 56 / 256 Pages GET RFP G035

cannot acquire a location due to blockage of the satellite signal (such as under an overpass, in a tunnel, or possible tall building effect) the location message shall indicate the occurrence of a ―Communication Exception‖. The last known GPS location, time, heading, and speed shall always be included in the location message even if the GPS status is reported as an exception.

 Reporting of vehicle locations based upon on-board Global Positioning System (GPS) equipment shall be provided by the System. In addition, any data sources used to back up the GPS equipment when the GPS signal cannot be received shall also be supported.  Reporting on dead reckoning utilization shall also be reported.  Location data shall always be reported as part of all data messages.  Regardless of the reporting scheme used, vehicles shall report their location at least once every 30 seconds or at a rate designated by the System Administrator within the range of 5 through 30 seconds. After the initial transmission of an Emergency Alarm, vehicles in an Emergency Alarm state shall report their location at a rapid polling interval designated by the System Administrator with the range of 5 through 30 seconds.  There will likely be locations of momentary GPS signal blockage and / or distortion, such as in a downtown area. Accordingly, the selected Proposer shall investigate to become aware of the GPS satellite coverage throughout the District's service area.  In the event of loss of GPS derived vehicle position information, vehicle location shall be determined with dead reckoning techniques utilizing the existing vehicle odometer or other means and technologies which provide position accuracy equivalent to GPS tracking.  When dead reckoning is utilized an event shall be recorded.

8.2.1.2 Handling Communication Exceptions If the vehicle attempts to send a location message while out of cellular coverage area, (dead zones) the System report shall not be dropped by the vehicle logic unit (VLU) until the vehicle returns to the coverage area (i.e., the System report shall be queued for transmission once back in the coverage area). When a vehicle enters a ―blackout‖ area interpreted as no data coverage, the System shall buffer in memory for up to the previous 24 hours all data communications to include all GPS location information.

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:

 The System shall include a single Vehicle Logic Unit (VLU) central processing device and data storage device installed onboard for all vehicles and powered by the vehicle‘s electrical system.  The VLU shall be ASA, APC, Motorola Radio, Camera, Headsign, etc., ready.  The 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.)  The VLU shall integrate with the onboard equipment on each vehicle that provides route / destination announcements and vehicle informational signs with both audible and textual messages, fare collection and automated passenger counting (if installed). Where alternate efficiencies can reduce cost and improve reliability, alternate solutions shall be proposed.  The VLU shall interface / integrate with the District's current and proposed Motorola Radio system.

Page 57 / 256 Pages GET RFP G035

 The VLU shall interface to the fixed route SEON camera system.  The VLU shall interface to capture, record, and transmit vehicle Automated Passenger Counter (APC) data if installed.  A Global Positioning System (GPS) receiver shall be integrated into the VLU used to provide time and location data for AVL functions.  The VLU shall interface with the wireless local area networks (WLAN) at the District's maintenance yard for bulk data uploads and downloads (wireless network needs to be provided by the Proposer).  The VLU shall provide the interface / transmission of data to and from all subsystems such as passenger informational sign content, public address, passenger counter data, and farebox systems.  The VLU shall meet environmental and vibration standards as defined by MIL-STD-810F and SAE J1455-06.  The VLU shall meet electromagnetic immunity standards of SAE J1113 / 13 and protect against surge, and reverse polarity.  The VLU shall be capable of multiple radio control, real time updates and messaging to and from the vehicle.  The VLU shall meet communication requirements for the District's current and future Motorola System.  Provided interfaces shall include USB, RS232, RS485, J1708, J1939, Ethernet, discrete inputs and outputs, odometer, spare I/O pins, audio inputs and outputs.  The VLU shall allow for future expansion and interoperability with add on modems to include USB interfaces.  Allow for easy access to System setup and configuration both remotely and onboard through non- proprietary interfaces such as RDP and USB. On-board access should be in the same location on every bus for standardization of configuration or locations documented for District staff.  Data storage capacity shall be sufficient to store the complete current and pending route schedules, announcement files, and event messages.  System configuration settings related specifically to a vehicle shall be stored in a vehicle configuration module such that the VLU unit can be swapped out and vehicle information not lost.

8.2.3 Map Requirements The geographical base map supported within the System shall cover the entirety of Kern County. The standards for display of the AVL base map as well as map overlays for the bus routes, bus stops, time points, etc., shall be proposed by the Proposer and approved by the District.

The District currently uses maps from Kern County's 911 Center for Transit Works Dispatcher displays. The District does not possess 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 Proposer shall be responsible for the import and initialization of the AVL map using the District'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 District as necessary. Maps shall display on the District's application screens as well as on customer-facing Web pages that provide predicted bus arrival and departure times, vehicle

Page 58 / 256 Pages GET RFP G035

status and location information in graphical form.

 All functions necessary for successfully incorporating map data shall be provided as part of System.  The displayed map shall be capable of supporting a variety of map attributes that shall include, but not be limited to, all streets, highways, prominent geographical features (e.g., rivers, major bodies of water, mountains), important landmarks (bridges, airports, transit centers, Vehicle Maintenance Facilities, important buildings, etc.), routes, bus stops, time points, and transfer points. The major bodies of water shall be displayed as areas of solid blue or cyan on the geographical map display.  The System shall include mechanisms to allow for periodic independent updates by the District to built-in maps in the Host software and on-board systems.  Selective updates of the base map and to any selected overlays shall be possible without re- importing the entire map and all overlays and without loss of prior map.  Where minor data entries are required, such entries, and corrections shall be stored (e.g., as a script) for reapplication in subsequent imports.  The Proposer shall provide the GIS editing license (if necessary) for any built-in maps as part of the proposed solution for maintenance of AVL maps.  GIS functionality shall include the ability to define service-based zones (e.g., Americans with Disabilities Act (ADA) complementary demand response service area, fare zones).  The System shall have full geocoding capability, allowing the System to locate the address on the map when an address is entered.  The street segments database shall be sufficiently complete to assure a geocoding success rate of 90 percent or better.  The District shall be able to develop additional overlay map layers that can include polygons (e.g., municipal boundaries, fare zones), lines (e.g., route traces) and points (e.g., landmarks, transfer locations, time points, stops), with the color, shape and thickness being selectable.  The System shall allow the user to calculate the distance along a line drawn on the map as a sequence of straight lines between points (e.g. the distance of a route trace).  The System shall allow District users to save and reload a map view in the AVL window.  The System shall be capable of defining an unlimited number of bus stops and nodes.  The System shall permit the user to define bus stops using a variety of methods, including direct entry of GPS determined coordinates, and setting the stop location with a mouse click.  The System shall accurately align vehicle locations with the streets and routes on which the vehicles are operating. There shall be no visible offsetting of vehicle positions from the displayed streets and routes.  The System shall be capable of allowing stops to be properly positioned at intersections.  The System shall be capable of allowing the user to assign stop amenities (e.g., bench, shelter, etc.) to each stop and other supplemental data.  The System shall also have the ability to import stop data from an external system in Excel (KML) or comma separated value (CSV) file format.  The System shall also have the ability to import stop data from FleetNet.  The System shall allow any number of trip patterns to be defined as distinct bus stop sequences, including the designation of selected stops in each trip pattern as schedule time points and whether a trip pattern is inbound or outbound.  The System shall allow the definition of average running speeds, for various days and time periods, for deadhead segments and between designated pairs of stops along each trip pattern.  The System shall be capable of generating a list of turning movements for an entire trip pattern.  The System shall allow routes to be defined as a sequence of trips using selected trip patterns during defined time periods.

Page 59 / 256 Pages GET RFP G035

 The System shall display route traces.  Display vehicle Estimated Time of Arrival (ETA) at a specified destination location as part of the vehicle label. Vehicle ETA shall be available for next bus arrival signs, IVR, website, web enabled PDA and cellular phone devices.  Position deviation of a fixed route vehicle from on-route, on-time position as determined by vehicle on-board position measurements shall initiate a System event and shall automatically increase the vehicle polling rate to a rapid rate selectable by the System Administrator within a range of 15 to 30 seconds.  The System shall be able to display fixed routes, and clearly mark each route when more than one travels on the same street segments.  The locations of all AVL-equipped vehicles shall be indicated by special symbols that are overlaid on the geographical map display. A vehicle identifier shall be displayed adjacent to, or within each vehicle symbol. These vehicle identifiers shall uniquely identify each vehicle by their vehicle number, fixed-route block number, or Operator number.  When multiple vehicles are located too close together to be displayed without overlapping at the selected zoom level, the System shall provide a means for the user to see the individual vehicle identities for the overlapped vehicles.  Vehicles reporting an Emergency Alarm shall always be visible on the geographical map display regardless of the user‘s current filtering criteria and data partition assignments.  The System shall be capable of printing maps to peripheral devices (e.g., printers, plotters) directly attached to the workstation or available over a Local Area Network (LAN) or Virtual Private Network (VPN).

8.2.4 Mobile Data Terminal (MDT) The Proposer will specify the use of Mobile Data Terminals (MDTs) as a component of the AVL and Passenger Information System operation. The Proposer shall specify a ―ruggedized‖ MDT product that is specifically designed for transit. MDTs should be securely mounted on rigid Proposer-provided support brackets. The MDT can serve many of the same functions that would otherwise be performed by the VLU. The MDT‘s primary function would be to provide additional contact (text and command control) interface between the Operators and Dispatch.

While in service, either on route, or before or after scheduled runs, the Operator and / or vehicle shall have the capability to perform each of the following:

 MDT shall be ruggedized, designed for transit.  The MDT shall integrate with the GPS receiver, mobile data communications radio modem, bulk data transfer system interface, covert alarm switch, covert microphone, voice radio and an SAE J-1708 or J- 1939 interface to support integration with other future in-vehicle technologies.  The MDT and AVL system shall automatically engage when the vehicle is started, and shut down a programmable amount of time after the vehicle is turned off.  The MDT shall store the most recent location received from the GPS receiver, so that if the GPS receiver is not able to report the location the ―last known good‖ location will remain available.  Electrical power for MDTs and all other on-board components shall be drawn from vehicle unconditioned nominal 12V DC power supply. All data inputs and outputs shall be designed to absorb ―routine‖ intermittent low voltage, over-voltage and reverse polarity conditions, and to use inexpensive and easily replaceable components to open circuits in the event of ―extraordinary‖ conditions (e.g.,

Page 60 / 256 Pages GET RFP G035

through the use of fuses, transorbs, optical isolation).  The Proposer shall include a solution that facilitates a ―Single Log-on‖, whereby an input device serves as the primary Operator interface and eliminates the need to log on to disperse systems.  The MDT shall incorporate a color graphical screen capable of displaying fonts of variable size and can change colors between day and night or has automatic brightness controls.  The MDT shall be equipped with appropriate functional buttons capable of controlling other onboard systems (e.g. fare boxes, head signs, card readers) and will include a numeric keypad.  The MDT display shall be readable by the Operator from the seated position under the full range of ambient illumination conditions, through the incorporation of such measures as driver-operated brightness / contrast control, anti-glare coating and adjustable orientation mounting.  MDT application software shall be operated using either at least eight programmable function keys or touch screen programmable buttons.  The MDT shall be capable of providing unique audio tones to alert the Operator of incoming messages.  The MDT shall be capable of, but not limited to, displaying the following onboard information and interface to onboard systems during operation of the vehicle:  Logon  Talk  Emergency Alarm  Data Messaging  Transfer Notification  Schedule Adherence  Head Sign Control  Fare Collection  Maintenance  Stop Announcement  Trip / Schedule Display Control  Route Guidance  MDTs and all other on-board components shall be designed to operate within the following environmental specifications:  Ambient humidity from 5% to 80%, non-condensing.  Temperatures from 20o F to +120o F.  Vibration and shock forces associated with transit vehicles.  MDTs and all other on-board components shall be shielded to avoid radiating electromagnetic interference.  MDTs and all other on-board components shall be housed in enclosures which cannot be opened with standard hand tools.  All Operator actions performed via the MDT that is processed entirely by the System on-board equipment shall be completed in three second.  The System shall support en-route changes of the assigned Operators for cases such as mechanical breakdowns and Operator substitutions. In these cases, the System shall allow the Operator to send a pre-defined data message to indicate the reason for the change. Operators shall be required to perform an Operator logon / logoff when the change takes place.  The MDT shall enable Operators to send predefined text data messages to Dispatchers with a minimum of interaction. The MDT shall support at least 30 pre-defined messages of at least 80 characters in length. The System shall allow System Administrators to define and revise the set of predefined messages and to schedule the transfer of the revised messages to all vehicles.  Operators shall be able to review recently received messages at any time with a minimum of

Page 61 / 256 Pages GET RFP G035

interaction. The MDT shall be capable of retaining at least the last eight received messages for Operator review. The received messages shall be ordered chronologically with the most recently received message presented first.  Messages requiring a response shall be clearly indicated to the Operators and Operators shall be able to respond with the least amount of interaction. Message responses shall be routed to the requesting Dispatcher.  When an Operator enters a request on the MDT to send an event message, the System shall provide immediate feedback to the Operator that the request has been accepted and is being processed, and shall notify the Operator when the message has been sent. The message shall be available at the back end within the maximum event delay times defined in this RFP.  When the vehicle receives a data message, the Operator shall be notified by a mutable audio tone signal and the message shall be available for display on the MDT within one second after it is received.  The System shall enable Operators to easily initiate voice communications with Dispatchers through the use of Request to Talk (RTT) and Priority Request to Talk (PRTT) functions. Selection of a radio channel for the subsequent voice communications shall not require Operator intervention.  When a vehicle is placed into fallback mode, the Operator shall be notified that the vehicle is operating in fallback mode via a continuously displayed message and audible tone. All communications with a vehicle in fallback mode shall be via the Operator's handset or speaker, and not the vehicle's PA system. All vehicles not impacted by the failure shall continue to operate in the normal communications mode.  The System shall collect lift / ramp data indicating when the lift / ramp on a vehicle is raised and lowered. The data collected shall enable generation of statistics for lift / ramp usage by location and the time it takes to board / de-board passengers using the lift / ramp.  The System shall provide for automatic control of all destination signs in fixed route vehicles. The destination signs shall be automatically updated by the System at Operator logon and at predefined points along each route (e.g., at the end of a trip). The points at which destination sign messages shall be automatically changed shall be definable by the System Administrator.  The MDT shall not be usable by the Operator when the vehicle is in motion above 5 MPH and above.  The MDC shall be equipped with a navigation assistance element that allows Operators to visually see a route on a map for fixed route vehicles (detours, training, etc.).

8.2.5 Covert Emergency Alarm (Silent Alarm)

 The Proposer shall provide a Covert Emergency Alarm (CEA) with a hidden microphone which will activate a silent alarm when an Operator presses an existing button located in an inconspicuous location of the Operator‘s area.  The CEA shall be a recessed push button located on the Operator's left side instrument panel.  Emergency Alarms shall have the highest priority of all data messages.  The Operator shall have the ability to downgrade an Emergency Alarm by pressing Priority Request to Talk (PRTT) or Request to Talk (RTT) on the radio microphone handset.  A CEA event indication shall not be noticeable to passengers on any vehicle.  When Dispatch receives a CEA the following events shall occur, in sequence:  An audio alarm shall be triggered and a visual alarm shall be displayed in a separate window on the AVL of each Dispatcher  When a Dispatcher responds to the Emergency Alarm, an incident report shall be generated.

Page 62 / 256 Pages GET RFP G035

 An Emergency Alarm acknowledgment message shall be sent to the vehicle.  The Dispatcher shall have the ability to listen in on the vehicle audio.  Receive audio on the vehicle shall be silenced.  The Dispatcher shall have the ability to downgrade an Emergency Alarm if conditions warrant.

8.2.6 Overt Emergency Alarm The Overt Emergency Alarm (OEA) allows an Operator to communicate the nature of an incident using pre-recorded messages that are transmitted to the Dispatch in emergency situations in which passenger or Operator distress can be openly communicated.

 The System shall be configurable to allow the System Administrator the ability to specify a list of overt emergency messages that are used for all vehicles.

8.2.7 Real-Time Monitor (RTM) Editor The RTM shall include a password-protected editor that allows System Administrators with valid login and password to manage route and stop configurations, including the ability to:

 Configure vehicle attributes such as restricting displayed vehicles by route (for public-facing information displays)  Create and edit stops and routes with ease using drawing tools such as polygons, lines, and points  Annotate vehicle, route, stop, and landmark information  Configure scheduled arrival and departure times for vehicle schedule adherence tracking  Import existing route schedule parameters from FleetNet's scheduling application.  Customize map appearance, color scheme, and image editor  Adjust map extent and frame and support for zoom and pan functions  Support for copy, paste, and screen capture functions

8.3 Computer Aided Dispatch (CAD) Functions The following table represents the District's concepts of how the Proposer's CAD solution will meet the Objectives:

CAD Technology Capabilities to Meet the District Goals District Objectives Technology Capability

Make public transit more attractive to the  By providing service. more reliable, up to general population. schedule.

 By generating more accurate schedule Maximize passenger movements. adherence information for planning.

 By improving the accuracy of schedule

Page 63 / 256 Pages GET RFP G035

information and trip planning.

 By helping dispatchers and vehicle Reduce operational costs. operators make effective adjustments.  By reducing spare vehicles needed.

 By improving operational effectiveness and Improve transit system safety. efficiencies via ITS technology – utilizing real-time data.

In summary, and when the complete ITS technologies have been deployed the District seeks to have a System provide the following CAD capabilities for the GET fixed-route Dispatchers:

 View Operators and vehicle information.  View vehicle locations.  View route schedules.  Track schedule adherence of vehicles.  Manage communications with fixed-route Operators and on-street supervisors.  Exchange messages with fixed-route Operators and on-street supervisors.  Manage and log emergency events.  Log all calls with Operators and on-street supervisors.

8.3.1 General Requirements 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 that allows at least four vehicles lined-up within a 200-foot distance to be clearly distinguished, without overlap of the vehicle symbols. The map textual information such as street names, vehicle identities, route names, and 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)  Silent Emergency Alarm conditions  Route status (on or off-route)  Type of vehicle (fixed route, supervisor, or other non-revenue, if AVL equipped)  Non-scheduled - logged on (e.g., fill-in, trip, special event vehicles)  Not logged on  Vehicle Operator name  Direction of travel  Estimated time of arrival calculated by the System for a selected vehicle at a selected destination

Page 64 / 256 Pages GET RFP G035

 Dispatchers shall be able to quickly and easily configure their map view to show only the attributes that are desired  The Dispatcher shall be able to manually turn on or off the available layers of the map  A Dispatcher shall be able to restrict the display of AVL-equipped vehicles on the geographical map to any combination of the following criteria:  All bus vehicles on all routes  Buses on selected routes  A single bus vehicle  Provide Dispatchers with the capability to filter within the queues to tailor information as operationally required by each Dispatcher.  Provide Dispatchers with voice path options to handset, Operator speaker, and vehicle PA.  Provide Dispatchers with schedule information by block and / or run including real time status.  Provide Dispatchers with pull-in and pull-out status from Maintenance including alarms for late and missed pull-ins and pull-outs.  Provide Dispatchers with roster information for logging in / out Operators and changing assignments.  Provide capability for Dispatchers to log in Operators with selectable requirement for Operator acknowledgement.  Provide Dispatchers with maintenance information of real time vehicle monitoring status including query capability for vehicle historical status (if option exercised).  Provide Dispatchers capability to perform service adjustments for individual time points and stops.  Allow Dispatchers capability to add new services (i.e., overloads).  Allow Dispatchers to temporarily change times within a schedule (i.e., offsets, detours, etc.).  Provide Dispatchers capability to cancel an entire block of service.  Provide Dispatchers with communication history for reviewing most recent voice and data communications with ability to create incident reports from the history list.  Allow Dispatchers to review Operator generated transfers and cancel transfer requests.  Capability for Dispatchers to intervene in the transfer process when operationally required.

8.3.2 Reference Information Displays The System shall provide reference information displays that present transit operation information routinely needed by the Dispatchers. The information displayed to Dispatchers shall be images or copies (e.g., Acrobat PDF) of existing data obtained from various sources. Using this data as-is, the Proposer shall develop the System import procedures and software applications necessary to support these displays. The District will not repackage, rework, or otherwise change System reference data to suit the needs of the Proposer‘s System input requirements. The System shall provide the capability for users to create reference information displays as the District uses the System and identifies other needs. The types of displays to be initially provided shall include:

Paddle Displays – These displays shall present copies of the Vehicle Operator's schedules (paddles). Headway Displays – These displays shall present a list of buses (by block numbers) that service a particular route including time points along the route, the pull out/pull in times, and the departure times of each bus. Destination Sign Displays – These displays shall present destination sign messages and their corresponding codes.

Page 65 / 256 Pages GET RFP G035

Route Displays –These displays shall provide detailed descriptions, including any notes, for each route. Radio Assignment Display – This display shall list the fallback mode radio channel assignments for each vehicle. Vehicle Listing Display – This display shall show a listing of all revenue and non-revenue vehicles. The information presented in this display shall include the vehicle number, type, manufacturer, license plate number, registration information, MDT serial number and radio serial number.

 Paddle Displays – These displays shall present copies of the Vehicle Operator's schedules (paddles).  Headway Displays – These displays shall present a list of buses (by block numbers) that service a particular route including time points along the route, the pull out/pull in times, and the departure times of each bus.  Destination Sign Displays – These displays shall present destination sign messages and their corresponding codes.  Route Displays –These displays shall provide detailed descriptions, including any notes, for each route.  Radio Assignment Display – This display shall list the fallback mode radio channel assignments for each vehicle.  Vehicle Listing Display – This display shall show a listing of all revenue and non-revenue vehicles. The information presented in this display shall include the vehicle number, type, manufacturer, license plate number, registration information, MDT serial number and radio serial number.

8.3.3 Vehicle Status The System shall verify that fixed-route 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 Operators log on to open blocks.

 Logon to indicate the start of a shift. The logon process shall allow the Dispatcher to use the System to indicate the time and identify the Operator.  Accept base schedules for routes, runs, and Operators.  Send ad-hoc text announcements to buses by route, or routes, or pre-defined groups.  Send library-stored text announcements to buses by route, or routes, or pre-defined groups.  Alert Dispatcher if an Operator fails to acknowledge text announcements within a programmable time.  Manage queue of incoming messages from Operators.  See Operators assignments to routes and runs.  Display current bus status for all buses, and highlight those buses reporting some irregular status (e.g. ahead of schedule, behind schedule, off-route).  Hear distinct audible alarm and / or see flashing on-screen icon if status received from bus is one of a set defined as disabling or emergency (e.g. covert alarm).  Add buses to and delete buses from service.  Deploy route detours (sending predefined detours as text messages through the bus MDT.  Create, edit, and view notes on status of each bus.  Generate log report including communications requests and communications with buses, schedule changes and detours, Dispatcher and supervisor notes on bus status, and bus-generated events and

Page 66 / 256 Pages GET RFP G035

alarms.  Receive Operator schedules for shift, and assignments to routes and runs (compatible with scheduling and runcutting software).  Playback a sequence for a specified vehicle on a specified route at a specified time, in chronological order and review the path of the vehicle and its time at each reported location on its run. The Dispatcher shall be able to control the speed of playback.

8.3.4 Daily Schedule Selection The schedule of trips for each service day shall be automatically selected by the System based upon the date, day of the week, and any special schedules applicable to particular days. In general, schedules include weekday, Saturday, and Sunday schedules. In addition, special (exception) schedules are generated for school closures and early-outs, special events, and holidays. Holidays and other special dates may be defined by the District in real-time.

8.3.5 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, Operator numbers, route numbers, block numbers, etc.; the following specific types of information shall be presented:

 The System shall monitor off route status – for each vehicle off route, the distance off route, the time that the vehicle went off route and the next scheduled time point shall be displayed  The System shall monitor off schedule status – for each vehicle that is off schedule, the schedule deviation and the next scheduled time point shall be displayed  The System shall monitor late pull outs – for each block with a late pull out, the scheduled pull out time, and the associated vehicle status, if logged in, shall be displayed  The System shall monitor late pull ins – for each block that is late pulling in, the scheduled pull in time, and the associated vehicle status, if logged in, shall be displayed  The System shall accurately monitor the schedule adherence of all fixed route revenue vehicles that are operating on defined schedules. Fill-in vehicles (extra vehicles placed on a route) and special event / service vehicles that are without defined schedules shall not be monitored for schedule adherence.  Schedule adherence shall be calculated at each defined time point and accurately estimated between defined time points. The time delay between the receipt of a vehicle's position and the availability of the calculated / estimated schedule adherence status shall not exceed five seconds. Schedule deviations beyond pre-defined, System Administrator-adjustable thresholds shall produce an event.  Schedule adherence to defined time points (i.e., those in official published schedules) shall be based on the scheduled departure time at each time point, with the exception of those specific stops that have both arrival and departure times (e.g., layovers) and the end of a trip. The number of time points shall range from 2 to 100 time points per route per direction. Time point departures shall be determined by the System to an accuracy of ± 5 seconds, regardless of whether the vehicle stops at the time point or passes the time point without stopping.  The System shall provide the Dispatcher the projected recovery time based on the next terminal departure.

Page 67 / 256 Pages GET RFP G035

 A vehicle's schedule adherence status shall be available for presentation to the Operator and to Dispatchers, and for generation of schedule adherence deviation events.

8.3.6 Route Guidance

 The System shall have the capability of providing detour options to the Dispatcher and to the Operator via the MDT.

8.3.7 Turn-Back Monitoring

 The 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.

8.3.8 Covert Monitoring

 Dispatcher selection of an Emergency Alarm shall automatically initiate covert monitoring (i.e., a one-way voice call from the vehicle to the selecting Dispatcher). Dispatcher initiation of covert monitoring without an associated Emergency Alarm shall not be permitted.  Covert monitoring shall enable the Dispatcher to monitor sound from the vehicle that is in an Emergency Alarm state. The voice talk group number selected by the System for covert monitoring shall be made available to the Dispatcher at the workstation.  While covert monitoring is active at a workstation, all other workstations shall continue to operate normally, including support for all voice and data communications with other revenue and non- revenue vehicles.  The Dispatcher who selected the Emergency Alarm, thus initiating a covert monitoring session, shall be able to end the covert monitoring session (but not the Emergency Alarm) at any time by entering the proper covert monitoring override commands.

8.3.9 Data Messaging

 The System shall enable Dispatchers to send data messages to one or more selected vehicles and routes using any of the selection methods specified. Custom, free-form data messages and a set of canned data messages shall be supported. Pre-defined data messages shall be configurable by authorized Dispatchers and shall be available for rapid selection.

Page 68 / 256 Pages GET RFP G035

 Data Messaging with Response  For each message issued that requires a response, the Dispatcher shall be able to display a list of the receiving vehicles and their assigned fixed-route block numbers, an indication of those that have responded, and the response received. Vehicles that have not responded shall be listed at the bottom of the list. The text of the original data message and the time it was sent shall be displayed at the top of each list.  The System shall support situations where multiple messages requiring a response are active at the same time for the same Dispatcher. In this case, the System shall associate the responses with the proper message. The active messages and the list of responses received for each shall be preserved when a Dispatcher logs off and automatically transferred to a new Dispatcher who logs on and takes over the responsibility of the Dispatcher who initiated the active messages. Alternatively, a Dispatcher shall have the capability to manually initiate a transfer of the lists to another Dispatcher who may not be logged on yet or to whoever assumes the responsibility of the Dispatcher who initiated the messages.  Dispatchers shall be able to choose the message responses to be displayed from a list of active messages for which responses have been required. Dispatchers shall be able to delete a message from the active list even if all of the responses have not been received.  Data Messaging- Store and Forward  The System shall enable authorized Dispatchers to send data messages that are designated as ―store and forward‖ messages. Store and forward message capability shall also apply to messages that require a response.  Dispatchers shall be able to address ―store and forward‖ messages to selected vehicles in a manner similar to normal data messaging and shall be able to designate a bounded (start / end) delivery time period within the service day. A ―store and forward‖ message shall be delivered to the selected vehicles that are active (i.e., logged on) and also those that become active at any time during the designated time period. In no case shall a stored message be delivered more than once to the same Operator while operating the same vehicle and block.  A ―store and forward‖ message shall remain available for delivery until the user-specified delivery time period has ended, until the message is deleted by the Dispatcher, or until the end of the service day, whichever occurs first.  Re-Route Notices  The System shall provide a means for Dispatchers to issue re-route notices that describe detours and other short-term route changes to active vehicles based on their route assignments.  Once defined, re-route notices shall be automatically delivered to all vehicles that log onto the affected routes throughout the service day. Re-route notices shall remain in effect until they are removed by a user, or until a user-specified expiration date has passed, rather than have the notices expire at the end of each service day.  Capability to assign priority levels for display ordering and filtering of message types within the message queues.  Message queues filtered to eliminate waived adherence and off-route notifications.  Service adjustment properties included with off route messages for waived service.

8.3.10 Event Queue Display A display shall be provided that addresses event handling functional requirements of the Dispatcher. Events shall be partitioned so that each Dispatcher sees only those events that pertain to his / her area(s) of responsibility. The following additional features of the event queue display shall be provided with the System:

Page 69 / 256 Pages GET RFP G035

 Event Ordering - Events in the event queue display shall be ordered by decreasing priority, and ordered chronologically (oldest first) within each priority as the default mode of presentation. The System shall enable Dispatchers to re-order the events in the event queue display by sorting on any displayed field. A means shall be provided to quickly return the display to the default ordering.  Scrolling - Scrolling of the event queue display shall be supported when there are more events in the queue than can be displayed at once. In a typical window configuration, the System shall be able to concurrently display at least 20 events in the event queue display.  Priority - Color coding and / or spacing shall be used to distinguish events of different priority levels. Events that are unanswered (i.e., those which a Dispatcher has not yet responded) shall be clearly distinguishable from all other events.  Display Fields - The fields (table columns) to be presented for each event shall include the type of event, time of occurrence, route number, vehicle ID, Operator name and number, a text description of the event, event status (e.g., unanswered) and any important event attributes (e.g., schedule deviation amount). The System Administrator shall be able to define the order in which the event queue fields are displayed.  Text Descriptions - The text description shall uniquely describe each type of event such as Emergency Alarm, request to talk, schedule and route deviations and text for canned data messages received from vehicles. In the case of lengthy text messages, at least the first 20 characters of each data message shall be displayed in the event queue. For messages longer than 20 characters, the full text of the message shall be displayed to the user when the particular event is selected. Numeric and cryptic alphabetic codes shall not be used for the event descriptions.  Emergency Alarms - All Emergency Alarm events shall be audibly annunciated with a unique and distinctive tone when an Emergency Alarm is first displayed in the event queue. The audible annunciation of an Emergency Alarm shall continue until an authorized Dispatcher either selects the Emergency Alarm event or otherwise acknowledges the alarm.  Audible Annunciation - An audible tone, different from the Emergency Alarm tone, shall sound if a Dispatcher's event queue contains no unanswered events and a new event (other than an Emergency Alarm) is being added to the Dispatcher's event queue. At all other times, the entry of an event into a Dispatcher's event queue shall not be audibly annunciated.  Event Selection - The event queue display shall provide for the convenient selection of events in the queue and for initiating follow-up actions pertaining to the selected event. Once an event is selected, all information pertaining to that event and other pertinent data including the vehicle ID, Operator name, schedule adherence status, complete text of the message, and fields for initiating follow-up actions shall be displayed. The ability to select multiple contiguous and non-contiguous events in the display shall be provided to support rapid event removal.

8.3 11 Incident Management

 The System shall support Dispatchers in the creation, maintenance, tracking and distribution of incident reports. Creation of incident reports shall be triggered automatically for some event types and sub-types (e.g., on receipt of an Emergency Alarm) and on user demand for all other event types and sub-types and for incidents not linked to events. The System Administrator shall be able to select which events automatically generate an incident report.  Upon creation of an incident report, the System shall automatically fill in all data for the report that is available to the System, such as vehicle IDs, Operator numbers, location, current date and current time. The automatically filled in location shall be a reverse geo-coded street address based on the

Page 70 / 256 Pages GET RFP G035

vehicle‘s reported position (lat / long). Dispatchers shall then be able to edit all data fields and fill out any additional data fields defined for the incident report. Dispatchers shall be able to edit incident report data until the incident is closed.  The System shall provide functions to enable the System Administrator to specify which events will trigger incident reports and the incident report format to be used, create new incident report formats, edit existing report formats, and integrate new incident report formats into the System. These incident report maintenance functions shall be available on-line without interrupting current System operation.  The System shall include a playback capability that enables Dispatchers to quickly recreate and observe the exact conditions that existed within the System at a previous time for the purpose of analyzing incidents. The playback function shall permit a Dispatcher to rapidly and selectively retrieve data for any time within the last 13 months without requiring the loading of archival data from offline media. The System shall be able to restore and play back data from time periods prior to the 13 month online history.  The System shall able to enable Dispatchers to start a playback beginning at any selected date and time. Dispatchers shall not be required to play back data for an extended duration in order to properly initialize the System conditions at the beginning of the playback period specified by the user. Dispatchers shall be able to control the speed and execution of the playback and shall be able to start and stop the playback, fast forward / backward, pause / resume the playback, and playback in slow motion. While in pause mode, no further data updates shall occur, but users shall be able to view and move among all displays and produce all reports.  The System shall be integrated with the District's FleetNet Safety (Incident) Module.

8.3.12 Operator Relief Status The System shall enable Dispatchers to monitor the status of scheduled reliefs for fixed-route Operators. A complete schedule of reliefs for the service day shall be provided that shows the status of each scheduled relief. The status indications for reliefs shall include whether the relief has started, is completed, and has been missed.

8.3.13 Vehicle Operator Changes The System shall support en-route changes of the assigned Operators for cases such as mechanical breakdowns and Operator substitutions. In these cases, the System shall allow the Operator to send a pre-defined data message to indicate the reason for the change. Operators shall be required to perform an Operator logon / logoff when the change takes place.

8.3.14 Data Entry

 All enterable data fields shall be highlighted. The Dispatcher shall be able to enter the desired value anywhere within the data entry field. If only a portion of a data value needs to be changed, only that portion of the value shall need to be entered.  The Dispatcher will initiate data entry by selecting the value to be entered on a display. The value shall be highlighted and the value's identification shall be displayed. An authorization feature shall determine if proper authorization exists for the user requesting data entry. The System shall also

Page 71 / 256 Pages GET RFP G035

verify Dispatcher entries. Invalid entries shall be detected and reported to the user as guidance messages.  The amount of data Dispatchers are required to enter shall be minimal. The System shall insert any data that is already known (e.g., date, time, user identification, vehicle identification, Operator ID) and provide default values where appropriate. When data entry of a field is limited to a known set of valid responses, the list of valid responses shall be presented to the user in the form of a scrollable list.  The Dispatcher shall be able to suspend data entry at any time by requesting a different display or window. This action shall cause the process to be suspended and the data value shall remain unchanged until the Dispatcher returns to the display or Window.  The Dispatcher shall be able to terminate data entry at any time by canceling data entry. This action shall cause the process to be terminated and the data values cleared.

8.3.15 User Guidance

 The System shall respond to all user input actions indicating whether the action was accepted, was not accepted, or is pending. For multi-step procedures, the System shall provide feedback at each step. Indications such as text messages, color changes and blinking shall provide this feedback.  User guidance messages shall be unabbreviated English text and shall not require the use of a reference document for interpretation.  User guidance messages for System errors that occur during normal System use shall not include diagnostic or other complex data or descriptions intended for maintenance personnel. Diagnostic data shall be logged for later retrieval by the System Administrator.  Critical actions initiated by the System user, such as a deletion, shall be performed only after a warning message and request for confirmation are issued to the initiating user and the confirmation of the intended action is received from the initiating user.  Pop-up user guidance messages shall not require the user to select or move them in order to read their contents.

8.3.16 Display Response Time When a new display is requested by the Dispatcher, the new display complete with data values shall appear on the local workstation screens within three (3) seconds under the peak load conditions. For this requirement, display response time is defined as the response time to display current database data on a display.

8.3.17 Display Scrolling If display content is larger than the display, scroll bars shall be used to enable rapid viewing of all display content. For tabular displays that must be scrolled, the row and column headings of the table shall be stationary so that these headings can be viewed regardless of the scroll position.

8.4 Automated Stop Annunciation (ASA) As an option, the Proposer may specify the use of an Automated Stop Annunciation (ASA)

Page 72 / 256 Pages GET RFP G035

system in accordance with Americans with Disabilities Act (ADA) requirements. The ASA system shall integrate to the existing public announcement (PA) system on-board the vehicle.

The following table represents the District's concepts of how the Proposer's Passenger Information System solution will meet our Objectives:

ASA Technology Capabilities to Meet the District Objectives District Objectives Technology Capability

 By helping the District achieve compliance with the ADA, the ASA assists riders, who Make public transit more attractive to the are blind, cognitively impaired, or hearing general population. impaired, as well as commuters and tourists reach their destinations.

 By helping riders with disabilities to use Maximize passenger movements. accessible fixed-route bus systems instead of relying on paratransit service.

 By providing clear announcements, ASA provides passengers with more information Increase awareness of ITS benefits and improves the rider experience through ITS.

In summary, and when the complete ITS technologies have been deployed the District seeks to have a System that provides the following ASA capabilities for the riding public and for District operations:

 Provide stop information along route.  Inform Operator to stop at next location based on the "stop requested" option.  Announce stop locations both visually and audibly.  Automatically manage destination signs.

As a further option, the annunciation system shall include visual display systems to be installed on-board the vehicle such that the auditory announcement can be simultaneously displayed visually.

 The District has interior DMS' installed on the GET fixed route fleet. The Proposer shall install new interior DMS. However, the Proposer may propose the use of any existing interior DMS if it can ensure that the proposed ASA system can integrate with the existing DMS to provide desired visual ASA features.  The DMS shall display the ―stop requested‖ message when stop requested or the wheelchair area

Page 73 / 256 Pages GET RFP G035

stop request is activated by a customer.  If stop request signal is received while another message is being displayed on the DMS, the ASA system shall show stop requested message after current message is completed.  The ASA shall provide text announcements for configurable duration, which will be set using the central recording software.  The ASA shall make an exterior announcement of the current route number and destination when doors open at a stop. At other locations (e.g., major intersections), the controller shall make preset location-based interior announcements.  The Operator shall have the capability of overriding the automatic initiation of visual announcements and instead manually select from a menu of predefined messages for display to passengers. The override shall be reported as an event.  Interior signs shall display stop requested, bus stop arrival, major intersections and landmarks, date / time information, and other preformatted messages.  The interior sign system data files shall be updatable and / or replaced via the onboard WLAN.  The ASA shall provide announcements to passenger‘s on-board fixed-route revenue vehicles. This function shall support next stop announcements as well as annunciation of major intersections, key transfer points, promotional information, public service information, Vehicle Operator initiated messages and advertising.  Next stop, major intersection and key transfer point announcement capacity shall be sufficient to support all of the routes in the service area and all of the trips made by each vehicle during a service day, plus a 50% spare capacity for other types of announcements.  The ASA shall use the vehicle location information from the AVL system to trigger the appropriate announcements on-board the vehicle whenever the vehicle enters a ―trigger zone.‖ A trigger zone is a user-defined area that is located just prior to each stop location. For example, the trigger zone may begin 800 feet before a stop as well as at selected other announcement locations.  Trigger zones shall be pre-defined by the Host software for ASA trigger management and downloaded to the controller over WLAN.  Trigger zones shall be configurable by stop to accommodate for differences in operations, including but not limited to, the direction of approach and size of stop.  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).  In the event that a vehicle is operating off-route, the automated 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.  The Operator shall have the ability to manually trigger the activation of any pre-recorded announcements if needed.  The DMS shall display the current date / time when not displaying a triggered announcement.  Dispatch shall have the ability to send a free form announcement message to one bus, a group of buses, to the ASA interior DMS.  The ASA shall have the capability to create and schedule public service or advertising messages.  Audio levels shall be controllable by the Operator within a usable audio range. The Operator shall have the capability of overriding the automatic initiation of audio announcements and instead manually select from a menu of predefined messages for announcements to passengers. The override shall be reported as an event.  The volume of the internal announcements shall be automatically adjusted according to the noise

Page 74 / 256 Pages GET RFP G035

level on the vehicle at the time, and the vehicle operator shall not be able to lower the announcement volume.  The ASA shall provide the capability to adjust external speaker volume levels based on time and location settings.  The ASA shall provide the capability to adjust the minimum and maximum volume levels separately for interior and exterior announcements.  The ASA announcements and PA volume level controls shall also allow the Operator to separately adjust the volumes for the Operator and handset speakers.  Operator-initiated announcements / displays (e.g., safety-related announcements) shall be programmed to be made at the Operator‘s discretion.  Operator use of the on-board PA system shall override any automated announcements.  Dispatchers shall be able to activate the announcements simultaneously on a group of buses.

8.5 Cellular Communications Network Data transmissions to and from on-board vehicle equipment and fixed-end equipment (e.g., Passenger Information Displays) such as required to transmit location, status and messages between field devices and the Host, shall rely upon commercial cellular data communications or the District's Motorola Radio data channel. It is the responsibility of the Proposer to prove that the commercial network being proposed will provide adequate coverage of the District's entire service area, including the most remote parts of Kern County. It is the District's preference that any communications equipment provided for the Project be compatible with existing and planned private voice communication systems. (Note: Communications costs should be included in the Proposer's unit pricing but should be accounted for separately as a line item. It is the Proposer's responsibility to provide the basis for the commercial carrier‘s airtime charges and fees).

8.6 Data Access Point A high-speed wireless data transfer of system-critical data and firmware upgrades to and from the vehicles shall be provided based upon an open data transfer protocol. Data transfers shall be transparent to the user and occur whether or not the vehicle is logged in to the System.

 The Proposer shall install WLAN access point(s) at the District's yard to upload and download data when vehicles come in and out of service. This wireless network shall avoid significant signal availability outside of the intended coverage area.  The District shall approve the specifics of the proposed access point, signal levels and antenna type / orientations for an acceptable balance between expected coverage and minimizing signal availability outside the facility.  The Proposer shall (based on their experience) determine broadband capacity requirements which include data exchange between the Host and fixed route, demand response, support vehicles, and normal District activities and analyze against current District capacity and include in their any recurring costs in their proposal.  Once a vehicle has successfully associated with the District's WLAN access point, the WLAN data transfer software shall receive the file uploads initiated by the Vehicle Logic Unit (VLU).  When the WLAN data transfer software has a download available for a vehicle that has successfully

Page 75 / 256 Pages GET RFP G035

associated with the District's WLAN access point, the WLAN data transfer software shall check with that VLU whether it has already received that download and if not initiate and complete that download.  The bulk data transfer function shall detect interrupted transfers, such as the case when a vehicle leaves the yard prior to completion of a bulk data transfer. In this instance, the transfer shall be completed normally when the affected vehicle returns to the yard. In the event of an interrupted data transfer, the original data set shall be retained and used until the data transfer is complete.  Any new download file shall be downloaded to the entire fleet within one day, if each vehicle returns to WLAN coverage each night and is configured to remain on for a set time configurable by the District.  All equipment, labor and software required to transfer the data to / from the vehicles shall be provided by the Proposer.

8.7 Automated Demand-Response System The District currently uses the StrataGen Adept Demand Response System software for reservations, manifest creation and dispatch functions. There are currently no AVL capabilities on the demand response vehicles. The Proposer shall install AVL and MDT units on each of 19 demand response vehicles and integrate / interface to StrataGen's Adept software so that the District can achieve real time vehicle location monitoring and fully utilize the capabilities within StrataGen through the MDT's. The goal is to move the communication workload to the MDT's through text messaging and provide for real time manifest updates (via the wireless network) for the Operators. When fully operational, the MDT's shall track and record all Operator and vehicle events; such as: pull-outs, auto arrive, performed, pull-in, etc.

8.7.1 On-board Requirements

 The MDT shall allow the Operator to log-on to indicate the start of a shift. The logon process shall indicate the time of logon; identify the Operator, run and vehicle.  The MDT shall send the name, location, time and GPS location to Dispatch upon trip event.  While the Operator is logged into a run, the MDT shall display manifest data for at least the next three upcoming pickup and drop-offs as well as the next upcoming time point and the schedule adherence status of the most recently passed time point. The Operator shall be able to scroll to view all information.  The MDT shall allow the Operator to receive "will call" requests.  The MDT shall allow the Operator to receive schedule changes. Changes to manifests shall be highlighted for the Operator.  Display pick up / drop off trip information including--but not limited to--passenger name, location address, estimated time, scheduled time, window time and notes such as additional location information and special needs.  The MDT shall send a location report, indicating its current location according to GPS once a defined period of time has passed since the previous location report.  The MDT shall allow the driver to logoff after pull-in, and send a logoff indication.  The MDT shall have pre-programmed keys to report: pickups / drop-offs trip events, no-show requests and emergencies.  The MDT shall allow the Operator to send a text message to Dispatch by selecting from a set of pre-

Page 76 / 256 Pages GET RFP G035

defined messages.  If the MDT does not receive an acknowledgement for a pickup or drop-off trip event data sent to dispatch, the MDT shall store this data for later bulk data transfer to Dispatch.  The Operator shall be able to update the MDT manifest data to reflect the actual fare collected, whether there was a companion, if there was an unreported mobility device, and the number of accompanying minors.  The MDT shall allow the Operator to use MDT ―hot‖ keys for reporting common problems such as traffic delays and mechanical problems.

8.8 Traffic Signal Priority (TSP) The District's fixed route fleet has been equipped with the Traffic Signal Priority (TSP) components (Opticom), but has not yet been made functional other than in a manual mode. The District, as part of this RFP, requests that the Proposer finalize the connection of a few wires within each vehicle, but more importantly, provide the interface components and integration so that the TSP is fully automated via the AVL, utilizing the bus schedule and real time vehicle location to determine when a traffic light should be extended, while taking into account other onboard systems, such as the odometer and door sensors to communicate with the bus' onboard computer.

8.9 Passenger Information System (PIS) The following table represents the District's concepts of how the Proposer's PIS solution will meet our Objectives:

PIS Capabilities to Meet the District Objectives District Objective Technology Capability

 Providing accurate real-time passenger Make public transit more attractive to the information to passengers increases their general population. confidence in the service and the reliability can make it a more attractive alternative.

 Providing accurate real-time passenger information to passengers increases their Maximize passenger movements. confidence in the service and the reliability can make it a more attractive alternative.

 Providing real-time passenger information Increase awareness of ITS benefits informs passengers that the District is tracking and monitoring bus performance.

Page 77 / 256 Pages GET RFP G035

In summary, and when the complete ITS technologies have been deployed the District seeks to have a System that provide the following PIS capabilities for the riding public via real-time information:

 Display arriving and departing GET fixed-route buses at the Downtown and Southwest Transit Centers on a Liquid Crystal Diode (LCD) monitor.  Display estimated fixed-route bus arrival time based on bus location.  Display time of day.  Display emergency messages.  Display operational status of GET fixed-route buses.  Display of bus detours and any information about booster (additional) vehicles.

The District seeks to deploy a real-time Passenger Information System. In the simplest of terms, the District desires to provide vehicle arrival and departure information to our customers, through electronic signage at Transit Centers, bus stops, via the Internet and on personal communication devices. When this service is available, patrons will be able to access the information through the Providers‘ web sites or as a link from the District's web site.

The PIS has the following requirements.

 The Passenger Information System shall use GPS information, historic traffic patterns and vehicle schedules to determine a best estimate for all bus arrival and / or departure times.  The Passenger Information System shall be able to accurately identify vehicle locations for in-service vehicles.  The Passenger Information System 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.  The Passenger Information System shall be updated whenever new routes or schedules are created using the fixed-route management tool.

8.9.1 Predictive Bus Arrival and Departure Algorithms At the core of the PIS 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 PIS 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.

Some Proposers may satisfy this requirement with a Schedule Deviation method of monitoring schedule adherence. The time delay between measuring a vehicle's position and the availability of the calculated / estimated schedule adherence status shall not exceed ten seconds.

Page 78 / 256 Pages GET RFP G035

Schedule deviations beyond pre-defined, adjustable, thresholds shall produce an event. Schedule adherence to defined time points (i.e., those in official published schedules) shall be based on the scheduled departure time at each time point, with the exception of those specific stops that have both arrival and departure times (e.g., layovers) and the end of a trip.

In either case, arrival predictions shall be presented in an easy-to-understand format with minimal latency in the data that is transmitted for consumption over the Web that can be consumed via:

 System User Interface  Customer Web site and browser-based handheld applications  Automatic Stop Annunciation Systems  Mobile Data Terminals  Changeable Message Signs  Interactive Voice Response (IVR) system(s))

Fill-in buses (extra buses placed on a route) and special event / service buses that are without defined schedules shall not be monitored for schedule adherence. Schedule adherence shall be calculated for each defined time point and accurately estimated between defined time points.

8.9.2 Changeable Message Signs (CMS) The District seeks 2 to 5 similar Changeable Message Signs (CMS) which will be located at Transit Centers and possibly the District's Administration and Maintenance facilities. The CMS‘ would display real-time bus arrival / departure times. Specific information to be displayed on the CMS signs will be determined by the District and the Proposer during System Design.

At minimum, the CMS' would display real-time bus arrival and departure times and passenger information based on Predictive Bus Arrival and Departure Algorithms that is a required component of the System.

For CMS locations serving more than one route, the information displayed on the CMS will rotate between routes on a configurable interval (e.g., every 5 seconds). The CMS shall also have the ability to blank out or display user defined announcement messages entered by the System Administrator via a Web-based sign controller interface. Specifically, the CMS display:

 CMS' shall simultaneously display, in real time, the estimated arrival / departure time of the next bus on up to eight routes 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 screen or large 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.

Page 79 / 256 Pages GET RFP G035

 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 and /or indoors in the temperature range 20o F to 120o F.  CMS' shall use a local power supply (115V).  CMSs must be protected using vandal-resistant enclosures.  The front face of the CMS shall provide high contrast, low sunlight reflection in all weather and site conditions.  CMS displays shall be legible when sunlight is shining directly on the display face or when the sun is directly behind the display.  All internal CMS components shall be removable and replaceable by a single technician with basic hand tools.  Removal of a CMS display module will not be required to access the internal components of the display.  CMS controllers shall be capable of being configured both remotely via wireless data connection, and locally using a portable computer via a USB, an Ethernet, or an RS-232 connection. Portable computer devices may also be used for performing routine diagnostic maintenance on the signs though local connectivity.  Each CMS controller shall be connected to photoelectric sensor(s) sufficient to automatically adjust CMS output to address the requirements for legibility under varying ambient illumination conditions.  The CMS controller shall have a time of day clock and calendar. The time and date shall be in sync with the system time at the District.  The CMS controller shall incorporate a real-time clock capable of maintaining the current date / time for up to 14 days without external power supply.  Public information messages / schedules and display configuration shall be stored in a minimum of 10 MB of non-volatile memory, to enable the immediate restoration of these messages when power is restored after a power loss.  The CMS controller shall be configurable with a unique name for the display. When powered on, the CMS shall present the following information at a minimum on the display:  Name of the sign;  Firmware revision;  Communication port configuration information;  Hardware address of the controller; and  Day, date, and time.  Next vehicle arrival prediction messages shall be generated automatically by the CMS controller, incorporating the arrival time prediction data as it is received from the Host prediction software.  The format of the message template shall be ―(route #) (route /destination name) (countdown minutes)‖, or an alternative format approved by the District.  When the CMS receives a message from the Host application indicating that current prediction data is not available, the CMS shall display an alternate message approved by the District.  Hold times for each message display and the blanking interval between message displays shall be variable in 0.1 second increments.  The CMS shall include ongoing self-diagnostics and shall send an alarm message to the Host software in the event that a diagnostic fault is detected.

Page 80 / 256 Pages GET RFP G035

Proposer must describe the communications infrastructure requirements (e.g., wired Ethernet connections, wireless cellular data communications, etc.). Proposer must also describe the sizes of the signs, power requirements, pre-set timing options, and display options. Proposer should provide sample views of LED and LCD signs.

8.9.3 CMS Audible Component The Changeable Message Signs (CMS) shall also be able to broadcast bus arrival and departure times in audible format consistent with the Automatic Stop Annunciation System requirements. The Proposer shall determine the best method for supporting ADA audible functions for CMS signs, which options may include wireless feed from the Host or text-to- speech conversion performed by the sign controller.

 The CMS shall include a manually-activated audio announcement system, which shall read out the sign text once successively in English and Spanish after a pushbutton has been pressed.  Audio sign messages shall be constructed in real-time by the CMS in a manner that avoids the need to send audio data over the radio system, using either prerecorded announcements or text-to- speech generation of quality acceptable to the District.  The audio announcement system shall be made through speakers built-in to the CMS enclosure or installed nearby.  The pushbutton must be mounted no higher than 48 inches and no lower than 15 inches from the finished floor of the CMS.  An unobstructed pathway no less than 36 inches wide connecting the pushbutton to an adjoining or overlapping accessible route must be provided. A clear floor space of no less than 30 inches wide by 48 inches long must exist at the device (wheelchair footprint).  The pushbutton must be operable with one hand; not require tight grasping, pinching, or twisting of the wrist.  The pushbutton shall emit a brief low volume sound every few seconds (e.g., ―chirp‖) to guide the visually impaired to the pushbutton location.  The audio volume shall be automatically adjusted based on the current ambient sound level in front of the CMS to ensure that it is only loud enough to be understandable within a five foot radius from the sign.

8.9.4 Bus Stop Signage The Proposer shall provide a method for allowing patrons to determine next arrivals at each bus stop, regardless of location. For example, a bus stop sign may provide a unique indentifying stop number and a toll-free telephone number patrons can call to receive next arrival predictions in real-time. Proposer should provide cost estimates for sign preparation and on a separate line Proposer should provide cost estimates for installation of signs. In addition, the Proposer should provide estimates of toll-free telephone service for customer call-ins.

8.9.5 Customer Web Site / Customer Communication Devices The District expects that the PIS will be broadcast via the Internet, generate Web-based maps for each route, and display accurate vehicle information, including route names, street and landmark names, vehicle location and estimated arrival / departure times. The District expects that its

Page 81 / 256 Pages GET RFP G035

customers will be able to access route information through both the Provider's Web site as well as the District's Web site.

To the extent possible, all information should be available in a form which facilitates access by and delivery to current consumer communication devices and provides a means to easily incorporate future devices and communication services. A few examples are: Cell Phones, Smart Phones and Personal Digital Assistants (PDA's), iPad's getting real-time arrival information and other status updates via text / SMS messaging, and / or PDA applications, etc. Real-time information must also be accessed through any computer that has Internet access. In addition, the System should allow for customer registration and identification of information they would like ―pushed‖ to their devices as either information or alerts.

The District's preference is to integrate the PIS into the District‘s main Web site, www.getbus.org. The Proposer / District web site shall provide, at a minimum, the following features:

 The 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.  The System shall provide support for PDA and Mobile Phone access, using simplified version of the Proposer / District web site specifically designed for handheld devices (e.g., iPhone. Droid Apps, etc.)  The Proposer shall provide all Web pages, data feeds and scripts needed to enable this Web service on the District's Website.  The response Web page shall be continuously updated (whenever a new predicted arrival time is determined), until the user closes the web page.  The System shall provide the ability to display route, stops and real-time location of a vehicle on a route on a web-based map display. The location shall be automatically refreshed at least every 60 seconds.  The 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.  The Web-based interface shall provide the ability to zoom in / out and pan the map.  The map display shall be automatically formatted to fit the screen size of the customer device (i.e. mobile device and personal computer).  The vehicles shall be shown using a distinct icon approved by the District and also indicate the direction of movement of the vehicle.  Clicking on a vehicle icon must show the current status of the vehicle (early / late / on-time).  Clicking on a stop icon shall display arrival times for the next three buses for each route passing by that stop.  The System shall provide the District the ability to publish any service alerts on the Web page showing real-time vehicle location display.  The System shall provide real-time information alerts to District customers based on their preferences. Customers shall be able to subscribe or unsubscribe to this service as desired. Also, the System shall allow customers to configure their preferences for the content and time interval for receiving real-time information alerts.  The System shall automatically notify customers of the real-time status of buses at a specific stop on a requested route and direction. The notification will be made in the form of an email or SMS

Page 82 / 256 Pages GET RFP G035

message.  The notification service shall alert customers about real-time status of the last bus of the day, if their preference indicates interest in this information.

8.9.6 Customer Trip Planner The Proposer shall provide a solution for customers to plan trips via the Internet or smart phone via an online Trip Planner. The District prefers Google Transit and would value the Proposers assistance in getting the District set-up for its use. If Google Transit is not an option, then the Proposer may provide alternatives, such as their solution, the District's FleetNet or other solutions.

Regardless of which solution is used, the Trip Planner should allow customers to enter their starting point and destination, make some choices about their trip (address, nearby stops, routes, landmarks, etc.), and receive an itinerary based 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.

The District prefers that the Trip Planner include an accessible version that can be used by customers with disabilities in order to be ADA compliant.

8.9.7 Interactive Voice Response (IVR) System The Proposer shall provide a method for allowing patrons to determine next arrivals at each bus stop, regardless of location via an Interactive Voice Response (IVR) system.

The IVR should support, at a minimum, the following features:

 The IVR shall provide real time information. The System shall respond to a customer request with the real-time arrival information for the next bus on the requested route and direction.  The IVR shall notify demand response customers about their pickup time the night before the trip and once the vehicle is within a defined distance from the pickup location.  The IVR shall provide the capability for customers to access or be contacted with information about District services via telephone.  The IVR shall be interfaced with the next arrival prediction software to access current prediction data for a selected stop.  The IVR shall be integrated with the existing telephone systems at the District.  The IVR interface shall consist of voice prompts to which the customer may respond by either voice commands or by touch-tone key selection.  The IVR shall automatically notify customers of the real-time status of buses at a specific stop on a requested route and direction. The notification will be made in the form of an email or SMS message.  The IVR notification service shall alert customers about real-time status of the last bus of the day, if their preference indicates interest in this information.  The IVR system shall collect customer call data and provide reports for administrative purposes.  The Proposer shall describe the level to which data may be collected for incoming customer calls

Page 83 / 256 Pages GET RFP G035

and for the touch-tone responses to menu options.  The IVR shall allow a System Administrator to generate reports for specific time periods, including the following types of reports:  Number of total incoming calls;  Number of calls that transfer to Customer Service without other input;  Number of calls that transfer to Customer Service with other input;  Number of calls that request to cancel a scheduled trip;  Number of automated notification calls made by the system to inform customers of their scheduled trip pick-up times; and  Call duration for each call.  The IVR shall allow the System Administrator the capability to generate the above reports by the following selectable periods: hourly, daily, range of days, weekly, monthly and yearly.

8.10 Information Technology Architecture

8.10.1 Host Site The Proposer‘s System must be an ―out-of-the-box‖ application from a Host data center; and accessible from any Internet capable desktop within the District and the System must have the capacity to both import and export data on a regular and automated basis either through the Proposer‘s API or defined database access protocol.

The District believes that there are three viable approaches to the supporting technology infrastructure and architecture: 1) System entirely Hosted at the Proposer's Data Center; 2) a Managed Services approach, whereas the District maintains the Data Center equipment, but the Proposer is entirely responsible for the Proposer's applications, databases, patches, updates, environments, etc. via remote access; and 3) a Traditional Model whereas the District is responsible for all aspects of the Host Data Center.

Because the District does not possess a traditional IT Department with staff, the District prefers a fully Hosted solution or the Managed Services approach.

A Service Level Agreement between the Proposer and the District shall identify the expected performance levels for System availability, scheduled maintenance, and repair during a system outage event, to ensure that critical System maintenance (backups, database maintenance, archiving) occurs. Disaster Recovery procedures that shall be implemented to ensure data security during a disaster shall be incorporated into the Service Level Agreement. The servers that Host the data shall be maintained at a facility selected by the Proposer and approved by the District. The Proposer shall provide all data, cellular communications and network infrastructure as part of ongoing monthly costs associated with ownership of the system.

Specific District requirements are:

 Proposer shall provide and justify their solution architecture, Hosted, Managed Services, Traditional

Page 84 / 256 Pages GET RFP G035

method, or other.  Proposer shall meet planned uptime requirements of 99.9%.  Proposer shall provide a System architecture for all technologies exercised not or in the future by the District  Proposer shall provide a Host System architecture for all supporting hardware, software, operating systems, databases, redundancies, environments, Disaster Recovery, and Security, etc.  A backup system shall be available to the District in the event of failure of the centralized Hosted service.  Proposer shall ensure Data Center: electrical power, air conditioning, backup power, PDU, etc. requirements, if located on District property.  The District shall be informed at least thirty (30) days in advance in writing of upgrades that require updated software or higher speed Internet connectivity, etc.  The Proposer shall monitor and insure Internet connectivity to the Hosted services if utilized.  The Proposer and / or District shall be automatically alerted to Host failures and resolve them directly or with a third-party. The District shall not be required to help troubleshoot or resolve issues at the Hosting service, if utilized.  The system shall be available 24 hours a day, seven days a week.  Secure access to the full system functionality shall be available to District staff remotely from any computer that meets the Proposer's stated requirements.  Remote access to the system shall be secure and protected by password or other equivalent-or- improved security measure.  The District's data shall be securely stored by the Proposer and accessible only by authorized individuals.  The District's data shall be securely backed up on a daily basis, and backups shall be stored in a secure facility remote from the primary Host site.  The Proposer may not retain data if the District requests its destruction, deletion or transfer.  The Proposer shall relinquish all of the District's data to the District upon request.  The Proposer's Hosted site must be protected by current virus protection, internet security, and other security software against catastrophic failure and malicious attacks, if utilized.

Proposer-initiated software updates, such as those related to future client project upgrades, should be extended to the District to the extent the updates would add benefit to the Project and are supportable within the technical requirements for Project. If the District requests new feature sets be added beyond those included in the initial feature set approved by the District for Project, the Proposer shall identify whether the requested software enhancements can be accommodated under the normal maintenance agreement or if said changes would require a change order.

8.10.2 Ownership of Data All data collected by the Hosted System shall remain the property of the District. Access to all real- time and archived vehicle location data must also be available to third party application providers for potential future external development purposes. Proposer should indicate which method would be used (XML, RSS, JSON, SQL, etc.). Data generated by the District shall be available to the District at all times. The District 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.

Page 85 / 256 Pages GET RFP G035

8.10.3 Activity Logging

 The System shall log all user actions.  The activity log shall be real-time and accessible on-line.  Each user logon and logoff shall be recorded in the historical event log.  The recorded data shall include the date and time that the logon / logoff was executed, the name of the workstation, and the identification of the user. All functions performed by all users shall be stored in the historical event log.

8.10.4 Reasonability of Data

 In order to prevent invalid and unreasonable data from having a harmful effect on the System or District operations, the System shall check data for reasonability.  All input data, parameters, and commands whether collected automatically or entered by a user shall be checked for reasonability before allowing the data to be processed or used by the System, and shall be rejected if unreasonable.  When unreasonable input data or results are detected, diagnostic messages clearly describing the problem shall be generated.

8.10.5 Access Security

 Access to the System shall be strictly limited to designated and authorized System Administrators.  Users without proper minimum authorization shall be denied access to all System functions and data, as well as all System resources such as servers, printers, workstations, etc.  Each user shall have a unique username that is assigned by the System Administrator.  The logon / logoff status of a user shall be unaffected by any failure recovery procedure in the System.  A function shall be provided for users to log off.  Access to System functions and capabilities shall be based upon each user‘s authorization level and not the physical workstation being used though limitations in functional capabilities due to the configuration of the workstation may also apply (e.g. no voice equipment).  Each level of access shall be capable of specifying ―full‖ ―view-only‖ or ―no‖ access to each identified System function.  A minimum of four user-access levels shall be supported by the System. The term ―user‖ alone shall refer to all levels except when it is clear from the context that another meaning is intended. The minimum user-access levels shall be:  Information User — these users shall have only read-only access to System historical data via the information server resources, but shall have no access to System functions.  Customer Service User – these users shall have all the rights of an Information User plus read- only access to selected Dispatcher functions (e.g., AVL functions).  Dispatcher — these users shall have all of the rights of a Customer Service user plus full access to specific System functions as determined by the System Administrator.  System Administrator — these users shall have unrestricted access to System functions and shall have special privileges required to administer overall access security and to maintain the System. A secure method shall be provided for the System Administrator to change passwords

Page 86 / 256 Pages GET RFP G035

and user identifications and establish functional partitions.

8.10.6 Data Backups Capability shall be provided by the Proposer to backup the System data on a regular basis, preferably nightly. If there is a catastrophic failure that results in the loss of data, the Proposer shall provide a means to retrieve the corrupted data without disruption to System operations. The District's data shall be retained for a minimum of one (1) year on the Proposer's server(s) and then archived in a format agreed upon with the District. District users shall be able to generate queries from the restored data. The District may request that the Proposer restore route or stop data from one of its daily backups in the event that undesired changes are accidentally made.

8.10.7 Data Archival and Restore The System shall provide an information storage function (data warehouse) that collects and stores all operational data for the purpose of later retrieval and analysis. Enough online data storage shall be provided to keep at least three (3) years of historical data. The historical data shall be accessible by included standard System applications and tools.

8.10.8 Data Transfer The System shall support automated wireless transfer, in either direction, of large amounts of data with all System equipped vehicles. The primary objective of this function shall be to eliminate the need for District personnel to physically work on each vehicle when major schedule changes occur or when routine software, configuration and other non-hardware modifications are required on the vehicles.

The Data Transfer shall perform the following functions:

 The bulk data transfer function shall permit all updates to occur over a period of at least two weeks prior to the effective date of the new data and without disrupting current operations using the existing data.  The bulk data transfer function shall enable authorized System Administrators to post data for transfer to vehicles and to monitor the progress of all transfers on a per-vehicle basis.  No user intervention shall be required to handle transfers once they are posted.  Bulk data supported by this function shall include, but not be limited to, the following types of data: schedule route definition data including routes, schedules, trips, runs, time points, display / annunciater trigger points, map data and other data required by the fixed route vehicles.  The System shall include a capability to download short-term changes to the route definition data (e.g., re-routes) to vehicles operating in the field.  The System shall include a capability to update destination sign message data for fixed route vehicles with onboard signs that are interfaced to the System.  Audio Announcement and Visual Display Data - Updated audio announcement data and visual display data (if supplied) for all fixed route vehicles.

Page 87 / 256 Pages GET RFP G035

 MDT Parameters - Updated MDT parameters, including canned message menus, timeout periods, and schedule activation dates.  The transfer of higher priority, more time critical data shall be accomplished before the transfer of less critical data.  The Proposer shall ensure that all data transferred via the bulk data transfer function is secure from unauthorized interception.  The Proposer shall employ encryption and / or other methods to prevent such unauthorized access.

8.10.9 Scheduled Maintenance All software maintenance shall be performed outside of the District'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.

8.10.10 Version Tracking Requirements The System shall maintain records of all versions of the back-end AVL, RTM, Arrival prediction functions, System User Interface and Customer Web site, and on-board VLU configuration files and executables that are either received from the Host or created and that are successfully loaded and running on the vehicle or device. Reports and a graphical interface (screen) shall be made available to verify the versions and the download status of all features / applications of the System. Failure in the transmission of any data to a vehicle or device including external interfaces shall result in a failure message been logged and reported to the System Administrator.

8.10.11 System Administration Functions Access to the following System functions shall be restricted to System Administrators.

 Fixed-Route Data Retrieval  Interim Schedule Maintenance  AVL Map Retrieval and Maintenance  Destination Sign Data Maintenance  In-Vehicle Announcement Data Maintenance  All parameters in the System that users may need to modify shall be adjustable by authorized System Administrators.  System Administrators shall be able to define data partitions that specify, via selection criteria or other means, a subset of all System data, including events that Users are permitted to access.

8.10.12 Disaster Recovery Procedures The Proposer shall develop Disaster Recovery Procedures for the District's review and approval. The System shall be designed and operated such that the System can quickly and efficiently recover from a disaster. As part of the Field Performance Test, the Proposer shall implement its Disaster Recovery solution and shall test the System accordingly.

Page 88 / 256 Pages GET RFP G035

8.10.13 Continuity of Services

Upon the District‘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 District, 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 District. Upon completion of District review, both parties will meet and resolve any additional requirements / differences. The Proposer shall provide sufficient experienced personnel in each division of work during the entire transition period to ensure that the services are maintained at the level of proficiency required by the Agreement. The Proposer shall allow the successor to conduct on-site interviews with the employees.

Page 89 / 256 Pages GET RFP G035

9.0 OPTIONAL REQUIREMENTS

Following are optional technologies the District wishes to consider. Most of the contents of these technologies are base requirements and represent general System functionality. These options are not in the base System cost because the District has not made a decision yet whether to proceed with any or all these optional items. For these items, the costs applicable to the optional systems shall be separately identified in the Proposer's Cost Proposal. Such items shall be individually selectable by the District at time of contract award, and authorized under individually negotiated Task Orders.

9.1 Automatic Passenger Counters (APC) The following table represents the District's concepts of how the Proposer's APC solution will meet our Objectives:

APC Technology Capabilities to Meet the District Objectives District Objectives Technology Capability

 By improving facility planning through the Make public transit more attractive to the use of more comprehensive passenger general population. counts at stops.

 By optimizing service through the use of comprehensive and accurate passenger counts, RTC can better understand Maximize passenger movements. ridership.

 By adapting routes to observed passenger demand.

 By reducing resources needed to Reduce operational costs. passenger counting.

In summary, and when the complete ITS technologies have been deployed the District seeks to have a System that provide the following APC capabilities:

 Collect passenger load, boarding and alighting data for route and schedule planning.  Review boarding and alighting data for facilities planning.  Collect passenger count data to validate National Transit Database reporting.  Plan bus stop amenities based on passenger boarding‘s by stop.  Manage passenger loads using APC data to determine when GET alters vehicles stops or

Page 90 / 256 Pages GET RFP G035

when additional vehicles should be put into service.

The Proposer shall provide pricing for the option of adding integrated Automatic Passenger Counting (APC) capabilities to the District. The hardware used for passenger counting shall be proposed by the Proposer, but shall satisfy at minimum the following requirements:

 Ability to accurately detect passengers boarding and alighting and eliminate false positive counts of passengers loitering near the boarding zone.  Support for multiple entries, and for wider entry common to certain vehicle designs.  Support for wheelchair boarding counts.  Ability to detect whether the vehicle door is open or closed (the APC shall only count passengers when the door is open).  The APC solution shall be designed for the transit industry and not adapted for its intended purpose.  Sensors shall operate automatically and without the need for manual intervention.  Data shall automatically be compiled by the APC and integrated to the VLU and / or MDT in real- time.  APC data shall be time-stamped for ease in associating the counts to validating farebox data.  APC data shall be stored along with stop records.  The APC shall meet or exceeds the relevant SAE specifications for vibration, humidity, electrical tolerance, and particulate matter.  The APC for all doorways shall be connected to a single APC controller.  The 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.  The APC shall not register as multiple passengers the passage of a single passenger that reaches into or out of the doorway passage, or is swinging their arms, while passing through the sensor beams.  The APC shall not separately count objects carried by passengers, such as shopping bags or umbrellas.  Boarding and alighting counts shall only be recorded when the vehicle MDC is logged in. If there is a breakdown and passengers need to transfer to a replacement vehicle, this will allow the passenger transfer to be done with both vehicles logged out so that the transferring passengers are not erroneously double-counted.  The APC controller shall be interfaced with a wheelchair lift sensor, with the number of wheelchair lift operational cycles at each stop also recorded.  The APC will have sufficient on-board memory capacity to allow for storage of at least 72 hours of APC data.  Utility software shall be provided, for use on a laptop computer connected via a serial communications connection to either the APC controller or the MDC, which supports calibration of the doorway sensors and review of stored data records.  Upon command from the WLAN subsystem, data records shall be uploaded from the APC subsystem.  The APC subsystem shall not erase or allow the overwriting of data records until confirmation is received from the WLAN subsystem that the data records were successfully received.  The APC subsystem shall provide a backup method (for use when the WLAN subsystem is temporarily unavailable) for bi-directional data transfer.

Page 91 / 256 Pages GET RFP G035

9.2 Yard Management

The System shall include a Yard Management component which utilizes a Global Positioning System (GPS) based Automatic Vehicle Location (AVL) with the District‘s yard and maintenance facility. In summary, and when fully deployed, the Yard Management technology should provide the following capabilities:

 Placers / Assigners: These are the individuals in the organization that are responsible for locating the vehicles in the yard and assigning them to work based on Series / Locations / availability-service status. Yard management helps to automate many of these routine tasks.  Dispatchers: Both Yard / Window dispatchers and CAD Dispatchers can benefit from Yard Status information. Confirm vehicles pullout when expected.  Vehicle Operators: Aids them in finding vehicles, also login acknowledgement feedback is provided to confirm they are on the correct bus.  Managers / Supervisors: Yard Reports are provided to review historical performance of yard operations.

The Proposer shall provide pricing for the option of adding Yard Management capabilities for the District. The necessary hardware and software used for Yard Management functions shall be proposed by the Proposer, but shall satisfy at minimum the following requirements:

 System software shall create lane-based parking.  System shall track yard vehicles by location and current assignment, if assigned.  System shall provide vehicle location, by type, as an icon (GET, GET-A-Lift, support vehicles).  Vehicle status shall be shown via a legend as: Not Available Manual, Available, Assigned, Late Pullout, Unknown, etc.  If Color Legend is utilized, user should have capability to change Legend Colors to enhance contrast if necessary.  Each vehicle icon shall include vehicle information such as: vehicle ID, vehicle status, assignment status, vehicle length, etc.  System shall allow Dispatcher to change vehicle location and set or change vehicle availability status (assign, reassign, un-assign, etc.).  System GUI shall indicate a lane number (name) and identify where vehicles are located within a lane.  System shall show lane positions that are not available for parking.  System shall be show vehicle location accurately within 5 feet.  System shall use both location maps and tabular displays to present data and information.  System shall allow location information to be reported and filtered on various criteria.  System shall present notification icons or status bar for Dispatcher review for: Pending Updates, Unconfirmed Parking Location, Blocked Vehicle, Tripper, etc.  System shall allow Dispatcher to place unplaced vehicles (unparked) via drag and drop functionality.  System shall have the capability of auto-assignment of vehicles.  System shall be capable of assigning each parking spot within the yard grid as a Priority location (this can aid the Dispatcher in controlling which order vehicles leave the yard).  System should provide a variety of Yard Reports; such as: Current Yard Location / Status; Yard

Page 92 / 256 Pages GET RFP G035

Assignment History; Yard Operator Assignments, etc.  System shall provide Yard Walker capabilities for maintenance personnel to manually place vehicle location and status without having to turn on the AVL / MDT.  System shall allow the Operator to manually enter their vehicle‘s parking location.  System shall provide Dispatcher with Pull-Out status, such as: Vehicle ID, Parking Location, Run Number, Operator Name, Scheduled Departure Time, Actual Departure Time, Deviation, etc.

Page 93 / 256 Pages GET RFP G035

10.0 “PROOF OF CONCEPT” PERIOD

The successful Proposer will conduct a 60-day operational Proof of Concept (POC) to demonstrate the solutions, capabilities, reliability and ease of use of the Proposer‘s System. The 60-day POC will commence within 30 days of the Proposer receiving the District's Notice to Proceed. The Proposer must develop a POC Plan that describes in detail the Proposers approach to conducting the POC and establishing measurements that the District can use to determine the success of the POC.

Included in the POC is everything in Section 8.0 as well as Section 9.1 with a few minor exceptions discussed in this section. The Proposer should discuss any proposed amendments to the POC requirements, however, final determination and approval will be at the discretion of the District.

For the POC the Proposer will assume responsibility for complete delivery, setup, configuration, and installation of software and hardware, testing, training and evaluation. In other words, a ―turn- key‖ POC for two (2) fixed route buses and two (2) GET-A-Lift demand response vehicles. The District does not anticipate installing any Changeable Message Signs during the POC, but rather will utilize the Contractors Hosted web site to evaluate the Passenger Information System bus arrival / departure information, PDA / IVR capabilities, Reports, and System Administration capabilities.

Prior to the start of the operational 60 day POC, all outstanding testing variances must be corrected and appropriate training completed within the preceding 30-days. During the test, no adjustments, modifications, or substitutions shall be made to the System by the Proposer, except with the approval of the District.

The POC in essence is a mini version of the full Project implementation. Toward that end, the District will hold a ―kick-off‖ meeting with the Contractor within one week from the Notice to Proceed for the Project. Contractor shall attend the kick-off meeting and shall also ensure any subcontractors and their appropriate personnel are present at the meeting. The administrative and technical aspects of the POC will be discussed at the kick-off meeting. Prior to the kick-off meeting, the Contractor will provide an agenda to all potential meeting participants.

The Contractor shall submit a POC Project Schedule within 10 days from the kick-off meeting that explains its proposed methodology to successfully completing the POC and its approach to work including design, installation, training and support. The POC Project Schedule shall be in sufficient detail to demonstrate the Contractor‘s clear understanding of the POC and will outline the measurements to be used that will convince the District that the POC was successful.

The District has historically found difficulty with the accuracy and reliability of its APC's. To assist the District in assuring the Contractor's solution, the Contractor shall collect at least 700 boarding and alighting counts or a sample of boarding and alighting counts for at least three revenue trips (whichever is greater) for testing the accuracy of the APC system. The measured accuracy shall

Page 94 / 256 Pages GET RFP G035

be at least 95 percent for the sample. The percent error for boarding or alighting counts at a given doorway, measured at a given stop, shall be calculated as: absolute value of (measured count minus observed count) divided by (observed count). For example, if seven passengers were observed boarding through the front door at the stop and the APC system recorded eight passengers boarding, the percent error would be 1/7 (i.e., 14%).

10.1 Design Review In addition to the operational and functional test of the POC, the District and the Contractor should use the POC as an opportunity to design / engineer the implementation of the various AVL components and optional technologies on GET, GET-A-Lift, and support vehicles such as; 1) the order in which equipment items are to be installed, with estimated durations; 2) any special or unique installation requirements; 3) equipment to be used to perform installation; 4) a detailed component list and how each item version number and serial number shall be recorded for each installation configuration; etc.

Following the POC, the District will arrive at a decision on whether to deploy each of the available optional items in the Contractor‘s proposal. The District reserves the right to select additional option items for deployment at a future date.

10.2 Transit Analytics (Dashboard) As part of the POC the District seeks to deploy one business intelligence dashboard. The District believes dashboards coupled to Key Performance Indicator's (KPI's) will aid District management in isolating problem areas for further action. The District seeks a Commercial-Off-The-Shelf (COTS) solution to meet this requirement. The objective is to use KPI's and dashboards to show areas of operations needing improvement. Over time, the District would expect to deploy multiply dashboards by department, such as the CEO / Deputy CEO's dashboard, Maintenance Manager's dashboard, Operations Manager dashboard, etc., each of which will display specific KPI‘s for each area. The District will identify the one dashboard at the time of the initial kick-off meeting.

10.3 Approval of POC Near the conclusion of the POC, the Contractor shall arrange for a final review presentation to the District that shall include a review of the POC based on the pre-established measurements, an update of all of the design activities, the accuracy of the CAD / AVL modules, APC's, Voice Annunciation, interface's to GFI, Head-sign's, etc., and Transit Analytic dashboard. In addition, a review of the System ease of use and training will be discussed.

Approval of the POC will allow the Contractor to move forward with an approved phased implementation for the District. Any unapproved modifications and implementation efforts conducted before the approval of the System Design Document will be at the Contractor's own risk.

Page 95 / 256 Pages GET RFP G035

If the POC is not judged successful, the District at its sole discretion and based on the measurements identified, the contract with the Contractor will be terminated and the District will exercise its right to move to the Proposer who rated in the second position. The District will pay the Contractor for work completed to date, if any, but will not be obligated for any further expenses.

Page 96 / 256 Pages GET RFP G035

11. ADDITIONIAL REQUIREMENTS

11.1 AVL Analytics The Proposer shall provide a variety of fixed route management tools that allow users to analyze, monitor and diagnose routes and their operations. At a minimum, the System shall support the following features:

 Analysis of vehicle activity including schedule adherence and on-time performance  Historical playback of time-elapsed route activity using rewind, fast forward, pause, and play controls  Analysis of stop times by route, block, run and trip  Analysis of passenger loads by route, block, run and trip (with optional APC)  Analysis of route performance including run times, average vehicle speeds, and relative spacing between buses on the route  Extensive report generation and query capabilities, including export functions

11.2 Reports

Data Base Capabilities to Meet the District Goals District Goal Technology Capability

 By optimizing service through Maximize passenger movements. comprehensive and accurate data.

 By reducing the time needed to perform Reduce operational costs. data collection and analysis.

In summary, and when the complete ITS technologies have been deployed the District seeks to have a System that provide the following Data Mart capabilities for Schedulers and Administration via the Hosted database:

 Use standard reports to generate route, vehicle, revenue, mileage, ridership and other reports.  Analyze ridership, boarding's and alighting's for schedule adjustments and route planning.  Track schedule adherence.  View historical data over periods of time.

Relevant and accurate reports are an important component for the success of the District's operations. Various operational reports shall be provided as part of the System which will allow

Page 97 / 256 Pages GET RFP G035

the District 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 Host database on an ad-hoc basis and shall have various selection and sort criteria. All reports and screens shall have the capability to be printed and saved in PDF format, html format, xml format, csv format, Access, Excel, and other ASCII-compatible formats.

The System shall begin gathering location data when the vehicle leaves the yard and continue reporting until the vehicle returns to the yard.

Query features shall be available to filter reports based on time interval, hour, day, week, month, year and YTD and there should be the capability to compare specified data for given time intervals, dates, weeks, months, years or YTD. It is desired that the System shall have the ability to drill down all high-level reports to the next level to the details.

The following examples represent the types of reports the District would like to receive in order to better manage operations and maintenance as well as the riding public‘s usage.

 Schedule Adherence Report: Measures operator on-time performance.  Average Arrival Times Report: Measures statistical mean of arrival times for user-defined parameters such as stop, route, vehicle, Operator, reporting period, etc.  Idle Report: Measures periods of excessive inactivity based on vehicle engine diagnostic data.  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.  Mileage Report: Summarizes vehicle mileage for revenue and non-revenue service.  Shift Report: Records the timestamp for 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.  Ridership Reports: Include statistical averages for ridership by route during defined time periods, drill-down of daily boarding's and alighting's by route and time of day for single day or range of dates. (Option-requires Automatic Passenger Counters)  Mechanical Reports: Include the frequency of mechanical failures, and other diagnostic features available from engine telemetry (Option requires Engine Diagnostic Integration)  Web Activity Reports: Provide a record of activity (e.g., number of ―hits‖, type of information requested, etc) associated with the Contractor-furnished Customer Web site for the District's Passenger Information System.  IVR Activity Reports: Provide a record of call activity (e.g., calls handled, wait times, dropped calls, menu selection, etc.) associated with the Contractor-furnished IVR system for the District. (Option requires Host IVR).  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).

A final list of required reports and exact report formats shall be proposed by the Contractor during System Design, and approved by the District. All reports shall be customizable.

Page 98 / 256 Pages GET RFP G035

The following examples represent a more specific list of reports that the District would be interested in having. The Proposer should provide a list of the can reports available out-of-the- box. Sample reports should be included in the Proposer‘s proposal.

11.2.1 Dispatch Activity Reports The System shall produce daily, weekly, and monthly reports of dispatch activity. The daily report should consist of a log of all the events that were displayed in the event queue and all calls and data transmissions initiated by Dispatchers along with a summary of the day's activity according to the statistics, such as:

 Number of requests to talk  Number of priority requests to talk  Number of Emergency Alarms  Number of Dispatcher-initiated calls  Number of incidents generated  Number of radio transmissions by talk group or channel (excluding data channel)  Radio talk group or channel usage, expressed in total seconds per hour or percentage used  Operator Text Message Activity

The daily reports should provide the statistics broken down on an hourly basis per Dispatcher, along with daily totals. The weekly reports should provide the Dispatcher and type of service breakdowns on a daily and weekly total basis. The monthly report should provide daily, weekly, and monthly totals for each statistic and categories by service type.

11.2.2 Schedule Deviation Reports (Fixed Route)

 The System shall produce reports showing daily, weekly, and monthly schedule deviation.  These reports shall summarize the schedule deviations that occurred during the time periods covered by the reports. The following statistics shall be produced for the fixed-route fleet, for each bus route, and for each Operator:  Total number of blocks.  Total number of early blocks (i.e., blocks that were early departing from any time point).  Average number of minutes early.  Total number of late blocks (i.e., blocks that were late departing from any time point by more than a user-specified threshold).  Average number of minutes late.  The report output shall be configurable to allow the user to filter certain types of specific schedule deviations. The types of deviations that can be filtered shall include early times on selected routes and at selected stops, where early times are acceptable.  The daily reports should provide the above statistics broken down on an hourly basis along with daily totals. The weekly reports should provide the above statistics broken down on a daily basis along with weekly totals. The monthly report should provide the above statistics broken down on a daily basis along with weekly and monthly totals.  National Transit Database (NTD) annual reports in accordance with federal transit administration rules.

Page 99 / 256 Pages GET RFP G035

11.2.3 Incident Report Summary The System shall automatically produce a daily listing of all incident reports that were open during the service day. This report shall contain copies of all the incident reports, complete with all the data entered, sorted by service, incident type, and by time. The reporting period for the report shall begin when the previous service day's incident report summary ended.

Once an incident report is generated for a service day, it shall automatically be archived via the information storage function and printed on the designated printers. All open incident reports shall be carried over to the next service day's reporting period.

Authorized users shall also be able to request a printout of all or selected incident reports on demand. These on-demand requests shall not affect the automatic incident summary reporting processing. For example, on-demand requests shall not cause the automatic incident report summary time period to be reset and shall not archive the on-demand report data.

The Incident Report Summary shall summarize the number of incident reports listed in the log. The following totals shall be provided:

 The System shall automatically produce daily listings of all incidents concerning passengers and accidents that were open during the service day. The incidents shall be listed according to incident number and shall contain the date of the incident, service, incident type, incident number, block numbers, route number, vehicle number, location of incident, time of incident, direction of incident (compass), description of incident, Operator's name and employee number, incident opened and closed by (name of Dispatcher), and other pertinent summary data.  Once an Incident Report is generated for a service day, it shall automatically be archived via the historical storage function and printed on the designated printers. All open incident reports shall be carried over to the next service day's reporting period.  Number of open incident reports, by service and type of incident.  Number of new incident reports opened, by service and type of incident.  Total number of incident reports, by service, type, and combined.  Number of incident reports that remain open, by service, type of incident, and combined.

11.2.4 Customized Reports Additionally, after the deployment and implementation of the System, there may arise the need to create additional reports, and the Contractor shall support such additions and / or modifications as part of the Maintenance and Warranty Agreement. The selected Proposer shall provide, in addition to all of its standard reports up to 50 additional and customizable reports as requested by the District.

11.2.5 Data Summarization For efficient report generation it is required that data be summarized. Contractor shall use

Page 100 / 256 Pages GET RFP G035

effective data storage techniques for the management of data. Data shall be summarized in order to ensure that summary reports are generated within seconds of a report generation request. Users of the AVL and Passenger Information System shall experience no delays in generating reports or accessing the System for data.

11.2.6 Report Filtering Query features shall be available to filter reports based on time interval, hour, day, week, month, year and YTD (both calendar year and fiscal year). Ability shall be provided to compare specified data for given time intervals, dates, weeks, months, years or YTD. System shall also have the ability to generate Descriptive Statistics reports.

11.2.7 Drill-Down Capability The System shall have the ability to drill down all high-level reports to the next level and to the details. Report designs shall be presented and finalized during the design review process.

11.2.8 Report Response Times Requests for reports shall be acknowledged within 10 seconds with an indication that the report is being processed.

11.3 Transit Analytics (Dashboard) The District seeks as part of this proposal; business intelligence capabilities via dashboards which will enhance the reports outlined above and provide District leadership information based on Key Performance Indicator's (KPI's). The District seeks a Commercial-Off-The-Shelf (COTS) solution to meet this requirement. The objective is to use KPI's and dashboards to show areas of operations needing improvement. Over time, the District would expect to deploy multiply dashboards by department, such as the CEO / Deputy CEO's dashboard, Maintenance Manager's dashboard, Operations Manager dashboard, etc., each of which will display specific KPI‘s for each area.

In addition to the single dashboard created as part of the POC, the Proposer's should allow for an additional 10 dashboards. The District will determine at a later time the various dashboards to be created. In addition, District staff will be trained on how to create additional dashboards in order that the District can become self-sufficient into the future.

11.4 Training The Proposer shall provide a comprehensive training program that prepares District 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

Page 101 / 256 Pages GET RFP G035

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 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 District, 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.

The Proposer shall provide experienced and qualified instructors to conduct all training sessions. The Proposer is responsible for ensuring that the instructors teaching these training courses are not only familiar with the information, but are able to utilize proper methods of instruction, training aids, audiovisuals and other materials to provide for effective training.

The Proposer is responsible for providing all training aids, audiovisual equipment and visual aids for conducting the training courses. The user interface components of the training equipment shall be identical to the installed equipment.

The Proposer shall submit the training curricula for review and approval by the District. No training shall occur until training materials have been approved by the District. The curricula shall meet all training requirements and indicate course content, training time requirements, and who should attend.

The Proposer shall provide additional training at no additional cost if major modifications are made to the system after the initial training due to system upgrades or changes made under warranty, or delays in system deployment after the initial training exceeding three (3) months for which the Proposer is responsible.

Formal training shall include both classroom and practical work, and shall be augmented by informal follow-ups as needed. Practical training on equipment shall be the focus of all training classes.

11.4.1 Training Plan The Proposer should describe their overall user training approach. The Proposer will provide a Training Plan identifying the estimated minimum number of training hours that will be provided as a part of the base package.

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.

Page 102 / 256 Pages GET RFP G035

 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  Facility / equipment requirements

The Proposer shall assume that District 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., Operator, Dispatcher, maintenance, System Administration, etc.).

11.4.2 Training Facilities The District will make every attempt to furnish classroom facilities or meeting space for all trainings. All training classes will be held at the District's main offices located at 1830 Golden State Avenue, Bakersfield, California, 93301, or an alternative location designated by the District to accommodate all parties.

11.4.3 Scheduling and Preparation for Training The District will identify a person that the Proposer shall notify to coordinate the training sessions The Proposer shall notify this individual of the dates or range of dates it would like to hold training at the District's offices and shall coordinate with the District to arrange the training space and ensure computer hardware and software are installed and the space configured for training.

11.4.4 Timing for Training The Proposer shall conduct training in a timely manner that is appropriate to the overall System deployment schedule including the POC. Training for Dispatchers and Operators shall be provided prior to the start of Functional Testing so that these trained personnel may participate in the testing. These courses shall be scheduled to accommodate the work schedules of District staff.

11.4.5 Training Materials Draft copies of all training materials shall be submitted to the District for review, comment and approval, prior to final printing of quantities required for training. The District shall have the right to require additional interim drafts at no additional cost should draft training materials submitted not be of adequate quality or have missing or incorrect information.

At the completion of all training courses an electronic copy of each course outline, lesson plans, training aids and notebooks shall be delivered to the District. All manuals and training must be approved before the District will grant Final Acceptance.

Page 103 / 256 Pages GET RFP G035

For the System users, the Proposer shall provide a User Manual which documents use of all functions of the software. For maintenance workers, the Proposer shall provide an Installation / Maintenance Manual and corresponding training materials, documenting (1) how the system components were installed; (2) how to install and configure spare components; and (3) the procedures for preventative maintenance, inspection, fault diagnosis, component replacement and warranty administration on each system component. The Installation / Maintenance Manual shall clearly indicate preventative maintenance procedures the District must perform to validate the warranty.

The Proposer shall provide the following materials to support System training:

Training Aids The Proposer shall provide training aids such as mock-ups, scale models, overhead transparencies, videotaped demonstrations, and simulations as are necessary for successful training.

Instructor Guide Instructor Guide's are important elements for the District. They will prove to be very valuable at a later time when the contract has been completed and the Proposer's personnel are no longer available to train District staff. The Proposer shall provide an Instructor Guide that generally includes:

 Training agenda  Training objectives  Training resources and facilities required, including work stations, power and communications requirements  Detailed lesson plans  A description of training aids and items to aid in on the job performance (e.g., where applicable, pocket guides or reference sheets)  Instructions for using any audio-visual support equipment or materials (if applicable).

11.4.6 Maintenance Training The Proposer shall provide an instructor who is experienced and qualified in the maintenance of the System begin proposed. The Proposer‘s trainer shall instruct District staff who will maintain / replace the equipment. This maintenance training shall include troubleshooting and diagnostics of all known potential issues problems for the equipment as well as standard remove and replace.

11.4.7 Dispatcher / Operator Training Training shall familiarize the District's Operator and Dispatch personnel with an overview of the System design concepts and features. It shall include hands-on training using the actual hardware and software being delivered to the District. Training materials for this course shall include the System's User Manual. This training is for personnel who require a detailed understanding of the operations of the System and how to access information and reports from

Page 104 / 256 Pages GET RFP G035

the System on items such as vehicle status, schedule and route adherence, on-time performance, etc., including District Planning staff.

11.4.8 System Administrator / Customer Service Training The Proposer shall provide training for System Administrators and Customer Service Personnel focusing on the functional capabilities of the System and in the operation of the System User Interface screens and reports. This training shall provide a thorough understanding of the Real- Time Monitoring interface for Customer Service staff and the various data files for route and stop development, the analytics tools available in the System, and how to access all of the functional requirements of the System through the Web-based User interface.

11.4.9 Manual Quantities Hard copies of manuals shall be provided to the District in sufficient quantities as determined by the District (approximately 15 Dispatchers, 200 Operators, 25 supervisors, 6 maintenance, 2 System Administrators). The Proposer shall also submit 1 CD-ROM, DVD-ROM or other approved electronic media containing soft copies of all of the manuals created by the Proposer. Each CD-ROM, DVD-ROM or other approved electronic media shall be clearly labeled and contain an indexed booklet listing the contents. The Proposer shall be responsible for producing any additional quantity of the manuals for the Proposer‘s use sufficient to fulfill the Proposer‘s requirements.

11.4.10 Supplemental Training The District 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. Remote training can only be done for District staff who have already received hands-on training.

The Proposer shall provide extended, duplicate, or additional training for the System as deemed necessary by the District if any of the following occurrences take place:

 Major modifications to either the System hardware or software made after completion of the scheduled training courses that were necessary to meet the requirements; or  Delays in placing the System into revenue service for which the Proposer is responsible and which result in more than six months elapsing between completion of one or more training courses and the placing of the System into revenue service.

Supplemental training shall be supplied at no cost to the District and should be factored into the Proposers Cost Proposal. The District will determine the time, location, and extent of any supplemental training in consultation with the Proposer.

Page 105 / 256 Pages GET RFP G035

11.4.11 Bus-In-A-Box To assist in Operator and Dispatcher training and to conserve operating costs, the District seeks a Bus-In-A-Box tool to aid in personnel training. A Bus-In-A-Box is a self contained, portable suitcase style unit that can be carried and placed in any vehicle (like a car) or in a training room. The Bus-In-A-Box creates a mobile station that gives flexibility to training as well as system development as it makes available all standard bus functions.

11.5 Testing Unless otherwise stated, the Proposer is responsible for all test logistics (e.g., arranging for vehicles and drivers, and providing other testing services) and coordination activities. The selected Proposer shall:

 Be responsible for successfully completing all tests required.  Furnish all test instruments and any other materials, equipment and personnel needed to perform the tests.  Be fully responsible for the replacement of all equipment damaged as a result of the tests, and shall bear all associated costs.  Maintain comprehensive records of all tests.  Notify the District in writing, no less than 14 days prior to each test activity.  Provide test plans, procedures, records and reports to the District for approval.

The District reserves the right to:

 Witness any and all tests and inspections required by these Specifications.  Inspect test records at any time.  Perform additional testing, beyond that specified herein, of any equipment or material at any time to determine conformance with the contract requirements. This additional testing by the District is not to be considered as a replacement for any testing required of the Proposer or a manufacturer producing materials for the contract.

11.5.1 Acceptance Test Plan The Proposer shall submit an Acceptance Test Plan that define testing and acceptance at the District. The Plan shall be submitted to the District at least three weeks prior to formal approval of the Plan. The Plan shall:

 Describe how each testable specification requirement will be demonstrated, including the testing methodology  Describe what result constitutes a successful test  Identify the role and responsibility of the Proposer and District's representatives during each test

The Plan shall include a list of all of the required tests per subsystem that are to be performed in order to meet the District's requirements. This list shall be organized to include:

Page 106 / 256 Pages GET RFP G035

 Scope and Purpose: Clearly state the scope, case, and conditions of the procedure tests.  Pre-requisites: Describe test environment and the pre-requisites, including access, availability, and equipment configuration for each group of functions.  Tools: List test equipment and tools, with calibration data for each item.  Personnel: List test participants and roles.  Procedure: Contain enumerated step-by-step procedures. Procedures shall include regression test and Pass Fail Criteria.  Drawings: Include detailed drawings depicting test setup. Drawings shall include list of equipment, parts and material used and tested.  Test Data Form: The form will include space to record the tools with calibration date, environmental condition during the test (i.e. rainy, cloudy, temperature, etc.), test measurement, pass / fail criteria and space to record the pass / fail outcome and the signature of the test engineer and a test witness.  Test Exception Form: The form shall be used to record the identifier of the defect report / problem report(s) generated as a result of faults / problems detected during the test. All the troubleshooting techniques and corrective actions shall be documented on this form.

The District, in its sole discretion, shall grant System Acceptance once it deems that all of the required work of the Project is complete and the following conditions have been met:

 Proposer, in the District's sole determination, has substantially passed and has been given conditional approval of the 30-day Rolling Operational Test; and  A "punch list" of items not yet in compliance has been delivered by the Proposer and has been verified by the District and approved as being complete.

11.5.2 Testing Requirements All materials furnished and all work performed under the contract shall be inspected and tested. The testing shall be conducted in various stages as detailed in the Test Plan in order to validate the System integrity, reliability, functionality and compliance to the District's requirements. System components shall not be shipped until all required inspections and tests have been completed, all deficiencies have been corrected to the satisfaction of the District, and the hardware and software has been approved for shipment by the District. Should any inspections or tests indicate that specific hardware, software, or documentation does not meet the District's requirements; the appropriate items shall be replaced, upgraded, or added by the Proposer at no cost to the District and as necessary to correct the noted deficiencies. After correction of a deficiency, all necessary retests shall be performed to verify the effectiveness of the corrective action.

11.5.3 Test Procedures Test procedures that are based upon, and consistent with, the approved Test Plan shall be provided by the Proposer to ensure that all System testing is comprehensive and verifies all the features of the devices, software functions and reports to be tested. The step-by-step activities associated with each test shall be listed in the test procedures. The test procedures shall be

Page 107 / 256 Pages GET RFP G035

modular to allow individual test segments to be repeated as necessary. Test procedures shall be submitted to the District in advance to allow sufficient time for review and approval of the test procedures before the start of testing. The following information shall be included in the test procedures:

 Test schedule  Responsibilities of District and Proposer personnel  Record-keeping procedures and forms  Procedures for monitoring, correcting, and retesting variances  Procedures for controlling and documenting all changes made to the System after the start of testing  A list of individual tests to be performed, the purpose of each test segment  Identification of special hardware, software, tools, and test equipment to be used during the test  Copies of any certified test data (e.g., environmental data) to be used in lieu of testing  Detailed, step-by-step procedures to be followed  All inputs, expected results and measurements for successful sign-off for both the POC test and the full implementation tests

11.5.4 “Proof of Concept” Test The POC test shall be conducted after the System has been installed on two GET and two GET- A-Lift vehicles. The purpose of the POC is to ensure that the System works properly as a fully integrated and installed System and that the Proposer‘s claims can be verified. The testing shall encompass the full range of software function testing and it will concentrate on areas of arrival and departure information and accuracy.

11.5.5 Function Testing Functionality tests shall completely verify that all the specified and Proposer-proposed 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:

 Inspection of all equipment for conformance to drawings, specifications, and applicable standards, and for satisfactory appearance  Testing of the proper functioning of all hardware by thoroughly exercising all devices, both individually and collectively  Testing of the proper functioning of all software and firmware features and functions, including test cases with normal and exception data  Testing of the proper functioning of all data communication features and facilities and all communications control functions  Testing of all AVL on-board functions, and of optional add-on equipment, using actual vehicle equipment items supplied as part of the Project  Input and output signals from devices supplied by others or already installed on the vehicles shall be simulated if the District cannot provide actual devices for testing  Testing of AVL functions using a mobile test vehicle and appropriate test map and database information for the routes that will be traversed  Verification of all data transfers to the appropriate Host databases

Page 108 / 256 Pages GET RFP G035

 Testing of all user interface functions  Simulation of hardware failures and failover of each AVL and Passenger Information device that has a backup unit  Verification that spare capacity and ultimate sizing requirements have been met, including all expansion requirements  Verification of the accuracy of the system performance monitoring software  Verification that the processor loading and system response time requirements have been met while exercising all Proposer-supplied software and performing functions  Verification of device and system recovery from AC power failures  Verification of the accuracy of hardware and software documentation via random checks  Testing of the System User Interface, real-time monitor (RTM), and Customer Web sites  Testing of all software and database maintenance functions  Verification of all reports provided by the system  Testing of data exchanges between devices supplied by others or already installed on the vehicles (e.g., GFI farebox, SEON Camera System, etc.)  Tests of data exchanges that are not required in real time (e.g., exporting AVL and APC data to Host  Verify the System stability and availability is free of problems caused by interactions between software and hardware while the System is operating as an integrated whole

11.5.6 Cellular Communications Coverage Test The Proposer shall supply a complete set of coverage maps, including the most remote portions of Kern County for the District's operations, for full data communications to and from District vehicles. The Proposer is responsible for the coverage criteria necessary to provide reliable service for District operations.

11.5.7 30-Day Rolling Operational Test The purpose of 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 (acceptance) Test, all outstanding testing variances must be corrected and all hardware and software documentation must be received and approved by the District. All training of the Dispatchers, Operators, District staff, and other users, must also be completed, before the District will enter into Operational testing. Once the System has been fully integrated into District operations, the Proposer can commence Operational Acceptance testing of the entire System. During this test, no adjustments, modifications, or substitutions shall be made to the System by the Proposer, except with the approval of the District.

The District's desire is that no ―down time‖ be experienced during Operational testing, which is intended to verify the ability of the System to satisfy the integrity, reliability, accuracy, availability and Mean-Time Between Failures (MTBF) targets. During this time the System will be used for everyday business. If there is a failure of the System during this time, the Proposer will be responsible for identifying the failure, correcting the problem, and detailing what they have done to keep this problem from occurring again. This effort will continue until such time that the System has run without incident for 30 consecutive days.

Page 109 / 256 Pages GET RFP G035

11.5.8 Test Records and Reports After the completion of each phase of testing, the Proposer shall submit to the District for review and approval a Test Report that documents the results of the testing. The Test Report shall include the results of the test, any anomalies identified, and the corrective action and any re-tests necessary to successfully complete each testing phase. The Proposer shall be responsible for completing all corrective actions identified on a timely basis. The District reserves the right to withhold Acceptance, pending completion of the required corrective actions.

Test report submittals shall be organized to include the following headings and information:

 Purpose / Introduction: Defines the scope of the submittal.  Summary of the Test Results: Including measurements, results, problem areas, workarounds, troubleshooting, exceptions, etc.  Open Items: Identify any open items requiring resolution. Include the corrective action to resolve the open items.  Completed Test Records: Completed, signed, and dated test sheets, as well as a defect / problem report for each fault / problem found during the testing.

11.5.9 System Acceptance The District shall issue a written notice of System Acceptance, upon satisfaction of the conditions listed in the Acceptance Test Plan and the 30-Day Rolling Operational Test. The occurrence of System Acceptance shall not relieve the Proposer of any of its continuing obligations under the Agreement.

11.6 Documentation

11.6.1 General Manual Requirements All text and data in the quantities requested shall be printed on 8-1/2‖ x 11‖ sheets. Foldouts should not exceed 11‖ x 17‖. Paper used in manuals shall be of a heavy weight, sufficient to withstand the rigors of a maintenance and operating environment. Manuals shall be housed in durable, three ring binders with sufficient excess capacity for revisions and additions.

Each manual shall contain a title sheet, table of contents, list of illustrations, list of reference drawings (if applicable) and a parts list (if applicable). All manuals with over twenty five pages shall have an index.

All manuals shall be produced in an approved Microsoft software product or approved equivalent. Acceptable softcopy formats are Microsoft Office 2003 Suite or higher, and AutoCAD 14 or higher for prepared documentation as listed below. Soft copies of manuals may be provided in unsecured Portable Document Format (pdf).

Page 110 / 256 Pages GET RFP G035

Any special software required to produce scalable typefaces or other graphs shall be approved in advance by the District and provided by the Proposer as part of the documentation for the manuals.

The Proposer, as part of their response, shall provide samples / examples of their training and maintenance documentation, quick / reference guides, etc.

11.6.2 Maintenance Service Manual The Proposer shall provide a Maintenance Service Manual for use by technical personnel assigned to the maintenance of any component installed as parts of the System and for any third party products and / exercised options. Separate volumes shall be provided for vehicle on- board and fixed-end devices, such as CMS signs. This manual shall include but not be limited to the following sections: General description and system overview; theory of operation; Operator instructions; mechanical functions; removal, installation; test and troubleshooting procedures; preventive and corrective maintenance procedures and schedules; diagrams; schematics; layouts, and parts lists required to service each piece of hardware supplied under this Agreement. A list of all error codes with description of meaning and a step by step guide to troubleshooting shall be included in the troubleshooting section. Standard service manuals for commercial products used for the equipment will be acceptable if they contain sufficient information to service the equipment. Large-size logic diagrams and mechanical assembly diagrams do not have to be reduced or incorporated into the manuals if these drawings are provided with the manuals. Actual equipment maintenance images with call-outs needs to be provided where there is no other maintenance documentation.

11.7 Design / Implementation The Contractor is required to develop and maintain a detailed Project Schedule that incorporates the major milestones in the Scope of Work. The Proposer‘s sequencing of tasks should be flexible enough to accommodate modifications in scope or changes in the timelines such as early completions or delays that would normally be expected in a multi-stage deployment.

The Contractor shall submit an Implementation Plan for approval by the District that shall be the master document from which all elements of the System shall be installed. The Installation Plan shall include and define, at a minimum, the following items:

 The proposed installation schedule, detailing phases and / or installation segments. Once the baseline schedule is approved by the District, monthly updates identifying all schedule changes and work progress in the form of percentage completions shall be submitted to the District for review.  The minimum resource allocation requirement for any installation phase or segment.  How the Contractor will manage delivery and staging of the AVL and Passenger Information System equipment that is to be installed.  The order in which equipment items are to be installed, with estimated durations.  Any special or unique installation requirements.  Equipment to be used to perform installation.

Page 111 / 256 Pages GET RFP G035

 A detailed component list and how each item version number and serial number shall be recorded for each installation configuration.

11.7.1 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 knowledgeable personnel. All installation work shall be scheduled so as not to disrupt or delay District operations. The Contractor shall make every effort to schedule the work around peak times. In the event that extensive installation and testing work will be required, some work may have to be accomplished during night hours.

All System equipment installations shall be performed to an approved set of plans, which has previously been submitted and approved by the District or their representative.

11.7.2 District Participation The District intends to actively participate in this Project. This participation will include providing data required by the Proposer, reviewing and approving designs, monitoring the Proposer's progress and schedule, attending progress review meetings, and participating in system testing. Any portion of these activities may be handled by District staff or consultants as directed by the District. The Proposer‘s Project Plan shall identify clearly any District responsibilities or tasks that staff or its consultants will be required to perform and the durations for those activities.

11.7.3 Kick-Off Meeting The District will hold a ―kick-off‖ meeting with the Contractor within one week from the Notice to Proceed (NTP) at which time the Proposer shall be prepared to present and discuss the POC and the general Implementation Plan and receive comments from the District. Proposer shall ensure any sub-Proposers and their appropriate personnel are present at the meeting. The administrative and technical aspects, preliminary the Project Schedule, POC, assumptions, etc., of the Project will be discussed at the kick-off meeting. Prior to the kick-off meeting, the Contractor will provide an agenda to all potential meeting participants.

The Proposer shall submit a Final Implementation Plan within 10 days from the kick-off meeting that explains its proposed methodology to completing the Project scope and its approach to work including the POC, design, implementation, testing, training documentation and on-going support. The Implementation Plan shall be in sufficient detail to demonstrate the Proposer‘s clear understanding of the Project.

11.7.4 System Design The Contractor shall provide a preliminary and final design document for each fleet type and installation location. Similar sites may be covered by the same installation design if approved by

Page 112 / 256 Pages GET RFP G035

the District. The District shall have the right to approve, disapprove, change, add or delete any items within installation designs before authorizing installation to commence.

The Contractor shall perform, document and submit for the District‘s approval, a pre-installation inspection and test of each installation site noting the existing condition of any structures, wiring, fixtures and finishes that may be affected by the installation both for the on-board technologies and for the Passenger Information System components.

The Contractor shall perform, document and submit for the District‘s approval, a post-installation inspection and test of each installation site noting the condition of the structures, wiring, fixtures and finishes.

The Contractor shall provide a Project Plan that incorporates an Installation Plan, Training Plan and Test Plan.

11.7.5 Preliminary Design Review The Design Plan shall be submitted to the District as a Preliminary Design Review (PDR) package. The PDR package shall consist of individual submittals for each subsystem or discrete sections of a combined submittal containing all subsystems. The PDR package shall be submitted no later than 30 days after the NTP date.

The PDR package shall be organized to include the following headings and information:

 Purpose and Scope of the PDR package: A brief description and introduction of the package.  Reference Material: List of relevant references and standards.  Specification Compliance Matrix Table: Acknowledging and referencing the selected Proposer‘s conformance to each technical requirement clause of every subsystem Specification Section. The selected Proposer shall submit explanatory or mitigating evidence as well as alternative design recommendations for each clause that the proposed implementation is determined to be non-compliant or complies with exception.  Subsystem Description: Subsystem description, interface information, all performance, functionality and operational description, etc.  Interface Requirements: Proposer shall identify all required interfaces with other communications and non-communications subsystems.

11.7.6 Design Plan General Requirements The Design Plan shall include all materials, equipment, assembly and installation required to carry out the work required to make the System suitable for the purpose for which it is intended, whether or not such materials, equipment, assembly and installation are specifically indicated in the minimum requirements of these specifications.

Page 113 / 256 Pages GET RFP G035

11.7.7 Design Documentation Prior to installation, the Contractor shall submit ―typical‖ installation drawings or shop drawings detailing the design that shall be used for on-board and fixed-end equipment installation work. Separate shop drawings shall be provided for each vehicle type / model, and for the fixed-end site work as applicable (such as for CMS sign installations). If measurements differ from vehicle to vehicle (or from site to site), these variations shall be noted. For the server equipment in Contractor‘s Host site, equipment / cabinet layout schematics shall be provided to the District for reference. All documents should have updated and visible version and revision numbers.

11.7.8 Final Design Review Toward the end of the design process, the Contractor shall arrange for a final design review meeting with the District that shall include an update of all of the design activity to date. All major sub-contractor and key personnel shall attend the meeting. Any unapproved modifications and implementation efforts conducted before the approval of the System Design Document will be at the Contractor's own risk.

 Final Design Review (FDR) package shall be one complete submittal sufficient to provide all the required details for overall system integration and operation. Design review requirements defined within the individual subsystem specification sections, shall be consolidated and submitted as a single package. The FDR package shall be submitted to the District no later than 75 days after the NTP date.  The Final Design Review submittal package shall not be submitted until the District has approved all individual PDR submittals. The FDR Submittal Package shall be organized to include the following final design information:  Approved and updated versions of all previously submitted design review materials. Updated material shall represent complete design, final calculation; detailed product (component level) parts list, drawings, phasing and interface details required for installation. All the new and revised sections of the subsystem PDRs shall have a side revision bar to reflect the changes. The previous information submitted in the PDRs shall be organized by subsystem.  Updated product submittals for all, materials and components for which product submittals were not previously submitted and approved.  Complete Drawing index.  Complete list of items to be serialized.  Complete cable identification and equipment labels.  Complete wiring diagrams for all equipment to be installed, modified, upgraded, or interfaced to under this contract.  Top level mechanical drawings, if applicable.  Grounding details.  Power panel schedule and distribution.

11.7.9 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.

Page 114 / 256 Pages GET RFP G035

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 District.

All installations shall be performed outside of the operating hours. The exceptions are with prior agreement and on equipment that the District identifies as not in use. All installations shall be complete before the equipment is needed by the District and all installations shall be performed in accordance to all Federal, State and Local laws and regulations. The Contractor is also responsible for restoring the condition of any affected structures, wiring, fixtures and finishes at the installation sites.

The installation work includes but is not limited to:

 Furnish and install all wiring and connectors for on-board and fixed-end equipment and connections to power and communications enclosures and external systems integration. This includes the proper termination of all power and communication cables and wiring (copper or fiber optic) to connect the individual components into a fully operational System that complies with applicable standards and specifications.  Furnish and install all hardware, equipment, brackets, computer enclosures, pull boxes, junction boxes, conduits, power and communications infrastructure, and other such items as required to support System proper functioning.  Furnish environmental control devices, such as Universal Power Supplies, as required.  Furnish and install all electronics and other devices in their respective cabinets as required to provide a fully operational System.  Furnish and install System equipment, including, but not limited to, GPS antennas and receivers, AVL components, communications devices, vehicle logic units, etc.  As a District option, furnish and install Automated Passenger Counter (APC) equipment, as specified.  Furnish and install Automated Stop Annunciation System equipment, as specified.  Furnish and install Mobile Data Terminals (MDT), in the quantity and configuration directed by the District.  Furnish and install Passenger Information Displays, in the quantity and configuration directed by the District.  Furnish and install Changeable Message Sign (CMS) System, with optional add-on audio equipment, solar electric power systems, and cellular communications equipment, in the quantity and configuration directed by the District.  As an option, furnish and install standalone IVR phone solution, as specified.  Validate all cable and wire terminations via a test process to ensure that the cable is connected to the correct location on each end and that the cable / wire are properly terminated.  Test the full communications networks to validate proper functioning.  Power up and provide a field check out / installation acceptance test of all Systems, to be witnessed and approved by the District. Track progress toward completion of all installation requirements using a ―punch list‖.  Calibration and testing of the System, as further described in full accordance with OEM supplier

Page 115 / 256 Pages GET RFP G035

guidelines.  Calibration and testing of Passenger Information Systems, as further described in full accordance with OEM supplier guidelines.  Calibration and testing of IVR System, as further described in full accordance with OEM supplier guidelines.  All tools such as crimpers, fiber optic termination tools, and test equipment shall be properly calibrated.

11.7.9.1 Modern OEM Products

 The Contractor shall supply modern, unmodified, OEM products of computer and communication equipment required for its System.  All OEM products utilized shall be from authorized distributors. Evidence that products were obtained by the selected Proposer from authorized distributors shall be provided to the District upon request.  The equipment shall be delivered with the latest firmware, patches, and software updates available at the time of delivery.

11.7.9.2 Work Standards The Contractor shall adhere to all applicable installation standards, laws, ordinances, and codes as required by the latest editions of the NEC, IEEE, OSHA, or other governing sources. All installations shall meet such requirements. The Contractor shall be responsible for all costs associated with any permits, plan reviews and inspections. It shall also be the Contractor‘s responsibility to procure all documentation required to install and adhere to the proper installation standards, laws, ordinances or codes.

11.7.9.3 Equipment Removal, Relocation and Restoration Plan The Design Plan shall include a submittal detailing a plan for all the equipment and facilities requiring removal, restoration and /or relocation required under the resultant contract to include:

 All the items (by subsystem and location) requiring restoration, rebuild and / or upgrades to its original condition or better.  All the items (by subsystem and location) requiring removal.  All the items (by subsystem and location) requiring salvage and packaging to keep original condition or better.  A plan for temporary relocation and offsite storage.

11.7.9.4 Equipment List The Contractor shall submit a table / list of manufacturer, model and part numbers for all proposed equipment and materials to be used for individual subsystems. The equipment list shall include all materials inclusive of those items that are not specified under the subsystem section, including but not limited to, conduit types and sizes, supporting devices, electrical boxes, miscellaneous materials and any associated peripherals. Include the expected lead-time for each item while identifying the ones with lead-times greater than 30 days. The list / table shall be grouped for each subsystem with functional descriptions of equipment or material included. Quantities and locations shall be included.

Page 116 / 256 Pages GET RFP G035

 Product Data Sheet: the Contractor shall submit product information sufficient enough to determine if the component meets the described specification.  Calculations: the Contractor‘s professional engineer shall seal all calculations with that individual‘s California Professional seal approved by the State of California.  Phasing and Cutovers: Identification and description of all major system cutover events or integration activities describing techniques, methods, and procedures. The Contractor's submittal shall include a proposed data backup plan for the District‘s approval. The backup plan shall define the systems to be backed up and the periodicity of the backups.  Certifications, Registration, and Resumes: The Contractor shall provide a copy of all the required certification, registration and resumes as outlined in the subject subsystem.  Drawings: Electrical, mechanical, block and functional diagrams with corresponding parts list as well as other drawings or details specified within individual subsystem specifications.  Physical Requirements: The Contractor shall identify the A/C and D/C power load requirements, heat load, and physical space requirements for each location where equipment will be installed.

11.7 9.5 As-Built Documents At the completion of installation, the Contractor shall provide an As-Built Document (ABD) to the District. The ABD shall include (1) an inventory of all components supplied including supplier, model number, serial number and installation location; (2) an inventory of all spare parts supplied including supplier, model number, serial number and storage location; (3) all reference and user manuals for system components supplied by third parties; (4) all warranties documentation; (5) a diagram indicating all interconnections between components; (6) the version number of all software; and (7) software installation media if solution is not centralized.

The ABD must be approved before the District will grant Final System Acceptance.

11.7.9.6 Bill of Materials (BOM) The Proposer shall include the BOM in the proposal for all equipment and hardware supplied under the Agreement to meet the specifications of this Scope of Work. Each component shall also include the second source for manufacture. During the design phase the BOM shall be finalized and all changes there after shall be subject to approval of the District.

11.7.10 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 offer an extended warranty and maintenance support option for up to (5) years after Project Acceptance. 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.

11.7.11 Environmental All equipment and hardware to be supplied shall be constructed to meet the MIL 810 Standards

Page 117 / 256 Pages GET RFP G035

for harsh operational conditions found in the transit environment. All Contractor-provided on- board and wayside equipment shall operate properly under these minimum environmental conditions encountered on-board the vehicles including conditions pertaining to temperature, humidity, dust / dirt, power variations, shock, vibration, altitude, and electro-magnetic or radio frequency interference (EMI / RFI). In addition to the climatic conditions, the equipment will also be subjected to harsh environmental factors normally found in the operation of a transit vehicle, transit maintenance yard, or route, including, but not limited to: car, truck and bus emissions; industrial exhausts; industrial cleaners; gasoline and car lubricants. All equipment housings shall be waterproof and dust-proof. The Contractor is responsible for ensuring that the proposed System works accurately and reliably in such an environment including providing the necessary equipment and climate controls to ensure proper functioning.

11.7.12 System Scalability The System shall initially support the functions specified herein with the quantities of vehicles shown in Attachment A. However, the System shall be easily scalable through 10 years from contract effective date to support additional vehicles without replacement of initially installed components, including both hardware and software components.

11.8 Project Management

The District intends to actively participate in this project. This participation will include providing data required by the Proposer, reviewing and approving design documents, monitoring the Proposer's progress and schedule, attending progress review meetings, and participating in system testing. Any portion of these activities may be handled by District staff or consultants, as directed by the District. The Proposer‘s activity schedule shall identify clearly any District responsibilities or tasks that District staff or its consultants will be required to perform and the durations for said activities.

11.8.1 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.

11.8.2 Project Schedule The Proposer shall prepare a project schedule in Microsoft Project format (Office 2003 or later release) that lists all tasks related to the design, development, testing, installation and deployment of the POC and subsequently, the complete System. The schedule should be in sufficient detail to demonstrate a clear understanding of the Project. It should identify all milestones starting with the Notice to Proceed through the date of Final System Acceptance. It should depict the expected sequence and durations of all tasks and subtasks, including submittal dates and resources

Page 118 / 256 Pages GET RFP G035

responsible for each task. The project schedule will be reviewed by the District and if accepted shall be considered ―baselined‖. If revisions are requested, the Proposer shall address the District‘s comments, and re-issue the schedule. Once baselined, the Schedule will become the basis for all subsequent schedule changes and updates for the duration of the Project.

11.8.3 Weekly Status Meetings The Proposer's Project Manager shall attend regular progress meetings throughout the installation phases of the Project. Regular Progress Meetings shall initially be scheduled to occur weekly, but are expected to become less frequent as the Project progresses. The Proposer's Project Manager and any subcontractors shall ensure that the appropriate personnel are present at these meetings, who can represent the Proposer‘s interests and provide the required Project status and information. The Proposer's Project Manager will prepare and distribute an agenda at least 24 hours prior to each meeting. The meeting agenda will consist of those items pertaining to the installation and schedule for the previous and current week‘s installation efforts. All issues recorded during the installation activity for the prior week shall be discussed and any conflicts resolved. A ―punch list‖ shall be maintained for any outstanding work items related to the Project installation, and the Proposer's Project Manager should be prepared to discuss the punch list at these meetings. The Proposer's Project Manager shall identify and communicate any issues regarding System installation and operation on a timely basis. The Progress Reports may be combined with the "punch list".

11.8.4 Monthly Status Reports The Proposer shall submit with its monthly invoice a Project Status Report that includes a brief narrative highlighting the progress made during the prior month. The status report shall provide a listing of all deliverables that were completed during the reporting period, any problems or scheduling delays encountered, and shall include a ‗look ahead‘ for work planned in the upcoming month. The percentage of work completed for each active work task shall be reported. In addition, the Proposer shall support supplemental reporting requirements of the Federal Transit Administration.

11.8.5 Formal Correspondence Neither party shall be entitled to rely on any information unless it is in writing and received from the other party‘s designated representative. Submittals may be transmitted as an enclosure to a transmittal letter or via email.

11.8.6 Supplemental Reporting This Project is funded by a Federal Transit Administration (FTA) Section 5307 Capital Assistance grant. Funds were authorized under the American Recovery and Reinvestment Act (―Recovery Act‖) of 2009. The Proposer is therefore responsible to submit additional information on a monthly

Page 119 / 256 Pages GET RFP G035

basis, pursuant to Sections 1201 and 1512 of the Recovery Act. The supplemental reporting includes, but is not limited to:

 the number of full-time equivalent (FTE) persons the Proposer and any sub-Proposers employed for Project during each reporting period  the total hours worked by those individuals during each reporting period  the total dollar amount of wages paid to those individuals during each reporting period

The Proposer‘s labor expenditure report that accompanies the monthly invoice shall incorporate at minimum this information. The Proposer is directed to review and monitor http://www.recovery.gov/ for the latest guidance concerning Recovery Act reporting requirements. Note that the federal reporting requirements and due dates are subject to change, and the Proposer shall report its progress monthly to the District who will roll the Proposer‘s report up into its submittals to the FTA. After the expiration of the initial two-year maintenance warranty, the Proposer shall be relieved of this reporting requirement since the ongoing maintenance for the system will be paid for by the District's operating funds.

11.8.7 Punch List The Proposer shall maintain a "punch list" for the District. The "punch list" shall have each action item numbered and indicating the date generated, item description, person assigned to item, date resolved and ongoing notes on resolution. The "punch list" shall be revised and resubmitted to the District on a weekly basis. The "punch list" may be combined with the monthly Progress Reports.

11.8.8 Deliverables Draft copies of all documentation, plan, materials, etc., shall be submitted to the District for review, comment and approval, prior to final printing. The District 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. Unless otherwise directed by the District, the Proposer shall supply a minimum of one (1) hard copy of final documentation for each deliverable with one copy on approved electronic media.

The District‘s written approval will be required for designated submittals. The District will approve or reject such submittals, providing an explanation of any reasons for rejection. Such approval or rejection will ordinarily be provided within 14 calendar days of the submittal unless prior to the expiration of the 14-day review period, The District will provide the Proposer with written notification (email is acceptable) that the review period for a particular submittal will be extended and stating the time in which it will be completed. In any instance where the District does not provide approval, rejection or written notification of an extended review period within the 14-day period, the submittal shall be deemed approved. In the event that the review period expires on a non-working day, the review period shall be extended through the next working day. The District‘s right to extend the review period is intended to allow flexibility in special circumstances where the

Page 120 / 256 Pages GET RFP G035

nature of the submittal requires more involved review, and not as a diminution of the District‘s obligation to promptly review the Proposer‘s deliverables.

The Proposer shall deliver a draft and final version of the following documents as described in this RFP to the District:

 Implementation Plan  Implementation Schedule  Staffing Plan  Asset List  Design Document  POC Plan  Test Plan / Procedures  Training Plan / Materials  Maintenance Manuals / Documentation  Operators Manual  Dispatchers Manual  As-Built Documents  Functional (software usage) Documentation  Quality Assurance Plan  Final Acceptance Test Report

The Proposer shall provide and deliver the following documentation to the District:

 Monthly Progress Reports and Schedule Updates  Meeting and Conference Call Minutes  "Punch List"  Asset List

11.8.9 Asset Management During installation, both for the POC and full implementation, the Proposer shall maintain a list of all equipment and software installed at the District. The list shall contain:

 Product description and manufacturer  Quantity installed and quantity as spares  Serial numbers, where available  Installation or storage locations  Status of equipment (e.g. installed, spare, awaiting repair, etc.)  Replacement status of each part and reason for replacement

The Proposer shall update the asset list whenever equipment or software is installed, replaced or removed. The updated list shall be provided to the District. At the completion of installation, the Asset List may be replaced by the As-Built Document.

Page 121 / 256 Pages GET RFP G035

11.8.10 Quality Assurance Plan The Proposer shall provide a Quality Assurance / Quality Control Plan in accordance with the Federal Transit Administration Quality Assurance and Quality Control Guidelines (available at HTTP://WWW.FTA.DOT.GOV/PUBLICATIONS/REPORTS/OTHER_REPORTS/PUBLICATIO NS_3876.HTML).

All materials and equipment shall be new and not used and / or remanufactured in nature. The new materials / equipment shall not have had a shelf life or be of such age where it would adversely affect the performance of the equipment. Any retrofit or post-delivery change to one item of one type of equipment shall be made identically to all units.

All proposed equipment must be of the latest engineering change level available with modifications installed for all known operational problems. The Proposer shall retrofit all new problem solutions (i.e. engineering changes) to the installed equipment during the warranty period following the participating provider‘s approval.

The quality assurance process shall ensure adequate quality throughout all areas of the performance of this Project. The quality control process shall ensure accurate problem description and recording, assignment of personnel, tracking of progress for corrections / revisions, and disposition of the problem throughout the design, testing, and implementation phases of the Project.

The workmanship of the Proposer shall be of the best quality and to the highest standard of commercially acceptable practice for the class of work. On-board equipment shall be designed to provide a usable life of not less than ten (10) years.

The QA / QC Program shall provide for the prevention and ready detection of discrepancies and for timely and positive corrective action. The Proposer shall make objective evidence of quality conformance readily available to the District. The QA / QC Program shall include effective control of purchased materials and subcontracted work.

The Proposer shall maintain records or data essential to providing objective evidence of quality until the expiration of the guarantee / warranty period and they shall be made available to the District 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 Proposer audits.

11.8.11 Invoicing The Proposer shall submit invoices to the District according to the Fixed Price Payment Schedule. The payment schedule is based on milestones and deliverables. Each invoice shall be accompanied by a progress report, updated as of the date of the invoice, the current Implementation Plan and the current master "punch list".

Page 122 / 256 Pages GET RFP G035

11.8.12 Project Closeout Project Completion shall be deemed to have occurred when all obligations under the Agreement have been successfully performed by the Proposer, all retentions owed to the Proposer have been released by the District, and, when the District has delivered a formal Notice of Project Completion.

11.9 Warranty / Maintenance

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 two-year period, unless negotiated for a longer period.

During the two-year warranty period, the Proposer shall provide on-call support to assist the District in the maintenance of the System. This on-call support shall be provided via telephone conversation for hardware and software problems and operational troubleshooting, such as to answer questions regarding missing or incorrect data.

All non-critical warranty work on defective or non-complying installation work, or system hardware, or any software defects or errors that cause the software to fail to conform to the requirements of these specifications shall be performed at no cost to the District within thirty (30) days of being notified in writing by the District or its representative. Any defects that affect the critical functions of the operations shall be fixed within 24 hours.

The Proposer shall maintain adequate resources for replacement of all defective or noncompliant work or equipment, including test repair, warranty repair, spare modules, spare assemblies, spare components and spare parts in furtherance of the warranty requirements.

The District will operate the System hardware and software in accordance with the Proposer's specific instructions in order to maintain all warranties. However, the Proposer shall hold the District harmless and Proposer shall be responsible for repairing any damage from the District's improper operation of any System hardware or software resulting from Proposer's failure to provide adequate or correct training and / or complete operating manuals, software manuals, electrical drawings, complete computer program documentation and other documentation required to be furnished as identified within these specifications.

The Proposer shall provide a single point of contact for all warranty administration during the warranty period.

Page 123 / 256 Pages GET RFP G035

11.9.1 Installation Warranty The Proposer warrants that all installation work and all System hardware furnished by the Proposer including, but not limited to, all such work, and System hardware provided by sub- contractors, suppliers, or other manufacturers, shall be of good quality and free of any defects or faulty materials and workmanship for the warranty period.

The Proposer shall also warrant that all installation work and system hardware shall perform according to the specifications for the two-year warranty period.

If the Proposer upgrades its devices to ensure the continued and proper operation of the System as configured for Project, the Proposer will assume all costs related to the hardware upgrade and there shall be no additional cost to the District.

11.9.2 Extended Warranty Period The District requests that the Proposer propose an extended maintenance agreement beyond the initial two-year period. The Proposer shall define all terms, conditions, and costs of the extended maintenance agreement in its Cost Proposal. Proposers should include their annual software and hardware maintenance escalation percentages. The Proposer is asked to propose a cost for additional warranty periods of years three through year 10.

11.9.3 Availability and Mean-Time-Between-Failure (MTBF) Targets All functions of the System, including those of the cellular communications network shall be designed, constructed, and implemented to perform as specified, without degradation in response times to meet the System availability targets provided below. The failure of any single component or device shall not render the System unavailable.

Availability Targets System or Subsystem Availability Target (%) Vehicle On-Board Systems 95.0% Hosted System 99.9% Passenger Information Systems (e.g., CMS signs) 99.5% Customer Web Site 99.8%

Availability for each of the above systems shall be calculated as follows: Total number of hours of downtime in time period Availability = 100% Total hours in time period

For availability calculation purposes, a vehicle with a failure of Proposer provided equipment will be considered unavailable from the time the failure is noted until the vehicle returns to the yard at the end of that vehicle‘s service day. An exception to this will be allowed in cases where the failure is intermittent and the failing operation is successfully performed in no more than two retries.

Page 124 / 256 Pages GET RFP G035

11.9.4 Chargeable and Non-Chargeable Failures For purposes of calculating MTBF and Availability performance targets, chargeable and non- chargeable failures are defined as follows:

Chargeable Failures Chargeable failures include any failures that are not specifically identified as non-chargeable, including but not limited to:

 A malfunction which prevents any System component (hardware or software) from performing its designated function, when used and operated under its intended operational and environmental conditions.  A malfunction that poses a threat to the safety of the System components, passengers, Operators, District staff or others.  An occurrence where data is not successfully transmitted between vehicle on-board systems and the Host, or between fixed-end devices (e.g., CMS signs) and the Host.  Software anomalies and bugs that affect the performance and operation of the System.  Shutdown or unavailability of the System unless specifically directed by the District.  Failure to send and receive required Passenger Information data, such as bus arrival and departure data.  Failure to generate the reports required to reconcile and track System performance.

Non-Chargeable Failures Non chargeable failures shall include:

 Force majeure  Vandalism  Failure of test instrumentation.  Failures that are patron or District induced.  System component failures caused by externally applied stress conditions outside of the requirements of this RFP.  System component failures caused by environmental or operating conditions outside of the requirements of this RFP.  Normal operating adjustments as allowed in the Test Procedure or Maintenance Plan.  Failures of expendable and consumable items in operation beyond their intended useful life in testing.

11.9.5 Diagnostics Maintenance personnel shall have easy access to components, and removal, testing and replacement shall not require extensive effort or tools. All test points necessary to diagnose the equipment while in operation shall be easily accessible and LED indicators shall be provided to assist technicians to identify and diagnose problems. Maintenance technicians shall have the ability to connect a laptop or terminal and keyboard to troubleshoot the components.

Page 125 / 256 Pages GET RFP G035

11.9.6 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.  There shall be a second source for manufacture for all parts and it shall be identified in the Bill of Materials. All exceptions shall be noted and approved by the District.  All replacements shall be plug-in compatible with no changes required. All exceptions shall be noted.

11.9.7 Repair and Replacement of Faulty Components During the warranty period, the Proposer shall repair or replace any faulty components replaced from the spares inventory, with the cost included in the warranty price. Each faulty component will be shipped to the Proposer, who shall return a new or repaired component within one week of originally receiving it.

If the Proposer determines a returned component is not faulty, the District must receive the original component back in working order within two days of the Proposer originally receiving the returned component.

All components received back from the Proposer will be tested by the District in accordance with the original Acceptance Test Procedures, and returned to the Proposer if faulty. The Proposer shall pay all shipping charges and any duties associated with the repair or replacement of faulty units. Returned or replaced spare components shall be packaged, organized, bar coded and labeled in the same manner as the original supply of spare components.

The Proposer warrants that all equipment furnished is guaranteed to be free from fleet and related defects for the warranty period. A fleet defect is defined as the failure of twenty-five (25) or more percent identical items covered by the warranty period. The Asset List shall be used to track the replacement of defective parts.

System-wide replacement shall require the Proposer to replace all units of the suspect component throughout the System, whether or not they have exhibited any fault.

The Proposer shall be obligated to complete the System wide replacement if the need was documented before the end of the warranty period, even if the replacement extends beyond the end of the two-year warranty period.

11.9.8 On-Call Support The Proposer shall provide District 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

Page 126 / 256 Pages GET RFP G035

District to diagnose System problems, monitor vehicle on-board units, fixed-end devices, and Host server performance and availability levels; and troubleshoot hardware and software errors in a timely manner. The terms of the Technical Support agreement shall be specified in the Service Level Agreement that should accompany the contract, including expected levels of effort, hours, and costs for maintenance support.

11.9.9 Local and Escalated Support The Proposer shall arrange for local support from one or more qualified firms to be available on a four-hour response basis when needed by the District to assist with fault diagnosis or component replacement. The proposal must include a list of the local support firms, their support responsibilities and the response arrangements.

If a local support firm does not respond within the agreed response timeframe, or when a local support firm is not able to provide the needed support, the Proposer shall provide supplementary support in accordance with an agreed escalation procedure. The escalation procedure can initially involve telephone support, but must include the Proposer providing on- site support if needed. The proposal must define the proposed support escalation procedure.

11.10 Spare Components

The Proposer shall provide an initial supply of spare components to the District. The initial supplied quantity of spares for each component shall be at least 20% or one (1), whichever is greater. The proposal shall include a list of the spare components provided in the Asset List and As-Built Document. On-board and spare components should be bar coded to aid in inventory control and materials management.

At any time during the warranty period, the District shall have the option to purchase additional spare components at the ―Agreement‖ price for two years after Final System Acceptance. These additional spare components shall be packaged, organized bar coded and labeled in the same manner as the original supply of spare components. These additional spare components will carry the same warranties as offered for the overall system, for two years beginning from the date of Final Acceptance of the spare components by the District.

The Proposer shall also provide a second source for manufacture of all parts and spare equipment. It is also desirable that Proposer furnish a list of other client properties using the installed System where hardware part exchanges may be feasible and Proposer should specify which identical hardware the reference properties utilize. The initial spare parts inventory shall be made available to the District‘s maintenance staff upon acceptance of the implementations.

11.11 Schedule Requirements

Page 127 / 256 Pages GET RFP G035

The Proposer shall complete installation and acceptance testing and fully invoice the District for its services by the end of 2012.

Page 128 / 256 Pages GET RFP G035

APPENDIX .

Page 129 / 256 Pages GET RFP G035

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 attachments, it should be read as the equivalent to the word ―Contractor.‖ Wherever the words ―bid‖ or ―bidder‖ appear in the attachments, they should be read as the equivalent to the words ―proposal‖ or ―Proposer.‖

Five (5) hard copies of the proposal One (1) CD-ROM containing a soft copy of the written proposal in its entirety, in Adobe Acrobat (PDF) format Acknowledgement of Receipt Form Table of Compliance Price Summary Forms Milestone Payment Schedule Certification of Restriction on Lobbying Disadvantaged Business Enterprise Certification of Primary Participant Regarding Debarment, Suspension, and Other Responsibility Matters Buy America Certificate Fly America Requirements Mail-In Reference Questionnaire Bid Form

Page 130 / 256 Pages GET RFP G035

Attachment A - Acknowledgement of Receipt Form

In acknowledgement of receipt of this Request for Proposal: G035, AVL / Passenger Information System.

The undersigned agrees that he / she has received:

Complete copy of the Request for Proposal beginning with the Title Page and ending with page 255.

Amendment No:

Addendum No:

Addendum No:

The acknowledgement of receipt should be filled out completely and submitted to the Golden Empire Transit District's Maintenance Manager prior to the bid deadline (date and time). It is ultimately your responsibility to check and acknowledge all amendments and addendums.

FIRM:

REPRESENTATIVE:

TITLE: PHONE NO:

E-MAIL: FAX NO:

ADDRESS:

CITY: STATE: ZIP CODE:

SIGNATURE: DATE:

This name and address will be used for all correspondence related to the Request for Proposal.

Firm does / does not (circle one) intend to respond to the Request for Proposal.

Page 131 / 256 Pages GET RFP G035

Attachment B - Table of Compliance

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”

8.0 Functional Requirements As Specified. 8.1 General Requirements As Specified. 8.2 Automated Vehicle Location (AVL)  All equipment will be new and meet or exceed applicable ISO, IEEE and ANSI standards.  AVL tracking accuracy shall be 30 feet or less.  Vehicle movements on AVL maps and displays shall be based on actual vehicle location reports and shall not be simulated. 8.2.1. GPS Antenna  Combine SEON and Proposer's GPS antenna.  The MDT shall integrate with the GPS receiver, mobile data communications radio modem, bulk data transfer system interface, covert alarm switch, covert microphone, voice radio and an SAE J-1708 or J-1939 interface to support integration with other future in-vehicle technologies.  GPS receivers shall report latitude, longitude, speed, time, direction of travel and whether the GPS position is classified as ―good‖ given the current Horizontal Dilution of Precision (HDOP).  The GPS receivers shall be parallel tracking receivers, capable

Page 132 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” of simultaneously tracking at least four GPS satellites in the best available geometry, while also serially tracking the four next best satellites and upcoming (rising) satellites.  Onboard GPS receivers must be capable of providing position accuracy within 10 feet at least 95 percent of the time.  The GPS receiver shall have a cold start solution time of two minutes or less and a re-acquisition time of 15 seconds or less.  The GPS equipment shall include multi-path rejection capabilities to help eliminate spurious signals caused by reflections off of buildings or other structures.  Velocity measurements provided by the GPS equipment shall be accurate to within 0.3 feet per second.  If the GPS antenna is not contained in the MDT, 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 District staff.  If the GPS antenna is not contained in the MDT, the antenna, mounting and sealants shall provide protection from the environment, including moisture, snow, heat (20o F to +115o F), wind, debris, etc.  The GPS receivers shall be capable of integrating with on board systems to report required information electronically. 8.2.1.1 Vehicle Location Reporting  Reporting of vehicle locations based upon on-board Global

Page 133 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” Positioning System (GPS) equipment shall be provided by the System. In addition, any data sources used to back up the GPS equipment when the GPS signal cannot be received shall also be supported.  Reporting on dead reckoning utilization shall also be reported.  Location data shall always be reported as part of all data messages.  Regardless of the reporting scheme used, vehicles shall report their location at least once every 30 seconds or at a rate designated by the System Administrator within the range of 5 through 30 seconds. After the initial transmission of an Emergency Alarm, vehicles in an Emergency Alarm state shall report their location at a rapid polling interval designated by the System Administrator with the range of 5 through 30 seconds.  There will likely be locations of momentary GPS signal blockage and / or distortion, such as in a downtown area. Accordingly, the selected Proposer shall investigate to become aware of the GPS satellite coverage throughout the District's service area.  In the event of loss of GPS derived vehicle position information, vehicle location shall be determined with dead reckoning techniques utilizing the existing vehicle odometer or other means and technologies which provide position accuracy equivalent to GPS tracking.  When dead reckoning is utilized an event shall be recorded. 8.2.1.2 Handling Communication Exceptions

Page 134 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 8.2.2 Vehicle Logic Unit  The System shall include a single Vehicle Logic Unit (VLU) central processing device and data storage device installed onboard for all vehicles and powered by the vehicle‘s electrical system.  The VLU shall be ASA, APC, Motorola Radio, Camera, Headsign, etc., ready.  The 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.)  The VLU shall integrate with the onboard equipment on each vehicle that provides route / destination announcements and vehicle informational signs with both audible and textual messages, fare collection and automated passenger counting (if installed). Where alternate efficiencies can reduce cost and improve reliability, alternate solutions shall be proposed.  The VLU shall interface / integrate with the District's current and proposed Motorola Radio system.  The VLU shall interface to the fixed route SEON camera system.  The VLU shall interface to capture, record, and transmit vehicle Automated Passenger Counter (APC) data if installed.  A Global Positioning System (GPS) receiver shall be integrated into the VLU used to provide time and location data for AVL

Page 135 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” and AVM functions.  The VLU shall interface with the wireless local area networks (WLAN) at the District's maintenance yard for bulk data uploads and downloads (wireless network needs to be provided by the Proposer).  The VLU shall provide the interface / transmission of data to and from all subsystems such as passenger informational sign content, public address, passenger counter data, and farebox systems.  The VLU shall meet environmental and vibration standards as defined by MIL-STD-810F and SAE J1455-06.  The VLU shall meet electromagnetic immunity standards of SAE J1113 / 13 and protect against surge, and reverse polarity.  The VLU shall be capable of multiple radio control, real time updates and messaging to and from the vehicle.  The VLU shall meet communication requirements for the District's current and future Motorola System.  Provided interfaces shall include USB, RS232, RS485, J1708, J1939, Ethernet, discrete inputs and outputs, odometer, spare I/O pins, audio inputs and outputs.  The VLU shall allow for future expansion and interoperability with add on modems to include USB interfaces.  Allow for easy access to System setup and configuration both remotely and onboard through non-proprietary interfaces such as RDP and USB. On-board access should be in the same location on every bus for standardization of configuration or

Page 136 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” locations documented for District staff.  Data storage capacity shall be sufficient to store the complete current and pending route schedules, announcement files, and event messages.  System configuration settings related specifically to a vehicle shall be stored in a vehicle configuration module such that the VLU unit can be swapped out and vehicle information not lost. 8.2.3 Map Requirements  Maps shall cover all areas of Kern County.  Proposer is responsible for import and initialization of maps.  All functions necessary for successfully incorporating map data shall be provided as part of System.  The displayed map shall be capable of supporting a variety of map attributes that shall include, but not be limited to, all streets, highways, prominent geographical features (e.g., rivers, major bodies of water, mountains), important landmarks (bridges, airports, transit centers, Vehicle Maintenance Facilities, important buildings, etc.), routes, bus stops, time points, and transfer points. The major bodies of water shall be displayed as areas of solid blue or cyan on the geographical map display.  The System shall include mechanisms to allow for periodic independent updates by the District to built-in maps in the Host software and on-board systems.  Selective updates of the base map and to any selected overlays shall be possible without re-importing the entire map

Page 137 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” and all overlays and without loss of prior map.  Where minor data entries are required, such entries, and corrections shall be stored (e.g., as a script) for reapplication in subsequent imports.  The Proposer shall provide the GIS editing license (if necessary) for any built-in maps as part of the proposed solution for maintenance of AVL maps.  GIS functionality shall include the ability to define service- based zones (e.g., Americans with Disabilities Act (ADA) complementary demand response service area, fare zones).  The System shall have full geocoding capability, allowing the System to locate the address on the map when an address is entered.  The street segments database shall be sufficiently complete to assure a geocoding success rate of 90 percent or better.  The District shall be able to develop additional overlay map layers that can include polygons (e.g., municipal boundaries, fare zones), lines (e.g., route traces) and points (e.g., landmarks, transfer locations, time points, stops), with the color, shape and thickness being selectable.  The System shall allow the user to calculate the distance along a line drawn on the map as a sequence of straight lines between points (e.g. the distance of a route trace).  The System shall allow District users to save and reload a map view in the AVL window.  The System shall be capable of defining an unlimited number

Page 138 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” of bus stops and nodes.  The System shall permit the user to define bus stops using a variety of methods, including direct entry of GPS determined coordinates, and setting the stop location with a mouse click.  The System shall accurately align vehicle locations with the streets and routes on which the vehicles are operating. There shall be no visible offsetting of vehicle positions from the displayed streets and routes.  The System shall be capable of allowing stops to be properly positioned at intersections.  The System shall be capable of allowing the user to assign stop amenities (e.g., bench, shelter, etc.) to each stop and other supplemental data.  The System shall also have the ability to import stop data from an external system in Excel or comma separated value (CSV) file format.  The System shall also have the ability to import stop data from FleetNet.  The System shall allow any number of trip patterns to be defined as distinct bus stop sequences, including the designation of selected stops in each trip pattern as schedule time points and whether a trip pattern is inbound or outbound.  The System shall allow the definition of average running speeds, for various days and time periods, for deadhead segments and between designated pairs of stops along each trip pattern.

Page 139 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  The System shall be capable of generating a list of turning movements for an entire trip pattern.  The System shall allow routes to be defined as a sequence of trips using selected trip patterns during defined time periods.  The System shall display route traces.  Display vehicle Estimated Time of Arrival (ETA) at a specified destination location as part of the vehicle label. Vehicle ETA shall be available for next bus arrival signs, IVR, website, web enabled PDA and cellular phone devices.  Position deviation of a fixed route vehicle from on-route, on- time position as determined by vehicle on-board position measurements shall initiate a System event and shall automatically increase the vehicle polling rate to a rapid rate selectable by the System Administrator within a range of 15 to 30 seconds.  The System shall be able to display fixed routes, and clearly mark each route when more than one travels on the same street segments.  The locations of all AVL-equipped vehicles shall be indicated by special symbols that are overlaid on the geographical map display. A vehicle identifier shall be displayed adjacent to, or within each vehicle symbol. These vehicle identifiers shall uniquely identify each vehicle by their vehicle number, fixed- route block number, or Operator number.  When multiple vehicles are located too close together to be displayed without overlapping at the selected zoom level, the

Page 140 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” System shall provide a means for the user to see the individual vehicle identities for the overlapped vehicles.  Vehicles reporting an Emergency Alarm shall always be visible on the geographical map display regardless of the user‘s current filtering criteria and data partition assignments.  The System shall be capable of printing maps to peripheral devices (e.g., printers, plotters) directly attached to the workstation or available over a Local Area Network (LAN) or Virtual Private Network (VPN). 8.2.4 Mobile Data Terminal (MDT)  MDT shall be ruggedized, designed for transit.  The MDT shall integrate with the GPS receiver, mobile data communications radio modem, bulk data transfer system interface, covert alarm switch, covert microphone, voice radio and an SAE J-1708 or J-1939 interface to support integration with other future in-vehicle technologies.  The MDT and AVL system shall automatically engage when the vehicle is started, and shut down a programmable amount of time after the vehicle is turned off.  The MDT shall store the most recent location received from the GPS receiver, so that if the GPS receiver is not able to report the location the ―last known good‖ location will remain available.  Electrical power for MDTs and all other on-board components shall be drawn from vehicle unconditioned nominal 12V DC power supply. All data inputs and outputs shall be designed to absorb ―routine‖ intermittent low voltage, over-voltage and

Page 141 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” reverse polarity conditions, and to use inexpensive and easily replaceable components to open circuits in the event of ―extraordinary‖ conditions (e.g., through the use of fuses, transorbs, optical isolation).  The Proposer shall include a solution that facilitates a ―Single Log-on‖, whereby an input device serves as the primary Operator interface and eliminates the need to log on to disperse systems.  The MDT shall incorporate a color graphical screen capable of displaying fonts of variable size and can change colors between day and night or has automatic brightness controls.  The MDT shall be equipped with appropriate functional buttons capable of controlling other onboard systems (e.g. fare boxes, head signs, card readers) and will include a numeric keypad.  The MDT display shall be readable by the Operator from the seated position under the full range of ambient illumination conditions, through the incorporation of such measures as driver- operated brightness / contrast control, anti-glare coating and adjustable orientation mounting.  MDT application software shall be operated using either at least Jeff eight programmable function keys or touch screen programmable buttons.  The MDT shall be capable of providing unique audio tones to alert the Operator of incoming messages.  The MDT shall be capable of, but not limited to, displaying the following onboard information and interface to onboard systems

Page 142 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” during operation of the vehicle:  Logon  Talk  Emergency Alarm  Data Messaging  Transfer Notification  Schedule Adherence  Head Sign Control  Fare Collection  Maintenance  Stop Announcement  Trip / Schedule Display Control  Route Guidance  MDTs and all other on-board components shall be designed to operate within the following environmental specifications:  Ambient humidity from 5% to 80%, non-condensing.  Temperatures from 20o F to +120o F.  Vibration and shock forces associated with transit vehicles.  MDTs and all other on-board components shall be shielded to avoid radiating electromagnetic interference.  MDTs and all other on-board components shall be housed in enclosures which cannot be opened with standard hand tools.  All Operator actions performed via the MDT that are processed entirely by the System on-board equipment shall be completed in three second.

Page 143 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  The System shall support en-route changes of the assigned Operators for cases such as mechanical breakdowns and Operator substitutions. In these cases, the System shall allow the Operator to send a pre-defined data message to indicate the reason for the change. Operators shall be required to perform a Operator logon / logoff when the change takes place.  The MDT shall enable Operators to send predefined text data messages to Dispatchers with a minimum of interaction. The MDT shall support at least 30 pre-defined messages of at least 80 characters in length. The System shall allow System Administrators to define and revise the set of predefined messages and to schedule the transfer of the revised messages to all vehicles.  Operators shall be able to review recently received messages at any time with a minimum of interaction. The MDT shall be capable of retaining at least the last eight received messages for Operator review. The received messages shall be ordered chronologically with the most recently received message presented first.  Messages requiring a response shall be clearly indicated to the Operators and Operators shall be able to respond with the least amount of interaction. Message responses shall be routed to the requesting Dispatcher.  When an Operator enters a request on the MDT to send an event message, the System shall provide immediate feedback to the Operator that the request has been accepted and is

Page 144 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” being processed, and shall notify the Operator when the message has been sent. The message shall be available at the back end within the maximum event delay times defined in this RFP.  When the vehicle receives a data message, the Operator shall be notified by a mutable audio tone signal and the message shall be available for display on the MDT within one second after it is received.  The System shall enable Operators to easily initiate voice communications with Dispatchers through the use of Request to Talk (RTT) and Priority Request to Talk (PRTT) functions. Selection of a radio channel for the subsequent voice communications shall not require Operator intervention.  When a vehicle is placed into fallback mode, the Operator shall be notified that the vehicle is operating in fallback mode via a continuously displayed message and audible tone. All communications with a vehicle in fallback mode shall be via the Operator's handset or speaker, and not the vehicle's PA system. All vehicles not impacted by the failure shall continue to operate in the normal communications mode.  The System shall collect lift / ramp data indicating when the lift / ramp on a vehicle is raised and lowered. The data collected shall enable generation of statistics for lift / ramp usage by location and the time it takes to board / de-board passengers using the lift / ramp.  The System shall provide for automatic control of all destination

Page 145 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” signs in fixed route vehicles. The destination signs shall be automatically updated by the System at Operator logon and at predefined points along each route (e.g., at the end of a trip). The points at which destination sign messages shall be automatically changed shall be definable by the System Administrator.  The MDT shall not be usable by the Operator when the vehicle is in motion above 5 MPH and above.  The MDC shall be equipped with a navigation assistance element that allows Operators to visually see a route on a map for fixed route vehicles (detours, training, etc.). 8.2.5 Covert Emergency Alarm (Silent Alarm)  The Proposer shall provide a Covert Emergency Alarm (CEA) with a hidden microphone which will activate a silent alarm when an Operator presses an existing button located in an inconspicuous location of the Operator‘s area.  The CEA shall be a recessed push button located on the Operator's left side instrument panel.  Emergency Alarms shall have the highest priority of all data messages.  The Operator shall have the ability to downgrade an Emergency Alarm by pressing Priority Request to Talk (PRTT) or Request to Talk (RTT) on the radio microphone handset.  A CEA event indication shall not be noticeable to passengers on any vehicle.  When Dispatch receives a CEA the following events shall

Page 146 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” occur, in sequence:  An audio alarm shall be triggered and a visual alarm shall be displayed in a separate window on the AVL of each Dispatcher  When a Dispatcher responds to the Emergency Alarm, an incident report shall be generated.  An Emergency Alarm acknowledgment message shall be sent to the vehicle.  The Dispatcher shall have the ability to listen in on the vehicle audio.  Receive audio on the vehicle shall be silenced.  The Dispatcher shall have the ability to downgrade an Emergency Alarm if conditions warrant. 8.2.6 Overt Emergency Alarm  The System shall be configurable to allow the System Administrator the ability to specify a list of overt emergency messages that are used for all vehicles. 8.2.7 Real-Time Monitor (RTM) Editor  Configure vehicle attributes such as restricting displayed vehicles by route (for public-facing information displays)  Create and edit stops and routes with ease using drawing tools such as polygons, lines, and points  Annotate vehicle, route, stop, and landmark information  Configure scheduled arrival and departure times for vehicle schedule adherence tracking  Import existing route schedule parameters from FleetNet's

Page 147 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” scheduling application.  Customize map appearance, color scheme, and image editor  Adjust map extent and frame and support for zoom and pan functions  Support for copy, paste, and screen capture functions 8.3 Computer Aided Dispatch (CAD) 8.3.1 General Requirements  Dispatchers shall be able to zoom in to a map level that allows at least four vehicles lined-up within a 200-foot distance to be clearly distinguished, without overlap of the vehicle symbols. The map textual information such as street names, vehicle identities, route names, and 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)  Silent Emergency Alarm conditions  Route status (on or off-route)  Type of vehicle (fixed route, supervisor, or other non- revenue, if AVL equipped)  Non-scheduled - logged on (e.g., fill-in, trip, special event vehicles)  Not logged on  Vehicle Operator name  Direction of travel

Page 148 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Estimated time of arrival calculated by the System for a selected vehicle at a selected destination  Dispatchers shall be able to quickly and easily configure their map view to show only the attributes that are desired  The Dispatcher shall be able to manually turn on or off the available layers of the map  A Dispatcher shall be able to restrict the display of AVL- equipped vehicles on the geographical map to any combination of the following criteria:  All bus vehicles on all routes  Buses on selected routes  A single bus vehicle  Provide Dispatchers with the capability to filter within the queues to tailor information as operationally required by each Dispatcher.  Provide Dispatchers with voice path options to handset, Operator speaker, and vehicle PA.  Provide Dispatchers with schedule information by block and / or run including real time status.  Provide Dispatchers with pull-in and pull-out status from Maintenance including alarms for late and missed pull-ins and pull-outs.  Provide Dispatchers with roster information for logging in / out Operators and changing assignments.  Provide capability for Dispatchers to log in Operators with selectable requirement for Operator acknowledgement.

Page 149 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Provide Dispatchers with maintenance information of real time vehicle monitoring status including query capability for vehicle historical status (if option exercised).  Provide Dispatchers capability to perform service adjustments for individual time points and stops.  Allow Dispatchers capability to add new services (i.e., overloads).  Allow Dispatchers to temporarily change times within a schedule (i.e., offsets, detours, etc.).  Provide Dispatchers capability to cancel an entire block of service.  Provide Dispatchers with communication history for reviewing most recent voice and data communications with ability to create incident reports from the history list.  Allow Dispatchers to review Operator generated transfers and cancel transfer requests.  Capability for Dispatchers to intervene in the transfer process when operationally required. 8.3.2 Reference Information Displays  Paddle Displays – These displays shall present copies of the Vehicle Operator's schedules (paddles).  Headway Displays – These displays shall present a list of buses (by block numbers) that service a particular route including time points along the route, the pull out/pull in times, and the departure times of each bus.  Destination Sign Displays – These displays shall present destination sign messages and their corresponding codes.

Page 150 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Route Displays –These displays shall provide detailed descriptions, including any notes, for each route.  Radio Assignment Display – This display shall list the fallback mode radio channel assignments for each vehicle.  Vehicle Listing Display – This display shall show a listing of all revenue and non-revenue vehicles. The information presented in this display shall include the vehicle number, type, manufacturer, license plate number, registration information, MDT serial number and radio serial number. 8.3.3 Vehicle Status  Logon to indicate the start of a shift. The logon process shall allow the Dispatcher to use the System to indicate the time and identify the Operator.  Accept base schedules for routes, runs, and Operators.  Send ad-hoc text announcements to buses by route, or routes, or pre-defined groups.  Send library-stored text announcements to buses by route, or routes, or pre-defined groups.  Alert Dispatcher if a Operator fails to acknowledge text announcements within a programmable time.  Manage queue of incoming messages from Operators.  See Operators assignments to routes and runs.  Display current bus status for all buses, and highlight those buses reporting some irregular status (e.g. ahead of schedule, behind schedule, off-route).  Hear distinct audible alarm and / or see flashing on-screen icon if status received from bus is one of a set defined as disabling or

Page 151 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” emergency (e.g. covert alarm).  Add buses to and delete buses from service.  Deploy route detours (sending predefined detours as text messages through the bus MDT.  Create, edit, and view notes on status of each bus.  Generate log report including communications requests and communications with buses, schedule changes and detours, Dispatcher and supervisor notes on bus status, and bus- generated events and alarms.  Receive Operator schedules for shift, and assignments to routes and runs (compatible with scheduling and runcutting software).  Playback a sequence for a specified vehicle on a specified route at a specified time, in chronological order and review the path of the vehicle and its time at each reported location on its run. The Dispatcher shall be able to control the speed of playback. 8.3.4 Daily Schedule Selection  The schedule of trips for each service day shall be automatically selected by the System based upon the date, day of the week, and any special schedules applicable to particular days. In general, schedules include weekday, Saturday, and Sunday schedules. In addition, special (exception) schedules are generated for school closures and early-outs, special events, and holidays. Holidays and other special dates may be defined by the District in real-time. 8.3.5 Service Performance  The System shall monitor off route status – for each vehicle off

Page 152 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” route, the distance off route, the time that the vehicle went off route and the next scheduled time point shall be displayed  The System shall monitor off schedule status – for each vehicle that is off schedule, the schedule deviation and the next scheduled time point shall be displayed  The System shall monitor late pull outs – for each block with a late pull out, the scheduled pull out time, and the associated vehicle status, if logged in, shall be displayed  The System shall monitor late pull ins – for each block that is late pulling in, the scheduled pull in time, and the associated vehicle status, if logged in, shall be displayed  The System shall accurately monitor the schedule adherence of all fixed route revenue vehicles that are operating on defined schedules. Fill-in vehicles (extra vehicles placed on a route) and special event / service vehicles that are without defined schedules shall not be monitored for schedule adherence.  Schedule adherence shall be calculated at each defined time point and accurately estimated between defined time points. The time delay between the receipt of a vehicle's position and the availability of the calculated / estimated schedule adherence status shall not exceed five seconds. Schedule deviations beyond pre-defined, System Administrator- adjustable thresholds shall produce an event.  Schedule adherence to defined time points (i.e., those in official published schedules) shall be based on the scheduled departure time at each time point, with the exception of those

Page 153 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” specific stops that have both arrival and departure times (e.g., layovers) and the end of a trip. The number of time points shall range from 2 to 100 time points per route per direction. Time point departures shall be determined by the System to an accuracy of ± 5 seconds, regardless of whether the vehicle stops at the time point or passes the time point without stopping.  The System shall provide the Dispatcher the projected recovery time based on the next terminal departure.  A vehicle's schedule adherence status shall be available for presentation to the Operator and to Dispatchers, and for generation of schedule adherence deviation events. 8.3.6 Route Guidance  The System shall have the capability of providing detour options to the Dispatcher and to the Operator via the MDT. 8.3.7 Turn Back Monitoring  The 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.

Page 154 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  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. 8.3.8 Covert Monitoring  Dispatcher selection of an Emergency Alarm shall automatically initiate covert monitoring (i.e., a one-way voice call from the vehicle to the selecting Dispatcher). Dispatcher initiation of covert monitoring without an associated Emergency Alarm shall not be permitted.  Covert monitoring shall enable the Dispatcher to monitor sound from the vehicle that is in an Emergency Alarm state. The voice talk group number selected by the System for covert monitoring shall be made available to the Dispatcher at the workstation.  While covert monitoring is active at a workstation, all other workstations shall continue to operate normally, including support for all voice and data communications with other revenue and non-revenue vehicles.  The Dispatcher who selected the Emergency Alarm, thus initiating a covert monitoring session, shall be able to end the covert monitoring session (but not the Emergency Alarm) at any time by entering the proper covert monitoring override commands. 8.3.9 Data Messaging  The System shall enable Dispatchers to send data messages to one or more selected vehicles and routes using any of the

Page 155 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” selection methods specified. Custom, free-form data messages and a set of canned data messages shall be supported. Pre- defined data messages shall be configurable by authorized Dispatchers and shall be available for rapid selection.  Data Messaging with Response  For each message issued that requires a response, the Dispatcher shall be able to display a list of the receiving vehicles and their assigned fixed-route block numbers, an indication of those that have responded, and the response received. Vehicles that have not responded shall be listed at the bottom of the list. The text of the original data message and the time it was sent shall be displayed at the top of each list.  The System shall support situations where multiple messages requiring a response are active at the same time for the same Dispatcher. In this case, the System shall associate the responses with the proper message. The active messages and the list of responses received for each shall be preserved when a Dispatcher logs off and automatically transferred to a new Dispatcher who logs on and takes over the responsibility of the Dispatcher who initiated the active messages. Alternatively, a Dispatcher shall have the capability to manually initiate a transfer of the lists to another Dispatcher who may not be logged on yet or to whoever assumes the responsibility of the Dispatcher who initiated the messages.

Page 156 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Dispatchers shall be able to choose the message responses to be displayed from a list of active messages for which responses have been required. Dispatchers shall be able to delete a message from the active list even if all of the responses have not been received.  Data Messaging- Store and Forward  The System shall enable authorized Dispatchers to send data messages that are designated as ―store and forward‖ messages. Store and forward message capability shall also apply to messages that require a response.  Dispatchers shall be able to address ―store and forward‖ messages to selected vehicles in a manner similar to normal data messaging and shall be able to designate a bounded (start / end) delivery time period within the service day. A ―store and forward‖ message shall be delivered to the selected vehicles that are active (i.e., logged on) and also those that become active at any time during the designated time period. In no case shall a stored message be delivered more than once to the same Operator while operating the same vehicle and block.  A ―store and forward‖ message shall remain available for delivery until the user-specified delivery time period has ended, until the message is deleted by the Dispatcher, or until the end of the service day, whichever occurs first.  Re-Route Notices  The System shall provide a means for Dispatchers to issue

Page 157 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” re-route notices that describe detours and other short-term route changes to active vehicles based on their route assignments.  Once defined, re-route notices shall be automatically delivered to all vehicles that log onto the affected routes throughout the service day. Re-route notices shall remain in effect until they are removed by a user, or until a user- specified expiration date has passed, rather than have the notices expire at the end of each service day.  Capability to assign priority levels for display ordering and filtering of message types within the message queues.  Message queues filtered to eliminate waived adherence and off-route notifications.  Service adjustment properties included with off route messages for waived service. 8.3.10 Event Queue Display  Event Ordering - Events in the event queue display shall be ordered by decreasing priority, and ordered chronologically (oldest first) within each priority as the default mode of presentation. The System shall enable Dispatchers to re-order the events in the event queue display by sorting on any displayed field. A means shall be provided to quickly return the display to the default ordering.  Scrolling - Scrolling of the event queue display shall be supported when there are more events in the queue than can be displayed at once. In a typical window configuration, the

Page 158 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” System shall be able to concurrently display at least 20 events in the event queue display.  Priority - Color coding and / or spacing shall be used to distinguish events of different priority levels. Events that are unanswered (i.e., those which a Dispatcher has not yet responded) shall be clearly distinguishable from all other events.  Display Fields - The fields (table columns) to be presented for each event shall include the type of event, time of occurrence, route number, vehicle ID, Operator name and number, a text description of the event, event status (e.g., unanswered) and any important event attributes (e.g., schedule deviation amount). The System Administrator shall be able to define the order in which the event queue fields are displayed.  Text Descriptions - The text description shall uniquely describe each type of event such as Emergency Alarm, request to talk, schedule and route deviations and text for canned data messages received from vehicles. In the case of lengthy text messages, at least the first 20 characters of each data message shall be displayed in the event queue. For messages longer than 20 characters, the full text of the message shall be displayed to the user when the particular event is selected. Numeric and cryptic alphabetic codes shall not be used for the event descriptions.  Emergency Alarms - All Emergency Alarm events shall be audibly annunciated with a unique and distinctive tone when an

Page 159 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” Emergency Alarm is first displayed in the event queue. The audible annunciation of an Emergency Alarm shall continue until an authorized Dispatcher either selects the Emergency Alarm event or otherwise acknowledges the alarm.  Audible Annunciation - An audible tone, different from the Emergency Alarm tone, shall sound if a Dispatcher's event queue contains no unanswered events and a new event (other than an Emergency Alarm) is being added to the Dispatcher's event queue. At all other times, the entry of an event into a Dispatcher's event queue shall not be audibly annunciated.  Event Selection - The event queue display shall provide for the convenient selection of events in the queue and for initiating follow-up actions pertaining to the selected event. Once an event is selected, all information pertaining to that event and other pertinent data including the vehicle ID, Operator name, schedule adherence status, complete text of the message, and fields for initiating follow-up actions shall be displayed. The ability to select multiple contiguous and non-contiguous events in the display shall be provided to support rapid event removal. 8.3.11 Incident Management  The System shall support Dispatchers in the creation, maintenance, tracking and distribution of incident reports. Creation of incident reports shall be triggered automatically for some event types and sub-types (e.g., on receipt of an Emergency Alarm) and on user demand for all other event types and sub-types and for incidents not linked to events. The

Page 160 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” System Administrator shall be able to select which events automatically generate an incident report.  Upon creation of an incident report, the System shall automatically fill in all data for the report that is available to the System, such as vehicle IDs, Operator numbers, location, current date and current time. The automatically filled in location shall be a reverse geo-coded street address based on the vehicle‘s reported position (lat / long). Dispatchers shall then be able to edit all data fields and fill out any additional data fields defined for the incident report. Dispatchers shall be able to edit incident report data until the incident is closed.  The System shall provide functions to enable the System Administrator to specify which events will trigger incident reports and the incident report format to be used, create new incident report formats, edit existing report formats, and integrate new incident report formats into the System. These incident report maintenance functions shall be available on-line without interrupting current System operation.  The System shall include a playback capability that enables Dispatchers to quickly recreate and observe the exact conditions that existed within the System at a previous time for the purpose of analyzing incidents. The playback function shall permit a Dispatcher to rapidly and selectively retrieve data for any time within the last 13 months without requiring the loading of archival data from offline media. The System shall be able to restore and play back data from time periods prior to the 13

Page 161 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” month online history.  The System shall able to enable Dispatchers to start a playback beginning at any selected date and time. Dispatchers shall not be required to play back data for an extended duration in order to properly initialize the System conditions at the beginning of the playback period specified by the user. Dispatchers shall be able to control the speed and execution of the playback and shall be able to start and stop the playback, fast forward / backward, pause / resume the playback, and playback in slow motion. While in pause mode, no further data updates shall occur, but users shall be able to view and move among all displays and produce all reports.  The System shall be integrated with the District's FleetNet Safety (Incident) Module. 8.3.12 Operator Relief Status As Specified 8.3.13 Vehicle Operator Changes As Specified 8.3.14 Data Entry  All enterable data fields shall be highlighted. The Dispatcher shall be able to enter the desired value anywhere within the data entry field. If only a portion of a data value needs to be changed, only that portion of the value shall need to be entered.  The Dispatcher will initiate data entry by selecting the value to be entered on a display. The value shall be highlighted and the value's identification shall be displayed. An authorization feature

Page 162 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” shall determine if proper authorization exists for the user requesting data entry. The System shall also verify Dispatcher entries. Invalid entries shall be detected and reported to the user as guidance messages.  The amount of data Dispatchers are required to enter shall be minimal. The System shall insert any data that is already known (e.g., date, time, user identification, vehicle identification, Operator ID) and provide default values where appropriate. When data entry of a field is limited to a known set of valid responses, the list of valid responses shall be presented to the user in the form of a scrollable list.  The Dispatcher shall be able to suspend data entry at any time by requesting a different display or window. This action shall cause the process to be suspended and the data value shall remain unchanged until the Dispatcher returns to the display or Window.  The Dispatcher shall be able to terminate data entry at any time by canceling data entry. This action shall cause the process to be terminated and the data values cleared. 8.3.15 User Guidance  The System shall respond to all user input actions indicating whether the action was accepted, was not accepted, or is pending. For multi-step procedures, the System shall provide feedback at each step. Indications such as text messages, color changes and blinking shall provide this feedback.  User guidance messages shall be unabbreviated English text

Page 163 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” and shall not require the use of a reference document for interpretation.  User guidance messages for System errors that occur during normal System use shall not include diagnostic or other complex data or descriptions intended for maintenance personnel. Diagnostic data shall be logged for later retrieval by the System Administrator.  Critical actions initiated by the System user, such as a deletion, shall be performed only after a warning message and request for confirmation are issued to the initiating user and the confirmation of the intended action is received from the initiating user.  Pop-up user guidance messages shall not require the user to select or move them in order to read their contents. 8.3.16 Display Response As Specified 8.3.17 Display Scrolling As Specified 8.4 Automated Stop Announcements (ASA)  The District has interior DMS' installed on the GET fixed route fleet. The Proposer shall install new interior DMS. However, the Proposer may propose the use of any existing interior DMS if it can ensure that the proposed AVA system can integrate with the existing DMS to provide desired visual AVA features.  The DMS shall display the ―stop requested‖ message when stop requested or the wheelchair area stop request is activated

Page 164 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” by a customer.  If stop request signal is received while another message is being displayed on the DMS, the ASA system shall show stop requested message after current message is completed.  The ASA shall provide text announcements for configurable duration, which will be set using the central recording software.  The ASA shall make an exterior announcement of the current route number and destination when doors open at a stop. At other locations (e.g., major intersections), the controller shall make preset location-based interior announcements.  The Operator shall have the capability of overriding the automatic initiation of visual announcements and instead manually select from a menu of predefined messages for display to passengers. The override shall be reported as an event.  Interior signs shall display stop requested, bus stop arrival, major intersections and landmarks, date / time information, and other preformatted messages.  The interior sign system data files shall be updatable and / or replaced via the onboard WLAN.  The ASA shall provide announcements to passengers on-board fixed-route revenue vehicles. This function shall support next stop announcements as well as annunciation of major intersections, key transfer points, promotional information, public service information, Vehicle Operator initiated messages and advertising.

Page 165 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Next stop, major intersection and key transfer point announcement capacity shall be sufficient to support all of the routes in the service area and all of the trips made by each vehicle during a service day, plus a 50% spare capacity for other types of announcements.  The ASA shall use the vehicle location information from the AVL system to trigger the appropriate announcements on-board the vehicle whenever the vehicle enters a ―trigger zone.‖ A trigger zone is a user-defined area that is located just prior to each stop location. For example, the trigger zone may begin 800 feet before a stop as well as at selected other announcement locations.  Trigger zones shall be pre-defined by the Host software for ASA trigger management and downloaded to the controller over WLAN.  Trigger zones shall be configurable by stop to accommodate for differences in operations, including but not limited to, the direction of approach and size of stop.  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).  In the event that a vehicle is operating off-route, the automated

Page 166 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” 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.  The Operator shall have the ability to manually trigger the activation of any pre-recorded announcements if needed.  The DMS shall display the current date / time when not displaying a triggered announcement.  Dispatch shall have the ability to send a free form announcement message to one bus, a group of buses, to the ASA interior DMS.  The ASA shall have the capability to create and schedule public service or advertising messages.  Audio levels shall be controllable by the Operator within a usable audio range. The Operator shall have the capability of overriding the automatic initiation of audio announcements and instead manually select from a menu of predefined messages for announcements to passengers. The override shall be reported as an event.  The volume of the internal announcements shall be automatically adjusted according to the noise level on the vehicle at the time, and the vehicle operator shall not be able to lower the announcement volume.  The ASA shall provide the capability to adjust external speaker volume levels based on time and location settings.  The ASA shall provide the capability to adjust the minimum and maximum volume levels separately for interior and exterior

Page 167 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” announcements.  The ASA announcements and PA volume level controls shall also allow the Operator to separately adjust the volumes for the Operator and handset speakers.  Operator-initiated announcements / displays (e.g., safety- related announcements) shall be programmed to be made at the Operator‘s discretion.  Operator use of the on-board PA system shall override any automated announcements.  Dispatchers shall be able to activate the announcements simultaneously on a group of buses. 8.5 Cellular Communications Network As Specified 8.2.9 Data Access Point  The Proposer shall install WLAN access point(s) at the District's yard to upload and download data when vehicles come in and out of service. This wireless network shall avoid significant signal availability outside of the intended coverage area.  The District shall approve the specifics of the proposed access point, signal levels and antenna type / orientations for an acceptable balance between expected coverage and minimizing signal availability outside the facility.  The Proposer shall (based on their experience) determine broadband capacity requirements which include data exchange between the Host and fixed route, demand response, support vehicles, and normal District activities and analyze against

Page 168 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” current District capacity and include in their any recurring costs in their proposal.  Once a vehicle has successfully associated with the District's WLAN access point, the WLAN data transfer software shall receive the file uploads initiated by the Vehicle Logic Unit (VLU).  When the WLAN data transfer software has a download available for a vehicle that has successfully associated with the District's WLAN access point, the WLAN data transfer software shall check with that VLU whether it has already received that download and if not initiate and complete that download.  The bulk data transfer function shall detect interrupted transfers, such as the case when a vehicle leaves the yard prior to completion of a bulk data transfer. In this instance, the transfer shall be completed normally when the affected vehicle returns to the yard. In the event of an interrupted data transfer, the original data set shall be retained and used until the data transfer is complete.  Any new download file shall be downloaded to the entire fleet within one day, if each vehicle returns to WLAN coverage each night and is configured to remain on for a set time configurable by the District.  All equipment, labor and software required to transfer the data to / from the vehicles shall be provided by the Proposer. 8.7 Automated Demand Response System 8.7.1 On-Board Requirements

Page 169 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  The MDT shall allow the Operator to log-on to indicate the start of a shift. The logon process shall indicate the time of logon, identify the Operator, run and vehicle.  The MDT shall send the name, location, time and GPS location to Dispatch upon trip event.  The MDT shall allow the Operator to receive "will call" requests.  The MDT shall allow the Operator to receive schedule changes. Changes to manifests shall be highlighted for the Operator.  Display pick up / drop off trip information including--but not limited to--passenger name, location address, estimated time, scheduled time, window time and notes such as additional location information and special needs.  The MDT shall send a location report, indicating its current location according to GPS once a defined period of time has passed since the previous location report.  The MDT shall allow the driver to logoff after pull-in, and send a logoff indication.  The MDT shall have pre-programmed keys to report: pickups / drop-offs trip events, no-show requests and emergencies.  The MDT shall allow the Operator to send a text message to Dispatch by selecting from a set of pre-defined messages.  If the MDT does not receive an acknowledgement for a pickup or drop-off trip event data sent to dispatch, the MDT shall store this data for later bulk data transfer to Dispatch.  The Operator shall be able to update the MDT manifest data to

Page 170 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” reflect the actual fare collected, whether there was a companion, if there was an unreported mobility device, and the number of accompanying minors.  The MDT shall allow the Operator to use MDT ―hot‖ keys for reporting common problems such as traffic delays and mechanical problems. 8.8 Traffic Signal Prioritization (TSP) As Specified 8.9 Passenger Information System (PIS) 8.9.1 Predictive Bus Arrival and Departure Algorithms As Specified 8.9.2 Changeable Message Signs (CMS)  CMS' shall simultaneously display, in real time, the estimated arrival / departure time of the next bus on up to eight routes 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 screen or large 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.

Page 171 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  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 and /or indoors in the temperature range 20o F to 120o F.  CMS's shall use a local power supply (115V).  CMS' must be protected using vandal resistant enclosures.  The front face of the CMS shall provide high contrast, low sunlight reflection in all weather and site conditions.  CMS displays shall be legible when sunlight is shining directly on the display face or when the sun is directly behind the display.  All internal CMS components shall be removable and replaceable by a single technician with basic hand tools.  Removal of a CMS display module will not be required to access the internal components of the display.  CMS controllers shall be capable of being configured both remotely via wireless data connection, and locally using a portable computer via a USB, an Ethernet, or an RS-232 connection. Portable computer devices may also be used for performing routine diagnostic maintenance on the signs though local connectivity.  Each CMS controller shall be connected to photoelectric sensor(s) sufficient to automatically adjust CMS output to address the requirements for legibility under varying ambient

Page 172 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” illumination conditions.  The CMS controller shall have a time of day clock and calendar. The time and date shall be in sync with the system time at the District.  The CMS controller shall incorporate a real-time clock capable of maintaining the current date / time for up to 14 days without external power supply.  Public information messages / schedules and display configuration shall be stored in a minimum of 10 MB of non- volatile memory, to enable the immediate restoration of these messages when power is restored after a power loss.  The CMS controller shall be configurable with a unique name for the display. When powered on, the CMS shall present the following information at a minimum on the display:  Name of the sign;  Firmware revision;  Communication port configuration information;  Hardware address of the controller; and  Day, date, and time.  Next vehicle arrival prediction messages shall be generated automatically by the CMS controller, incorporating the arrival time prediction data as it is received from the Host prediction software.  The format of the message template shall be ―(route #) (route /destination name) (countdown minutes)‖, or an alternative format approved by the District.

Page 173 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  When the CMS receives a message from the Host application indicating that current prediction data is not available, the CMS shall display an alternate message approved by the District.  Hold times for each message display and the blanking interval between message displays shall be variable in 0.1 second increments.  The CMS shall include ongoing self-diagnostics and shall send an alarm message to the Host software in the event that a diagnostic fault is detected.  Proposer will describe the communications infrastructure requirements.  Proposer will recommend sizes, types and locations of CMS' at Transit Centers. 8.9.3 CMS Audible Component  Proposer shall determine best method for supporting ADA audible functions.  The CMS shall include a manually-activated audio announcement system, which shall read out the sign text once successively in English and Spanish after a pushbutton has been pressed.  Audio sign messages shall be constructed in real-time by the CMS in a manner that avoids the need to send audio data over the radio system, using either prerecorded announcements or text-to-speech generation of quality acceptable to the District.  The audio announcement system shall be made through speakers built-in to the CMS enclosure or installed nearby.

Page 174 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  The pushbutton must be mounted no higher than 48 inches and no lower than 15 inches from the finished floor of the CMS.  An unobstructed pathway no less than 36 inches wide connecting the pushbutton to an adjoining or overlapping accessible route must be provided. A clear floor space of no less than 30 inches wide by 48 inches long must exist at the device (wheelchair footprint).  The pushbutton must be operable with one hand; not require tight grasping, pinching, or twisting of the wrist.  The pushbutton shall emit a brief low volume sound every few seconds (e.g., ―chirp‖) to guide the visually impaired to the pushbutton location.  The audio volume shall be automatically adjusted based on the current ambient sound level in front of the CMS to ensure that it is only loud enough to be understandable within a five foot radius from the sign. 8.9.4 Bus Stop Signage As Specified 8.9.5 Customer Web Site / Customer Communication Devices  The 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.  The System shall provide support for PDA and Mobile Phone access, using simplified version of the Proposer / District web

Page 175 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” site specifically designed for handheld devices (e.g., iPhone. Droid Apps, etc.)  The Proposer shall provide all Web pages, data feeds and scripts needed to enable this Web service on the District's Website.  The response Web page shall be continuously updated (whenever a new predicted arrival time is determined), until the user closes the web page.  The System shall provide the ability to display route, stops and real-time location of a vehicle on a route on a web-based map display. The location shall be automatically refreshed at least every 60 seconds.  The 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.  The Web-based interface shall provide the ability to zoom in / out and pan the map.  The map display shall be automatically formatted to fit the screen size of the customer device (i.e. mobile device and personal computer).  The vehicles shall be shown using a distinct icon approved by the District and also indicate the direction of movement of the vehicle.  Clicking on a vehicle icon must show the current status of the vehicle (early / late / on-time).  Clicking on a stop icon shall display arrival times for the next

Page 176 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” three buses for each route passing by that stop.  The System shall provide the District the ability to publish any service alerts on the Web page showing real-time vehicle location display.  The System shall provide real-time information alerts to District customers based on their preferences. Customers shall be able to subscribe or unsubscribe to this service as desired. Also, the System shall allow customers to configure their preferences for the content and time interval for receiving real-time information alerts.  The System shall automatically notify customers of the real- time status of buses at a specific stop on a requested route and direction. The notification will be made in the form of an email or SMS message.  The notification service shall alert customers about real-time status of the last bus of the day, if their preference indicates interest in this information. 8.9.6 Customer Trip Planner As Specified. 8.9.7 Interactive Voice Response (IVR)  The IVR shall provide real time information. The System shall respond to a customer request with the real-time arrival information for the next bus on the requested route and direction.  The IVR shall notify demand response customers about their pickup time the night before the trip and once the vehicle is

Page 177 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” within a defined distance from the pickup location.  The IVR shall provide the capability for customers to access or be contacted with information about District services via telephone.  The IVR shall be interfaced with the next arrival prediction software to access current prediction data for a selected stop.  The IVR shall be integrated with the existing telephone systems at the District.  The IVR interface shall consist of voice prompts to which the customer may respond by either voice commands or by touch- tone key selection.  The IVR shall automatically notify customers of the real-time status of buses at a specific stop on a requested route and direction. The notification will be made in the form of an email or SMS message.  The IVR notification service shall alert customers about real- time status of the last bus of the day, if their preference indicates interest in this information.  The IVR system shall collect customer call data and provide reports for administrative purposes.  The Proposer shall describe the level to which data may be collected for incoming customer calls and for the touch-tone responses to menu options.  The IVR shall allow a System Administrator to generate reports for specific time periods, including the following types of reports:

Page 178 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Number of total incoming calls;  Number of calls that transfer to Customer Service without other input;  Number of calls that transfer to Customer Service with other input;  Number of calls that request to cancel a scheduled trip;  Number of automated notification calls made by the system to inform customers of their scheduled trip pick-up times; and  Call duration for each call.  The IVR shall allow the System Administrator the capability to generate the above reports by the following selectable periods: hourly, daily, range of days, weekly, monthly and yearly. 8.10 Information Technology Architecture 8.10.1 Host Site  Proposer shall provide and justify their solution architecture, Hosted, Managed Services, Traditional method, or other.  Proposer shall meet planned uptime requirements of 99.9%.  Proposer shall provide a System architecture for all technologies exercised not or in the future by the District  Proposer shall provide a Host System architecture for all supporting hardware, software, operating systems, databases, redundancies, environments, Disaster Recovery, and Security, etc.  A backup system shall be available to the District in the event of failure of the centralized Hosted service.

Page 179 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Proposer shall ensure Data Center: electrical power, air conditioning, backup power, PDU, etc. requirements, if located on District property.  The District shall be informed at least thirty (30) days in advance in writing of upgrades that require updated software or higher speed Internet connectivity, etc.  The Proposer shall monitor and insure Internet connectivity to the Hosted services if utilized.  The Proposer and / or District shall be automatically alerted to Host failures and resolve them directly or with a third-party. The District shall not be required to help troubleshoot or resolve issues at the Hosting service, if utilized.  The system shall be available 24 hours a day, seven days a week.  Secure access to the full system functionality shall be available to District staff remotely from any computer that meets the Proposer's stated requirements.  Remote access to the system shall be secure and protected by password or other equivalent-or-improved security measure.  The District's data shall be securely stored by the Proposer and accessible only by authorized individuals.  The District's data shall be securely backed up on a daily basis, and backups shall be stored in a secure facility remote from the primary Host site.  The Proposer may not retain data if the District requests its destruction, deletion or transfer.

Page 180 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  The Proposer shall relinquish all of the District's data to the District upon request.  The Proposer's Hosted site must be protected by current virus protection, internet security, and other security software against catastrophic failure and malicious attacks, if utilized. 8.10.2 Ownership of Data As Specified 8.10.3 Activity Logging  The System shall log all user actions.  The activity log shall be real-time and accessible on-line.  Each user logon and logoff shall be recorded in the historical event log.  The recorded data shall include the date and time that the logon / logoff was executed, the name of the workstation, and the identification of the user. All functions performed by all users shall be stored in the historical event log. 8.10.4 Reasonability of Data  In order to prevent invalid and unreasonable data from having a harmful effect on the System or District operations, the System shall check data for reasonability.  All input data, parameters, and commands whether collected automatically or entered by a user shall be checked for reasonability before allowing the data to be processed or used by the System, and shall be rejected if unreasonable.  When unreasonable input data or results are detected, diagnostic messages clearly describing the problem shall be

Page 181 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” generated. 8.10.5 Access Security  Access to the System shall be strictly limited to designated and authorized System Administrators.  Users without proper minimum authorization shall be denied access to all System functions and data, as well as all System resources such as servers, printers, workstations, etc.  Each user shall have a unique username that is assigned by the System Administrator.  The logon / logoff status of a user shall be unaffected by any failure recovery procedure in the System.  A function shall be provided for users to log off.  Access to System functions and capabilities shall be based upon each user‘s authorization level and not the physical workstation being used though limitations in functional capabilities due to the configuration of the workstation may also apply (e.g. no voice equipment).  Each level of access shall be capable of specifying ―full‖ ―view- only‖ or ―no‖ access to each identified System function.  A minimum of four user-access levels shall be supported by the System. The term ―user‖ alone shall refer to all levels except when it is clear from the context that another meaning is intended. The minimum user-access levels shall be:  Information User — these users shall have only read-only access to System historical data via the information server resources, but shall have no access to System functions.

Page 182 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Customer Service User – these users shall have all the rights of an Information User plus read-only access to selected Dispatcher functions (e.g., AVL functions).  Dispatcher — these users shall have all of the rights of a Customer Service user plus full access to specific System functions as determined by the System Administrator.  System Administrator — these users shall have unrestricted access to System functions and shall have special privileges required to administer overall access security and to maintain the System. A secure method shall be provided for the System Administrator to change passwords and user identifications and establish functional partitions. 8.10.6 Data Backups As Specified 8.10.7 Data Archival And Restore As Specified 8.10.8 Data Transfer  The bulk data transfer function shall permit all updates to occur over a period of at least two weeks prior to the effective date of the new data and without disrupting current operations using the existing data.  The bulk data transfer function shall enable authorized System Administrators to post data for transfer to vehicles and to monitor the progress of all transfers on a per-vehicle basis.  No user intervention shall be required to handle transfers once they are posted.

Page 183 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Bulk data supported by this function shall include, but not be limited to, the following types of data: schedule route definition data including routes, schedules, trips, runs, time points, display / annunciater trigger points, map data and other data required by the fixed route vehicles.  The System shall include a capability to download short-term changes to the route definition data (e.g., re-routes) to vehicles operating in the field.  The System shall include a capability to update destination sign message data for fixed route vehicles with onboard signs that are interfaced to the System.  Audio Announcement and Visual Display Data - Updated audio announcement data and visual display data (if supplied) for all fixed route vehicles.  MDT Parameters - Updated MDT parameters, including canned message menus, timeout periods, and schedule activation dates.  The transfer of higher priority, more time critical data shall be accomplished before the transfer of less critical data.  The Proposer shall ensure that all data transferred via the bulk data transfer function is secure from unauthorized interception.  The Proposer shall employ encryption and / or other methods to prevent such unauthorized access. 8.10.9 Scheduled Maintenance As Specified 8.10.10 Version Tracking Requirements

Page 184 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 8.10.11 System Administration Functions  Fixed-Route Data Retrieval  Interim Schedule Maintenance  AVL Map Retrieval and Maintenance  Destination Sign Data Maintenance  In-Vehicle Announcement Data Maintenance  All parameters in the System that users may need to modify shall be adjustable by authorized System Administrators.  System Administrators shall be able to define data partitions that specify, via selection criteria or other means, a subset of all System data, including events that Users are permitted to access. 8.10.12 Disaster Recovery As Specified 8.10.13 Continuity of Services As Specified 9.0 Optional Requirements 9.1 Automated Passenger Counters (APC)  Ability to accurately detect passengers boarding and alighting and eliminate false positive counts of passengers loitering near the boarding zone.  Support for multiple entries, and for wider entry common to certain vehicle designs.  Support for wheelchair boarding counts.  Ability to detect whether the vehicle door is open or closed (the

Page 185 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” APC shall only count passengers when the door is open).  The APC solution shall be designed for the transit industry and not adapted for its intended purpose.  Sensors shall operate automatically and without the need for manual intervention.  Data shall automatically be compiled by the APC and integrated to the VLU and / or MDT in real-time.  APC data shall be time-stamped for ease in associating the counts to validating farebox data.  APC data shall be stored along with stop records.  The APC shall meet or exceeds the relevant SAE specifications for vibration, humidity, electrical tolerance, and particulate matter.  The APC for all doorways shall be connected to a single APC controller.  The 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.  The APC shall not register as multiple passengers the passage of a single passenger that reaches into or out of the doorway passage, or is swinging their arms, while passing through the sensor beams.  The APC shall not separately count objects carried by passengers, such as shopping bags or umbrellas.  Boarding and alighting counts shall only be recorded when the vehicle MDC is logged in. If there is a breakdown and

Page 186 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” passengers need to transfer to a replacement vehicle, this will allow the passenger transfer to be done with both vehicles logged out so that the transferring passengers are not erroneously double-counted.  The APC controller shall be interfaced with a wheelchair lift sensor, with the number of wheelchair lift operational cycles at each stop also recorded.  The APC will have sufficient on-board memory capacity to allow for storage of at least 72 hours of APC data.  Utility software shall be provided, for use on a laptop computer connected via a serial communications connection to either the APC controller or the MDC, which supports calibration of the doorway sensors and review of stored data records.  Upon command from the WLAN subsystem, data records shall be uploaded from the APC subsystem.  The APC subsystem shall not erase or allow the overwriting of data records until confirmation is received from the WLAN subsystem that the data records were successfully received.  The APC subsystem shall provide a backup method (for use when the WLAN subsystem is temporarily unavailable) for bi- directional data transfer. 9.2 Yard Management  System software shall create lane-based parking.  System shall track yard vehicles by location and current assignment, if assigned.  System shall provide vehicle location, by type, as an icon

Page 187 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” (GET, GET-A-Lift, support vehicles).  Vehicle status shall be shown via a legend as: Not Available Manual, Available, Assigned, Late Pullout, Unknown, etc.  If Color Legend is utilized, user should have capability to change Legend Colors to enhance contrast if necessary.  Each vehicle icon shall include vehicle information such as: vehicle ID, vehicle status, assignment status, vehicle length, etc.  System shall allow Dispatcher to change vehicle location and set or change vehicle availability status (assign, reassign, un- assign, etc.).  System GUI shall indicate a lane number (name) and identify where vehicles are located within a lane.  System shall show lane positions that are not available for parking.  System shall be show vehicle location accurately within 5 feet.  System shall use both location maps and tabular displays to present data and information.  System shall allow location information to be reported and filtered on various criteria.  System shall present notification icons or status bar for Dispatcher review for: Pending Updates, Unconfirmed Parking Location, Blocked Vehicle, Tripper, etc.  System shall allow Dispatcher to place unplaced vehicles (unparked) via drag and drop functionality.  System shall have the capability of auto-assignment of

Page 188 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” vehicles.  System shall be capable of assigning each parking spot within the yard grid as a Priority location (this can aid the Dispatcher in controlling which order vehicles leave the yard).  System should provide a variety of Yard Reports; such as: Current Yard Location / Status; Yard Assignment History; Yard Operator Assignments, etc.  System shall provide Yard Walker capabilities for maintenance personnel to manually place vehicle location and status without having to turn on the AVL / MDT.  System shall allow the Operator to manually enter their vehicle‘s parking location.  System shall provide Dispatcher with Pull-Out status, such as: Vehicle ID, Parking Location, Run Number, Operator Name, Scheduled Departure Time, Actual Departure Time, Deviation, etc. 10.0 Proof Of Concept (POC) As Specified 10.1 Design Review As Specified 10.2 Transit Analytics (Dashboard) As Specified 10.3 Approval of POC As Specified 11.0 Additional Requirements 11.1 AVL Analytics

Page 189 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 11.2 Reports  Schedule Adherence Report: Measures operator on-time performance.  Average Arrival Times Report: Measures statistical mean of arrival times for user-defined parameters such as stop, route, vehicle, Operator, reporting period, etc.  Idle Report: Measures periods of excessive inactivity based on vehicle engine diagnostic data.  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.  Mileage Report: Summarizes vehicle mileage for revenue and non-revenue service.  Shift Report: Records the timestamp for 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.  Ridership Reports: Include statistical averages for ridership by route during defined time periods, drill-down of daily boarding's and alighting's by route and time of day for single day or range of dates. (Option-requires Automatic Passenger Counters)  Mechanical Reports: Include the frequency of mechanical failures, and other diagnostic features available from engine

Page 190 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” telemetry (Option requires Engine Diagnostic Integration)  Web Activity Reports: Provide a record of activity (e.g., number of ―hits‖, type of information requested, etc) associated with the Contractor-furnished Customer Web site for the District's Passenger Information System.  IVR Activity Reports: Provide a record of call activity (e.g., calls handled, wait times, dropped calls, menu selection, etc.) associated with the Contractor-furnished IVR system for the District. (Option requires Host IVR).  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). 11.2.1 Dispatch Activity Reports  Number of requests to talk  Number of priority requests to talk  Number of Emergency Alarms  Number of Dispatcher-initiated calls  Number of incidents generated  Number of radio transmissions by talk group or channel (excluding data channel)  Radio talk group or channel usage, expressed in total seconds per hour or percentage used  Operator Text Message Activity 11.2.2 Schedule Deviation Reports  The System shall produce reports showing daily, weekly, and

Page 191 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” monthly schedule deviation.  These reports shall summarize the schedule deviations that occurred during the time periods covered by the reports. The following statistics shall be produced for the fixed-route fleet, for each bus route, and for each Operator:  Total number of blocks.  Total number of early blocks (i.e., blocks that were early departing from any time point).  Average number of minutes early.  Total number of late blocks (i.e., blocks that were late departing from any time point by more than a user-specified threshold).  Average number of minutes late.  The report output shall be configurable to allow the user to filter certain types of specific schedule deviations. The types of deviations that can be filtered shall include early times on selected routes and at selected stops, where early times are acceptable.  The daily reports should provide the above statistics broken down on an hourly basis along with daily totals. The weekly reports should provide the above statistics broken down on a daily basis along with weekly totals. The monthly report should provide the above statistics broken down on a daily basis along with weekly and monthly totals.  National Transit Database (NTD) annual reports in accordance with federal transit administration rules. 11.2.3 Incident Report Summary

Page 192 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  The System shall automatically produce daily listings of all incidents concerning passengers and accidents that were open during the service day. The incidents shall be listed according to incident number and shall contain the date of the incident, service, incident type, incident number, block numbers, route number, vehicle number, location of incident, time of incident, direction of incident (compass), description of incident, Operator's name and employee number, incident opened and closed by (name of Dispatcher), and other pertinent summary data.  Once an Incident Report is generated for a service day, it shall automatically be archived via the historical storage function and printed on the designated printers. All open incident reports shall be carried over to the next service day's reporting period.  Number of open incident reports, by service and type of incident.  Number of new incident reports opened, by service and type of incident.  Total number of incident reports, by service, type, and combined.  Number of incident reports that remain open, by service, type of incident, and combined. 11.2.4 Customized Reports As Specified 11.2.5 Data Summarization As Specified

Page 193 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” 11.2.6 Report Filtering As Specified 11.2.7 Drill Down Capability As Specified 11.2.8 Report Response Time As Specified 11.3 Transit Analytics (Dashboard) As Specified 11.4 Training 11.4.1 Training Plan  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  Facility / equipment requirements 11.4.2 Training Facilities As Specified 11.4.3 Scheduling and Preparation for Training As Specified 11.4.4 Timing for Training

Page 194 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 11.4.5 Training Materials As Specified 11.4.6 Maintenance Training As Specified 11.4.7 Dispatcher / Operator Training As Specified 11.4.8 System Administrator Training As Specified 11.4.9 Manual Quantities As Specified 11.4.10 Supplemental Training As Specified 11.4.11 Bus-In-A-Box As Specified. 11.5 Testing  Be responsible for successfully completing all tests required.  Furnish all test instruments and any other materials, equipment and personnel needed to perform the tests.  Be fully responsible for the replacement of all equipment damaged as a result of the tests, and shall bear all associated costs.  Maintain comprehensive records of all tests.  Notify the District in writing, no less than 14 days prior to each test activity.  Provide test plans, procedures, records and reports to the

Page 195 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” District for approval. 11.5.1 Acceptance Test Plan  Scope and Purpose: Clearly state the scope, case, and conditions the procedure tests.  Pre-requisites: Describe test environment and the pre- requisites, including access, availability, and equipment configuration for each group of functions.  Tools: List test equipment and tools, with calibration data for each item.  Personnel: List test participants and roles.  Procedure: Contain enumerated step-by-step procedures. Procedures shall include regression test and Pass Fail Criteria.  Drawings: Include detailed drawings depicting test setup. Drawings shall include list of equipment, parts and material used and tested.  Test Data Form: The form will include space to record the tools with calibration date, environmental condition during the test (i.e. rainy, cloudy, temperature, etc.), test measurement, pass / fail criteria and space to record the pass / fail outcome and the signature of the test engineer and a test witness.  Test Exception Form: The form shall be used to record the identifier of the defect report / problem report(s) generated as a result of faults / problems detected during the test. All the troubleshooting techniques and corrective actions shall be documented on this form. 11.5.2 Testing Requirements

Page 196 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 11.5.3 Test Procedures  Test schedule  Responsibilities of District and Proposer personnel  Record-keeping procedures and forms  Procedures for monitoring, correcting, and retesting variances  Procedures for controlling and documenting all changes made to the System after the start of testing  A list of individual tests to be performed, the purpose of each test segment  Identification of special hardware, software, tools, and test equipment to be used during the test  Copies of any certified test data (e.g., environmental data) to be used in lieu of testing  Detailed, step-by-step procedures to be followed  All inputs, expected results and measurements for successful sign-off for both the POC test and the full implementation tests 11.5.4 "Proof of Concept" Test As Specified 11.5.5 Functional Tests  Inspection of all equipment for conformance to drawings, specifications, and applicable standards, and for satisfactory appearance  Testing of the proper functioning of all hardware by thoroughly exercising all devices, both individually and collectively  Testing of the proper functioning of all software and firmware

Page 197 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” features and functions, including test cases with normal and exception data  Testing of the proper functioning of all data communication features and facilities and all communications control functions  Testing of all AVL on-board functions, and of optional add-on equipment, using actual vehicle equipment items supplied as part of the Project  Input and output signals from devices supplied by others or already installed on the vehicles shall be simulated if the District cannot provide actual devices for testing  Testing of AVL functions using a mobile test vehicle and appropriate test map and database information for the routes that will be traversed  Verification of all data transfers to the appropriate the Host databases  Testing of all user interface functions  Simulation of hardware failures and failover of each AVL and Passenger Information device that has a backup unit  Verification that spare capacity and ultimate sizing requirements have been met, including all expansion requirements  Verification of the accuracy of the system performance monitoring software  Verification that the processor loading and system response time requirements have been met while exercising all Proposer-supplied software and performing functions

Page 198 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Verification of device and system recovery from AC power failures  Verification of the accuracy of hardware and software documentation via random checks  Testing of the System User Interface, real-time monitor (RTM), and Customer Web sites  Testing of all software and database maintenance functions  Verification of all reports provided by the system  Testing of data exchanges between devices supplied by others or already installed on the vehicles (e.g., GFI farebox, SEON Camera System, Engine Diagnostic Computer, etc.)  Tests of data exchanges that are not required in real time (e.g., exporting AVL and APC data to Host  Verify the System stability and availability is free of problems caused by interactions between software and hardware while the System is operating as an integrated whole 11.5.6 Cellular Communications Coverage Test As Specified 11.5.7 30-Day Rolling Operational Test As Specified 11.5.8 Test Records and Reports As Specified 11.5.9 System Acceptance As Specified 11.6 Documentation 11.6.1 General Manual Requirements

Page 199 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 11.6.2 Maintenance Service Manual As Specified 11.7 Design / Implementation  The proposed installation schedule, detailing phases and / or installation segments. Once the baseline schedule is approved by the District, monthly updates identifying all schedule changes and work progress in the form of percentage completions shall be submitted to the District for review.  The minimum resource allocation requirement for any installation phase or segment.  How the Contractor will manage delivery and staging of the AVL and Passenger Information System equipment that is to be installed.  The order in which equipment items are to be installed, with estimated durations.  Any special or unique installation requirements.  Equipment to be used to perform installation.  A detailed component list and how each item version number and serial number shall be recorded for each installation configuration. 11.7.1 Work Standards and Requirements As Specified 11.7.2 District Participation As Specified 11.7.3 Kick-Off Meeting

Page 200 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” As Specified 11.7.4 System Design As Specified 11.7.5 Preliminary Design Review As Specified 11.7.6 Design Plan General Requirements As Specified 11.7.7 Design Documentation As Specified 11.7.8 Final Design Review  Final Design Review (FDR) package shall be one complete submittal sufficient to provide all the required details for overall system integration and operation. Design review requirements defined within the individual subsystem specification sections, shall be consolidated and submitted as a single package. The FDR package shall be submitted to the District no later than 75 days after the NTP date.  The Final Design Review submittal package shall not be submitted until the District has approved all individual PDR submittals. The FDR Submittal Package shall be organized to include the following final design information:  Approved and updated versions of all previously submitted design review materials. Updated material shall represent complete design, final calculation; detailed product (component level) parts list, drawings, phasing and interface details required for installation. All the new and

Page 201 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” revised sections of the subsystem PDRs shall have a side revision bar to reflect the changes. The previous information submitted in the PDRs shall be organized by subsystem.  Updated product submittals for all, materials and components for which product submittals were not previously submitted and approved.  Complete Drawing index.  Complete list of items to be serialized.  Complete cable identification and equipment labels.  Complete wiring diagrams for all equipment to be installed, modified, upgraded, or interfaced to under this contract.  Top level mechanical drawings, if applicable.  Grounding details.  Power panel schedule and distribution. 11.7.9 Installation  Furnish and install all wiring and connectors for on-board and fixed-end equipment and connections to power and communications enclosures and external systems integration. This includes the proper termination of all power and communication cables and wiring (copper or fiber optic) to connect the individual components into a fully operational System that complies with applicable standards and specifications.  Furnish and install all hardware, equipment, brackets, computer enclosures, pull boxes, junction boxes, conduits, power and

Page 202 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” communications infrastructure, and other such items as required to support System proper functioning.  Furnish environmental control devices, such as Universal Power Supplies, as required.  Furnish and install all electronics and other devices in their respective cabinets as required to provide a fully operational System.  Furnish and install System equipment, including, but not limited to, GPS antennas and receivers, AVL components, communications devices, vehicle logic units, etc.  As an option, furnish and install Automated Passenger Counter (APC) equipment, as specified.  As an option, furnish and install Automated Stop Annunciation System equipment, as specified.  Furnish and install Mobile Data Terminals (MDT), in the quantity and configuration directed by the District.  Furnish and install Passenger Information Displays, in the quantity and configuration directed by the District.  Furnish and install Changeable Message Sign (CMS) System, with optional add-on audio equipment, solar electric power systems, and cellular communications equipment, in the quantity and configuration directed by the District.  As an option, furnish and install standalone IVR phone solution, as specified.  Validate all cable and wire terminations via a test process to ensure that the cable is connected to the correct location on

Page 203 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” each end and that the cable / wire is properly terminated.  Test the full communications networks to validate proper functioning.  Power up and provide a field check out / installation acceptance test of all Systems, to be witnessed and approved by the District. Track progress toward completion of all installation requirements using a ―punch list‖.  Calibration and testing of the System, as further described in full accordance with OEM supplier guidelines.  Calibration and testing of Passenger Information Systems, as further described in full accordance with OEM supplier guidelines.  Calibration and testing of IVR System, as further described in full accordance with OEM supplier guidelines.  All tools such as crimpers, fiber optic termination tools, and test equipment shall be properly calibrated. 11.7.9.1 Modern OEM Products  The Contractor shall supply modern, unmodified, OEM products of computer and communication equipment required for its System.  All OEM products utilized shall be from authorized distributors. Evidence that products were obtained by the selected Proposer from authorized distributors shall be provided to the District upon request.  The equipment shall be delivered with the latest firmware, patches, and software updates available at the time of delivery.

Page 204 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” 11.7.9.2 Work Standards As Specified 11.7.9.3 Equipment Removal, Relocation and Restoration Plan  All the items (by subsystem and location) requiring restoration, rebuild and / or upgrades to its original condition or better.  All the items (by subsystem and location) requiring removal.  All the items (by subsystem and location) requiring salvage and packaging to keep original condition or better.  A plan for temporary relocation and offsite storage. 11.7.9.4 Equipment List  Product Data Sheet: the Contractor shall submit product information sufficient enough to determine if the component meets the described specification.  Calculations: the Contractor‘s professional engineer shall seal all calculations with that individual‘s California Professional seal approved by the State of California.  Phasing and Cutovers: Identification and description of all major system cutover events or integration activities describing techniques, methods, and procedures. The Contractor's submittal shall include a proposed data backup plan for the District‘s approval. The backup plan shall define the systems to be backed up and the periodicity of the backups.  Certifications, Registration, and Resumes: The Contractor shall provide a copy of all the required certification, registration and resumes as outlined in the subject subsystem.  Drawings: Electrical, mechanical, block and functional

Page 205 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” diagrams with corresponding parts list as well as other drawings or details specified within individual subsystem specifications.  Physical Requirements: The Contractor shall identify the A/C and D/C power load requirements, heat load, and physical space requirements for each location where equipment will be installed. 11.7.9.5 As-Built Documents As Specified 11.7.9.6 Bill of Materials (BOM) As Specified 11.7.10 Obsolescence As Specified 11.7.11 Environmental As Specified 11.7.12 System Scalability As Specified 11.8 Project Management 11.8.1 Project Staffing As Specified 11.8.2 Project Schedule As Specified 11.8.3 Weekly Status Meetings As Specified 11.8.4 Monthly Status Reports As Specified

Page 206 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” 11.8.5 Formal Correspondence As Specified 11.8.6 Supplemental Reporting As Specified 11.8.7 Punch List As Specified 11.8.8 Deliverables  Implementation Plan  Implementation Schedule  Staffing Plan  Asset List  Design Document  POC Plan  Test Plan / Procedures  Training Plan / Materials  Maintenance Manuals / Documentation  Operators Manual  Dispatchers Manual  As-Built Documents  Functional (software usage) Documentation  Quality Assurance Plan  Final Acceptance Test Report 11.8.9 Asset Management  Product description and manufacturer  Quantity installed and quantity as spares  Serial numbers, where available

Page 207 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply”  Installation or storage locations  Status of equipment (e.g. installed, spare, awaiting repair, etc.)  Replacement status of each part and reason for replacement 11.8.10 Quality Assurance Plan As Specified 11.8.11 Invoicing As Specified 11.8.12 Project Closeout As Specified 11.9 Warranty / Maintenance 11.9.1 Installation Warranty As Specified 11.9.2 Extended Warranty Period As Specified 11.9.3 Availability and Mean-Time-Between-Failure (MTBF) Targets As Specified 11.9.4 Chargeable and Non-Chargeable Failures As Specified 11.9.5 Diagnostics As Specified 11.9.6 Maintainability As Specified 11.9.7 Repair and Replacement of Faulty Equipment As Specified 11.9.8 On-Call Support As Specified

Page 208 / 256 Pages GET RFP G035

Request for Proposals Your If your proposal does not fully comply, Proposal where in your proposal is this explained? Requirement (see corresponding RFP section for full Mark “F” for requirement description) fully Comply, “P” for Partially Comply or N for “Do Not Comply” 11.9.9 Local and Escalated Support As Specified 11.10 Spare Components As Specified 11.11 Schedule Requirements As Specified

______SIGNATURE OF CONTRACTOR‘S AUTHORIZED OFFICIAL DATE

______NAME AND TITLE OF CONTRACTOR‘S AUTHORIZED OFFICIAL

Page 209 / 256 Pages GET RFP G035

Attachment C - Price Summary Forms

Proposers are required to submit their price proposals using the Price Summary Form 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.

Recurring costs, such as licenses and fees shall be listed for the cost per year per unit, and indicated as a recurring cost.

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 contract documents. The units submitted shall be consistent with the numbers specified in the RFP, and shall include spares as determined by the District 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. The District shall not incur additional costs for any additional equipment, services, shipping, handling, communications, installation or testing.

No taxes shall be included in the proposed cost, as the District is exempt from federal excise, federal transportation and state sales tax.

The contract shall be a firm fixed price contract.

The Price Summary Form 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.

Page 210 / 256 Pages GET RFP G035

PRICE SUMMARY FORM

A. Proof of Concept (POC) - 2 GET and 2 GET-A-Lift (although much is listed below, Proposer should propose minimum to accomplish the POC)

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units Indicate Yes or No) 10.1 Design for each vehicle type

10.1 Cabling and wiring of vehicle

10.2 Transit Analytics (Dashboard)

8.2 GPS Antenna

8.2 Vehicle Logic Unit (VLU) / Mobile Data Terminal (MDT) 8.2 Covert Alarm and Microphone

8.2 Integration / Interface to StrataGen

8.3 Computer Aided Dispatch Software (CAD) License 8.4 Automated Stop Annunciation (ASAs)

8.6 Data Access Point – Wireless Network (Vehicle to Host Data Transfer) 8.7 Cellular Communications Network

8.8 Traffic Signal Prioritization (TSP)

8.9 Passenger Information System (Web Only)

8.10 Host Site Equipment Acquisition and Setup

Page 211 / 256 Pages GET RFP G035

(Hosted if possible for POC) 9.1 Automated Passenger Counters (APCs)

11.4 Operator / Dispatch Training

11.7 Installation of all hardware in each vehicle

Other – please describe

Proof of Concept Subtotal

Page 212 / 256 Pages GET RFP G035

B. System Initiation Requirements

RFP Component Unit Cost # of Units Installation Total Cost (Recurring Section Cost for All Cost? Units Indicate Yes or No) 8.2 Database Conversion

8.3 Computer Aided Dispatch Software (CAD) License 8.6 Data Access Point – Wireless Network (Vehicle to Host Data Transfer) Other Integration software and / or licenses (e.g. FleetNet / Stratagen / database) – please describe 11.5 Installation of yard components, including all hardware, software, network connections, wiring, etc. 8.10 Host Site Equipment Acquisition and Setup (servers: application, database, communications, reports, SNMP, etc.; necessary routers / firewalls, redundancies and environments. Please itemize! Other – please describe

System Initiation Subtotal

Page 213 / 256 Pages GET RFP G035

C. AVL - Fixed-Route Revenue Vehicles (GET)

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units Indicate Yes or No) 11.5 Integration Design for each vehicle type

11.5 Cabling and wiring of vehicle

8.2 GPS Antenna

8.2 Vehicle Logic Unit (VLU) / Mobile Data Terminal (MDT) 8.2 Covert Alarm and Microphone

8.4 Automated Stop Annunciation (ASA)

8.8 Traffic Signal Prioritization (TSP)

11.5 Installation of all hardware in each vehicle

Other – please describe

Fixed-Route Revenue Vehicle Subtotal

Page 214 / 256 Pages GET RFP G035

D. Demand-Response Revenue Vehicles (GET-A-Lift)

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units (Indicate Yes or No) 11.5 Integration Design for each vehicle type

11.5 Cabling and wiring of vehicle

8.2 GPS Antenna

8.2 Vehicle Logic Unit (VLU) / Mobile Data Terminal (MDT) 8.2 Covert Alarm and Microphone

8.2 Integration / Interface to StrataGen

11.5 Installation of all hardware in each vehicle

Other – please describe

Fixed-Route Revenue Vehicle Subtotal

Page 215 / 256 Pages GET RFP G035

E. Support Vehicles

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units (Indicate Yes or No) 11.7 Integration Design for each vehicle type

11.7 Cabling and wiring of vehicle

8.2 GPS Antenna

8.2 Vehicle Logic Unit (VLU) / Mobile Data Terminal (MDT) 11.7 Installation of all hardware in each vehicle

Other – please describe

Support Vehicle Subtotal

Page 216 / 256 Pages GET RFP G035

F. Passenger Information System

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units (Indicate Yes or No) 11.7 Integration Design at each location

11.7 Cabling and wiring at each location

8.9 Transit Center(s) Passenger Information System Display(s) CMS' 8.9 GET Yard / Administration Passenger Information System Display(s) CMS' 8.9 CMS Audible Component

8.9 Bus Stop Signage

8.9 Passenger Information Data Management and Dissemination 8.9 Passenger Information System Hardware and / or Software License 8.9 Passenger Information System Web Site

8.9 Interactive Voice Response

8.9 Customer Trip Planner

11.7 Installation of all hardware at each location

Other – please describe

Passenger Information System Subtotal

Page 217 / 256 Pages GET RFP G035

G. Optional Technologies

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units (Indicate Yes or No) 11.7 Integration Design for each vehicle type

11.7 Cabling and wiring of vehicle

9.1 Automated Passenger Counters (APC)

9.2 Yard Management

11.7 Installation of all hardware in each vehicle

Other – please describe

Support Vehicle Subtotal

Page 218 / 256 Pages GET RFP G035

H. Spare Components (Describe the types and quantities of spares, along with cost and total cost, as per RFP Section 11.8)

RFP Component Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Cost? Units (Indicate Yes or No)

Spare Components Subtotal

Page 219 / 256 Pages GET RFP G035

I. Additional Items

RFP Unit Cost # of Units Installation Total Cost Recurring Section Cost for All Costs? Units (Indicate Yes or No) 11.1 AVL Analytics

11.2 Reports (customized)

11.3 Transit Analytics (Dashboard)

11.4 Training

11.5 Testing

11.6 Documentation

11.7 Design / Implementation

11.8 Project Management

11.9 Warranty (2 years)

Other – please describe

Additional Items Subtotal

Page 220 / 256 Pages GET RFP G035

J. Extended Maintenance (out years)

Item Unit Cost # of Units Installation Total Cost Cost for All Units Extended Maintenance, Year Three (Optional)

Extended Maintenance, Year Four (Optional)

Extended Maintenance, Year Five (Optional)

Additional Maintenance Out Year Sub-Total Cost

K. Hosting / Managed Services (out years)

Item Unit Cost # of Units Installation Total Cost Cost for All Units Extended Hosting Services, Year Three (Optional)

Extended Hosting Services, Year Four (Optional)

Extended Hosting Services, Year Five (Optional)

Additional Maintenance Out Year Sub-Total Cost

Page 221 / 256 Pages GET RFP G035

Price Summary

Item Unit Cost # of Units Installation Total Cost Cost for All Units Table A - Proof of Concept

Table B - System Initiation

Table C - AVL Fixed Route Vehicles (GET)

Table D - AVL Demand Response Vehicles (GET-A- Lift) Table E - AVL Support Vehicles

Table F - Passenger Information System

Table G - Optional Technologies

Table H - Spare Components

Table I - Additional Items

Table J - Extended Maintenance

Table K - Hosting / Managed Services

Total Cost

______SIGNATURE OF CONTRACTOR‘S AUTHORIZED OFFICIAL DATE

______NAME AND TITLE OF CONTRACTOR‘S AUTHORIZED OFFICIAL

Page 222 / 256 Pages GET RFP G035

Attachment D - Milestone Payment Schedule

Milestone Task Payment Schedule

Please Specify a suggested Milestone / Payment Schedule for the following In Accordance With The Scope Of Work Of This RFP (include in each Task Description, total hours, FTE’s, Classification and hourly rates):

Blended Item Estimated Hourly Estimated Task # Task Proposer's description of specific work to be accomplished. Task Hours Rate Cost 10.0 Proof of Concept /hr $

10.2 Transit Analytics (Dashboard)

11.2 Reports

11.4 Training

11.5 Testing

11.5 30-Day Operational (Acceptance) Testing

11.7 System Design

11.7 Installation (1-20 GET)

11.7 Installation (21-40 GET)

11.7 Installation (41-60 GET)

11.7 Installation (61-83 GET)

11.7 Installation (1-19 GET-A-Lift)

Page 223 / 256 Pages GET RFP G035

Blended Item Estimated Hourly Estimated Task # Task Proposer's description of specific work to be accomplished. Task Hours Rate Cost 11.7 Installation (1-25 support vehicles)

11.8 Planning Documents

11.6 Documentation

TOTAL OF MILESTONE PAYMENTS

______SIGNATURE OF CONTRACTOR‘S AUTHORIZED OFFICIAL DATE

______NAME AND TITLE OF CONTRACTOR‘S AUTHORIZED OFFICIAL

Page 224 / 256 Pages GET AVL RFP G035

Attachment E - Certification of Restrictions on Lobbying

RETURN THIS FORM WITH YOUR BID

The undersigned Contractor certifies to the best of his or her knowledge and belief, that:

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for lobbying contacts to an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement shall complete and submit Standard Form---LLL, ― Disclosure Form to Report Lobbying,‖ in accordance with its instructions [as amended by ―Government wide Guidance for New Restrictions on Lobbying,‖ 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601,et seq.

(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. [Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.].

Page 225 / 256 Pages GET AVL RFP G035

The Contractor, ______, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. 3801, et seq., apply to this certification and disclosure, if any.

______SIGNATURE OF CONTRACTOR‘S AUTHORIZED OFFICIAL DATE

______NAME AND TITLE OF CONTRACTOR‘S AUTHORIZED OFFICIAL

Page 226 / 256 Pages GET AVL RFP G035

Attachment F - Disadvantaged Business Enterprise

RETURN THIS FORM WITH YOUR BID

______hereby certifies that all reasonable efforts have been made to secure maximum disadvantaged business enterprise (DBE) participation in this contract. *

BY: ______Authorized Official

______Title

Please include on a separate sheet the names, addresses of all DBEs contacted or that will participate in the contract, the scope of work, dollar amount of for each participating DBE. Also describe all efforts which have been made to secure maximum DBE participation.

All participating DBEs must complete the DBE affidavit, attached.

Page 227 / 256 Pages GET AVL RFP G035

Affidavit of Disadvantaged Business Enterprise

RETURN THIS FORM WITH YOUR BID

I hereby declare and affirm that I am a qualifying DBE as describe in 49 CFR part 26 and that I will provide information to document this fact.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE FOREGOING STATEMENTS ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED, ON BEHALF OF THE ABOVE FIRM, TO MAKE THIS AFFIDAVIT.

BY: ______

Title: ______

Date: ______

Page 228 / 256 Pages GET AVL RFP G035

Attachment G - Certification of Primary Participant Regarding Debarment, Suspension, and other Responsibility Matters

FILL OUT SECTION A OR B OF THIS FORM RETURN THIS FORM WITH YOUR BID

SECTION A

CERTIFICATION OF PRIMARY PARTICIPANT REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS

The Primary Participant (applicant for an FTA grant or cooperative agreement, or potential contractor for a third party contract), ______certifies to the best of its knowledge and belief that it and its principles:

1. Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by an Federal debarment or agency.

2. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

3. Are not presently indicated for or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and

4. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or Local) terminated for default.

(If the primary participant (applicant for and FTA grant, or cooperative agreement, or potential third party contractor) is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.)

Page 229 / 256 Pages GET AVL RFP G035

THE PRIMARY PARTICIPANT (APPLICANT FOR AN FTA GRANT OR COOPERATIVE AGREEMENT, OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY CONTRACT),______, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OR THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTION 3801 ET SEQ. ARE APPLICABLE THERETO.

______Signature and Title of Authorized Official

The undersigned chief legal counsel for the ______hereby certifies that the ______has authority under State and Local law to comply with the subject assurances and that the certification above has been legally made.

______Signature of Applicant's Attorney

______Date

Page 230 / 256 Pages GET AVL RFP G035

RETURN THIS FORM WITH YOUR BID

SECTION B

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBLE AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS

The Lower Tier Participant (Applicant for a third party subcontract or sub-grant under an FTA Project), ______, certifies by submission of the proposal, that neither it not its principals is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal department or agency.

Where the Lower Tier Participation (Applicant for a third party subcontract or sub-grant under an FTA Project), is unable to certify to any of the statements in this certification, such Participant shall attach an explanation to this proposal.

THE LOWER TIER PARTICIPANT (APPLICANT FOR A THIRD PARTY SUBCONTRACT OR SUB-GRANT UNDER AN FTA PROJECT) ______, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTION 3801 ET. SEQ. ARE APPLICABLE THERETO.

______Authorized Official Attorney's Signature

______Title of Authorized Official Date

Page 231 / 256 Pages GET AVL RFP G035

Attachment H - Buy America Certificate

RETURN THIS FORM WITH YOUR BID

Equipment, Materials and Services

Certification requirement for procurement of buses, other rolling stock and associated equipment.

The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron, or manufactured products used in FTA funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are set out at 5323(j)(2)(C) and 49 CFR 661.11. Rolling Stock not subject to a general waiver must be manufactured in the Unites States and have a 60 percent domestic content.

A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids on FTA funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply on lower tier subcontractors.

A. Certificate of Compliance with 49 U.S.C. 5323(j)(1).

The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323 (j)(1) and the applicable regulations in 49 CFR Part 661.

Date ______

Signature ______

Company Name ______

Title ______

Page 232 / 256 Pages GET AVL RFP G035

B. Certification for Non-Compliance with 49 U.S.C. 5323(j)(1).

The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323 (j)(1), but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(B) or (j)(2)(D) and the regulations in 49CFR 661.7.

Date ______

Signature ______

Company Name ______

Title ______

Page 233 / 256 Pages GET AVL RFP G035

Attachment I - Fly America Requirements

RETURN THIS FORM WITH YOUR BID

FLY AMERICA REQUIREMENTS 49 U.S.C. §40118 41 CFR Part 301-10

The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and sub recipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation.

Certificate of Compliance with 49 U.S.C. §40118 41 CFR Part 301-10 The bidder or offer or hereby certifies that it will comply with the requirements of 49 U.S.C. §40118 41 CFR Part 301-10 and the regulations at 49 U.S.C. §40118 41 CFR Part 301-10.

Date ______

Signature ______

Company Name ______

Title ______

Page 234 / 256 Pages GET AVL RFP G035

Attachment J - Mail-In Reference Questionnaire

Proposer Company: ______Date: ______

Reference Company: ______Phone: ______

Contact Name: ______

Title: ______

I. Instructions for Completion

A. Proposing Company 1. Type your company name on ―Proposing Company‖ line. 2. Type the company name of your reference on ―Reference Company‖ line. 3. Mail or e-mail this form to your references; three (3) are required. To ensure receipt of an adequate number of reference responses, send Questionnaires to more than three (3) companies. 4. Under no circumstances will reference questionnaires be accepted directly from proposer. 5. It is your responsibility to follow up with your references to ensure timely receipt of questionnaires. 6. The District will not be an acceptable reference, nor will any member of the Proposer's organization.

B. Reference Company 1. Print the responding individual‘s name, title, phone # and date on the appropriate lines. 2. Legibly write or type your response in the following manner. Use this form or using a separate sheet of paper, restate each question followed by your answer. 3. Mail, email or fax your completed questionnaire to:

Division of Purchasing Attn: Chris James 1830 Golden State Avenue Bakersfield, CA 93301 Email: [email protected]. Fax: (661) 869-6393

4. This completed questionnaire MUST be received by the RFP due date: February 2, 2012. 5. DO NOT return this questionnaire to the proposing company.

II. Qualifying Questions – PLEASE ANSWER ALL QUESTIONS

Page 235 / 256 Pages GET AVL RFP G035

1. Are you the primary person responsible for contract administration with the proposing company? Yes  No 

2. What was the nature of the project you contracted with the proposing company for? ______

3. When did your contract with the proposing company begin? ______

4. When did your contract with the proposing company end? (If not ended, when will it end?) ______

5. What was the approximate annual cost of the proposing company‘s contract with you? ______

III. Evaluated Questions. Please answer the following sixteen (16) questions using the scale provided:

1. Please rate the quality of the proposing company‘s overall service. Excellent  Good  Fair  Poor 

2. How well did the proposing company meet your stated goals? Excellent  Good  Fair  Poor 

3. How would you rate the response time of the proposing company to your calls or emails? Excellent  Good  Fair  Poor 

4. Were the proposing company communications with you clear and concise? Always  Usually  Sometimes  Never 

5. Were the milestones identified for the project schedule consistently met? Always  Usually  Sometimes  Never 

Page 236 / 256 Pages GET AVL RFP G035

6. Did the proposing company keep you informed of progress? Always  Usually  Sometimes  Never 

7. Did the proposing company keep you informed of problems that would affect a timely and satisfactory outcome of your project? Always  Usually  Sometimes  Never 

8. Was the team originally assigned to your project (including project manager) maintained for the duration of your project? Yes  No 

9. If proposing company replaced a project manager or staff, was your prior approval obtained? Yes  No 

10. Have you ever had to request that any of the proposing company's team be replaced? Yes  No 

If yes, please explain: ______

11. Did you experience any problems with the accuracy of the proposing company‘s billing? Yes  No 

12. Did you experience problems with the proposing company canceling meetings or conference calls? Yes  No 

13. Was the proposing company reasonable and prudent with travel and incidental expenses? Yes  Usually  Sometimes  No 

14. Have the problems you experienced with the proposing company been dealt with to your satisfaction? Always or No Problem  Usually  Sometimes  Never 

Page 237 / 256 Pages GET AVL RFP G035

15. Was the proposing company flexible in meeting your requirements? Yes  Usually  Sometimes  No 

If no, please explain. ______

16. From the beginning of your first contract with the proposing company, how long did it take for you to receive benefits from the proposing company‘s efforts on your behalf? One Year  Two Years  Three Years  Four Years or More 

IV. Additional Questions

1. What would you do differently next time you undertake a similar contract? ______

2. Explain why you would or would not do business with the proposing company again. ______

3. Did you use specific performance criteria to measure progress on your project? Would you be willing to share them with us? ______

4. What suggestions do you have to make the process easier and/or more productive? ______

Page 238 / 256 Pages GET AVL RFP G035

Attachment K - Bid Form

GOLDEN EMPIRE TRANSIT DISTRICT Automated Vehicle Location & Passenger Information System Request for Proposals #G035

BID FORM To: Golden Empire Transit District

Pursuant to and in compliance with your Request for Proposals, calling for bids and related documents, the undersigned bidder, having familiarized himself with the terms and conditions of the contract, the local conditions affecting the performance of the contract, the cost of the work at the place where the work is to be done and the drawings and specifications and other contract documents, proposes and agrees to perform the contract 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 contract 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 contract documents, including addenda number ______.

The bidder has carefully examined the plans and specifications for this project prepared and furnished by Golden Empire Transit District and acknowledge their sufficiency.

It is understood and agreed that the work under the contract shall commence by the bidder, if awarded the contract, on the date to be stated in Golden Empire Transit District‘s ―Notice to Proceed.‖

I, the bidder identified below, declare under penalty of perjury, that the information provided and representations made in this bid are true and correct and that this declaration was executed on:

______day of ______, 2011

NAME OF BIDDER: ______

CORPORATE OR COMPANY NAME: ______

ADDRESS: ______

TELEPHONE: ______FAX: ______

SIGNATURE: ______DATE: ______

Page 239 / 256 Pages GET AVL RFP G035

Attachment L - Federally Required & Other Model Contract Clauses

FLY AMERICA (WHERE APPLICABLE)

The Contractor agrees to comply with 49 U.S.C. 40118 (the ―Fly America‖ Act) in accordance with the General Services Administration‘s regulations at 41 CFR Part 301-10, which provide that recipients and sub-recipients of Federal funds and their Contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation.

BUY AMERICA (WHERE APPLICABLE)

The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content.

A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.

CARGO PREFERENCE (WHERE APPLICABLE)

The Contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of

Page 240 / 256 Pages GET AVL RFP G035

Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.

SEISMIC SAFETY

The Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The Contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project.

ENERGY CONSERVATION

The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the State of California energy conservation plan issued in compliance with the Energy Policy and Conservation Act.

CLEAN WATER

1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the District and understands and agrees that the GET will endeavor, in turn, to report each violation to FTA and the appropriate EPA Regional Office. Notwithstanding the above however, noting contained herein will relieve Contractor of its obligations regarding notices under any applicable law, regulation or ordinance.

2. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

AUDIT AND INSPECTION OF RECORDS

Pursuant to 49 CFR 18.39(i)(11), the Contractor shall permit the authorized representatives of the District, the FTA Administrator or, U.S. Comptroller General and the State of California to inspect and audit all its books, data, accounts, documents, papers, records of the Contractor relating to this contract and its performance hereunder until the expiration of three (3) years after final payment under this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the District, the FTA Administrator, the Comptroller General, the State of California, the government of Kern County, California or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto.

Page 241 / 256 Pages GET AVL RFP G035

The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

The Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the District and the State of California or any of their duly authorized representatives shall, until the expiration of three years after final payment under the subcontractor, have access to and the right to examine any pertinent books, documents, papers, and records of such subcontractor involving transactions related to this contract or the work performed in connection herewith. The term ―subcontract‖ as used in this clause excludes (1) purchase orders not exceeding $5,000.00 and (2) subcontracts or purchase orders for public utility services at rates established for uniform applicability to this general public.

FEDERAL CHANGES

Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the bid documentation or in any grant or funding documentation between the District and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.

BID BOND REQUIREMENTS (CONSTRUCTION)

1. Bid Security – A Bid Bond must be issued by a fully qualified surety company acceptable to the District and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. 2. Rights Reserved – In submitting this Bid, it is understood and agreed by bidder that the right is reserved by the District to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of the District.

It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of the District, shall refuse or be unable to enter into this contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of the District‘s damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore.

It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by the District as provided in ["Bid

Page 242 / 256 Pages GET AVL RFP G035

Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense the District for the damages occasioned by default, then the undersigned bidder agrees to indemnify the District and pay over to the District the difference between the bid security and the District‘s total damages, so as to make the District whole.

The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive.

PERFORMANCE AND PAYMENT BONDING REQUIREMENTS (CONSTRUCION)

The Contractor shall be required to obtain performance and payment bonds as follows:

1. Performance bonds

a. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the District determines that a lesser amount would be adequate for the protection of the District.

b. The District may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The District may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.

2. Payment bonds

a. The penal amount of the payment bonds shall equal:

i. Fifty percent of the contract price if the contract price is not more than $1 million.

ii. Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or

iii. Two and one half million if the contract price is more than $5 million.

b. If the original contract price is $5 million or less, the District may require additional protection as required by subparagraph 1 if the contract price is increased.

PERFORMANCE AND PAYMENT BONDING REQUIREMENTS (NON-CONSTRUCTION)

The Contractor may be required to obtain performance and payment bonds when necessary to protect the District‘s interest.

1. The following situations may warrant a performance bond:

Page 243 / 256 Pages GET AVL RFP G035

a. The District's property or funds are to be provided to the Contractor for use in performing the contract or as partial compensation (as in retention of salvaged material).

b. A Contractor sells assets to or merges with another concern, and the District, after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable.

c. Substantial progress payments are made before delivery of end items starts.

d. Contracts are for dismantling, demolition, or removal of improvements.

2. When it is determined that a performance bond is required, the Contractor shall be required to obtain performance bonds as follows:

a. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the District determines that a lesser amount would be adequate for the protection of the District.

b. The District may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The District may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.

3. A payment bond is required only when a performance bond is required, and if the use of payment bond is in the District‘s interest.

4. When it is determined that a payment bond is required, the Contractor shall be required to obtain payment bonds as follows:

a. The penal amount of payment bonds shall equal:

i. Fifty percent of the contract price if the contract price is not more than $1 million;

ii. Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or

iii. Two and one half million if the contract price is increased.

ADVANCE PAYMENT BONDING REQUIREMENTS

The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The District shall determine the amount of the advance payment bond necessary to protect the District.

Page 244 / 256 Pages GET AVL RFP G035

PATENT INFRINGEMENT BONDING REQUIREMENTS (PATENT INDEMNITY)

The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The District shall determine the amount of the patent indemnity to protect the District.

Warranty of the Work and Maintenance Bonds

1. The Contractor warrants to the District, the Architect and/or Engineer that all materials and equipment furnished under this contract will be of highest quality and new unless otherwise specified by the District, free from faults and defects and in conformance with the contract documents. All work not so conforming to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment.

2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by the District and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to the District. As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment, furnish separate Maintenance (or Guarantee) Bonds in form acceptable to the District written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all).

CLEAN AIR

1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

2. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

CONTRACT WORK HOURS AND SAFETY STANDARDS

1. Overtime requirements -No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall

Page 245 / 256 Pages GET AVL RFP G035

require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages -In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section.

3. Withholding for unpaid wages and liquidated damages -The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.

4. Subcontracts -The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.

NO OBLIGATION BY FEDERAL GOVERNMENT

1. The District and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

2. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

PROGRAM FRAUD & FALSE OR FRAUDLENT STATEMENTS OR RELATED ACTS

Page 246 / 256 Pages GET AVL RFP G035

1. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to the work under this contract. Upon execution of this contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the United States Federal Government deems appropriate.

2. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.

3. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

TERMINATION OF CONTRACT

1. Termination for Convenience. The District may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the District to be paid to the Contractor. If the Contractor has any property in its possession belonging to the District, the Contractor will account for the same, and dispose of it in the manner the District directs.

2. Termination for Default. If the Contractor does not perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the District may terminate this contract for default. Termination shall be effected by serving a notice of termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract.

3. Preservation of Goods. If this contract is terminated while the Contractor has possession of the District's goods or items to be procured under this contract, the Contractor shall, upon

Page 247 / 256 Pages GET AVL RFP G035

direction of the District, protect and preserve such goods or items until surrendered to the District or its agent. The Contractor and the District shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute Clause.

4. Opportunity to Cure. The District in its sole discretion may, in the case of a termination for breach or default, allow the Contractor five (5) business days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions.

If Contractor fails to remedy to the District‘s satisfaction the breach or default of any of the terms, covenants, or conditions of this contract within five (5) after receipt by Contractor of written notice from the District setting forth the nature of said breach or default, the District shall have the right to terminate the contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the District from also pursuing all available remedies against Contractor and any of its sureties for said breach or default.

5. Waiver of Remedies for Any Breach. In the event that the District elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this contract, such waiver by the District shall not limit the District's remedies for any succeeding breach of that or of any other term, covenant, or condition of this contract. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if:

a. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and

b. the Contractor, within five (5) days from the beginning of any delay, notifies the District in writing of the causes of delay. If in the judgment of the District, the delay is excusable, the time for completing the work shall be extended. The judgment of the District shall be final and conclusive on the parties, but subject to appeal under the Disputes Clauses.

c. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient.

DEBARRED BIDDERS

By signing the enclosed debarment certification, the Contractor hereby attests that neither the

Page 248 / 256 Pages GET AVL RFP G035

Contractor, nor any officer or controlling interest holder of Contractor, is currently, or has been previously, on any debarred bidders list maintained by the United States government.

CIVIL RIGHTS REQUIREMENTS

The following requirements apply to the underlying contract:

1. Nondiscrimination -In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue.

2. Equal Employment Opportunity -The following equal employment opportunity requirements apply to the underlying contract:

a. Race, Color, Creed, National Origin, Sex, Age -In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future activities undertaken in the course of the work under this contract. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

b. Age -In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

c. Disabilities -In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to

Page 249 / 256 Pages GET AVL RFP G035

Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

3. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION

Before entering into any subsequent contract, the District must receive the initial certifications from the Contractor that they have complied with the requirements of 49 CFR Part 26. The Contractor agrees for the term of this Request for Quotes and the subsequent term of any contract awarded hereunder to continue to comply with said requirements, including, but not limited to establishing annual overall goals and submit said goals for FTA approval.

Without limiting the forgoing, Contractor and the District agree as follows:

1. Any subsequent contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The District’s overall goal for DBE participation is 3%.

2. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this project. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of any subsequent DOT-assisted contract. Failure by the Contractor to carry out these requirements would be a material breach of any subsequent contract, which may result in the termination of the contract or such other remedy as the District deems appropriate. Each subcontract the Contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b).

3. If awarded the contract, the Contractor is required to pay its subcontractors performing work related to this project for satisfactory performance of that work no later than 30 days after the Contractor‘s receipt of payment for that work from the District. In addition, the Contractor is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this project is satisfactorily completed.

4. Under any subsequent contract, the Contractor must promptly notify the District, whenever a DBE subcontractor performing work related to this project is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The Contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the District.

Page 250 / 256 Pages GET AVL RFP G035

INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS

The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this contract. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any District requests which would cause the District to be in violation of the FTA terms and conditions. In addition, Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the bid documentation or in any grant or funding documentation between the District and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.

BREACHES AND DISPUTE RESOLUTION

Disputes -Disputes arising in the performance of this contract which are not resolved by agreement of the parties shall be decided in writing by the District‘s Chief Executive Officer. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Chief Executive Officer shall be binding upon the Contractor and the Contractor shall abide be the decision.

Performance During Dispute -Unless otherwise directed by the District, Contractor shall continue performance under this contract while matters in dispute are being resolved.

Claims for Damages -Should either party to the contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage.

Remedies -Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the District and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the District is located.

Rights and Remedies -The duties and obligations imposed by the contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No

Page 251 / 256 Pages GET AVL RFP G035 action or failure to act by the District or Contractor shall constitute a waiver of any right or duty afforded any of them under the contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

LOBBYING

Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient.

Page 252 / 256 Pages GET AVL RFP G035

Attachment M - Defined Terms / Acronyms

A listing of abbreviations and acronyms and their non-abbreviated spellings used in the Specification is provided below:

Acceptance Testing: Includes all testing to verify the requirements of the Agreement as defined in this Scope of Work. ADA: The Americans with Disabilities Act of 1990 AES: Advanced Encryption Standard AFCS: Automated Fare Collection System Agreement: The Agreement between the Contractor and GET for the Automatic Vehicle Location (AVL) and Passenger Information System Installation, Implementation, and Maintenance Support. APC: Automatic Passenger Counter ARRA: American Recovery and Reinvestment Act ASCII: American Standard Code for Information Interchange ASP: Application Service Provider, i.e., the Contractor Automatic Vehicle Location (AVL) System: A system consisting of a global positioning system (GPS) receiver used for vehicle tracking as defined in the Scope of Work. AVM: Automated Vehicle Monitoring Availability: A ratio of the actual time a system, subsystem, or equipment is deemed operable and functioning properly as required by this Specification relative to the total time elapsed in said interval. BOM: Bill of Materials Changeable Message Sign (CMS): The signs that Contractor may be authorized to install at designated key transfer points or bus stops that display bus arrival and departure information, or user-defined messages, as defined in the Scope of Work. Computer-Aided Dispatch (CAD): A related system in which some, but not all, control center functions may be performed with the use of a computer. CAD/AVL: Computer Aided Dispatch/ Automatic Vehicle Locator CAE: Covert Emergency Alarm Contractor: The successful Proposer selected by GET to install, implement, Host and support the on-going maintenance of the Automatic Vehicle Location (AVL) and Passenger Information System. COTS: Commercially Off-the-Shelf hardware and software supplied by the Contractor under this Agreement. CPPS: Cutover Phasing Plan and Schedule Customized Hardware: Any AVL and Passenger Information System hardware provided by the Contractor under this Agreement that is designed and certified by the Contractor. Design Documentation: System design documentation required under the Scope of Work, including the System Requirements Document and System Design Document. District: The Golden Empire Transit District (GET / District) Downtime: Any period of time when a system, subsystem, or equipment is deemed unavailable for use. The opposite of ―Uptime‖.

Page 253 / 256 Pages GET AVL RFP G035

DSD: Detailed System Design DVD: Digital Video Disc DTD: Document Type Definitions EA: Emergency Alarm ECM: Engine Control Module End-to-End: ―End-to-end‖ means all software/hardware/interfaces and labor to ensure proper operation and availability of Systems implemented as part of this Project. Factory Acceptance Test (FAT): The testing performed by the Contractor in accordance with the Scope of Work. FDR: Final Design Review Force majeure: Any occurrence which is outside the control of either GET or the Contractor, such as natural disasters, that could not be evaded through the exercise of due care. FTA: Federal Transit Authority Administration Geo-fence: A user-defined boundary that has been created, viewed, and edited visually on an interactive map to monitor the location and movement of an object (such as a vehicle). GET: Golden Empire Transit District GET Designated Representatives: Person or persons authorized by GET to represent the District in all dealings with the Contractor. GPS: Global Positioning System GUI: Graphical User Interface HTML: Hypertext Markup Language Hosted System: Information technology model where all hardware, services and support needed to effectively operate a system are provided by the Contractor as part of ongoing monthly costs associated with ownership of the system. (see also ―Application Service Provider‖ or ―ASP‖) ICD: Interface Control Document ID: Identification I/O: Input / Output ITS: Intelligent Transportation Systems Interactive Voice Response (IVR) System: An interactive technology that allows a computer to detect voice and keypad inputs, such as the Bay Area‘s 511 IVR telephone system. JMS: Java Message Service LAN: Local Area Network LCD: Liquid Crystal Display LDAP: Lightweight Directory Access Protocol MAR: Mobile Access Router MDR: Mobile Data Radio MDT: Mobile Data Terminal MRS: Maintenance Radio System MTBF: Mean Time Between Failures MTTRR: Mean Time to Repair and Respond NIC: Network Interface Card NTCIP: National Transportation Communications for Intelligent Transportation Systems Protocol ODBC: Open Database Connectivity OEA: Overt Emergency Alarm

Page 254 / 256 Pages GET AVL RFP G035

OEM: Original Equipment Manufacturer Operational Testing: The testing conducted after the initial AVL System deployment for Stagecoach and Shuttle vehicles whose purpose is to ensure and verify system reliability, accuracy, and performance as described in this Scope of Work. PA: Public Access System PDA: Personal Digital Assistant PDF: Portable Document Format PDR: Preliminary Design Review Project: GET's Automatic Vehicle Location (AVL) and Passenger Information System Project Management Plan: The plan developed by the Contractor for the Project in accordance with this Scope of Work and approved by GET, as the same may be amended from time to time by written agreement of GET and the Contractor. PRTT: Priority Request To Talk QA/QC: Quality Assurance and Quality Control Program QoS: Quality of Service Recovery Act: American Reinvestment and Recovery Act of 2009 RF: Radio Frequency RFP: Request For Proposal RMA: Return Merchandise Authorization ROI: Return On Investment RTM: Real-Time Monitor RTIS: Real-time Transit Information System RTT: Request To Talk SA: System Administrator SAE: Society of Automotive Engineers SDD: System Design Document Service Level Agreement: A set of performance standards similar to those contained in Section 9.0 of this Scope of Work that shall govern the Contractor‘s maintenance and uptime responsibilities that support the Hosted AVL and Passenger Information System. System: The complete AVL and Passenger Information System that includes the hardware and software required to meet the technical and operational requirements of the Scope of Work. System Acceptance: GET‘ s final acceptance of each or any phase of the Project shall be deemed to have occurred when GET, in its sole discretion, determines that the Contractor has complied with all of the completion requirements set forth for the Project in this Scope of Work. SIT: System Integration Testing STS: Special Transportation Services TCH: Transit Control Head TCIP: Transit Communications Interface Profiles TCP/IP: Transfer Control Protocol / Internet Protocol TSP: Traffic Signal Priority Uptime: See ―Availability‖ USB: Universal Serial Bus VAN: Vehicle Area Network Vehicle Logic Unit (VLU): The main data collection computer on-board the vehicle VLAN: Virtual Local Area Network

Page 255 / 256 Pages GET AVL RFP G035

VLU: Vehicle Logic Unit VMCS: Vehicle Monitoring and Communication System VMS: Vehicle Monitoring System VOIP: Voice Over Internet Protocol WAN: Wide Area Network Wi-Fi: Wireless Fidelity WLAN: Wireless Local Area Network Work: Scope of Work. Includes deliverables, tasks and services described herein. WPA2: Wireless Protected Access XML: Extensible Markup Language

Page 256 / 256 Pages

Golden Empire Transit District Addendum #1 to Request for Proposals # G035 “Automated Vehicle Location & Passenger Information System”

Golden Empire Transit District is issuing this Addendum to respond to a question raised by parties interested in the Request for Proposals named above (the “RFP”).

This Addendum constitutes an integral part of the RFP and shall be read in conjunction with the RFP. Where inconsistent with the original RFP, or any pervious Addendum to the RFP, this Addendum shall govern. Unless specifically changed herein, all other requirements and provisions of the RFP remain unchanged and can only be modified if in writing by GET. It is the responsibility of all Proposers to conform to this Addendum.

Question: Can the RFP due date be extended?

GETD Response: The RFP project schedule has been extended.

The RFP submittal closing date has been extended to March 6, 2012, 2 PM PST. The District anticipates the process for nominating and selecting a Contractor and awarding the contract will be according to the following updated schedule:

Last Day to Submit Questions Regarding RFP February 24, 2012 Proposal Due Date March 6, 2012 Proposal Evaluations March 12-16, 2012 Oral Interviews/Product Demonstrations (if utilized) March 26-30, 2012 Best and Final Offer (BAFO) April 9, 2012 Final Selection and Notification of Intent to Award or Negotiate: April 16-20, 2012 Site Visits (if utilized) April 30-May 4, 2012 Contract Negotiations May 7-11, 2012 GET Board of Directors Approval of Contract June 5, 2012 Protest Period June 11-22, 2012 Notice to Proceed June 25, 2012

The District does not guarantee the above schedule and reserves the right to modify the schedule as necessary. Any modifications will be posted on the District’s website at www.getbus.org.

Date this Addendum Issued: January 19, 2012

Solicitation Coordinator: Chris James, Maintenance Manager. Contact Information: 661-324-9874 661-869-6393 (FAX) Email: [email protected]

End of Addendum

Golden Empire Transit District Addendum #2 to Request for Proposals # G035 “Automated Vehicle Location & Passenger Information System”

Golden Empire Transit District is issuing this Addendum to respond to a question raised by parties interested in the Request for Proposals named above (the “RFP”).

This Addendum constitutes an integral part of the RFP and shall be read in conjunction with the RFP. Where inconsistent with the original RFP, or any pervious Addendum to the RFP, this Addendum shall govern. Unless specifically changed herein, all other requirements and provisions of the RFP remain unchanged and can only be modified if in writing by GET. It is the responsibility of all Proposers to conform to this Addendum.

Question 1: RFP due date extension requested? GETD Response: “Yes”. The new date is: March 13, 2012.

Question 2: Was funding driving timeline? GETD Response: “No”.

Question 3: Customer information signs, what models are we looking for? GETD Response: “Proposer to recommend”.

Question 4: Wireless infastructure? GETD Response: “Proposer to recommend”.

Question 5: What was our thought process behind proof of concept? GETD Response: “To prove system functionality and reliability (does it really work?)”.

Question 6: Can proposers recommend other concepts or solutions to show functionality? GETD Response: “Yes”.

Question 7: What type of radio do we have? GETD Response: “Motorola-MOTOTRBO, XPR 4380 Digital with GPS 806-941 MHZ”. “Repeater MTR2000 75 watt-100 watt”.

Question 8: What Model Motorola Console? GETD Response: “MC 2500”.

Question 9: How large is our coverage area? GETD Response: “Approx. 150 sq miles (not all of Kern County)”.

Question 10: Third party vendor integration, who will work with vendors? Client or Awardee? GETD Response: “Awardee”.

Question 11: Can GET provide a third part vendor list? GETD Response: “Yes”.

Question 12: What is your TPS equipment? GETD Response: “Opticom Emitter, 3M Opticom Model# M3-792T”.

Question 13: What GFI Farebox do we have? GETD Response: “Odessey”.

Question 14: Will we have licensing for integration to GFI (J1708 License)? GETD Response: “Awardee to supply”.

Question 15: Can GET provide list of our headsign providers? GETD Response: “Luminator-Max 3000 & GEN 4” “Hanover Headsigns”.

Question 16: Do we want interface to SEON? GEDT Response: “No”.

Question 17: Can GET supply bus door measurements? GETD Response: “Orion 5 = Front 39”x85” Rear 30”x84”, Orion 7 = Front 37”x87” Rear 37”x86”, NewFlyer C40 LF = Front 34”x75” Rear 32”x76”, Front 35”x75” Rear 32”x75”.

Question 18: Do we have all FleetNet Modules? GETD Response: “Yes”.

Question 19: Can GET provide garage/yard layout drawings? GETD Response: “Yes”.

Question 20: Can GET provide Transit Terminal drawings? GETD Response: “Yes”.

Question 21: Do we want vehicle diagnostics option? GETD Response: “No”.

Question 22: Are buses 24 volt? GETD Response: “Yes”.

Question 23: Do we require Buy America for rolling stock? GETD Response: “Yes, Current regulations”.

Question 24: Hosting Option Radio Vs Wireless? GETD Response: “Vendor to propose”.

Question 25: What type of Dashboards are we looking for? GETD Response: “Vendor to propose”.

Question 26: VPV Connectivity? To what level of scheduling? GETD Response: “Yes, Vendor to propose”.

Question 27: On board customer info signage? How many per bus? GETD Response: “Vendor to propose (Best practices, must be ADA compliant)”.

Question 28: Facility Signage? How many? GETD Response: “Vendor to propose (Best practices, must be ADA Compliant)”.

Question 29: Stimulus/ARRA dollars being used? GETD Response: “No”.

Question 30: Price options for scheduling software? GETD Response: “Will be using FleetNet”.

Question 31: How far out should vendors price wireless communications fees? GETD Response: “Five (5) years”.

Question 32: Is GPS accuracy of 10ft a reasonable request? GETD Response: “Yes”.

Question 33: What is the make and model # of the Internal Speaker Systems? GETD Response: “Transit Audio-RC-1A, REI-700963, Microphone= Sure-561 & REI 700962, Speakers= Mobile Page six (6) inside Model-603B and one (1) outside Model-448”.

Question 34: Are the Gooseneck Microphones re-usable? GETD RESPONSE “Yes”.

Question 35: What is the average number of paratransit trips scheduled per day? GETD Response: “142 trips per day”.

Question 36: If GET is tax exempt can they provide certificate of exemption? GETD Response: “GET is not tax exempt”.

Question 37: What is the total number of revenue trip that could occur on a peak day for fixed route service? GETD Response: “30,000 trips”.

Question 38: Do we require laptops in Supervisory vehicles or just the ability to track them? GETD Response: “Yes, in three (3) vehicles-interchangeable”.

Question 39: What is the current voice cellular service the District uses? GETD Response: “Verizon, but we have agents with all the local cellular providers”.

Question 40: Can we have a separate line item on the bid sheet for bonding? GETD Response: “No”.

Question 41: Can we have an editable matrix document placed on the website? GETD Response: “Yes, should already be taken care of”.

Question 42: Should vendor be getting the cost to integrate third party vendor products or GET? GETD Response: “Awardee”.

Question 43: What is the preference for passenger signage? LCD? LED? GETD Response: “It’s up to the proposer (Best Practice)”.

Question 44: Do you prefer wireless communication to the passenger information signs or wired with CAT5E cable? GETD Response: “It’s up to the proposer”.

Question 45: Are you firm with the payment milestone or can we propose something different? GETD Response: “We would keep it the same”.

Question 46: How many buses will be available for installing equipment during the day? GETD Response: Eight (8) max.”.

Question 47: What time of day can we have access to buses for installs? GETD Response: “Weekends there are more buses available on the yard during the day. All buses are in the yard by 11:30PM weekdays and pullout begins at 5:00AM”.

Question 48: Can we submit a proposal for either fixed route or paratransit? GETD Response: “No, both only”.

Question 49: If the due date for proposals is extended, would the whole schedule be extended? GETD Response: “Yes”.

Question 50: If the vendor doesn’t finish the project by the stated project completion date, is there any funding loss? GETD Response: “No”.

Question 51: Is the reason for proof of concept because of a failed project? GETD Response: “Yes”.

Questions 52: What platform is your radio system on? GETD Response: “800 MHZ with three (3) voice channels and one (1) data channel”.

Question 53: How many interior speakers do we have in our buses? GETD Response: “ 6-8”.

Question 54: What type of handset and hanger do you have? GETD Response: “Cradle and phone hand-set”.

Question 55: Can we have a list of bus stops and locations? GETD Response: “Yes”.

Question 56: Is the current AVL system using the Data radio channel? Would you consider using it with the new AVL system? GETD Response: “Yes” and “Yes”.

Question 57: Attachment D, milestone payment sheet, can this be modified? GETD Response: “Option to be considered”.

Question 58: Is voice annunciation required? GETD Response: “Yes”.

Question 59: Will we allow the installation process to go beyond the end of 2012? GETD Response: “Yes”.

Question 60. Will we consider other application in lieu of proof of concept? GETD Response: “Yes”.

Question 61: Given the complexity of the system, can you please provide a 30 day extension for proposal submission? GETD Response: “Has been approved, see Addendums 1 & 2. Proposal due date is now March 13, 2012”.

Question 62: In regards to cellular communications, which carrier do you prefer to work with? Can you provide cellular vendor contact information? GETD Response: “Vendor to propose. We have agents with all local providers”.

Question 63: Do you prefer to interface with FleetNet, or can the Proposer propose an alternate application as an option? GETD Response: “We do prefer FleetNet, but vendor can propose alternate applications”.

Question 64: Does the Proposer need to interface with the District’s existing StrataGen Adept Demand Response System? GETD Response: “Yes”.

Question 65: Does the Proposer need to interface with the District’s existing Opticom components? GETD Response: “Yes”.

Question 66: In regards to spare parts, Section 11.10 of the RFP states that the “quantity of spares for each component shall be at least 20% or one (1), whichever is greater. “Can you clarify the quantity of spares required? GETD Response: “The answer is in the question, 20% 0r one (1), whichever is greater!”

Question 67: In section 11.9.7, does the District require/prefer on-site support or is remote support acceptable? GETD Response: “Remote support is acceptable”.

Question 68: “On the price sheet, Section 9.1 (APC) is listed on both Tabs A and D. In the RFP, APC is listed as an option. Can you clarify which section of the price sheet should include APC? GETD Response: “Tab A of the Price Sheet refers to the Proof of Concept (POC) required by GET. Although the APC’s are an option as indicated in Section 9.1, page 91, the District seeks to know that the Proposer’s solution will work as prescribed and will use the POC to validate the equipment, integrations, and recording accuracy. Tab J (reference to Tab D is in error) seeks pricing from Proposer for the APC’s if the option is exercised by the District”.

Question 69: On the price sheet, Tab J requires pricing for years 3, 4, and 5 for extended warranty. In Section 11.9.2 of the RFP, the Proposer is asked to propose a cost for years 3 through 10 for extended warranty. Can you clarify these two sections, and if pricing for years 3-10 is required, should years 6 through 10 also be included in Tab J on the price sheet? GETD Response: “The reference to 10 years of maintenance in Section 11.9.2 on page 125 is incorrect. The correct statement should read: years three through five (3-5)”.

Question 70: Section 8.2.1 GPS Antenna: Sharing the “raw” GPS signal with some kind of splitter is not a good solution. We would rather supply the…In 8.2.1, you state that only one GPS antenna should be used. Sharing the pure “GPS” signal would require expensive signal splitters. Normally GPS data is shared by one receiving device in NMEA via serial port or Ethernet. Our VLU can do this. Is the SEON capable of reading GPS data via serial or Ethernet? We would install one combined antenna for WLAN/cellular/GPS. GETD Response: “No need to intergrate SEON, install of one combined antenna would be OK”.

Question 71: Section 8.2.1 GPS Antenna: MRN: Is there an existing covert MIC in the vehicles? GETD Response: “No”.

Question 72: Section 8.2.1.1 Vehicle Location Reporting: What is meant by “Reporting on dead reckoning utilization shall also be reported? GETD Response: “Deadheading”.

Question 73: Please clarify: Section 8.2.1.2: If the vehicle attempts to send a location message while out of cellular coverage area, (dead zones) the system report shall not be dropped by the vehicle logic unit (VLU) until the vehicle returns to the coverage area (i.e., the system report shall be queued for transmission once back in the coverage area). When a vehicle enters a “blackout” area interpreted as no data coverage, the system shall buffer in memory for up to the previous 24 hours all data communications to include all GPS location information. GETD Response: “System should be able to store information onboard vehicle and then be able to send all messages when vehicle enters back into a good coverage area.

Question 74: Section 8.2.2: What is meant by “multiple radio control”? GETD Response: “Interchangeable”.

Question 75: Section 8.2.5: What is meant by “the Dispatcher shall have the ability to downgrade an Emergency Alarm if conditions warrant”? GETD Response: “Downgrade from Covert to Priority”.

Question 76: Section 8.4: What is meant by “Operator-initiated announcements/displays that (e.g., safety-related announcements) shall be programmed to be made at the Operator’s discretion”? GETD Response: “Pre-programmed canned messages or safety related messages which can be broadcast, or displayed on the bus to the passengers. These messages should be able to be initiated by the Operator”.

Question 77: Section 8.9.2: Can you clarify “Proposer will recommend sizes, types and locations of CMS at the Transit Centers”? GETD Response: “Proposer to recommend Best Practices”.

Question 78: Section 10.0: Does the District have existing APC’s? GETD Response: “Yes, Redpine APC’s which are being removed”.

Question 79: What level of disaster recovery do you require from us? Given the 99.9% uptime requirement, we normally would bid load-balanced servers so ther is continuity between the two servers. That said-I have submitted a number of questions regarding just how much call volume they expect. GETD Response: “Proposers Option”.

Question 80: Do you need us to submit SMS/email pricing, or does your solution cover it? GETD Response: “Yes”.

Question 81: Do you need us to include server hardware/operating systems? Will you be providing remote access through a VPN to the system (wherever hosted)? GETD Response: “Yes, recommend based on current configuration. If local-Citrix Xenserver/Windows Server Virtual environment. Separate servers may be proposed”.

Question 82: Should we assume that all back-up/archiving functions will be the responsibility of Proposer? (We will provide instructions as to what folders/database needs to be backed up as part of your overall back-up solution). GETD Response: “Yes, Proposer option”.

Question 83: What input do you need from me regarding the overall system structure? GETD Response: “Propose what would be best with current environment and best practices”.

Question 84: What interaction have you had with StrataGen regarding IVR interface? I believe the interface is part of version 5.5 and beyond. I’m not sure if they do or do not charge for it. It seems to depend per site and what they have purchased. Do you need proposer to approach StrataGen for this quote? It seems we need the ability to do dial outs-but it does not mention inbound requirements for paratransit. GETD Response: “Have no current interaction with StrataGen regarding IVR interface. Please propose option for inbound IVR. Proposers to obtain quotes.

Question 85: What participation do you want us to have in the PDR and FDR? Do you need us onsite? How much assistance will you need documenting the IVR parts and design? GETD Response: “Proposer to recommend”.

Question 86: Training-how do you want us to do training? Will we train you, since you will be managing the overall system, or do you expect the proposer to manage the system if hosted or vendor promised? Who trains the customer? GETD Response: “Proposer will do the training”.

Question 87: Section 10.0: Proof of concept period-it states “Included in the POC is everything in Section 8.0 as well as Section 9.1 with a few minor exceptions discussed in this section”. Can you please confirm if this includes the option, yard management or not? GETD Response: “If awarded the contract you would have to show that yard management works during proof of concept period”.

Question 88: FleetNet: Please provide a list of modules and versions that you currently use and a FleetNet engineering contact. Please clarify which of these modules the provider will need to interface with. Do you want your Operators to log on with the vehicle Route Blocks or with their individual Run numbers? If by the Operator’s individual Run Number, is there an export of daily Operator runs available from your FleetNet System? Please provide interface definition documents for the FleetNet modules that are to be interfaced. If additional licenses for these interfaces are required, will GET supply them or will this be the responsibility of the CAD/AVL provider? GETD Response: “Proposer to propose interface to any FleetNet modules specified for this project in the RFP. Any questions regarding FleetNet should be directed to [email protected]”.

Question 89: How many Dispatch workstations are required by the District? How many monitors per workstation? GETD Response: “Proposer to recommend”.

Question 90: To clarify is there only one depot yard where the buses will park? GETD Response: “Yes, one (1) depot yard”.

Question 91: Questions regarding your telephone communications system: Who is the switch provider? What is the model and revision of the switch? What kind of phone lines are provisioned? When was it installed? How many lines does it support? Do they intend to expand the capacity of the switch if necessary to support IVR? Does the current system provide a main menu and call steering to different extensions (e.g. customer service, operations, main office)? GETD Response: “Shoretel is switch provider”. “Model and revision of switch=120/11.2”. “Telephone lines provisioned=IPFlex AT&T Business VOIP-Full PRI”. “Installed August 2011”. “Supports 120 internal/24 external”. “Switch expansion should not be needed”. “Current system does provide menu and call steering options”.

Question 92: Regarding call volumes: What are the days and hours of the call center? How many calls does the call center receive in a day/month/year? How many agents on duty in any given shift? What is the average duration of a call? What is the average hold time of a call? What is the abandonment rate? What is the purpose of calls by percentage? GETD Response: “Hours of Call Center= 6:00am-10:30PM M-F 6:00AM-7:15PM Sat & Sun”. “Calls received approx. 40 to 45 thousand calls per month”. “There are approx 4-6 agents on per shift”. “Average hold time= 41 seconds”. “Abandonment rate= approx. 35-41 thousand calls per year”. “Purpose of calls not tracked, majority for route information”. “Average call duration was not available”.

Question 93: How does the agency currently do rostering? GETD Response: “Currently manually, October of 2012 FleetNet”.

Question 94: Who at agency performs rostering role: GETD Response: “Transit Planner”.

Question 95: How often is rostering done? GETD Response: “Quarterly”.

Question 96: Section 6.25 Ownership of Materials, page 40: Will the District modify clause to acknowledge the Proposer owns the intellectual property rights associated with its Commercial Off The Shelf Solution? GETD Response: Yes, only if there are not any new intellectual functionality developed by the Proposer or their agents with District dollars”.

The RFP submittal closing date has been extended to March 13, 2012, 2 PM PST. The District anticipates the process for nominating and selecting a Contractor and awarding the contract will be according to the following updated schedule:

Last Day to Submit Questions Regarding RFP February 21, 2012 Proposal Due Date March 13, 2012 Proposal evaluations March 14-21, 2012 Oral Interviews/Product Demonstrations (if utilized) March 26-30, 2012 Best and Final Offer (BAFO) April 9, 2012 Final Selection and Notification of Internet to Award Intent to Negotiate April 16-20, 2012 Site Visits (if utilized) April 30-May 4, 2012 Contract Negotiations May 7-11, 2012 GET Board of Directors Approval of Contract June 5, 2012 Protest Period June 11-22, 2012 Notice to Proceed June 25, 2012

The District does not guarantee the above schedule and reserves the right to modify the schedule as necessary. Any modifications will be posted on the District’s website at www.getbus.org.

Date this Addendum Issued: February 15, 2012

Solicitation Coordinator: Chris James, Maintenance Manager. Contact Information: 661-324-9874 661-869-6393 (FAX) Email: [email protected]

End of Addendum

BUS STOPS BY ROUTE 2/9/2011 BUS STOP LONGITUDE LATITUDE

ROUTE 26

BRIMHALL/REDDICK, NW 1857 -119.1243071 35.36876581 BRIMHALL WB @ #10700 1856 -119.1220409 35.36885269 BRIMHALL/CALLOWAY, NW 1855 -119.1120565 35.36845469

ROUTE 25 (SAME AS ROUTES 12 & 15)

ROUTE 18

COFFEE/DOWNING, SW 1695 -119.0930841 35.39013422 COFFEE/GRANITE FALLS, SE 1555 -119.0924786 35.38647123 COFFEE/MEANY, SW 1708 -119.0923381 35.39363866 COFFEE/ENTRANCE, SW 1796 -119.0924128 35.39598275 COFFEE/HAGEMAN, SW 1694 -119.092499 35.4008146 HAGEMAN EB @ CENTENNIAL HIGH SCHOOL 1633 -119.0990121 35.39914694 HAGEMAN/CLAY PATRICK FARR, SE 1692 -119.1049261 35.39755492 HAGEMAN/CALLOWAY, SE 1691 -119.1089123 35.39780217 HAGEMAN/BRITTANY, SE 1690 -119.1120301 35.39772441 HAGEMAN EB BET SHAWN & VERDUGO 1689 -119.1201257 35.39782487 HAGEMAN/SOUVEREIGN, SE 1703 -119.1228295 35.39794239 JEWETTA/HAGEMAN, SE 1687 -119.1278673 35.39756863 JEWETTA/POULSEN, NE 1686 -119.1278265 35.39506571 JEWETTA/LONON, NE 1685 -119.1276552 35.39338253 JEWETTA/MEACHAM, NE 1684 -119.1277849 35.3911182 MEACHAM/ASLIN, NW 1683 -119.125433 35.39083661 MEACHAM/MOSS, NW 1682 -119.123169 35.39082262 MEACHAM/VERDUGO, NW 1679 -119.1194838 35.39071982 VERDUGO NB BET #2610 & 2640, 1679 -119.1190386 35.38400165 ROSEDALE/JEWETTA, SW 1677 -119.1319261 35.38336673 ROSEDALE/OLD FARM, SW 1676 -119.1371912 35.38333012 ROSEDALE/ALLEN, SE 1675 -119.1449523 35.38337344 ALLEN/DOVE CREEK, SE 1674 -119.145282 35.37900324 ALLEN/PALM, NE 1673 -119.1452823 35.37659097 PALM BET BRANCH CREEK & CLASSEN 1808 -119.1438203 35.37639374 PALM/MORNING ROSE, NW 1672 -119.1409605 35.37625697 OLD FARM/PALM, SE 1748 -119.1366845 35.37574416 OLD FARM/APRIL ANN, SE 1700 -119.1366371 35.37428283 OLD FARM/RENDLEY, NE 1731 -119.1366921 35.37125295 OLD FARM/BRIMHALL, NE 1699 -119.1365951 35.36951303 BRIMHALL/ALDERSHOT, NE 1698 -119.1331046 35.36909696 BRIMHALL/JEWETTA, NW 1697 -119.1287243 35.36900485 JEWETTA/PALM, NW 1668 -119.1280398 35.37658883 JEWETTA SB BET LINDA LEE & JUDY 1667 -119.1280552 35.37795907 JEWETTA EB WEST OF #2421, 1666 -119.1287957 35.38175479 JEWETTA/ROSEDALE, SW 1665 -119.131788 35.38271484 ROSEDALE/LA CRESENTA, NW 1663 -119.122625 35.38349591 ROSEDALE/VERDUGO, NW 1662 -119.1193485 35.38346258 ROSEDALE WB EAST OF MOSASCO 1660 -119.1131195 35.38353567 ROSEDALE/CALLOWAY, NW 1659 -119.1108306 35.38351265 CALLOWAY SB BET SEABECK & ROSEDALE 1730 -119.1100733 35.38507775 CALLOWAY/MEACHAM, SW 1729 -119.1099374 35.39011809 MEACHAM/ABBOTT, NE 1728 -119.1080233 35.39073384 MEACHAM/CLAY PATRICK FARR, NW 1727 -119.103568 35.39179941 CLAY PATRICK FARR/WINLOCK, SE 1726 -119.1015557 35.38988041 CLAY PATRICK FARR/JENNA KATHRYN SE -119.1012342 35.38754603 WAL-MART NW PROMENADE 1653 -119.0971835 35.38561895 ROSEDALE WB W OF COFFEE 1553 -119.0937401 35.38335793 ROSEDALE/LA CRESENTA, SW 1678 -119.1231321 35.38358111 ROUTE 17

BAKERSFIELD COLLEGE 1863 -118.9691824 35.41080925 DOWNTOWN TRANSIT CENTER 227 -119.0197126 35.37865267 WIBLE NB NORTH OF SW TRANSIT CENTER 1646 -119.0386982 35.33768458 ROUTE 15

OFFICE PARK @ #5251, 1618 -119.0611939 35.36565792 OFFICE PARK/COMMERCIAL WAY, SW 1442 -119.0597233 35.36611676 WIBLE/WILSON, NE 239 -119.0389553 35.33288707 WILSON/REAL, SE 809 -119.0433443 35.33202577 WILSON/AKERS, SE 808 -119.0474446 35.33204908 WILSON/ACTIS, SE 807 -119.0516475 35.33210401 WILSON/STINE, SE 806 -119.0551933 35.33214771 STINE/FLICKER, SW 1627 -119.0543418 35.33410979 STINE /PARKER, NW 1626 -119.0531089 35.33616713 STINE/MING, SW 1625 -119.051319 35.3386445 STINE SB NORTH OF MING 1624 -119.0505091 35.34062452 STINE/PARK CIR, SW 1623 -119.049718 35.34270638 STINE/BELLE TERRACE, SW 1622 -119.0485335 35.34619087 BELLE TERRACE EB @ #4401, 1649 -119.051286 35.34673191 BELLE TERRACE EB BET NIMROD & MCDONALD 1621 -119.0537091 35.34663601 BELLE TERRACE/FIORITO, SE 1620 -119.0558802 35.34666352 BELLE TERRACE/NEW STINE, SE 1619 -119.0604643 35.34662839 NEW STINE SB NEAR #601, 1131 -119.0614281 35.34918885 NEW STINE/DEMARET, SW 1120 -119.0614135 35.35122343 NEW STINE/STOCKDALE, SW 1129 -119.061458 35.35311998 CALIFORNIA/BUSINESS CENTER, SW 1128 -119.0615921 35.35600951 CALIFORNIA/LENNOX, SW 1127 -119.0614924 35.35828529 MOHAWK EB WEST OF CALIFORNIA 1581 -119.0607687 35.36122668 MOHAWK/GREENHAVEN , NW 1580 -119.0631133 35.36222642 MOHWAK/TRUXTUN, SW 1579 -119.0654752 35.36462797 COMMERCIAL WAY/COMMERCE, NE 1439 -119.0604827 35.36722418 OFFICE PARK/TRUXTUN, SW 1617 -119.0635648 35.36565143 MOHAWK/TOWER WAY, NE 1583 -119.0617319 35.36189122 MOHAWK/CALIFORNIA, NW 1582 -119.0607515 35.36139654 CALIFORNIA/MARELLA, NW 1125 -119.0576197 35.36357711 CALIFORNIA/EASTON, NW @ BANK 1124 -119.0542952 35.36543504 CALIFORNIA/MERVYNS PL, NW 1123 -119.0518569 35.36670265 CALIFORNIA/CHESTER LN, NW 1122 -119.0482647 35.36739286 CALIFORNIA/EASTON, NW 1121 -119.0449745 35.36749563 REAL/CHESTER LN, NE 1616 -119.0434281 35.36540535 REAL/GARNSEY, NE 1615 -119.0435303 35.36253253 REAL/PAM, SE 961 -119.0435449 35.36087862 REAL/GREENLEAF, NE 960 -119.0434079 35.35917791 REAL/DALEN, SE 959 -119.0432947 35.3569121 STINE/STOCKDALE, SE 644 -119.0477518 35.35361602 STINE NB @ #300, 1614 -119.0478015 35.34978195 BELLE TERRACE/PIUTE, NW 1612 -119.0467051 35.346839 BELLE TERRACE/REAL, NW 1611 -119.0441921 35.34699619 BELLE TERRACE/ALAMO, NW 1610 -119.0411935 35.34700367 WIBLE/WOOD LN, SE 957 -119.0391803 35.34473056 WIBLE NB @ TARGET 956 -119.0389184 35.34173181 SOUTHWEST TRANSIT CENTER 241 -119.0385326 35.33725721 TRUXTUN PLAZA WEST ACROSS FROM CBCC 1854 -119.0731724 35.36172339 Mohawk/Truxtun, SE 1858 -119.0648366 35.3641271 ROUTE 14

23RD/F, SW 400 -119.0240071 35.37981236 24TH EB BET OAK & ELM 396 -119.0372351 35.38081014 ROSEDALE/CAMINO DEL RIO, SW 1565 -119.0488915 35.38281164 ROSEDALE/FAIRHAVEN, SE 1563 -119.0539873 35.38303966 ROSEDALE/LANDCO, SW 1562 -119.0595235 35.38324048 ROSEDALE/PARKER, SW 1561 -119.063445 35.38305904 ROSEDALE/KILMER, SW 1560 -119.0712509 35.38307812 ROSEDALE/FRUITVALE, SW 1608 -119.0758491 35.38311436 ROSEDALE EB @ VISTA WEST HIGH 1552 -119.0819183 35.38302969 ROSEDALE/HENRY, SE 1651 -119.0870519 35.38307056 COFFEE/GRANITE FALLS, SW 1555 -119.0927115 35.38602681 GRANITE FALLS EB BEHIND WAL-MART 1696 -119.0968073 35.38670223 ROSEDALE EB @ GREENACRES MOB HOME PRK 1559 -119.1044112 35.38304125 ROSEDALE/DELBERT, SW 1558 -119.1058658 35.3831717 ROSEDALE/WHEELER, SW 1557 -119.1092579 35.38315528 CALLOWAY/HOLLAND, SE 1551 -119.1099592 35.37925911 CALLOWAY/SLIKKER, SE 1544 -119.1099021 35.37287222 CALLOWAY/BRIMHALL, NE 1547 -119.1101166 35.36956828 CALLOWAY/MARBY GRANGE, NE 1545 -119.1144007 35.36506617 CALLOWAY/GLENEAGLES, NE 1701 -119.1159434 35.35948403 CALLOWAY/STOCKDALE, NE 1546 -119.1153283 35.3544917 STOCKDALE HWY/RIVER WALK, NW 1753 -119.1101725 35.35433724 CAL STATE 628 -119.104132 35.35150274 STOCKDALE/OLD RIVER, SE 1548 -119.1132117 35.3533985 CALLOWAY/GLENEAGLES, SW 1702 -119.1160243 35.35889695 CALLOWAY/MARBY GRANGE, SW 1549 -119.1148835 35.36467782 CALLOWAY/BRIMHALL, SW 1735 -119.1111213 35.36819364 CALLOWAY/SLIKKER, SW 1550 -119.1100836 35.37273425 CALLOWAY/HOLLAND, SW 1543 -119.1104456 35.37924307 CALLOWAY/ROSEDALE, SW 1534 -119.1102454 35.38249409 ROSEDALE WB @ WESTERN END OF NW PROMENADE 1654 -119.1061246 35.38350051 WAL-MART NW PROMENADE 1653 -119.0972145 35.385504 ROSEDALE WB WEST OF COFFEE 1553 -119.093621 35.38338328 ROSEDALE WB BET JET & COFFEE 1710 -119.09058 35.38327817 ROSEDALE/HENRY, NE 1607 -119.08696 35.38347817 ROSEDALE/PATTON, NE 1606 -119.0827306 35.38339581 ROSEDALE/FRUITVALE, NW 1604 -119.0753426 35.38326968 ROSEDALE/KILMER, NE 1603 -119.0704999 35.38318318 ROSEDALE/MOHAWK, NE 1602 -119.0652584 35.38308788 ROSEDALE/PARKER, NE 1601 -119.0626949 35.38299024 ROSEDALE/LANDCO, NE 1600 -119.0588847 35.38331714 ROSEDALE/FAIRHAVEN, NW 1599 -119.055164 35.38342842 ROSEDALE/GIBSON, NW 1598 -119.0526875 35.38331805 ROSEDALE/CAMINO DEL RIO, NW 1597 -119.0484615 35.38333107 24TH/OLIVE, NW 351 -119.0379401 35.38097989 24TH/BAY, NE 348 -119.0278111 35.38103272 24TH/F, NW 346 -119.0245396 35.38095078 24TH/H, NW 345 -119.0218469 35.38094153 DOWNTOWN TRANSIT CENTER -119.0197817 35.3787236 STOCKDALE HWY WB @ #9300, 1715 -119.1059568 35.35422787 STOCKDALE/DON HART DR EAST, NW 772 -119.1012075 35.35435679 CLAY PATRICK FARR SB N OF TARGET ENTRANCE 1853 -119.1012315 35.3853249 ROSEDALE/JET WAY, SE 1554 -119.089105 35.38288253 ROUTE 13

WHITE LN/\ EB EAST OF HUGHES, 1470 -119.0291979 35.31740912 PANAMA/NADEAU, SE 1813 -119.0070859 35.29558408 WIBLE/WILSON, NE 239 -119.0390135 35.33277171 WIBLE NB ACROSS FROM KENNEDY 1531 -119.0400215 35.32818862 WHITE LN WB EAST OF HUGHES 1522 -119.0290409 35.3178873 WHITE LN WB @ VONS 1521 -119.0271595 35.31775444 WHITE LN/SOUTH H, NW 1520 -119.0221247 35.31762068 SOUTH H/CALCUTTA, SE 1517 -119.0210696 35.31361057 SOUTH H/PACHECO, NE 1518 -119.0211547 35.31051586 SOUTH H/FAITH, NE 1516 -119.0211801 35.30689884 SOUTH H/FAIRVIEW, NE 1514 -119.0212099 35.30332399 SOUTH H/MAURICE, NE 1513 -119.0210659 35.29957364 SOUTH H/HALSEY, NE 1512 -119.0210737 35.29791752 PANAMA/SPRINGBROOK, NE 1510 -119.0181908 35.29573532 PANAMA/FINCH, NE 1509 -119.0155173 35.29569342 PANAMA/MONITOR, NW 1508 -119.012548 35.29576824 PANAMA/BETTY, NE 1507 -119.0085007 35.29574108 PANAMA/ SUNION, NW 1506 -119.0040992 35.29578878 S UNION NB @ #6850, 1505 -119.0028835 35.29299094 S UNION/BERKSHIRE, NE 1484 -119.0029015 35.28858819 S UNION/BANNOCK, NE 1503 -119.0030589 35.28520249 S UNION/HOSKING, NE 1747 -119.003056 35.28121499 S UNION/HUDSON, SE 1502 -119.0031302 35.2752167 S UNION/MCKEE, SE 1501 -119.0032034 35.27343434 S UNION NB BET BARTON & MCKEE 1500 -119.0027918 35.27189592 S UNION/BARTON, SE 1499 -119.0029672 35.27011294 S UNION/TAFT, SE 1498 -119.0028762 35.26705187 TAFT/BACE, SW 1497 -119.0048496 35.26658366 TAFT/RAMOS, SW 1496 -119.0079708 35.26659237 TAFT/LA JOLLA, SE 1495 -119.016267 35.26647163 TAFT/SOUTH H, SE 1494 -119.0204945 35.26671804 SOUTH H/MCKEE, SW 1493 -119.0211173 35.27338493 MCKEE/SORREL, NW 1492 -119.0206168 35.27428743 MCKEE/JERRY, NW 1491 -119.015976 35.27428668 MCKEE/SHANNON, NE 1489 -119.0117401 35.27397663 MCKEE/OPAL, NW 1488 -119.0081073 35.27400318 S UNION SB NORTH OF MCKEE 1487 -119.0033046 35.27443394 S UNION/HUDSON, NW 1486 -119.0033305 35.27614574 S UNION/HOSKING, SW 1746 -119.003303 35.28098662 S UNION/ACOMA, SW 1485 -119.003299 35.28598333 S UNION/BERKSHIRE, SW 1484 -119.0034102 35.28825146 S UNION/OBREGON, NW 1483 -119.003314 35.29274714 PANAMA/TIBURON, SW 272 -119.0051174 35.29557481 PANAMA EB BET MONITOR & LOWRY 1482 -119.0108725 35.29551216 PANAMA/FINCH, SW 1481 -119.0162861 35.29557169 PANAMA/HAMMOND, SW 1658 -119.0179429 35.29547939 SOUTH H/HALSEY, SW 1479 -119.0216035 35.29768337 SOUTH H/MAURICE, NW 1478 -119.0214695 35.29956725 SOUTH H/FAIRVIEW, NW 1477 -119.0212721 35.30340918 SOUTH H/FAITH, SW 1475 -119.0213823 35.3062785 SOUTH H/PACHECO, SW 1474 -119.0214296 35.30990632 SOUTH H/CALCUTTA, SW 1473 -119.0213739 35.31365264 SOUTH H/WHITE LN, SW 1472 -119.0218025 35.31685668 WIBLE/KENNEDY, SW 1465 -119.0398488 35.32769802 WIBLE/GRASOTTI CT, SW 1464 -119.0400371 35.32929016 WIBLE/WILSON, SW 1463 -119.0390022 35.33173442 WILSON/CASTRO, NW 238 -119.0347596 35.33227692 WILSON/HUGHES, NW 237 -119.0317017 35.33231528 HUGHES/HOLDEN, NW 235 -119.0302191 35.33628863 HUGHES/MING, SW 234 -119.0303033 35.33809054 SOUTHWEST TRANSIT CENTER 241 -119.0386871 35.33726917 WIBLE/ALUM, SE 1845 -119.0388275 35.31888318 WIBLE @ S.WEST LANES 1846 -119.0388369 35.32162728 WIBLE NB @ #3480 1847 -119.0387407 35.32342721 WIBLE/PLANZ, NW 1842 -119.0392197 35.32540466 WIBLE SB @ PARKWOOD APTS. 1843 -119.0390894 35.32200337 PANAMA LN/SO. H, NW 1848 -119.0225615 35.29582214 PANAMA LN/PEBBLE POINT, NW 1849 -119.0252974 35.29574497 WAL-MART PANAMA LANE 1850 -119.0301214 35.29737211 PANAMA LN EB BET COLONY & PEBBLE POINT 1851 -119.0252893 35.29533504 WHITE LN/HUGHES, SE 1860 -119.0293654 35.3172927 MCKEE/HUDSON, NW 1861 -119.0057673 35.27377743 ROUTE 12

F/24TH, NW 1461 -119.0235794 35.38143873 F/26TH, NW 1460 -119.0235561 35.38299486 F/28TH, SW 1459 -119.0236126 35.38447047 F/30TH, SW 1458 -119.0235798 35.38643593 F SB ACROSS FROM DMV 1457 -119.0237119 35.38833496 GOLDEN STATE WEST OF SMART & FINAL 1456 -119.0252485 35.39038738 GOLDEN STATE @ VILLA DE ORO 1455 -119.0266613 35.39151352 GOLDEN STATE @ GET OFFICE 1454 -119.0254886 35.39181584 GOLDEN STATE/F, NW 1453 -119.0232573 35.39006795 F NB @ DMV 1452 -119.0232742 35.38808096 F/30TH, SE 1445 -119.0232566 35.38617197 F/28TH, SE 1444 -119.023516 35.38435736 F NB BET 24TH & 26TH 1573 -119.023464 35.38216866 F NB BET 22ND & 23RD 1570 -119.023485 35.37954501 19TH/D, SE 1741 -119.0257605 35.37616397 19TH/B, SW 1588 -119.0284447 35.37621017 19TH/CEDAR, SW 1589 -119.0310125 35.37616903 19TH/MYRTLE, SE 1590 -119.0338441 35.37622788 19TH/ELM, SW 1591 -119.0369855 35.37621436 19TH/OAK, SW 1593 -119.0392657 35.37616957 WESTWIND SB @ KBAK TV 1594 -119.0425993 35.3766262 21ST/WESTWIND, NE 1595 -119.0418123 35.37813417 21ST WB BET ELM & OAK 1569 -119.0374942 35.37826357 21ST WB BET BEECH & ELM 1592 -119.0357503 35.37827967 21ST/SPRUCE, NW 1574 -119.0332983 35.37825531 21ST/CEDAR, NW 1575 -119.0308005 35.37817991 21ST/B, NW 1576 -119.0286355 35.37815198 21ST/F, NW 1572 -119.0241436 35.3780353 F/20TH, SE 1587 -119.0232806 35.37690014 18TH/G, NW 1437 -119.0227674 35.37522382 18TH/EYE, NW 1436 -119.020751 35.37517518 DOWNTOWN TRANSIT CENTER 227 -119.0195523 35.3788221 CHESTER/18TH, SW 216 -119.0190423 35.37490544 ROUTE 11

MING/ALLENS, NE 1402 -119.0072201 35.33923694 MING/SOUTH M, SE 1305 -119.0149959 35.33901382 MING/MANNING, NW 1419 -119.0800422 35.33557442 STOCKDALE/NEW STINE, SE 638 -119.0605497 35.35393648 STOCKDALE WB @ POST OFFICE 637 -119.0636721 35.35398221 STOCKDALE/CHERRY HILLS, SE 636 -119.0669395 35.35402913 STOCKDALE/RIO BRAVO, SE 635 -119.0690198 35.35405914 STOCKDALE/ASHE, SE 634 -119.0731288 35.35389269 STOCKDALE/EL RIO, SE 633 -119.0823729 35.35411306 STOCKDALE/VIA RIATA, SE 632 -119.086311 35.35411681 STOCKDALE/PUERTA OESTE, SE 631 -119.0900471 35.35409353 STOCKDALE/GOSFORD, SE 630 -119.0919203 35.35407544 STOCKDALE/TOWN & COUNTRY, SE 629 -119.0944715 35.35398349 STOCKDALE/OLD RIVER, SE 1548 -119.113776 35.35344639 OLD RIVER/MERCY WAY, NE 1435 -119.1143173 35.35187353 OLD RIVER/STATE FARM PL, NE 1434 -119.1143591 35.34679489 CAMINO MEDIA WB BET FORUM & OLD RIVER 1433 -119.1134369 35.344183 CAMINO MEDIA/FORUM WAY, NW 1432 -119.1114778 35.34302527 CAMINO MEDIA/SCARLET OAK, NW 1806 -119.1069006 35.34273612 CAMINO MEDIA/CSUB ENTRANCE, NW 1431 -119.1035537 35.34273679 HAGGIN OAKS/LIBERTY PARK, SE 1430 -119.1005952 35.34188969 MING WB EAST OF HAGGIN OAKS 1429 -119.0997967 35.33996214 MING WB ACROSS FROM LIBRARY 1428 -119.0958574 35.33962152 MING/GOSFORD, NW 1427 -119.0930081 35.33961113 N LAURELGLEN/GLENFLORA, 1425 -119.0915176 35.33374868 N LAURELGLEN/GLENFAUNA, NW 1424 -119.0893941 35.33373161 EL PORTAL SB ACROSS FROM CALL LOS MANZANOS 1422 -119.0859609 35.33529523 EL PORTAL/MING, SW 1421 -119.0851377 35.33739521 MING/BARRINGTON, NW 1418 -119.0774779 35.33481099 MING/ASHE, NW 1417 -119.0753441 35.33462514 MING/GREENSWARD, NW 1416 -119.0734103 35.33465003 MING/PINON SPRINGS CIR, NW 1415 -119.0701264 35.33495454 MING/WESTHOLME, NW 1414 -119.0665947 35.33614944 MING WB @ 5500, 1413 -119.0623896 35.33770078 MING WB @ PATRIOTS PARK 1411 -119.0586238 35.3392278 MING/MCDONALD, NW 1410 -119.0536814 35.33978167 MING WB WEST OF STINE 1409 -119.0515169 35.3398391 MING/STINE, NE 1408 -119.0495523 35.33975173 MING WB BET REAL & LYMRIC 1406 -119.0451131 35.33960799 MING/HUGHES, NW 1585 -119.0307759 35.33925929 MING/ANITA, NE 233 -119.0252325 35.33927545 MING/SOUTH H, NW 232 -119.0220395 35.33934839 MING/CHESTER, NW 231 -119.0193238 35.33937772 MING/SOUTH M, NW 1405 -119.0155851 35.33931224 MING/SOUTH P, NW 1404 -119.0127743 35.33932944 S UNION/MING, NW 1401 -119.0033316 35.34023942 S UNION/AMADOR, NW 1400 -119.0033693 35.34331411 S UNION SB @ GOLDEN WEST CASINO 1655 -119.0034588 35.34530075 BELLE TERRACE/UNION, SW 1399 -119.0036314 35.3465413 BELLE TERRACE/DAWN, SW 1398 -119.0067371 35.34660348 BELLE TERRACE/P, SE 1397 -119.011498 35.34648849 P/TOWNSLEY, SW 1396 -119.0120255 35.34865173 P/TERRACE WAY, NW 1395 -119.0122365 35.35037685 P SB BET DOBRUSKY & SNYDER 1394 -119.0122766 35.35239797 BRUNDAGE/T, NW 745 -119.008951 35.35383105 BRUNDAGE WB BET V & U 743 -119.0059109 35.35389343 BRUNDAGE/UNION, NW 742 -119.0038942 35.35402607 UNION/2ND, NW 1392 -119.0030237 35.35723002 UNION/4TH, SW 1390 -119.0030666 35.36036024 UNION SB NORTH OF 6TH 1389 -119.0030484 35.36295902 UNION/8TH, NW 1388 -119.003015 35.36468726 UNION/CALIFORNIA, SW 1386 -119.003175 35.3673084 UNION/18TH, SW 1384 -119.002963 35.37488741 E 19TH/SONORA, NE 1383 -118.9994951 35.37614961 E 19TH/TULARE, NE 1382 -118.9964255 35.37529809 BAKER/E 21ST, SE 1331 -118.9933154 35.37529924 BAKER/ E 21ST, SW 1380 -118.9934459 35.37540441 BAKER/MONTEREY, SW 1377 -118.9916281 35.38063245 BAKER/NILES, SW 1376 -118.991263 35.38181083 BAKER SB BET PACIFIC & OREGON 1375 -118.9906811 35.38350842 BAKER/FLOWER, SW 1374 -118.9899678 35.38550166 FLOWER/BEALE, NE 1373 -118.9860034 35.38529163 FLOWER/GAGE, NW 1372 -118.9835757 35.38472653 FLOWER/HALEY, NW 1370 -118.9792841 35.3836648 FLOWER WB BET WILLIAMS & BROWN 1369 -118.976375 35.38302344 HALEY/GRACE, SW 1364 -118.9779644 35.3865996 HALEY/BERNARD, SW 1363 -118.977288 35.38854973 HALEY/KNOTTS, NW 1362 -118.9764878 35.39093065 HALEY/HEIGHT, NW 1361 -118.9766845 35.3940237 HALEY/COLUMBUS, SW 1360 -118.976552 35.39666948 HALEY/WEST POINT, NW 1359 -118.9765338 35.40129381 UNIVERSITY/HALEY, NE 105 -118.9762683 35.40460393 UNIVERSITY/POMONA, SW 104 -118.9747051 35.4047956 UNIVERSITY/OCCIDENTAL, NW 103 -118.971198 35.40479928 MING/SOUTH CHESTER, SE 1304 -119.0182074 35.33927704 MING/SOUTH H, SW 244 -119.021787 35.3393139 MING/ANITA EB @ #1931 243 -119.0254249 35.33935358 MING/CASTRO, SW 242 -119.0338092 35.3393377 SOUTHWEST TRANSIT CENTER 241 -119.0385517 35.33737953 MING/REAL, SW 1723 -119.0439471 35.3392193 MING EB @ MING PLAZA 1724 -119.0475261 35.33927666 MING/HASTI ACRES, SW 1299 -119.0513503 35.33913828 MING/BUCKLEY, SW 1298 -119.0547569 35.33923873 MING/CANTER, SW 1297 -119.0567391 35.33920621 MING/NEW STINE, SE 1296 -119.0603114 35.33812684 MING EB ACROSS FROM #5500, 1295 -119.0624498 35.33755183 MING/PINON SPRINGS, SE 1293 -119.0693864 35.33497524 MING/CHESIRE, SE 1292 -119.0721807 35.33445818 MING/ASHE, SE 1291 -119.0735994 35.33454477 MING/BARRINGTON, SE 1290 -119.0767394 35.33452633 MING/MANNING, SE 1289 -119.0796474 35.33528547 MING EB @ #7107 1288 -119.081154 35.336008 EL PORTAL/MING, SE 1287 -119.0850604 35.33725838 EL PORTAL/CALLE LOS MANZANOS, SE 1285 -119.0856658 35.33491318 EL PORTAL/N LAURELGLEN, NE 1284 -119.0867824 35.33286377 N LAURELGLEN/GLENFAUNA, SE 1283 -119.0888266 35.33349956 N LAURELGLEN/GLENFLORA, SE 1282 -119.0910054 35.33347807 GOSFORD SB ACROSS FROM SELKIRK 1281 -119.0922919 35.33460339 MING EB @ SOUTHWEST LIBRARY 1279 -119.0961028 35.33953212 MING/HAGGIN OAKS, SE 1278 -119.1003927 35.33964802 HAGGIN OAKS SB/MARKETPLACE 1277 -119.1012389 35.34132752 CAMINO MEDIA EB WEST OF CSUB ENTRANCE 1276 -119.1041077 35.34275757 CAMINO MEDIA/SCARLET OAK, SW 1807 -119.1070256 35.34254489 CAMINO MEDIA/FORUM WAY, SW 1275 -119.1119294 35.34314329 CAMINO MEDIA/OLD RIVER, SE 1274 -119.1132524 35.34408361 OLD RIVER/MERCY WAY, NW 1272 -119.1145522 35.35171684 STOCKDALE HWY WB @ #9300, 1715 -119.1066218 35.35454097 CAL STATE 628 -119.1041689 35.3515191 STOCKDALE/DON HART DR EAST, NW 772 -119.1013363 35.35441199 STOCKDALE/TOWN & COUNTRY, NW 776 -119.0952804 35.35443227 STOCKDALE WB ACROSS FROM PUERTA OESTE 774 -119.0899415 35.35433932 STOCKDALE/VIA RIATA, NW 773 -119.0869419 35.35430286 STOCKDALE/EL RIO, NW 1732 -119.0834093 35.35431585 STOCKDALE WB @ ST. PHILIP'S 771 -119.0801223 35.35426727 STOCKDALE/ASHE, NW 770 -119.0741542 35.35432255 STOCKDALE/RIO BRAVO, NW 769 -119.0698416 35.35429979 STOCKDALE/CHERRY HILLS, NW 768 -119.0674911 35.35422834 STOCKDALE/CALIFORNIA, NW 766 -119.062194 35.35421591 STOCKDALE WB EAST OF CALIFORNIA 765 -119.0600108 35.35430809 MONTCLAIR NB @ #140, 640 -119.055031 35.35320307 UNIVERSITY/MT VERNON, NW 102 -118.9685135 35.40491715 BAKERSFIELD COLLEGE 1863 -118.9691391 35.41073723 HALEY/UNIVERSITY, SE 1355 -118.9762917 35.40440473 HALEY/RADCLIFFE, NE 106 -118.9765247 35.40760048 HALEY NB ACROSS FROM DARTMOUTH 1354 -118.9764419 35.40305124 MT VERNON/UNIVERSITY, NW 101 -118.9678191 35.4052306 HALEY/WEST POINT, NE 1353 -118.9762915 35.40150484 HALEY/WATER, SE 1351 -118.9761129 35.3954258 HALEY/COLUMBUS, NE 1352 -118.9760734 35.39787372 HALEY/HEIGHT, SE 1350 -118.976206 35.3934307 HALEY/CUNHA, SE 1349 -118.9763981 35.3899699 HALEY/BERNARD, SE 1348 -118.9768484 35.388536 HALEY/GRACE, NE 1347 -118.9773737 35.38637634 VILLAGE LN SB BET STOCKDALE & MARSHA 639 -119.0578574 35.35290731 VIRGINIA/FLOWER, NE 879 -118.9738031 35.38271518 FLOWER EB BET BROWN & WILLIAMS 1342 -118.976553 35.38292957 FLOWER/GAGE, SE 1339 -118.9831724 35.38446157 FLOWER/BEALE, SE 1338 -118.9861803 35.3851853 BAKER/FLOWER, SE 1337 -118.9895216 35.38577435 BAKER/PACIFIC, SE 1336 -118.9902878 35.38374614 BAKER/NILES, NE 1335 -118.991001 35.38207455 BAKER/MONTEREY, SE 1334 -118.9914205 35.3805835 E 19TH/TULARE, SE 1330 -118.996522 35.37525512 E 19TH/SONORA, SW 1329 -119.0003836 35.37608093 E 19TH/UNION, SE 1328 -119.0024566 35.37595084 UNION/17TH, SE 1327 -119.0031316 35.37390921 UNION/CALIFORNIA, NE 1325 -119.002674 35.36901688 UNION/E 11TH, NE 1324 -119.0026623 35.36749403 UNION/E 8TH, NE 1323 -119.0027457 35.36456752 UNION/E 6TH, NE 1322 -119.0028002 35.36276774 UNION/E 4TH, NE 1321 -119.002655 35.36071774 UNION/E BRUNDAGE, NE 1318 -119.0030785 35.35432932 BRUNDAGE/U, SE 660 -119.0059198 35.35386976 BRUNDAGE/BERNETA, SW 658 -119.0089964 35.3538804 BRUNDAGE/P, SE 657 -119.0116142 35.35382122 P/TERRACE WAY, NE 1317 -119.0117773 35.35038929 P/TOWNSLEY, SE 1316 -119.0116386 35.34871105 BELLE TERRACE/P, NE 1315 -119.0117833 35.34696249 BELLE TERRACE/DAWN, NW 1314 -119.0073153 35.34665146 BELLE TERRACE/S UNION, NW 1313 -119.0035678 35.34656996 S UNION/ADAMS, NE 1312 -119.0028731 35.34373098 S UNION/CASA LOMA, NE 1310 -119.0030692 35.33967961 MING/ALLENS, SE 1308 -119.0070992 35.33919405 MING/SOUTH P, SE 1306 -119.0118019 35.33940909 FLOWER/HALEY, SW 1341 -118.9789412 35.38350742 UNION NB BET TEXAS/E 3RD 1320 -119.0026123 35.3586088 ROUTE 10

AKERS NB BET CYCLONE & MATWICK 1839 -119.0480431 35.29412687 PANAMA LN/SUMMERFIELD, NW 1840 -119.0535497 35.29645509 STINE SB S OF PANAMA LN S OF JK IN THE BX 1831 -119.0567043 35.29410914 STINE/CLEAR CRYSTAL, SW 1832 -119.0561812 35.28293667 STINE SB @ RIDGEVIEW HIGH SCHOOL 1628 -119.0572947 35.27644211 MCKEE EB BET. GEMSTONE & BRONZESTONE 1833 -119.0512142 35.27410359 AKERS/MCKEE, NE 1629 -119.0470939 35.27420429 AKERS/WHITEGATE, NE 1835 -119.047303 35.27616199 AKERS/NB @ DOWNPATRICK 1836 -119.0472171 35.27795653 AKERS/WATERFALL CANYON, NE 1837 -119.0470832 35.28327802 AKERS/SERENE OAK, SE 1838 -119.0474253 35.28734103 PACHECO/GASOLINE ALLEY, NE 1237 -119.0358188 35.30971759 MING/HUGHES, NW 1585 -119.0307169 35.33939541 HUGHES/WILSON, NE 1714 -119.0299659 35.3324955 WILSON EB @ PLAZA TOWERS 1713 -119.0361041 35.33179736 LARSON/WILSON, SE 1712 -119.0381893 35.33159851 LARSON/COVENTRY, SE 1711 -119.0381416 35.32809096 LARSON NB NORTH OF PLANZ 1270 -119.0375722 35.32548364 PLANZ EB ACROSS FROM KENNEDY WAY 1262 -119.045146 35.32505812 PLANZ/AKERS, SE 1261 -119.0475168 35.3247097 PLANZ/ROBINWOOD, SW 1267 -119.0497914 35.32474104 PLANZ/ACTIS, SE 1268 -119.0520259 35.32484978 PLANZ/STINE, SE 1266 -119.0562083 35.32472867 STINE NB @ WHITE LN TOWNE CENTER 1265 -119.0563559 35.32377824 STINE/WHITE LN, NE 1263 -119.0565543 35.31852997 STINE NB NEAR #4200, 1260 -119.0564656 35.31700227 STINE/DISTRICT, SE 1259 -119.0564215 35.31242636 STINE/COUNTRY PLACE, SE 1258 -119.0567812 35.30902095 STINE NB @ #5400, 1257 -119.0563719 35.30599103 STINE/HARRIS, NE 1256 -119.0564817 35.30357957 STINE/BAYBROOK, NE 1255 -119.056326 35.30138062 STINE/PINE CASTLE, SE 1254 -119.0563132 35.29889874 PANAMA/AKERS, NE 1250 -119.0474305 35.29595207 PANAMA/CASTLEFORD, NE 1249 -119.0415456 35.29598595 WIBLE/LOYALTON, NW 1247 -119.0393001 35.29754728 WIBLE/HARRIS, SW 1246 -119.0394488 35.30271024 HARRIS/CALICO, SW 1245 -119.0427233 35.30297822 HARRIS/AKERS, SE 1243 -119.0473373 35.30299597 AKERS SB BET DE ETTE & MARGALO 1242 -119.0480124 35.3052422 AKERS/SUGARCANE, SW 1241 -119.0477757 35.30775829 AKERS/THATCH, NW 1240 -119.0479013 35.3092147 PACHECO/KATHIMAE, NW 1239 -119.0457275 35.31008917 PACHECO/WIBLE, NW 1238 -119.0397935 35.31013516 PACHECO/CORRINE, NE 1236 -119.0329056 35.31044929 HUGHES/PACHECO, NW 1235 -119.0303797 35.31053501 HUGHES SB @ SMOKETREE 1234 -119.0303939 35.31546642 HUGHES/WHITE LN, SW 1233 -119.0303105 35.31716864 HUGHES/PATTI, SW 1232 -119.0303515 35.31905739 HUGHES/BEA, NW 1231 -119.0302941 35.32128681 HUGHES/PLANZ, SW 1229 -119.0302718 35.32434069 HUGHES/BELVEDERE, SW 1228 -119.0303505 35.32767938 HUGHES/WESTHAVEN, SW 1227 -119.0303644 35.32994612 HUGHES/WILSON, SW 1226 -119.0304345 35.33167964 HUGHES/HOLDEN, NW 235 -119.0304414 35.33629138 HUGHES/MING, SW 234 -119.030569 35.33799889 SOUTHWEST TRANSIT CENTER 241 -119.0385919 35.33725461 STINE/MAYBROOK, SE 1841 -119.0542867 35.29631538 PLANZ EB BET MTNVIEW /CHUMLEY 1269 -119.0409417 35.32484238 ROUTE 9

DOWNTOWN TRANSIT CENTER 227 -119.0197308 35.37891964 PIONEER/MORNING, SW 1019 -118.9151353 35.3687237 PIONEER/PARK, SW 1020 -118.9189908 35.36879876 PIONEER/BRENTWOOD, SW 1225 -118.9228567 35.3687807 PIONEER/VALENCIA, SE 1224 -118.9250826 35.36875481 PIONEER/TANGERINE, SW 1223 -118.9278782 35.36874839 PIONEER/FAIRFAX, SE 1222 -118.9312276 35.36860098 PIONEER/SHALIMAR, SE 1221 -118.9361336 35.36871084 PIONEER/DOROTHY, SW 1220 -118.9388515 35.3685615 PIONEER/STERLING, SW 1219 -118.9416876 35.36852076 PIONEER/PESANTE, SW 1642 -118.9432874 35.36871964 PIONEER/TATE, SE 1217 -118.9470547 35.36860511 PIONEER/OSWELL, SE 1216 -118.9483462 35.36847747 OSWELL NB ACROSS FROM #508, 1533 -118.949722 35.36335081 VIRGINIA/OSWELL, SW 1215 -118.9504514 35.36138694 VIRGINIA EB ACROSS FROM WALMAR 1214 -118.9530514 35.36140757 VIRGINIA/RICHARDS, SE 1213 -118.9562813 35.36130763 VIRGINIA/QUANTICO, SW 1212 -118.9591119 35.36130951 VIRGINIA EB BET HAZEL & EASTER 1210 -118.9634734 35.36129354 VIRGINIA/MT VERNON, SE 1209 -118.9666661 35.36093626 VIRGINIA/MT VERNON, SW 1208 -118.968187 35.36088371 VIRGINIA/INDUSTRIAL, SW 1207 -118.9726003 35.36079334 VIRGINIA/WASHINGTON, SE 1205 -118.9762015 35.36102274 VIRGINIA/S BROWN, SW 1202 -118.9830762 35.36094485 VIRGINIA/ML KING, SW 1201 -118.9855096 35.3609656 VIRGINIA/HAYES, SE 1200 -118.9886708 35.36101727 VIRGINIA/S OWENS, SE 1199 -118.9905731 35.3608385 E 4TH/KING, SW 1198 -118.9943513 35.36072756 E 4TH EB WEST OF RODMAN 1196 -118.9991086 35.36048358 4TH/V, SW 1193 -119.0056884 35.36046275 4TH/R, SE 1192 -119.0088599 35.36039737 4TH/P, SE 1191 -119.0115638 35.36052131 P SB NORTH OF 4TH 1190 -119.0121907 35.36114068 P/8TH, NW 1188 -119.0121496 35.36444016 P/10TH, SW 1187 -119.0120492 35.36617895 P/CALIFORNIA, SW 1186 -119.012009 35.36797785 Q/13TH, NW 1705 -119.0114535 35.36969019 Q/TRUXTUN, SW 1719 -119.0110641 35.37269955 TRUXTUN EB @ CONVENTION CENTER 1183 -119.0131691 35.37286064 TRUXTUN EB WEST OF N 1182 -119.014693 35.37290755 TRUXTUN/L, SW 1181 -119.0169349 35.37301153 TRUXTUN/CHESTER, SE 1180 -119.0184689 35.37313014 CHESTER/CALIFORNIA, NE 316 -119.0189843 35.36858979 CALIFORNIA/G, SE 500 -119.0219841 35.36816404 CALIFORNIA/OLEANDER, SE 499 -119.0251477 35.36817067 CALIFORNIA/C, SE 498 -119.0269582 35.36813344 CALIFORNIA/PINE, SE -119.0315683 35.36834962 CALIFORNIA/MYRTLE, SE -119.0341711 35.36829078 CALIFORNIA/ELM, SE -119.0362143 35.3682635 CALIFORNIA/OAK, SE 1175 -119.0381078 35.36819925 CALIFORNIA/REAL, SW 1174 -119.0446737 35.36718379 N HALF MOON/ASHE, SW 1152 -119.0754936 35.32974243 N HALF MOON/PULLMAN, NE 1149 -119.0811225 35.32618336 S HALF MOON/OLYMPIA, NE 1148 -119.0807209 35.32380329 S HALF MOON/GUNNISON, NE 1147 -119.0784727 35.32187165 S HALF MOON/ASHE, NW 1146 -119.0755165 35.32181208 ASHE/HERB, NW 1145 -119.0741679 35.32426148 ASHE SB ACROS FROM #3100, 1144 -119.0743037 35.32660075 ASHE/N HALF MOON, SW 1143 -119.0746041 35.32952538 ASHE/MING, SW 1141 -119.0745719 35.33376308 MING/PINON SPRINGS CIR, NW 1415 -119.0702591 35.33509257 MING/WESTHOLME, NW 1414 -119.066377 35.33606006 MING WB @ #5500, 1413 -119.0618411 35.3378263 NEW STINE SB @ #1601, 1722 -119.0611424 35.33983592 NEW STINE/SUNDALE, SW 1721 -119.0612511 35.34360781 NEW STINE/BELLE TERRACE, SW 1132 -119.0609184 35.34633756 NEW STINE SB NEAR #601, 1131 -119.0611941 35.34918951 NEW STINE/DEMARET, SW 1120 -119.0611106 35.35126753 NEW STINE/STOCKDALE, SW 1129 -119.0612027 35.35303367 CALIFORNIA/BUSINESS CENTER, SW 1128 -119.0611253 35.35587626 CALIFRONIA/LENNOX, SW 1127 -119.0612737 35.35824754 CALIFORNIA/MOHAWK, SW 1126 -119.060398 35.36065125 CALIFORNIA/MARELLA, NW 1125 -119.0573126 35.36364826 CALIFORNIA/EASTON, NW @ BANK 1124 -119.0539852 35.36545016 CALIFORNIA/MERVYNS PL, NW 1123 -119.051876 35.36675011 CALIFORNIA/CHESTER LN, NW 1122 -119.0480875 35.3673645 CALIFORNIA/EASTON, NW1121 -119.0446611 35.36756214 CALIFORNIA WB BET ELM & OAK 1120 -119.0376283 35.36844905 CALIFORNIA/CAMPUS WAY, NW 1117 -119.0299153 35.36840196 CALIFRONIA/OLEANDER, NW 601 -119.0261175 35.36814713 CALIFORNIA/F WB @ BHS 600 -119.0237931 35.3682375 CHESTER/CALIFORNIA, NW 598 -119.0187255 35.36859152 CHESTER/TRUXTUN, SW 217 -119.0189782 35.3726397 CHESTER/18TH, SW 216 -119.0188845 35.37464049 CHESTER/17TH, SE 318 -119.0184229 35.37362609 TRUXTUN/L, NW 1116 -119.0166103 35.37327036 TRUXTUN/O, NW 1706 -119.0130441 35.37328603 TRUXTUN/Q, NW 1707 -119.010993 35.37310216 Q/13TH, NE 1112 -119.0111581 35.36960512 P/CALIFORNIA, NE 1185 -119.0113818 35.36843723 P/10TH, NE 1110 -119.0113168 35.3666092 P/8TH, SE 1109 -119.0113062 35.36414905 P/6TH, NE 1108 -119.0113067 35.36270537 4TH/P, NE 1106 -119.0113126 35.36058148 4TH WB @ SENIOR CENTER 1107 -119.0081305 35.3606161 4TH/V, NW 1105 -119.0052643 35.36061584 E 4TH/UNION, NE 1104 -119.0023008 35.36065568 E 4TH/VILLA, NE 1103 -119.0005191 35.36078776 E 4TH/RODMAN, NW 1102 -118.9980871 35.36072781 VIRGINIA/KING, NE 1100 -118.9935421 35.36103259 VIRGINIA/S OWENS, NE 1099 -118.9901664 35.36105984 VIRGINIA/S ROBINSON, NE 1098 -118.9881597 35.36120793 VIRGINIA/ML KING, NE 1097 -118.9849089 35.36114513 VIRGINIA/S BROWN, NE 1096 -118.9821537 35.36125578 VIRGINIA/WASHINGTON, NW 1093 -118.9766213 35.36125418 VIRGINIA/TANNER, NW 1091 -118.9724611 35.36137059 VIRGINIA WB @ VIRGINIA AVE PARK 1090 -118.9710311 35.36124131 VIRGINIA/MT VERNON, NW 1089 -118.9680625 35.36119139 MT VERNON NB ACROSS FROM #216, 676 -118.9670539 35.3571742 MT VERNON/E BRUNDAGE, NE 675 -118.9673101 35.35439931 MT VERNON NB @ ADULT SCHOOL 1088 -118.967341 35.34931265 ENTERPRISE/E BELLE TERRACE, NW 1804 -118.9734721 35.347363 GATEWAY/ENTERPRISE, NE 1802 -118.9731694 35.34998751 GATEWAY WB EAST OF #3000, 1797 -118.9700004 35.34985473 MT VERNON/E BRUNDAGE, NW 727 -118.9673928 35.35467304 MT VERNON/TEXAS, SW 726 -118.9672965 35.35717981 VIRGINIA/WILMA, NW 1087 -118.966259 35.36143257 VIRGINIA/HAZEL, NW 1086 -118.9639182 35.36134494 VIRGINIA/QUANTICO, NW 1084 -118.958854 35.36144448 VIRGINIA/LAYNE, NW 1081 -118.9521676 35.36158426 VIRGINIA/OSWELL, NW 1080 -118.9503136 35.36149803 OSWELL SB SOUTH OF POTOMAC 1079 -118.9501766 35.36454205 OSWELL FRNTG NW 1734 -118.9501238 35.36879428 OSWELL FRTG NE/ACCESS, NE 1641 -118.9494822 35.36738047 PIONEER/PESANTE, NE 1078 -118.9426089 35.36878293 PIONEER/STERLING, NE 1077 -118.9404332 35.36865024 PIONEER WB ACROSS FROM DOROTHY 1076 -118.9386756 35.36872463 PIONEER WB @ PIONEER SCHOOL 1075 -118.9345705 35.36862815 FAIRFAX NB NORTH OF #600, 1026 -118.9320351 35.36765572 EUCALYPTUS/FAIRFAX, NE 1025 -118.931763 35.3648568 EUCALYPTUS WB @ #6600, 1024 -118.9302822 35.36487864 EUCALYPTUS/ANSOL, NW 1023 -118.9271538 35.36498439 EUCALYPTUS/DENNISON, NW 1022 -118.9215764 35.36507614 CALIFORNIA/CHESTER LN, SE 1173 -119.047521 35.36713217 CALIFORNIA/MERVYNS PL EB 1172 -119.0511905 35.3667334 CALIFRONIA/EASTON, SW 1171 -119.0542185 35.36503698 CALIFORNIA/MOHAWK, NE 1169 -119.0596661 35.36114914 CALIFORNIA/MARELLA, SE 1170 -119.0568917 35.3636004 FOOTHILL/PARK, NE 1720 -118.9176893 35.36684534 CALIFORNIA NB BET STOCKDALE & BUSINESS CENTER 1167 -119.0608121 35.35551164 NEW STINE NB @ #110, 1166 -119.0609169 35.35334559 NEW STINE NB ACROSS FROM #601, 1165 -119.0612147 35.34969917 NEW STINE/BELLE TERRACE, NE 1164 -119.0609743 35.34696269 NEW STINE/NORDIC, SE 1163 -119.0609764 35.34505088 NEW STINE/DEMARET, SE 1637 -119.0610058 35.35142766 SUNDALE/NEW STINE, SW 1162 -119.0617885 35.34412435 SUNDALE EB ACROSS FROM #5700 1161 -119.0644021 35.34395545 SUNDALE/PEBBLE BEACH, SE 1160 -119.065899 35.34360428 CALIFORNIA/LENNOX, NE 1168 -119.0606263 35.35885708 SUNDALE/RIVER OAKS, SE 1158 -119.0709803 35.34379789 SUNDALE/THUNDERBIRD, SE 1159 -119.0687109 35.34345292 ASHE/LA PUENTE, NE 1156 -119.0740079 35.34199491 ASHE/MING, NE 1154 -119.0741841 35.33489595 ASHE/NOTTINGHAM, NE 1153 -119.0743504 35.33292386 ASHE/CLUBVIEW, SE 1155 -119.0741111 35.33930032 ASHE/SANDERS, SE 1157 -119.0738764 35.34401888 FOOTHILL/HWY 184, NW 1755 -118.9148816 35.3668881 E 4TH/UNION, SE 1195 -119.0017762 35.36058694 N HALF MOON BET HOAD/INNISFREE EB 1150 -119.07975 35.32877274 OSWELL FRNTG NE SOUTH OF PIONEER 1640 -118.9479485 35.3678278 PIONEER/HILL EB 1218 -118.946251 35.3686005 PIONEER/HILL, NW 1532 -118.9467497 35.36877264 VIRGINIA/DORRANCE, NW 1865 -118.9552706 35.36142794 ROUTE 8

MONTEREY/SACRAMENTO, SE 979 -118.9984015 35.38194887 REAL/PAM, AE 961 -119.0435471 35.36087862 DOWNTOWN TRANSIT CENTER 227 -119.0194538 35.37860715 SOUTHWEST TRANSIT CENTER 241 -119.0387117 35.33725136 WIBLE/WILSON, NE 239 -119.0385187 35.33263695 WILSON/CASTRO, NW 238 -119.0343635 35.33201154 WILSON/HUGHES, NW 237 -119.0315124 35.33210118 HUGHES/HOLDEN, NW 235 -119.0300431 35.33607803 HUGHES/MING, SW 234 -119.0302699 35.33806997 MING/CASTRO, SE 242 -119.0335394 35.33898205 WIBLE/BELLE TERRACE, SW 1072 -119.0390296 35.34614541 STOCKDALE/REAL, SE 645 -119.0425207 35.35369054 REAL SB NORTH OF STOCKDALE 1071 -119.0435402 35.35478126 REAL/DALEN, SW 1070 -119.0437146 35.35715153 REAL/GREENLEAF, NW 1069 -119.0433599 35.35917431 REAL SB SOUTH OF PALM @ NURSING HOME 1068 -119.0432736 35.36058775 PALM/WETHERLEY NE @ SAUNDERS PARK 1067 -119.0412657 35.3612799 OAK/PALM, NW 1066 -119.0389382 35.36158455 OAK/CHESTER LN, SW 1065 -119.0387935 35.36462114 OAK/PARK, SW 1064 -119.0388 35.36732681 TRUXTUN WB BET MYRTLE & ELM 1063 -119.035161 35.37316471 TRUXTUN/PINE, NE 1062 -119.0312027 35.37319855 TRUXTUN/B, NW 1061 -119.0281981 35.37326916 TRUXTUN/D, NE 1060 -119.0254336 35.37329721 TRUXTUN/H, NW 1058 -119.021523 35.37330877 CHESTER/18TH, SW 216 -119.0188959 35.37477049 21ST/L, NW 482 -119.0167728 35.37787339 21ST/N, NW 1057 -119.0142929 35.37787074 21ST/Q, NW 1056 -119.0111171 35.37796629 21ST/R, NE 1055 -119.0091996 35.3779731 21ST/V, NE 1053 -119.0043329 35.37806143 UNION SB SOUTH OF HWY 178 1052 -119.0033058 35.38310882 NILES/SACRAMENTO, NW 1051 -118.9992681 35.38403714 NILES/ALTA VISTA, NW 1050 -118.9974851 35.38388872 NILES/TULARE, NW 1049 -118.9942788 35.38275986 NILES/BAKER, NE 1048 -118.9903209 35.38185934 NILES/GAGE, NW 1046 -118.9849581 35.38045626 NILES/ROBINSON, NE 1045 -118.9827997 35.3799092 NILES/HALEY, NE 1044 -118.9799285 35.37930861 VIRGINIA/NILES, NW 1042 -118.9754265 35.37874833 VIRGINIA/FLOWER, SW 1040 -118.9742189 35.38189708 FLOWER/WEST @ KMC 876 -118.9721371 35.3817303 FLOWER WB ACROSS FROM PALM 875 -118.9695255 35.38110094 FLOWER/MT VERNON, NW 874 -118.9679375 35.38078975 MT VERNON/PACIFIC, NE 523 -118.9671617 35.37852538 MT VERNON NB BET NILES & OREGON 522 -118.9673882 35.37656007 NILES/CAMINO PRIMAVERA, NW 1039 -118.9632372 35.37550182 NILES/CATALPA, NW 1038 -118.9587227 35.37559496 HILLCREST CENTER/HORACE MANN, NE 1037 -118.9559713 35.37611896 NILES/OSWELL, NW 1034 -118.950268 35.3759282 NILES/TATE, NW 1033 -118.9476866 35.37588742 NILES/ISABELL, NE 1032 -118.9450933 35.37597522 NILES/PESANTE, NW 1031 -118.9431108 35.37600901 NILES/MCCURDY, NW 1030 -118.9383372 35.37593139 NILES/AVONDALE, NW 1029 -118.9341695 35.3759572 FAIRFAX/ROSEWOOD, NE 1027 -118.9318183 35.37243691 FAIRFAX/LEXINGTON, SE 1648 -118.9317542 35.37044036 FAIRFAX NB NORTH OF #600, 1026 -118.9315021 35.36789124 EUCALYPTUS/FAIRFAX, NE 1025 -118.9314313 35.36491102 EUCALYPTUS/ WB @ #6600, 1024 -118.9300268 35.36494394 EUCALYPTUS/ANSOL, NW 1023 -118.9268619 35.36502762 EUCALYPTUS/DENNISON, NW 1022 -118.9219743 35.36508495 FOOTHILL/PARK, NE 1720 -118.9179889 35.36694494 FOOTHILL/HWY 184, NW 1755 -118.9148064 35.36682449 HWY 184 NB BET EUCALYPTUS & LANORA 1018 -118.9139949 35.36560561 BRECKENRIDGE/HWY 184, NE 1017 -118.9137921 35.36160831 BRECKENRIDGE/ROYAL, NE 1015 -118.9093304 35.36162917 BRECKENRIDGE/RIO BONITA, NE 1014 -118.9059933 35.36163349 MONICA SB BET FOOTHILL & LANORA 1011 -118.9053861 35.36639483 PIONEER/MONICA, SW 1010 -118.9059118 35.36867725 PIONEER/ROYAL, SW 1008 -118.9104386 35.36870015 PIONEER/HY 184, SE 1007 -118.9137227 35.36872776 HWY 184/ROSEWOOD, SW 1006 -118.9143359 35.37219717 NILES/MORNING, SW 1005 -118.9147872 35.37582618 NILES/PARK, SE 1004 -118.9185529 35.3758324 NILES/BRENTWOOD, SW 1003 -118.9234637 35.37593703 NILES/GREENWOOD, SE 1002 -118.9261765 35.37594721 NILES EB BET FAIRFAX & LYNWOOD 1001 -118.9307779 35.37563583 NILES EB EAST OF SHALIMAR 1000 -118.934896 35.37563616 NILES/SHALIMAR, SW 999 -118.9367074 35.37561195 NILES/STERLING, SW 998 -118.9414422 35.37572694 NILES/ISABELL, SE 997 -118.9452788 35.37571852 NILES/TATE, SE 996 -118.9473234 35.37565341 NILES/VISTA, SW 867 -118.9521956 35.3756814 NILES/PENTZ, SE 994 -118.9560642 35.37549703 NILES/BARLOW, SW 993 -118.9589967 35.37553936 NILES/WEBSTER, SE 992 -118.962773 35.37538517 NILES/MT VERNON, SE 991 -118.9668116 35.37599813 MT VERNON/PACIFIC, SW 523 -118.9678135 35.37820863 MT VERNON/QUINCY, SW 976 -118.9679504 35.37991614 FLOWER/PALM, SE 990 -118.969344 35.38095924 FLOWER/WEST, SE 989 -118.9721106 35.38194591 VIRGINIA/FLOWER, SE 988 -118.9737604 35.38206932 VIRGINIA/NILES, NE 986 -118.9754901 35.37862419 MONTEREY/MILLER, SE 984 -118.9821943 35.3786101 MONTEREY/GAGE, SE 983 -118.9852105 35.37927687 MONTEREY/BEALE, SE 982 -118.988113 35.37972494 MONTEREY/BAKER, SE 981 -118.9913237 35.38051959 MONTEREY/TULARE, SE 980 -118.9940987 35.38133695 MONTEREY EB BET UNION & STOCKTON 978 -119.0018093 35.38258373 21ST/V, SE 976 -119.0046327 35.37773039 21ST EB @ CENTRAL PARK 975 -119.0088163 35.37773075 21ST/Q, SW 974 -119.0111726 35.3778792 21ST/N, SW 973 -119.0143283 35.37794484 21ST/L, SW 403 -119.016896 35.3778612 CHESTER/17TH, SE 318 -119.0188333 35.37367259 TRUXTUN/H, SW 972 -119.0210709 35.37304496 TRUXTUN/F, SW 971 -119.023878 35.37302744 TRUXTUN EB @ MERCY HOSPITAL 970 -119.0269044 35.37312789 TRUXTUN/PINE, SE 969 -119.0315684 35.37335157 TRUXTUN/MYRTLE, SE 968 -119.0338691 35.37332682 TRUXTUN/OLIVE, SW 967 -119.0378449 35.37336114 OAK/CALIFORNIA, NE 966 -119.038388 35.36879952 OAK/PARK, SE 965 -119.0384349 35.3672489 OAK/CHESTER LN, SE 964 -119.0384735 35.36440952 OAK/PALM, NE 963 -119.0390257 35.36147127 PALM/WETHERLEY, SE 962 -119.0410126 35.36074869 REAL/GREENLEAF, NE 960 -119.0431333 35.35953636 REAL/DALEN, SE 959 -119.043153 35.35724341 STOCKDALE/WETHERLEY, NW 758 -119.0415782 35.35432327 WIBLE/BELLE TERRACE, NE 958 -119.0392714 35.34708295 WIBLE/WOOD LN, SE 957 -119.039336 35.34462984 WIBLE NB @ TARGET 956 -119.0391697 35.34150722 NILES/BEALE, NW 1047 -118.9879606 35.38115131 NILES WB BET GLENWOOD & CRESTMONT -118.9534177 35.37590811 ROUTE 7

MADISON/HWY 58 OVERPASS, SW 665 -118.9943286 35.35192434 PLANZ/ELDA, NW 910 -118.9916837 35.32597074 CHAMBER/GRAND LAKES, SW 1810 -119.1254289 35.33092687 OSWELL/CRESTLINE, NE 689 -118.9494418 35.37853455 WHITE LN/PARKVIEW, NE 951 -119.1043075 35.32349319 POTOMAC/MONTICELLO, SE 855 -118.9782896 35.36436723 HARRIS/WHITE FOREST, SW 1773 -119.0777603 35.30326388 HARRIS EB WEST OF SILVERGATE 1771 -119.0851068 35.30441638 HARRIS/WILDERNESS, SE -119.0886847 35.30329499 HARRIS/GOSFORD, SE 1769 -119.0917585 35.30313451 GOSFORD SB @ GOSFORD VILLAGE 1768 -119.0924659 35.30842574 GOSFORD/DISTRICT, SW 1767 -119.0924319 35.31254257 GOSFORD/MCNAIR, NW 944 -119.0922853 35.31681062 WHITE LN WB BET VIA IGLESIA & BUENA VISTA 955 -119.1253601 35.32541684 WHITE LN/MOUNTAIN VISTA, NW 954 -119.119919 35.32530129 WHITE LN/SADDLE, NW 953 -119.1137936 35.32529279 WHITE LN/OLD RIVER, NW 952 -119.1103845 35.32527576 WILSON/BLADEN, NE 928 -119.0596222 35.3319001 WILSON/NEW STINE, NE 927 -119.0575874 35.33207646 WILSON/STINE, NE 926 -119.0550525 35.33224626 WILSON WB @ STINE SCHOOL 925 -119.0525959 35.33223718 WILSON/AKERS, NW 924 -119.0481794 35.33228907 WILSON/REAL, NE 923 -119.0428601 35.33216859 WILSON/CASTRO, NW 238 -119.0345531 35.33195668 WILSON/HUGHES, NW 237 -119.0314351 35.33194092 WILSON/BENTON, NW 627 -119.0290315 35.331927 WILSON/FREMONT, NW 626 -119.0235644 35.33200682 PLANZ/SOUTH H, NE 918 -119.0206151 35.32479367 PLANZ/SANDRA, NW 917 -119.0174424 35.32471972 PLANZ/RAIDER, NE 916 -119.0102952 35.32468956 PLANZ/DORE, NW 344 -119.0064386 35.32477495 PLANZ/S UNION, NW 343 -119.0035326 35.32481816 S UNION NB @ BARC, 294 -119.0030594 35.32104145 S UNION/WHITE LN, NE 293 -119.0030696 35.3180564 WHITE LN WB NEAR # 132, 915 -118.9976454 35.31731715 MADISON/WHITE LN, NW 914 -118.9937443 35.31785153 MADISON/BROOK, SW 913 -118.9939899 35.3207452 MADISON SB BET PLANZ & BROOK 912 -118.9943189 35.32281765 PLANZ/HORNE, NW 909 -118.9893639 35.32466652 PLANZ/COTTONWOOD, NW 908 -118.9856964 35.32479782 COTTONWOOD/CASA GRANDE, SW 906 -118.985604 35.33010878 COTTONWOOD/WATTS, SW 1792 -118.9854523 35.33188747 COTTONWOOD/BRADSHAW, SW 1793 -118.9853633 35.33405534 CASA LOMA/COTTONWOOD, SW 1791 -118.9857717 35.33926527 CASA LOMA/LOTUS, SE 1790 -118.9895741 35.33928272 CASA LOMA/MADISON, SE 899 -118.9939917 35.33931296 MADISON/DEL MAR, NW 898 -118.9943932 35.34211013 MADISON/E BELLE TERRACE, SW 897 -118.9941186 35.34645026 MADISON/HAYES, NW 666 -118.9941309 35.34890834 MADISON/E BRUNDAGE, SW 664 -118.9940809 35.35319925 E BRUNDAGE/OWENS, NW 896 -118.9911288 35.35400694 OWENS/TEXAS, SW 895 -118.9906932 35.35729941 OWENS/VIRGINIA, NW 893 -118.9907707 35.3612146 OWENS/RALSTON, NW 892 -118.9907652 35.36314318 POTOMAC/ROBINSON, NW 890 -118.9890285 35.36455898 POTOMAC/ML KING, NE 889 -118.9849892 35.36464185 POTOMAC/WILLIAMS, NW 887 -118.9802929 35.36468741 POTOMAC/MONTICELLO WB 888 -118.9784181 35.36481986 POTOMAC/WASHINGTON, NE 886 -118.9760838 35.36480757 POTOMAC/BEVERLY, NE 885 -118.9741016 35.3648067 POTOMAC/RICHMOND, NW 884 -118.9722402 35.36474075 POTOMAC/MT VERNON, NW 882 -118.9686851 35.36532751 MT VERNON/E CALIFORNIA, SW 880 -118.9679452 35.36805629 MT VERNON/MONTEREY, NW 578 -118.9678668 35.37532744 NILES EB WEST OF MT VERNON 878 -118.9687303 35.37632141 NILES/ORANGE, SE 877 -118.9724698 35.37729564 VIRGINIA/OREGON, NW 1738 -118.9754501 35.37930973 VIRGINIA/FLOWER, SW 1040 -118.9741425 35.38199367 FLOWER WB ACROSS FROM PALM 875 -118.9692256 35.38122377 FLOWER/MT VERNON, NW 874 -118.9678306 35.38103482 MT VERNON/COLLEGE, SW 575 -118.9673681 35.38235669 COLLEGE/CORRIENTES, NE 873 -118.9663571 35.38309058 COLLEGE/MANLEY, NW 872 -118.9626694 35.38325784 COLLEGE/LOS ROBLES, NE 871 -118.9603055 35.38305121 COLLEGE/CHEVY CHASE, NW 870 -118.9564811 35.38308644 COLLEGE/COUNTRY CLUB, NW 869 -118.9532957 35.38308932 COLLEGE/OSWELL, NW 868 -118.9500581 35.38297546 OSWELL/FERNVALE, NE 690 -118.9491955 35.38056643 OSWELL/NILES, NE 688 -118.9491619 35.37610372 OSWELL/LAKE, NE 687 -118.9493688 35.37401893 CENTER/VISTA, SW 866 -118.9521859 35.37209041 CENTER/PENTZ, SE 865 -118.9559797 35.37205441 CENTER/BARLOW, SW 864 -118.9588815 35.37217064 CENTER/WEBSTER, SE 863 -118.9630276 35.37223832 CENTER EB @ # 2333 862 -118.9657325 35.37221848 TAUCHEN/KENTUCKY, SW 861 -118.9670433 35.37236599 MT VERNON/E CALIFORNIA, NE 520 -118.9673804 35.36922558 MT VERNON NB BET POTOMAC & LUCKY 859 -118.9674778 35.36543404 POTOMAC EB ACROSS FROM CHAPMAN 858 -118.9710783 35.36503892 POTOMAC/BEVERLY, SE 857 -118.9744555 35.36492875 POTOMAC/WASHINGTON, SW 856 -118.9768325 35.36473062 POTOMAC/WILLIAMS, SE 854 -118.9812575 35.36488887 POTOMAC/BROWN, SW 853 -118.9828736 35.36486411 POTOMAC/ML KING, SE 852 -118.9849995 35.36483758 POTOMAC/S ROBINSON, SW 851 -118.9888181 35.36466605 OWENS/RALSTON, NE 849 -118.9907449 35.36303617 OWENS/VIRGINIA, SE 848 -118.9905939 35.36078739 OWENS/TEXAS, SE 846 -118.9907245 35.35726904 OWENS/E BRUNDAGE, NE 845 -118.9909564 35.35411695 E BRUNDAGE/MADISON, SE 844 -118.9937296 35.35376534 MADISON/DERRELL, NE 738 -118.9940589 35.35186523 MADISON/HAYES, NE 737 -118.9941555 35.34899051 MADISON/E BELLE TERRACE, NE 736 -118.9942193 35.34692831 MADISON/BELLE TERRACE, NE 843 -118.9944972 35.34466884 MADISON/DEL MAR, NE 842 -118.9943409 35.34212973 MADISON/CASA LOMA, NE 841 -118.9943281 35.33969029 CASA LOMA/LOTUS, NW 1789 -118.9904731 35.33922409 CASA LOMA/COTTONWOOD, NW 1788 -118.9862566 35.33909726 COTTONWOOD/BRADSHAW, NE 1794 -118.9858975 35.33436773 COTTONWOOD/WATTS, NE 1787 -118.9855921 35.33218806 COTTONWOOD/CASA GRANDE, SE 834 -118.985256 35.32994631 COTTONWOOD NB @ FRIENDSHIP HOUSE 833 -118.9855363 35.32786058 PLANZ/COTTONWOOD, SW 832 -118.986418 35.32453619 PLANZ/HORNE, SW 831 -118.9893421 35.32437472 PLANZ/ELDA, SE 830 -118.992565 35.32426496 MADISON NB BET BROOK & PLANZ 828 -118.9935251 35.32287933 MADISON/BROOK, SE 827 -118.9943037 35.3204988 MADISON/WHITE LN, NE 826 -118.9947152 35.31767465 WHITE LN EB @ 117 825 -118.9981198 35.31699178 WHITE LN/UNION, SE 824 -119.0025879 35.31753091 S UNION/PLANZ, SW 822 -119.0036948 35.32408436 PLANZ EB @ PAULY SCHOOL 821 -119.0065362 35.32442483 PLANZ/S CHESTER, SE 820 -119.0086109 35.32450691 PLANZ/RAIDER, SE 819 -119.0105479 35.32434246 PLANZ/SANDRA, SE 818 -119.0162361 35.32446587 PLANZ/SOUTH H, SE 817 -119.0200753 35.32454503 SOUTH H SB @ BENTON PARK CENTER 814 -119.0221434 35.33017866 WILSON/SOUTH H, SW 813 -119.0222527 35.33189652 WILSON/FREMONT, SW 812 -119.0241008 35.33184512 WILSON/HUGHES, SE 811 -119.0299337 35.3319307 HUGHES/HOLDEN, NW 235 -119.0300228 35.3362434 HUGHES/MING, SW 234 -119.0301265 35.33806102 SOUTHWEST TRANSIT CENTER 241 -119.0384478 35.33703823 WIBLE/WILSON, NE 239 -119.0387494 35.33259299 WILSON/REAL, SE 809 -119.0428815 35.33191517 WILSON/AKERS, SE 808 -119.047418 35.33185323 WILSON/ACTIS, SE 807 -119.0518119 35.33173681 WILSON/STINE, SE 806 -119.0550542 35.33198709 WILSON/NEW STINE, SE 805 -119.0574312 35.33175902 WILSON EB BET WESTMINSTER & BLADEN 804 -119.0606695 35.33117217 WILSON/WESTHOLME, SE 802 -119.0644493 35.33070856 WILSON/EDGEMONT, SE 801 -119.0652801 35.32950823 WILSON NB BET PLANZ & BRIARWOOD 800 -119.0655749 35.32573938 WILSON/SAGE, SE 799 -119.0661395 35.32286289 WILSON/WHITE LN, NE 797 -119.0695307 35.31838001 WHITE LN EB BET SHELBY & LOUISVILLE 794 -119.079012 35.31824962 WHITE LN/LILY, SW 793 -119.0839891 35.31810397 WHITE LN/TUBAC, SW 792 -119.0871818 35.31795628 GOSFORD/MCNAIR, NE 790 -119.0917592 35.31709135 GOSFORD NB BET DISTRICT & MCNAIR @ DENNYS 1742 -119.0918248 35.31497653 GOSFORD NB N OF RR TRACKS a@ WENDYS 1785 -119.0916349 35.31148767 GOSFORD NB ACROSS FROM SAMS CLUB 1784 -119.0919105 35.30897125 HARRIS WB BET NOBLE ROW & GOSFORD 1783 -119.0914483 35.30335745 HARRIS/SPRING CREEK LOOP, NE 1782 -119.0889101 35.30353731 HARRIS/SILVERGATE, NW 1781 -119.0844983 35.30458386 HARRIS/RELAINCE, NW 1780 -119.0806156 35.30412547 RELIANCE NB BET TRAIL PEAK & BUFFALO PEAKS 1779 -119.0816957 35.300627 RELIANCE/FIREBAUGH, NE 1778 -119.082757 35.29778713 PANAMA LN/POWDERHORN NW 1777 -119.0811389 35.29621496 ASHE/SUNRISE CREST, SW 1776 -119.0747305 35.29711517 ASHE/QUINN CANYON, SW 1775 -119.0751721 35.30125007 ASHE/HARRIS, SW 1774 -119.0752821 35.30265795 WHITE LN/GOSFORD, SE 791 -119.0913808 35.31760544 WHITE LN/PIN OAK, SE 1795 -119.0980335 35.31811789 WHITE LN/PARKVIEW, SE 783 -119.1039715 35.32341204 WHITE LN/OLD RIVER, SE 782 -119.1078831 35.32446056 WHITE LN/SADDLE, SE 781 -119.1121492 35.32479574 WHITE LN/MOUNTAIN VISTA, SE 780 -119.1180747 35.32502536 MOUNTAIN VISTA/REDBRIDGE, NW 1644 -119.1188913 35.3270001 GRAND LAKES/RYCROFT EB 1643 -119.1210472 35.32801522 GRAND LAKES/EAGLE CREST, SE 779 -119.1235484 35.32939321 CHAMBER/ORKNEY, SE 778 -119.1254384 35.33048701 WHITE LN/GOSFORD, NW 1786 -119.0928216 35.318156 WHITE LN/CERNAN WAY, NE 943 -119.0890857 35.31816733 WHITE LN/TUBAC, NW 942 -119.0870808 35.31810666 WHITE LN/PIN OAK, NW 950 -119.0988056 35.31864816 WHITE LN/LILY, NW 941 -119.0838638 35.31814506 WHITE LN WB BET LOUISVILLE & SHELBY -119.0788077 35.31821192 WHITE LN WB @ #6500, 939 -119.0758768 35.31806398 WILSON/NUTMEG, NW 935 -119.0677666 35.32098035 WILSON/WHITE LN, NW 936 -119.0692217 35.31848669 WILSON/SAGE, NW 934 -119.0658598 35.32328735 WILSON/PLANZ, SW 933 -119.0658638 35.32476305 FLOWER/WEST @ KMC 876 -118.9714184 35.38110921 WILSON WB ACROSS FROM COURTLEIGH 929 -119.0620646 35.33135145 WILSON/WESTHOLME, NE 930 -119.0645603 35.33063984 BUENA VISTA NB @ STKDL HIGH 777 -119.1271093 35.32588465 MADISON/RR TRACKS, SB 1830 -118.9941946 35.34738939 WHITE LN WB WEST OF MEI YEN 938 -119.0723582 35.31819269 WHITE LN EB EAST OF ASHE 796 -119.0733892 35.31793823 HARRIS/RELIANCE, SE 1772 -119.080212 35.30401222 WILSON SB BET EDGEMONT & BRIARWOOD 931 -119.0646919 35.32675785 ROUTE 6

MADISON/HWY 58 OVERPASS, SW 665 -118.9943146 35.35158249 OSWELL/PICO, NE 694 -118.9489887 35.39089501 POTOMAC/DORRANCE, NE 1814 -118.9549998 35.36468569 POTOMAC EB WEST OF FRNTG RD, 684 -118.9513732 35.36480487 POTOMAC WB BET 3026 & 3022, 1815 -118.950999 35.3648085 OSWELL/CRESTLINE, NE 689 -118.9494418 35.37853455 COTTONWOOD/CANNON, SE 671 -118.9857096 35.34830026 COLUMBUS/DARWIN, NE 547 -118.9500124 35.40152292 SOUTHWEST TRANSIT CENTER 241 -119.0387552 35.33726266 WIBLE/BELLE TERRACE, SW 1072 -119.0386652 35.34610343 BRUNDAGE/CYPRESS, NW 641 -119.0362321 35.35429568 BRUNDAGE WB BET MYRTLE & BEECH 755 -119.0340075 35.35438422 BRUNDAGE/A, NW 753 -119.0298242 35.35398248 BRUNDAGE/OLEANDER, NW 752 -119.0256339 35.3539921 BRUNDAGE/H, NW 750 -119.0215718 35.35392846 BRUNDAGE/CHESTER, NE 749 -119.018195 35.35397268 BRUNDAGE/L, NE 748 -119.015711 35.35431244 BRUNDAGE/N, NE 747 -119.0138559 35.35330786 BRUNDAGE/P, NE 746 -119.011555 35.35330942 BRUNDAGE/T, NW 745 -119.0088324 35.35331121 BRUNDAGE WB BET V & U 743 -119.0055348 35.3533133 BRUNDAGE/UNION, NW 742 -119.003627 35.35331447 E BRUNDAGE WB BET BLISS & LIGGETT 741 -119.0004623 35.35331634 E BRUNDAGE/OHIO, NW 740 -118.9972564 35.35331815 E BRUNDAGE/MADISON, NW 739 -118.994228 35.35328333 MADISON/DERRELL, NE 738 -118.9936775 35.35166844 MADISON/HAYES, NE 737 -118.9936756 35.34923596 MADISON/E BELLE TERRACE, NE 736 -118.9936851 35.3470196 E BELLE TERRACE/GAY, NW 735 -118.9926726 35.34677914 E BELLE TERRACE WB BET # 912 & 914 734 -118.9900049 35.34658245 E BELLE TERRACE WB ACROSS FROM CITADEL 733 -118.9887398 35.34646816 E BELLE TERRACE/COTTONWOOD, NW 732 -118.9860914 35.34647591 COTTONWOOD/MCNEW, SW 731 -118.9852989 35.34914178 FELIZ WB BET SIMPSON & COTTONWOOD 730 -118.9838866 35.35038922 FELIZ/FRANCO, NW 1717 -118.9807408 35.35039056 FELIZ/SIMON, NE 729 -118.9780003 35.35059199 WASHINGTON/E BRUNDAGE, SW 728 -118.976064 35.35340962 MT VERNON/E BRUNDAGE, NW 727 -118.9669977 35.35427848 MT VERNON/TEXAS, SW 726 -118.9669992 35.35759719 MT VERNON/VIRGINIA, NW 725 -118.9670011 35.36168091 MT VERNON/POTOMAC, SW 724 -118.9670023 35.36426533 POTOMAC WB ACROSS FROM WITHEE 723 -118.9644971 35.36442832 POTOMAC/HAYSLETT, NE 722 -118.9608772 35.36491901 POTOMAC/QUANTICO, NW 721 -118.9584393 35.3649196 OSWELL/OSWELL FRONTAGE NW, NW 1734 -118.9495248 35.36939551 OSWELL/CENTER, SW 718 -118.9495255 35.37210426 OSWELL/NILES, SW 716 -118.9495263 35.37564019 OSWELL/HORACE MANN, SW 715 -118.9495267 35.37738328 OSWELL/CRESTLINE, NW 714 -118.9495102 35.37889058 OSWELL/COLLEGE, NW 713 -118.9496294 35.38324754 OSWELL/JADE, SW 712 -118.9496301 35.38600575 OSWELL/KENT, NW 711 -118.9497478 35.38857632 OSWELL/BERNARD, SW 710 -118.9496448 35.39150295 OSWELL SOUTHBOUND ACROSS FROM E HILLS VILLAGE 539 -118.9491793 35.39438961 AUBURN/HIGHLAND CT, NE 708 -118.943296 35.39747058 AUBURN/LA COSTA, NE 707 -118.9397401 35.3975447 AUBURN/ABERDEEN, NE 706 -118.9372413 35.3976268 AUBURN WB BET DEER TRAIL & PARKFIELD 705 -118.9340158 35.39792063 AUBURN/FAIRFAX, NW 704 -118.9303182 35.3979654 AUBURN EAST OF # 6100 761 -118.9253654 35.39843822 AUBURN WB WEST OF AUBURN HEIGHTS 760 -118.9198423 35.39843393 MORNING/PANORAMA, SW 759 -118.9140445 35.40190962 PANORAMA/MORNING, SW 756 -118.9146995 35.40285304 PANORAMA/STONE CANYON, SW 1805 -118.919442 35.40315171 PANORAMA/SHILOH RANCH, SW 702 -118.9249583 35.40264485 PANORAMA/FAIRFAX, SW 701 -118.9300216 35.40259529 PANORAMA/RANCHO SIERRA, SW 700 -118.9327449 35.40259721 UNIVERSITY/PANORAMA, SE 699 -118.938069 35.40515827 UNIVERSITY/CAMDEN, SE 698 -118.9446029 35.40475367 COLUMBUS/UNIVERSITY, SE 695 -118.9495117 35.40469655 OSWELL/COLUMBUS, SE 546 -118.9494074 35.39948791 OSWELL/AUBURN, NE 545 -118.9494089 35.39770411 OSWELL/E HILLS VILLAGE, NE 544 -118.9494122 35.39372926 BERNARD/CLEO, SW 543 -118.9514305 35.39184007 BERNARD/NEW MARKET, SE 542 -118.9566321 35.39197204 MALLVIEW @ E HILLS MALL 540 -118.9559227 35.39408412 OSWELL/KENT, NE 693 -118.9493804 35.38804967 OSWELL/JADE, SE 692 -118.9493289 35.38575529 OSWELL/COLLEGE, NE 691 -118.9489214 35.38310961 OSWELL/FERNVALE, NE 690 -118.9489236 35.38043 OSWELL/NILES, NE 688 -118.9487157 35.3761251 OSWELL/LAKE, NE 687 -118.9488023 35.37402693 OSWELL/CENTER, SE 686 -118.9492624 35.37171008 OSWELL NB NORTH OF PIONEER 685 -118.9493474 35.36916039 POTOMAC/DORRANCE, SE 683 -118.9544787 35.36441359 POTOMAC/QUANTICO, SE 682 -118.9578173 35.36479665 POTOMAC/HAYSLETT, SE 681 -118.9605086 35.36466656 POTOMAC/HAZEL, SE 680 -118.9628986 35.36484132 POTOMAC/MT VERNON, SE 678 -118.9664916 35.36460601 MT VERNON/VIRGINIA, NE 677 -118.9662974 35.36149506 MT VERNON NB ACROSS FROM # 216, 676 -118.966589 35.35653393 MT VERNON/E BRUNDAGE, NE 675 -118.9670097 35.35430559 E BRUNDAGE/WASHINGTON, SE 674 -118.9753388 35.35338763 FELIZ/FRANCO, SE 1638 -118.9801313 35.35009799 FELIZ EB BET COTTONWOOD & SIMPSON 672 -118.9834869 35.34996315 E BELLE TERRACE WB @ CAREER CENTER 1752 -118.9829827 35.34638061 E BELLE TERRACE/COTTONWOOD, SW 670 -118.9853796 35.34618455 E BELLE TERRACE/JASTRO, SE 669 -118.9888358 35.34641617 E BELLE TERRACE/GAY, SE 668 -118.9908892 35.3465193 MADISON/HAYES, NW 666 -118.9939358 35.34895574 MADISON/E BRUNDAGE, SW 664 -118.9940443 35.35320551 E BRUNDAGE/OHIO, SE 663 -118.9965774 35.35370897 E BRUNDAGE/LIGGETT, SE 661 -119.0009572 35.35368935 BRUNDAGE/U, SE 660 -119.0058519 35.35352841 BRUNDAGE/BERNETA, SW 658 -119.0083191 35.35348983 BRUNDAGE/P, SE 657 -119.0110769 35.35352016 BRUNDAGE/N, SW 656 -119.0142013 35.35347317 BRUNDAGE/L, SE 655 -119.0159779 35.3535424 BRUNDAGE/CHESTER, SE 654 -119.0182315 35.35360599 BRUNDAGE/H, SE 653 -119.020579 35.3536016 BRUNDAGE/OLEANDER, SW 651 -119.0253593 35.35354492 BRUNDAGE/HUGHES, SE 650 -119.0285374 35.35367491 BRUNDAGE/MYRTLE, SW 648 -119.0335679 35.35361354 BRUNDAGE EB BET WIBLE & OLIVE 647 -119.0373421 35.35360863 WIBLE/BELLE TERRACE, NE 958 -119.0382083 35.34648225 WIBLE/WOOD LN, SE 957 -119.03854 35.34450863 WIBLE NB @ TARGET 956 -119.0382068 35.34173527 AUBURN WB BETWEEN MAYWOOD & CATALINA 709 -118.9469131 35.3979753 MADISON/RR TRACKS, SB 1830 -118.9941946 35.34738939 ROUTE 5

A/VERDE, NW 609 -119.0294797 35.35574775 CALIFORNIA/T, NE 593 -119.0076115 35.36812354 COLUMBUS/DARWIN, NE 547 -118.950372 35.40062768 DOWNTOWN TRANSIT CENTER 227 -119.0194538 35.37860715 WIBLE NB NORTH OF SW TRANSIT CENTER 1646 -119.0388311 35.33767388 WIBLE/WILSON, NE 239 -119.0387437 35.33201942 WILSON/CASTRO, NW 238 -119.03393 35.33153985 WILSON/HUGHES, NW 237 -119.0314131 35.33160021 WILSON/BENTON, NW 627 -119.0285127 35.33190425 WILSON/FREMONT, NW 626 -119.0236038 35.33199585 SOUTH H/WILSON, NW 625 -119.0214495 35.33196284 SOUTH H/CUSTER, SW 624 -119.0213865 35.33390025 SOUTH H SB BET BRADLEY & SOUTHGATE 623 -119.0213682 35.33585551 SOUTH H/MING, SW 622 -119.0212652 35.33860693 SOUTH H/TALISMAN, SW 621 -119.0215741 35.34027584 SOUTH H/RADIANCE, NW 620 -119.0214156 35.34198661 SOUTH H/CELCIL BRUNNER, SW 619 -119.0214849 35.34419432 SOUTH H/BELLE TERRACE, SW 618 -119.0212504 35.34590806 BELLE TERRACE/HOUCHIN, SW 617 -119.0238387 35.34589729 BELLE TERRACE/OLEANDER, SW 616 -119.0261758 35.34637971 BELLE TERRACE/BALDWIN, SE 615 -119.0287656 35.34644285 BALDWIN/LESTER, SW 614 -119.0288865 35.34814428 BALDWIN SB ACROSS FROM # 426 613 -119.0289243 35.34963667 HUGHES/TERRACE WAY, NW 612 -119.0299567 35.35034318 HUGHES/BRITE, NW 611 -119.0299545 35.35150562 HUGHES/BRUNDAGE, SW 610 -119.0295847 35.35346666 A/BUENA VISTA, SW 607 -119.0293721 35.35941177 A/PALM, NW 606 -119.0293564 35.36122287 A/CHESTER LN, NW 604 -119.0292578 35.36478706 A/CALIFORNIA, SW 602 -119.0292145 35.36764342 CALIFORNIA/OLEANDER, NW 601 -119.0260623 35.36817541 CALIFORNIA/F WB @ BHS 600 -119.0237021 35.36849631 CHESTER/CALIFORNIA, NW 598 -119.0191479 35.36810657 CALIFORNIA/L, NW 597 -119.0167049 35.36791091 CALIFORNIA/N, NW 596 -119.0142295 35.36797344 CALIFORNIA/P, NW 595 -119.0120448 35.36798325 CALIFORNIA/R, NE 594 -119.0091009 35.36806541 CALIFORNIA/UNION, NW 592 -119.0035735 35.36809796 E CALIFORNIA/INYO, NW 591 -119.0014958 35.36788167 E CALIFORNIA WB BET KERN & TULARE 590 -118.9986483 35.36816234 E CALIFORNIA/BAKER, NE 589 -118.9955512 35.36815815 E CALIFORNIA/KING, NE 588 -118.9936203 35.36819327 E CALIFORNIA/OWENS, NE 587 -118.990521 35.36807588 E CALIFORNIA/ROBINSON, NW 586 -118.9878765 35.36793931 E CALIFORNIA/HALEY, NE 585 -118.9831239 35.36799238 BROWN/E 18TH, SW 1750 -118.9815518 35.3698303 E TRUXTUN WB @ HOMELESS SHELTER 1749 -118.9792042 35.37279831 E CALIFORNIA/WASHINGTON, NW 1739 -118.9766656 35.36819409 E CALIFORNIA/BATES, NW 582 -118.973847 35.36822925 E CALIFORNIA/CHAMBERLAIN, NE 581 -118.9696366 35.36844118 MT VERNON/MONTEREY, NW 578 -118.9674514 35.37543222 MT VERNON/PACIFIC, SW 523 -118.967436 35.3781842 MT VERNON/QUINCY, NW 576 -118.9675171 35.37979591 MT VERNON/COLLEGE, SW 575 -118.9674729 35.38224939 MT VERNON/RIDGE, SW 574 -118.9675531 35.38587443 MT VERNON/BERNARD, SW 573 -118.9674082 35.38965382 MT VERNON/DEL AMO, SW 572 -118.9674618 35.39102159 MT VERNON SB @ # 2658 571 -118.9675686 35.3925146 MT VERNON/COLUMBUS, SW 570 -118.9676693 35.39641927 COLUMBUS/LOYOLA, NW 567 -118.9621078 35.39716578 COLUMBUS/WENATCHEE, NW 566 -118.958706 35.39713839 COLUMBUS WB NEAR # 3306 565 -118.9552514 35.39725372 COLUMBUS/AUBURN, NW 564 -118.9539665 35.39776118 AUBURN/OSWELL, NW 563 -118.95178 35.397547 OSWELL/AUBURN, NW 562 -118.9498766 35.39770059 OSWELL/COLUMBUS, SW 561 -118.9504693 35.39973454 UNIVERSITY/COLUMBUS, SW 559 -118.9502204 35.40480543 UNIVERSITY/REDLANDS, SE 560 -118.9521093 35.40482727 UNIVERSITY/RALLY, SE 558 -118.9557359 35.40487588 UNIVERSITY/WENATCHEE, SW 557 -118.9592079 35.40475388 UNIVERSITY/ETON, SE 556 -118.961484 35.40474647 UNIVERSITY/DANA, SE 555 -118.9647151 35.40482851 MT VERNON/UNIVERSITY, NW 101 -118.9678383 35.40497445 BAKERSFIELD COLLEGE 1863 -118.9688872 35.41035064 MT VERNON/UNIVERSITY, NE 442 -118.9675955 35.40536311 UNIVERSITY/DANA, NW 553 -118.9648722 35.40494095 UNIVERSITY/ETON, NW 552 -118.9621379 35.40484605 UNIVERSITY/ WENATCHEE, NW 551 -118.9591238 35.40476447 UNIVERSITY/RALLY, NE 549 -118.9556126 35.40497458 UNIVERSITY/REDLANDS, NE 550 -118.9525457 35.40499503 UNIVERSITY/COLUMBUS, NE 548 -118.9504683 35.40472026 OSWELL/COLUMBUS, SE 546 -118.950698 35.39878071 OSWELL/AUBURN, NE 545 -118.9492399 35.39790851 OSWELL/E HILLS VILLAGE, NE 544 -118.9493262 35.39368679 BERNARD/CLEO, SW 543 -118.9512908 35.39162826 BERNARD/NEW MARKET, SE 542 -118.9568737 35.39189017 MALLVIEW @ E HILLS MALL 540 -118.9565162 35.39440583 OSWELL SB ACROSS FROM E HILLS VILLAGE 544 -118.9496573 35.39427431 AUBURN EB WEST OF OSWELL 538 -118.9504523 35.39725331 COLUMBUS/AUBURN, SW 537 -118.9532535 35.39778273 COLUMBUS EB BET ESTATES & PARKHILL 536 -118.9558189 35.39706615 COLUMBUS/WENATCHEE, SE 535 -118.9579872 35.39713332 COLUMBUS/LOYOLA, SE 534 -118.9609896 35.39710202 COLUMBUS/RICE, SW 533 -118.9645087 35.39698417 COLUMBUS/MT VERNON, SE 532 -118.9663075 35.39680759 MT VERNON NB @ ALBERTSONS 531 -118.9667683 35.39574812 MT VERNON/HERITAGE, NE 528 -118.9669197 35.38776351 MT VERNON/RIDGE, SE 527 -118.9669879 35.38592487 MT VERNON/COLLEGE, NE 525 -118.9664994 35.38274762 MT VERNON/FLOWER, NE 524 -118.9668198 35.38102825 MT VERNON/PACIFIC, NE 523 -118.9665415 35.37819143 MT VERNON NB BET NILES & OREGON 522 -118.9666012 35.37640009 MT VERNON NB BET LAKE & MONTEREY 521 -118.9667422 35.37391894 MT VERNON/E CALIFORNIA, NE 520 -118.966992 35.36853671 E CALIFORNIA/CHAMBERLAIN, SE 519 -118.9692615 35.36787645 E CALIFORNIA/BATES, SW 518 -118.97362 35.36781313 E CALIFORNIA/WASHINGTON, SE 1740 -118.9753447 35.36793454 WASHINGTON SB SOUTH OF E TRUXTUN 1751 -118.9757862 35.37166256 WILLIAMS/E TRUXTUN, SE 584 -118.9783296 35.37219392 WILLIAMS/E CALIFORNIA, NE 516 -118.9797971 35.36845557 E CALIFORNIA/BROWN, SW 515 -118.9822025 35.36757818 E CALIFORNIA/ML KING, SW 514 -118.9843177 35.36769985 E CALIFORNIA/ROBINSON, SE 513 -118.986871 35.36760124 E CALIFORNIA/OWENS, SE 512 -118.9899769 35.36765506 E CALIFORNIA/S KING, SE 511 -118.992861 35.36756178 E CALIFORNIA/BAKER, SW 510 -118.9962282 35.36769697 E CALIFORNIA/UNION, SE508 -119.0016738 35.36804853 CALIFORNIA/PERSHING, SE 507 -119.0035326 35.36777429 CALIFORNIA/T, SE 506 -119.006672 35.36771736 CALIFORNIA/R, SW 505 -119.0093051 35.36804215 CALIFORNIA/P, SE 504 -119.0113792 35.36804227 CALIFORNIA/N, SE 503 -119.0134231 35.36819872 CALIFORNIA/L, SE 502 -119.015893 35.36822437 CALIFORNIA/CHESTER, SE 501 -119.0181612 35.368085 CHESTER/TRUXTUN, SW 217 -119.0185882 35.37225043 CHESTER/18TH, SW 216 -119.0183325 35.37440977 CHESTER/17TH, SE 318 -119.0178225 35.37354773 CHESTER/CALIFORNIA, NE 316 -119.0184141 35.36816728 CALIFORNIA/G, SE 500 -119.021947 35.36798442 CALIFORNIA/OLEANDER, SE 499 -119.0245921 35.36772941 CALIFORNIA/C, SE 498 -119.0269462 35.36761444 A/CALIFORNIA, SE 497 -119.0290213 35.36804687 A/CHESTER LN, SE 495 -119.0291044 35.36435857 A/BUENA VISTA, NE 492 -119.0292451 35.35985739 A/BANK, NE 491 -119.0290558 35.35799838 A/VERDE, NE 490 -119.0286861 35.35578339 HUGHES/BRUNDAGE, SE 489 -119.0291891 35.35311637 HUGHES/COLTON, SE 488 -119.0297051 35.35070499 BALDWIN/TERRACE WAY, SE 487 -119.0285123 35.34960502 BALDWIN/LESTER, SE 486 -119.0281804 35.34797828 BALDWIN/BELLE TERRACE, SE 485 -119.02843 35.34585493 BALDWIN/LA FRANCE, SE 484 -119.0287813 35.34232834 BALDWIN/MING, NE 483 -119.0290872 35.33944494 MING/CASTRO, SE 242 -119.034005 35.33891007 MT VERNON/DEL AMO, SE 529 -118.9673355 35.39077726 COLUMBUS/RICE, NW 568 -118.9645605 35.39756178 ROUTE 4

BERNARD/N KING, NE 464 -118.9861184 35.39004915 COLUMBUS/MT VERNON, NW 447 -118.9679941 35.39759402 DOWNTOWN TRANSIT CENTER 227 -119.0197308 35.37891964 M/24TH, NW 1647 -119.0153428 35.38117253 M/28TH, SW 480 -119.0152317 35.38391757 30TH/JEWETT, NE 478 -119.0141219 35.38619517 30TH/Q, NW 476 -119.0110783 35.38620686 Q/32ND, NW 475 -119.0104961 35.38816642 Q/34TH, SW 474 -119.0105799 35.38977186 34TH WB @ MEM HOSP 472 -119.0063385 35.38973888 34TH WB BET UNION & MEM HOSP471 -119.0040956 35.39016535 BERNARD/UNION, NE 470 -119.0017813 35.38935356 BERNARD WB BET SACRAMENTO & STOCKTON 469 -118.9999109 35.38942432 BERNARD/GOODMAN, NE 468 -118.9969564 35.38968804 BERNARD/N INYO, NW 1636 -118.992694 35.38992107 BERNARD/N TULARE, NW 466 -118.9908696 35.38995056 BERNARD/N KERN, NE 465 -118.9888798 35.39001879 RIVER/KNOTTS, NW 463 -118.9852288 35.39107175 RIVER SB BET JEFFREY & HEIGHT 462 -118.9850103 35.39367714 RIVER/WATER, NW 461 -118.9852111 35.3950381 RIVER/COLUMBUS, SW 460 -118.9849676 35.39653096 COLUMBUS/HALEY, NW 451 -118.9767683 35.39676122 COLUMBUS/POMONA, NE 449 -118.9728313 35.39699771 COLUMBUS/OCCIDENTAL, NE 448 -118.9701989 35.3972582 MT VERNON/NOBLE, SW 446 -118.9675357 35.39938462 MT VERNON/RENEGADE, SW 445 -118.9675068 35.40206981 MT VERNON SB BET UNIVERSITY & DUKE 444 -118.9676982 35.40415214 MT VERNON/UNIVERSITY, NW 101 -118.967693 35.40516915 BAKERSFIELD COLLEGE 1863 -118.9690567 35.4102592 MT VERNON/UNIVERSITY, NE 442 -118.9671472 35.40491125 MT VERNON/RENEGADE, NE 441 -118.9672122 35.40259933 MT VERNON/NOBLE, NE 440 -118.9672245 35.399858 MT VERNON/COLUMBUS, NE 439 -118.9674597 35.39758986 COLUMBUS EB @ COLLEGE CENTER 436 -118.973641 35.39667022 COLUMBUS/HALEY, SE 435 -118.9756347 35.39669723 COLUMBUS EB @ SAGEBRUSH CENTER 433 -118.9821482 35.39666212 COLUMBUS/RIVER, SE 432 -118.9844858 35.39684577 RIVER/WATER, NE 425 -118.984738 35.395274 RIVER NB BET KNOTTS & GOODMAN 423 -118.9850676 35.3913532 BERNARD EB ACROSS FROM N KING 422 -118.985991 35.38983571 BERNARD/BAKER, SW 421 -118.9888557 35.38914517 BERNARD/INYO, SW 1635 -118.9937607 35.3894794 BERNARD/MAGNOLIA, SW 418 -118.9974911 35.38939192 BERNARD/UNION, SE 416 -119.0017697 35.38948922 34TH EB ACROSS FROM MEM HOSP 414 -119.0062983 35.38987001 Q/34TH, SE 412 -119.0101197 35.38913298 Q NB BET 30TH & 32ND 410 -119.0100294 35.38677631 30TH/ESPEE, SE 409 -119.0133763 35.38509523 M/GOLDEN STATE, NE 407 -119.0148399 35.38420388 M/26TH, SE 406 -119.0150081 35.38202147 M/24TH, SE 405 -119.0152571 35.38023523 M BET 21ST & 22ND 402 -119.0153012 35.37775832 21ST/L, SW 403 -119.0169302 35.37747714 COLUMBUS EB BET SUNNY LN & OCCIDENTAL 438 -118.9701682 35.39731354 COLUMBUS/BUCKNELL, NE 453 -118.9814309 35.397306 ROUTE 3

AIRPORT/DOUGLAS, SW 376 -119.0394625 35.42636002 CHINA GRADE/GOLDENROD, NW 1817 -119.0337316 35.42669505 CHINA GRADE/MCCRAY, NW 1816 -119.031286 35.42653689 BUCK OWENS/ORRIN, SW @ #333, 387 -119.0430044 35.39060067 DOWNTOWN TRANSIT CENTER 227 -119.0194538 35.37860715 23RD/F, SW 400 -119.0242432 35.37953408 24TH EB BET OAK & ELM 396 -119.036978 35.38040043 BUCK OWENS SB @ # 2619 395 -119.0429719 35.38477607 SILLECT WB ACROSS FROM # 3223 394 -119.0411362 35.38557009 SILLECT/ARROW, NW 393 -119.0383054 35.3866205 SILLECT SB SOUTH OF # 3201 392 -119.0376545 35.38851488 GILMORE/ARROW, SW 391 -119.0392472 35.3888127 GILMORE EB BET BUCK OWENS & ARROW 390 -119.040497 35.38901728 BUCK OWENS/GULF, SW 388 -119.043099 35.39340763 BUCK OWENS SB ACROSS FROM HWY PATROL 389 -119.0432433 35.39622332 AIRPORT/STATE, NW 385 -119.0405438 35.40305258 AIRPORT/ROBERTS, NW 384 -119.0387621 35.40860807 OLIVE EB NEAR GOODWILL 158 -119.0443142 35.41188263 OLIVE/ROBERTS, SE 157 -119.0477427 35.41193888 CASTAIC/WOODROW @ #1438 383 -119.052417 35.41551324 WOODORW/SHELDON, NW 382 -119.0496535 35.41622722 WOODROW/SCOFIELD, NW 381 -119.0457826 35.41630386 WOODROW/SANFORD, NW 380 -119.0439453 35.41629658 AIRPORT/CASTAIC, SW 378 -119.0395777 35.41824921 AIRPORT/ANN ARBOR, NW 377 -119.0390308 35.4227028 OLD AIRPORT TERMINAL 375 -119.0441466 35.4284887 MCCRAY/FRANCIS, SE 371 -119.0296753 35.42364471 MCCRAY/RAY, SE 370 -119.0294546 35.42122858 MCCRAY/NORRIS, NE 369 -119.0296234 35.41929484 OILDALE/EL TEJON, NE 368 -119.0299024 35.41791763 OILDALE/WOODROW, NE 367 -119.0299103 35.41638972 OILDALE/DECATUR, NE 366 -119.0297759 35.4134605 DECATUR/SEQUOIA, SE 365 -119.0341377 35.41315554 DECATUR/AIRPORT, SE 364 -119.0380015 35.41179458 AIRPORT/ROBERTS, NE 133 -119.0384194 35.40791582 AIRPORT/STATE, NE 362 -119.0407041 35.40245455 BUCK OWENS/RIO MIRADA, SE 361 -119.0433134 35.39767435 BUCK OWENS NB @ 4100 360 -119.0425053 35.39585994 BUCK OWENS/GULF, SE 359 -119.0423655 35.39288602 BUCK OWENS/ORIN, NE 358 -119.0426836 35.39059875 GILMORE/BUCK OWENS, NE 357 -119.0423002 35.3889765 GILMORE/ARROW, NW 356 -119.0388517 35.38890543 SILLECT NB @ KERN REGIONAL CENTER 355 -119.0371068 35.38811696 SILLECT EB @ HEART HOSPITAL 354 -119.0392923 35.38551146 SILLECT EB EAST OF CRYSTAL PALACE 353 -119.040903 35.38542907 BUCK OWENS @ # 2620 352 -119.0425576 35.38442135 24TH/OLIVE, NW 351 -119.0373697 35.38076268 24TH/BAY, NE 348 -119.0277107 35.38085392 24TH/F, NW 346 -119.0240838 35.38078262 24TH/H, NW 345 -119.0215265 35.38079358 OLIVE/AIRPORT, SW 160 -119.0395887 35.41211035 ROUTE 2

PANAMA/NADEAU, SE 1813 -119.0070859 35.29558408 CHESTER/CALIFORNIA, SW 218 -119.0189359 35.36774322 DOWNTOWN TRANSIT CENTER 227 -119.0197838 35.37853594 PLANZ/DORE, NW 344 -119.0061647 35.32463173 PLANZ/S UNION, NW 343 -119.0037101 35.32406428 N CHESTER/COUNTRYSIDE, NE 342 -119.0260067 35.4467732 N CHESTER NB @ HIGHLAND KNOLLS ESTATES 341 -119.0238022 35.44397028 N CHESTER/MANOR, SE 1652 -119.0208132 35.43909953 N CHESTER/PILOT, NE 340 -119.0209792 35.43720616 N CHESTER/DAY, SE 339 -119.0208396 35.43435914 N CHESTER/BANCROFT, SE 337 -119.0210395 35.42992474 N CHESTER/BEDFORD, NE 338 -119.020885 35.42873665 N CHESTER/CHINA GRADE, NE 336 -119.0211486 35.42701803 N CHESTER/ARVIN, NE 334 -119.0209628 35.42312305 N CHESTER/NORRIS, NE 332 -119.0209811 35.41979507 N CHESTER/WILSON NB @ STANDARD SCHOOL 331 -119.0210182 35.4171114 N CHESTER/COOPER, SE 330 -119.020914 35.41392099 N CHESTER NB BET BELLE & WARREN 328 -119.0206383 35.41152757 N CHESTER/ROBERTS, NE 327 -119.0208053 35.40874895 N CHESTER NB BET BEARDSLEY & MCCORD 125 -119.0208391 35.40589493 CHESTER/W COLUMBUS, NE 124 -119.0183196 35.3982732 CHESTER NB BET 40TH & W COLUMBUS 326 -119.0183381 35.3970877 CHESTER/34TH, NE 323 -119.0185296 35.39044061 CHESTER NB NORTH OF GARCES CIRCLE 322 -119.0186446 35.38769505 CHESTER/27TH, NE 321 -119.0186313 35.38379446 CHESTER/24TH, NE 320 -119.0186297 35.38101932 CHESTER/17TH, SE 318 -119.0184424 35.37382276 CHESTER/CALIFORNIA, NE 316 -119.0185066 35.3684573 CHESTER/10TH, SE 315 -119.0185333 35.3660077 CHESTER/8TH, NE 314 -119.0187293 35.36454464 CHESTER/6TH, SE 313 -119.0185142 35.36232453 CHESTER/3RD, SE 311 -119.0186395 35.35842524 CHESTER/BRUNDAGE, NE 309 -119.0187722 35.35408626 S CHESTER/TERRACE WAY, SE 308 -119.0185587 35.34981687 S CHESTER/BELLE TERRACE, NE 307 -119.0188201 35.3467225 S CHESTER/LA FRANCE, NE 306 -119.0186271 35.34295571 S CHESTER/EL SERENO, NE 305 -119.018663 35.34022889 S CHESTER NB SOUTH OF MING 304 -119.017832 35.33809563 S CHESTER/SOUTHGATE, NE 303 -119.0165293 35.33570189 S CHESTER/SOUTH M, NE 302 -119.0153349 35.33315476 WILSON/S CHESTER, NE 301 -119.0138146 35.33199358 WILSON/RODNEY, NE 297 -119.0053348 35.33212514 S UNION NB SOUTH OF WILSON 296 -119.0032985 35.33085104 S UNION/PLANZ, NE 295 -119.0027056 35.32494148 S UNION NB @ BARC 294 -119.0031151 35.32104925 S UNION/WHITE LN, NE 293 -119.0029416 35.31785473 WHITE LN/GORDON, SE 292 -119.0049736 35.31719068 WHITE LN/KENNY, SE 291 -119.0079979 35.31710035 MONITOR/WHITE LN, SE 290 -119.0118767 35.31697156 MONITOR/CALCUTTA, NE 289 -119.0116784 35.31378742 MONITOR/PACHECO, NE 287 -119.0117305 35.31044998 PACHECO/BARRY, NW 286 -119.0096332 35.31026738 PACHECO/EVE, NW 285 -119.0078148 35.31006334 PACHECO/PAMELA, NW 284 -119.0053663 35.31002157 PACHECO/S UNION, NE 283 -119.0021449 35.31007392 PACHECO/GARBER, NW 282 -118.999332 35.30998175 SPARKS/PACHECO, SE 281 -118.994164 35.30991126 SPARKS/BRYANT, NE 279 -118.9941341 35.30672248 SPARKS NB BET FAIRVIEW & SPERRY 277 -118.9943659 35.30316596 FAIRVIEW EB @ REXLAND ACRES PARK 276 -118.9971554 35.30213008 PANAMA/TIBURON, SW 272 -119.0044807 35.29515212 PANAMA EB BET MONITOR & LOWRY 1482 -119.0105129 35.29510941 MONITOR/ADELAIDE, NW 1766 -119.0122132 35.2990452 MONITOR/FAIRVIEW, SW 1765 -119.0115404 35.30244227 MONITOR/CAPITOLA, NW 1764 -119.0117286 35.30699346 MONITOR/PACHECO, NW 1763 -119.011811 35.31021109 MONITOR/CALCUTTA, NW 259 -119.0120278 35.31378498 MONITOR/WHITE LN, SW 258 -119.0119827 35.31663168 MONITOR/PLANTATION, SW 257 -119.0118778 35.3185254 MONITOR/MERRIMAC, SW 256 -119.0118103 35.32016255 RAIDER/CHATEAU, SW 255 -119.0113909 35.32170806 RAIDER/PLANZ, SW 253 -119.0109281 35.32382694 S CHESTER/PLANZ, NW 252 -119.0100922 35.32452711 S CHESTER/SYLVIA, SW 251 -119.0113383 35.32653648 S CHESTER/SANDRA, SW 250 -119.0124912 35.32852709 S CHESTER/DORIAN, SW 249 -119.0138077 35.33060872 S CHESTER/WILSON, NW 248 -119.014373 35.33168291 S CHESTER/SOUTH M, NW 247 -119.0154566 35.33291824 S CHESTER/SOUTHGATE, NW 246 -119.0172435 35.33622693 S CHESTER/MING, SW 245 -119.0185485 35.33848916 MING/SOUTH H, SW 244 -119.0215117 35.33905207 MING/ANITA EB @ 1931 243 -119.0255175 35.33890499 MING/CASTRO, SE 242 -119.033722 35.33902069 SOUTHWEST TRANSIT CENTER 241 -119.0387156 35.33701408 WIBLE/WILSON, NE 239 -119.038714 35.33252476 WILSON/CASTRO, NW 238 -119.0346745 35.33197088 WILSON/HUGHES, NW 237 -119.0318578 35.33175831 HUGHES/HOLDEN, NW 235 -119.0302597 35.33586177 HUGHES/MING, SW 234 -119.0306251 35.33749097 MING/ANITA, NE 233 -119.0253096 35.33926139 MING/SOUTH H, NW 232 -119.0213513 35.33923796 MING/CHESTER, NW 231 -119.0196106 35.33933455 CHESTER/LA FRANCE, NW 230 -119.0187076 35.34264517 CHESTER/BELLE TERRACE, SW 229 -119.0188631 35.34590841 CHESTER/EL PRADO, SW 226 -119.0189564 35.34921373 CHESTER/BRUNDAGE, NW 225 -119.0185742 35.35447332 CHESTER/3RD, SW 224 -119.0184703 35.35833677 CHESTER/4TH, SW 222 -119.0184027 35.36031 CHESTER/8TH, SW 220 -119.0184249 35.36425753 CHESTER/10TH, SW 219 -119.0184159 35.36608031 CHESTER/CALIFORNIA, NW 598 -119.0187357 35.36863653 CHESTER/TRUXTUN, SW 217 -119.0185535 35.37261697 CHESTER/18TH, SW 216 -119.0183843 35.37470987 CHESTER/28TH, NW 213 -119.0182264 35.38482756 CHESTER SB NORTH OF GARCES CIRCLE 212 -119.0184383 35.38730495 CHESTER/34TH, NW 211 -119.0183107 35.39074106 CHESTER/36TH, NW 210 -119.0181917 35.39266948 CHESTER/38TH, NW 209 -119.0182454 35.39429484 CHESTER/W COLUMBUS, SW 207 -119.0183316 35.3974284 N CHESTER/ROBERTS, SW 166 -119.0207744 35.40793039 N CHESTER SB BET. HARDING & BELLE 206 -119.0206681 35.41081834 N CHESTER BET. DECATUR & WARREN SB 1736 -119.0206528 35.41254914 N CHESTER/LINCOLN, SW 204 -119.0207406 35.41400998 N CHESTER/WILSON, NW 203 -119.0211012 35.41737972 BUS STOP AND ROUTES THAT SERVE IT

On this list, red indicates the stop will be a timepoint, all blue shades indicate that the stop is currently a stop and will continue to be a stop in the new system, and no shade indicates that this will be a new stop that is currently not a stop. This list shows all stops for the new system, including those in City, County, & State jurisdiction.

CSUB 21 22 61 82 19TH / OAK, SW 42 19TH / UNION, SE 44 19TH/OAK, NW 42 21ST / B, NW 42 21ST / CEDAR, NW 42 21ST / F, NW 42 21ST / L, NW 43 21ST / L, SW 43 21ST / N, NW 43 21ST / N, SW 43 21ST / Q, NW 43 21ST / Q, SW 43 21ST / SPRUCE, NW 42 21ST / WESTWIND, NE 42 21ST BETWEEN BEECH & ELM WESTBOUND 42 21ST BETWEEN ELM & OAK WESTBOUND 42 21ST EB BET. OAK & ELM 42 21ST/CEDAR, SE 42 21ST/F, SE 42 23RD / F, SW 45 24TH / BAY, NE 45 24TH / F, NW 45 24TH / H, NW 42 24TH / H, NW 45 24TH / OLIVE, NW 45 24TH BETWEEN OAK/ELM 45 34TH @ MEMORIAL HOSPITAL 43 34TH ACROSS FROM MEM HOSPITAL 43 34TH BET UNION & MEMORIAL HOSP 43 4TH / P, NE 46 4TH / P, SE 46 4TH / R, SE 46 4TH / UNION, SE 46 4TH / V, NW 46 4TH / V, SW 46 4TH @ BAKRSFIELD SENIOR CENTER 46 4TH/N, NE 46 4TH/N, SW 46 ADULT SCHOOL 41 AIRPORT / ROBERTS, NE 45 AIRPORT / STATE, NE 45 AIRPORT / STATE, NW 45 AIRPORT/OLIVE, SW 45 AKERS / SUGARCANE, SW 41 AKERS / THATCH, NW 41 AKERS BET DE ETTE & MARGALO 41 AKERS NB BETWEEN ADIDAS & NEWCOMBE 41 AKERS NB BETWEEN MARGALO & DE ETTE 41 AKERS NB BETWEEN THATCH & MAIZE 41 AKERS SB BETWEEN NEWCOMBE & ADIDAS 41 AKERS SB NORTH OF WHITE LANE, NW 41 AKERS/HARRIS, SE 41 AKERS/LOUDON, SE 41 AKERS/PANAMA LN., NW 62 AKERS/PLANZ, SE 41 AKERS/PLANZ, SW 41 AKERS/RENEE, SW 41 62 AKERS/WHITE LN, NE 41 AKERS/WILSON, SW 41 ALLEN SB AT FRONTIER HIGH SCHOOL 84 ALLEN/DOVE CREEK, SE 82 ALLEN/DOVE CREEK, SW 82 ALLEN/OLD TOWN, NE 82 ALLEN/PALM, NE 82 ALLEN/PALM, SW 82 ALLEN/ROSEDALE, SW 82 ASHE / HERB, NW 83 ASHE ACROSS #3100 83 ASHE NB BET. WHITE LN. & SPICE 83 ASHE/S. HALF MOON, SW 83 AUBRN BET. DEER TRAIL/PARKFIELD 41 AUBURN / ABERDEEN, NE 41 AUBURN / FAIRFAX, NW 41 AUBURN / HIGHLAND CT, NE 41 AUBURN / LA COSTA, NE 41 AUBURN BETWEEN MAYWOOD & CATALINA 41 AUBURN EB W. OF FAIRFAX 41 AUBURN EB WEST OF CATALINA 41 AUBURN/LA COSTA, SE 41 AUBURN/OSWELL, SE 41 BAKER / 21ST, SW 44 BAKER / EAST 21ST, SE 44 BAKER / FLOWER, SE 44 BAKER / FLOWER, SW 44 BAKER / MONTEREY, SE 44 BAKER / MONTEREY, SW 44 BAKER / NILES SW 44 BAKER / NILES, NE 44 BAKER / PACIFIC, SE 44 BAKER BET PACIFIC & OREGON 44 BAKERSFIELD COLLEGE 21 41 43 44 61 81 BEALE/NILES, SW 45 BERNARD / BAKER, SW 43 BERNARD / CLEO, SW 41 BERNARD / GOODMAN, NE 43 BERNARD / INYO, SW 43 BERNARD / MAGNOLIA, SW 43 BERNARD / N INYO, NW 43 BERNARD / N KERN, NE 43 BERNARD / N KING, NE 43 BERNARD / N TULARE, NW 43 BERNARD / NEW MARKET, SE 41 BERNARD / UNION, NE 43 BERNARD / UNION, SE 43 BERNARD ACROSS N. KING 43 BERNARD BET SACRAMENTO/STOCKTON 43 BRIMHALL / ALDERSHOT, NE 82 BRIMHALL / JEWETTA, NW 82 BRIMHALL WB ACROSS FROM MONCRIEFF 82 BRIMHALL/ALLEN, SE 82 BRIMHALL/INVERMAY, SE 82 BRIMHALL/OLD FARM, NW 82 BRIMHALL/OLD FARM, SE 82 BRIMHALL/SPARLAND, NW 82 BRIMHALL/SPARLAND, SE 82 BRUNDAGE / A, NW 46 BRUNDAGE / CYPRESS, NW 46 BRUNDAGE / H, NW 46 BRUNDAGE / H, SE 46 BRUNDAGE / HUGHES, SE 46 BRUNDAGE / MYRTLE, SW 46 BRUNDAGE / OLEANDER, NW 46 BRUNDAGE / OLEANDER, SW 46 BRUNDAGE BET WIBLE & OLIVE 46 BRUNDAGE MID MYRTLE/ BEECH 46 BUCK OWENS / HIGHWAY PATROL (ACROSS) 45 BUCK OWENS / RIO MIRADA, SE 45 BUCK OWENS @ #2619 45 BUCK OWENS @ #2620 45 BUCK OWENS AT 4100 (HIGHWAY PATROL) 45 CALIF BET STOCKDALE & BUSINESS CNTR 21 47 CALIFORNIA / CHESTER LANE, NW 21 CALIFORNIA / CHESTER LANE, SE 21 CALIFORNIA / CHESTER, SE 21 CALIFORNIA / G, SE 21 CALIFORNIA / EYE, NW 21 CALIFORNIA / LENNOX, SW 47 CALIFORNIA / MOHAWK, NE 21 CALIFORNIA / MOHAWK, SW 21 CALIFORNIA / OAK, SE 21 83 CALIFORNIA / P, NW 21 CALIFORNIA / P, SE 21 CALIFORNIA BET ELM & OAK 21 83 CAMINO MEDIA / CSUB ENTRANCE, NW 22 CAMINO MEDIA / MARKETPLACE 22 CAMINO MEDIA / OLD RIVER, SE 22 CERNAN/WHITE LN., SW 44 CHESTER / 17TH, SE 22 43 45 83 CHESTER / 18TH, SW 43 45 CHESTER / 27TH, NE 22 CHESTER / 28TH, NW 22 CHESTER / 34TH, NE 22 CHESTER/36TH, NW 22 CHESTER / 3RD, SE 22 46 CHESTER / 4TH, SW 22 46 CHESTER / BELLE TERRACE, SE @ #813 22 CHESTER / BRUNDAGE, NE 22 46 CHESTER / BRUNDAGE, NW 22 46 CHESTER / CALIFORNIA, NE 22 83 CHESTER / CALIFORNIA, NW 83 CHESTER / CALIFORNIA, SW 22 CHESTER / TRUXTUN, SW 22 83 CHESTER / W COLUMBUS, SW 22 CHESTER / W. COLUMBUS, NE 22 61 CHINA GRADE/N. CHESTER, NW 22 45 CHINA GRD WB BETWEEN STOCKTON & MCCRAY 45 COFFEE / DOWNING, SW 61 COFFEE / ENTRANCE, SW 61 COFFEE / GRANITE FALLS, SW 61 COFFEE / HAGEMAN, SW 61 COFFEE / MEANY, SW 61 COFFEE/BRIMHALL, NE 61 COFFEE/BRIMHALL, SW 61 COFFEE/DOWNING, NE 61 COFFEE/ENTRANCE, NE 61 COFFEE/HAGEMAN, NE 61 COFFEE/OLIVE, SE 61 COFFEE/OLIVE, SW 61 COFFEE/WILLOW CREEK, SW 61 COLLEGE / CHEVY CHASE, NW 41 COLLEGE / CORRIENTES, NE 41 COLLEGE / COUNTRY CLUB, NW 41 COLLEGE / LOS ROBLES, NE 41 COLLEGE / MANLEY, NW 41 COLLEGE/BURTON, SW 41 COLLEGE/CYPRESS, SE 41 COLLEGE/MT. VERNON, SE 41 COLUMBUS / ALTA VISTA, NE 61 COLUMBUS / ALTA VISTA, SE 61 COLUMBUS / ALTURAS, NE 61 COLUMBUS / ALTURAS, SE 61 COLUMBUS / BUCKNELL, NE 43 COLUMBUS / HALEY, NW 43 COLUMBUS / LOMA LINDA, NW 61 COLUMBUS / LOMA LINDA, SW 61 COLUMBUS / MT VERNON, NW 43 COLUMBUS / N BAKER, NE 61 COLUMBUS / N. BAKER, SE 61 COLUMBUS / N. TULARE, SE 61 COLUMBUS / OCCIDENTAL, NE 43 COLUMBUS / POMONA, NE 43 COLUMBUS / RIVER , NW 61 COLUMBUS / RIVER, SE 43 COLUMBUS / SAGEBRUSH CENTER 43 COLUMBUS / UNION, NE 61 COLUMBUS / UNIVERSITY, SE 41 COLUMBUS N TULARE, NE 61 COMMERCIAL WAY SB ACROSS FROM COMMERCE 43 COMMERCIAL WY / COMMERCE, NE 47 COTTONWOOD / CANNON, SE 41 COTTONWOOD / CASA GRANDE, SE 41 COTTONWOOD / CASA GRANDE, SW 41 COTTONWOOD / MCNEW, SW 41 COTTONWOOD / WATTS, NE 41 COTTONWOOD / WATTS, SW 41 COTTONWOOD @ FRIENDSHIP HOUSE 41 COTTONWOOD/BRADSHAW, NE 41 COTTONWOOD/BRADSHAW, SW 41 COTTONWOOD/CASA LOMA, SW 41 COTTONWOOD/E. BELLE TERRACE, NE 41 COTTONWOOD/REESE, SE 41 COTTONWOOD/REESE, SW 41 COTTONWOOD/SMITH, SW 41 CSUB 21 22 61 82 DECATUR / AIRPORT, SE 45 DECATUR / SEQUOIA, SE 45 DECATUR/SEQUOIA, NE 45 DOWNTOWN TRANSIT CENTER 22 42 43 45 81 82 83 E BELLE TERRACE/ENTERPRISE, NW 41 E. CALIFORNIA / HALEY, NE 21 E. CALIFORNIA / INYO, NW (HUMAN SERVICES) 21 E. CALIFORNIA / KING, NE 21 E. CALIFORNIA / M L KING, SW 21 E. CALIFORNIA / S. KING @ PARK, SE 21 E. CALIFORNIA / UNION, SE 21 E. CALIFORNIA / WASHINGTON, NW 21 E. CALIFORNIA / WASHINGTON, SE 21 E. TRUXTUN EB WEST OF TULARE, SW 45 E. TRUXTUN/E. 18TH, NW 45 E. TRUXTUN/TULARE, NW 45 EAST 19TH / SONORA, NE 44 EAST 19TH / SONORA, SW 44 EAST 19TH / TULARE, NE 44 EAST 19TH / TULARE, SE 44 EAST 4TH / KING, SW 46 EAST 4TH / RODMAN, NW 46 EAST 4TH / UNION, NE 46 EAST 4TH / VILLA, NE 46 EAST 4TH BEF. RODMAN AT LOT 46 EAST HILLS MALL 41 EUCALYPTUS / ANSOL, NW 46 EUCALYPTUS / FAIRFAX, NE 46 EUCALYPTUS @ #6600 46 EUCALYPTUS/DENISON, NW 46 F / 24TH, NW 42 F / 26TH, NW 42 F / 28TH, SE 42 F / 28TH, SW 42 F / 30TH, SE 42 F / 30TH, SW 42 F @ DMV 42 F @ GOLDEN STATE MALL 42 F NB NORTH OF 24TH 42 FAIRFAX NORTH OF #600 46 FELIZ / SIMON, NE 41 FELIZ BET COTTONWOOD & SIMPSON 41 FELIZ BET SIMPSON & COTTONWOOD 41 FELIZ EB BET. FRANCO & SIMON 41 FELIZ/FRANCO, NW 41 FLOWER / BEALE, NE 44 FLOWER / BEALE, SE 44 FLOWER / GAGE, NW 44 FLOWER / GAGE, SE 44 FLOWER / HALEY, NW 44 FLOWER / HALEY, SW 44 FLOWER / KERN MEDICAL CENTER 44 FLOWER / MT VERNON, NW 44 FLOWER / PALM @ RED CURB 44 FLOWER / PALM, SE 44 FLOWER / WEST, SE 44 FLOWER BET BROWN & WILLIAMS 44 FLOWER BET WILLIAMS & BROWN 44 FOOTHILL / HWY 184, NW 45 46 FOOTHILL / PARK, NE 45 46 GOLDEN STATE / F, NW 42 GOLDEN STATE @ GET OFFICE 42 GOSFORD / DISTRICT, SW 61 GOSFORD / MCNAIR, NE 61 GOSFORD / MCNAIR, NW 61 GOSFORD @ WENDY'S 61 GOSFORD ACROSS FROM RADIO SHACK 61 GOSFORD BETWEEN PANDA EXPRESS & PETCO 61 GOSFORD/DENNYS NORTHBOUND 61 GOSFORD/KROLL WAY, NE 61 GOSFORD/KROLL WAY, SW 61 GOSFORD/MCNAIR, NE 44 GOSFORD/MING, NE 61 GOSFORD/MING, SW 61 GOSFORD/N. LAURELGLEN, NE 61 GOSFORD/N. LAURELGLEN, SW 61 GOSFORD/S. LAURELGLEN, NE 61 GOSFORD/S. LAURELGLEN, SW 61 GOSFORD/WHITE LN., NE 61 GRANITE FALLS EB BEHIND WAL-MART 61 HAGEMAN / BRITTANY, SE 84 HAGEMAN / CALLOWAY, SE 84 HAGEMAN / MOSS EASTBOUND 84 HAGEMAN BET SHAWN/VERDUGO 84 HAGEMAN/CALLOWAY, NW 84 HAGEMAN/DRAKES PASSAGE, NW 84 HAGEMAN/JEWETTA, NW 84 HAGEMAN/RANGE, SE 84 HAGEMAN/VERDUGO, NW 84 HAGGIN OAKS / LIBERTY PARK, SE 22 HAGGIN OAKS / MARKETPLACE 22 HALEY / COLUMBUS, NE 43 HALEY / RADCLIFFE, NE 41 43 44 61 HALEY / UNIVERSITY, SE 43 HALEY / WEST POINT, NE 43 HALEY ACROSS DARTMOUTH 43 HARRIS / GOSFORD, SE 61 HARRIS / RELIANCE, NW 61 HARRIS / RELIANCE, SE 61 HARRIS / SILVERGATE, NW 61 HARRIS / SPRING CREEK LOOP, NE 61 HARRIS / WHITE FOREST, SW 61 HARRIS / WILDERNESS, SE 61 HARRIS BETWEEN NOBLE ROW & GOSFORD 61 HARRIS EB ACROSS FROM SUNBEAM 61 HARRIS WEST OF SILVERGATE NEAR WALL OPENING 61 HARRIS/AKERS, SW 62 HARRIS/ASHE, NW 61 HARRIS/ASHE, SE 61 HARRIS/CALIFORNIA SPRING, SE 61 HARRIS/JULIE, SE 62 HARRIS/STINE, NW 61 HARRIS/STINE, SE 62 HARRIS/SUMMER SHADE, NW 61 HARRIS/SUNBEAM WAY, NW 61 HARRIS/WHITE FOREST, NW 61 HOSKING EB BET. FIGHTING IRISH & LEPRACHAUN 62 HOSKING EB BET. NORMANTON & ASPEN CREEK 62 HOSKING/AKERS, SE 62 HOSKING/AKWOOD, NW (ACROSS FROM GV HIGH) 62 HOSKING/AKWOOD, SE (GOLDEN VALLEY HS) 62 HOSKING/ASPEN CREEK, NW 62 HOSKING/GRANITE PEAK, NW 62 HOSKING/HUGHES, SW 62 HOSKING/SOUTH H, NW 62 HOSKING/SOUTH, H, SW 62 HOSKING/STINE, SE 62 HOSKING/TOBIAS CREEK, NW (WEST OF AKERS) 62 HOSKING/WIBLE, SE 62 HUGHES / BEA, NW 62 HUGHES / BELVEDERE, SW 62 HUGHES / HOLDEN, NW 41 44 62 83 HUGHES / MING, SW 41 44 62 83 HUGHES / PATTI, SW 62 HUGHES / PLANZ, SW 62 HUGHES / WESTHAVEN, SW 62 HUGHES / WILSON, SW 62 HUGHES NB BET. TEAL & SAN LORENZO 62 HUGHES NB BET. WOOLARD & WESTHAVEN 62 HUGHES NB SOUTH OF PLANZ @ CANAL 62 HUGHES/PATTI, SE 62 JEWETTA NB ACROSS FROM LHS @ PARK 82 JEWETTA/BRIMHALL, SW 82 JEWETTA/EAGLE ROCK, SW 82 JEWETTA/MILVERTON, NE 82 JEWETTA/MILVERTON, SW 82 JEWETTA/STOCKDALE, NE 82 JEWETTA/WINCANTON, NE 82 JEWETTA/WINCANTON, SW 82 MADISON / BROOK, E 41 MADISON / BROOK, SW 41 MADISON / WHITE LANE, NE 41 MADISON / WHITE LANE, NW 41 MADISON MID @ UTILITY POLE 41 MADISON MID ACROSS FROM POLE 41 CLAY PATRICK FARR / JENNA KATHRYN, SE 84 CLAY PATRICK FARR / WINLOCK, SE 84 CLAY PATRICK FARR SB NORTH OF TARGET ENTRANC 82 84 CLAY PATRICK FARR/ABBOTT, SE 84 CLAY PATRICK FARR/HAGEMAN, SW 84 CLAY PATRICK FARR/ICICLE CREEK, SW 84 CLAY PATRICK FARR/MEACHAM, NE 84 CLAY PATRICK FARR/MEACHAM, NW 84 MCCRAY / FRANCIS, SE 45 MCCRAY / NORRIS, NE 45 MCCRAY / RAY, SE 45 MCCRAY/CHINA GRADE, NE 22 45 MCCRAY/CHINA GRADE, SW 45 MCCRAY/NORRIS, NW 45 MCCRAY/RAY, NW 45 MCNAIR WESTBOUND BETWEEN RIDE & GOSFORD 44 MERRIMAC/MONITOR, SE 42 MING / ALLENS, NE 44 MING / ALLENS, SE 44 MING / ANITA @ #1931 22 42 44 MING / ANITA, NE 42 44 MING / ASHE, NW 22 MING / ASHE, SE 22 MING / CHESTER, NW 22 44 MING / GOSFORD, NW 22 MING / HASTI ACRES, SE 22 MING / NEW STINE, SE 22 MING / REAL, SW 22 MING / S CHESTER, NW 42 MING / S. CHESTER, SE 44 MING / SOUTH H, NW 42 44 MING / SOUTH H, SW 42 44 MING / SOUTH M, NW 44 MING / SOUTH M, SE 44 MING / SOUTH P, NW 44 MING / SOUTH P, SE 44 MING @ #5500 22 MING BETWEEN REAL/LYMRIC 22 MING EB WEST OF GOSFORD @ S.W. LIBRARY 22 MING/CASTRO, SE 41 42 44 62 83 MING/HUGHES, NW 22 42 44 MING/STINE, NW 22 MOHAWK / CALIFORNIA, NW 47 MOHAWK / GREENHAVEN, NW 47 MOHAWK / TOWER WAY, NE 47 MOHAWK / TRUXTUN, SE 47 MOHAWK / TRUXTUN, SW 47 MOHAWK WEST OF CALIFORNIA 47 MONITOR / ADELAIDE, NW 42 MONITOR / CALCUTTA, NW 42 MONITOR / CAPITOLA, NW 42 MONITOR / FAIRVIEW, SW 42 MONITOR / MERRIMAC, SW 42 MONITOR / PACHECO, NE 42 MONITOR / PACHECO, NW 42 MONITOR / PLANTATION, SW 42 MONITOR / WHITE LANE, SE 42 MONITOR / WHITE LANE, SW 42 MONITOR NB BETWEEN CALCUTTA & CAMILE 42 MONITOR NB NORTH OF FAIRVIEW 42 MONITOR/ADELAIDE, NE 42 MONITOR/BERKSHIRE, SE 62 MONITOR/BERKSHIRE, SW 62 MONITOR/BERRYESSA, NE 62 MONITOR/BERRYESSA, SW 62 MONITOR/IVY TRAE, SE 62 MONITOR/IVY TRAE, SW 62 MONTEREY / BEALE, SE 45 MONTEREY / GAGE, SE 45 MONTEREY / MILLER, SE 45 MORNING / ROSEWOOD, SW 45 MORNING NB BETWEEN POLARIS & NILES 45 MORNING/PIONEER, SW 45 MORNING/PIONEER, SW 46 MORNING/ROSEWOOD, NE 45 MT VERNON / BERNARD, SW 21 44 MT VERNON / COLLEGE, NE 44 MT VERNON / COLLEGE, SW 21 41 44 MT VERNON / COLUMBUS, NE 21 44 MT VERNON / COLUMBUS, SW 21 44 MT VERNON / DEL AMO, SE 21 44 MT VERNON / DEL AMO, SW 44 MT VERNON / E. BRUNDAGE, NE 41 MT VERNON / E. BRUNDAGE, NW 41 MT VERNON / E. CALIFORNIA, NE 21 41 MT VERNON / E. CALIFORNIA, SW 41 MT VERNON / FLOWER, NE 21 41 MT VERNON / HERITAGE, NE 44 MT VERNON / MONTEREY, NW 21 41 MT VERNON / NOBLE, NE 44 MT VERNON / NOBLE, SW 43 44 MT VERNON / PACIFIC, NE 41 MT VERNON / PACIFIC, SW 41 MT VERNON / POTOMAC SW 41 MT VERNON / QUINCY, NW 41 MT VERNON / RENEGADE, NE 44 MT VERNON / RENEGADE, SW 43 44 MT VERNON / RIDGE, SE 44 MT VERNON / RIDGE, SW 44 MT VERNON / TEXAS, SW 41 MT VERNON / UNVERSITY, NE 21 MT VERNON / VIRGINIA, NE 41 MT VERNON / VIRGINIA, NW 41 MT VERNON @ 2658 44 MT VERNON @ ALBERTSON'S 44 MT VERNON ACROSS #216 41 MT VERNON BET LAKE & MONTEREY 41 MT VERNON BET NILES & OREGON 21 41 MT VERNON BET POTOMAC & LUCKY 41 MT VERNON BET UNIV & DUKE 43 MT VERNON BET UNIV & DUKE 44 MT VERNON SB BETWEEN COLLEGE & FLOWER 21 MT VERNON/UNIVERSITY, NW 21 41 43 44 61 MT. VERNON/ GATEWAY, SW 41 N HALF MOON / ASHE, SW 83 N HALF MOON / PULLMAN, NE 83 N HALF MOON BETWEEN HOAD & INNISFREE EB 83 N. CHESTER / BEDFORD, NW 22 45 N. CHESTER / CHINA GRADE, NW 22 45 N. CHESTER / MCCORD, SW 61 N. CHESTER / ROBERTS LANE, NE 22 N. CHESTER / ROBERTS, SW 22 61 N. CHESTER / WILSON, NW 22 N. CHESTER BET. BEARDLSEY/MCCORD 61 N. CHESTER WILSON @ STANDARD SCH 22 NEW STINE / BELLE TERACE, NE 47 NEW STINE / BELLE TERRACE, SW 47 NEW STINE / DEMARET, SE 47 NEW STINE / DEMARET, SW 47 NEW STINE / NORDIC, SE 47 NEW STINE / STOCKDALE, SW 47 NEW STINE @ #110 46 47 NEW STINE @ 1601 47 NEW STINE ACROSS #601 47 NEW STINE NEAR #601 47 NEW STINE/MING, NE 47 NEW STINE/MING, SW 47 NEW STINE/SUNDALE, SW 47 NEW STINE/WILSON, NE 47 NEW STINE/WILSON, SW 47 NILES BET GLENWOOD & CRESTMONT 45 NILES / AVONDALE, NW 45 NILES / BARLOW, SW 45 NILES / BRENTWOOD, SW 45 NILES / CAMINO PRIMAVERA, NW 45 NILES / CATALPA, NW 45 NILES / EAST OF SHALIMAR 45 NILES / GAGE, NW 45 NILES / GREENWOOD, SE 45 NILES / HALEY, NE 45 NILES / ISABELL, NE 45 NILES / ISABELL, SE 45 NILES / MCCURDY, NW 45 NILES / MORNING, SW 45 NILES / MT VERNON, SE 45 NILES / ORANGE, SE 45 NILES / OSWELL, NW 45 NILES / OSWELL, SW 45 NILES / PARK, SE 45 NILES / PENTZ, SE 45 NILES / PESANTE, NW 45 NILES / ROBINSON, NE 45 NILES / SHALIMAR, SW 45 NILES / STERLING, SW 45 NILES / TATE, NW 45 NILES / TATE, SE 45 NILES / VISTA, SW 45 NILES / WEBSTER, SE 45 NILES @ # 2103 45 NILES BET FAIRFAX & LYNWOOD 45 NILES WB EAST OF FAIRFAX 45 NILES/ASH, NE 45 NILES/ORANGE, NW 45 NILES/PARK, NW 45 NILES/WB BETWEEN VIRGINIA & WILLIAMS 45 NORTHWEST PROMENADE AT SHELTER 61 OAK / CALIFORNIA, NE 42 OAK / CHESTER LANE, SE 42 OAK / CHESTER LANE, SW 42 OAK / PALM, NE 42 OAK / PARK, SE 42 OAK / PARK, SW 42 OAK/BRUNDAGE, NE 42 OAK/VERDE, SW 42 OFFICE PARK / TRUXTUN, SW 47 OFFICE PARK @ 5251 47 OFFICE PARK WB @ SOCIAL SECURITY 43 OFFICE PARKCOMMERCIAL WAY, SW 47 OILDALE / DECATUR, NE 45 OILDALE / EL TEJON, NE 45 OILDALE / WOODROW, NE 45 OILDALE SB BETWEEN EL TEJON & WILSON 45 OILDALE SB BETWEEN WASHINGTON & LINCOLN 45 OLD FARM SB BET. GRAND TETON & MOANA LOA 84 OLD FARM SB BET. REINA & CHILDRESS 84 OLD FARM/EL CAPITAN, SE 84 OLD FARM/HAGEMAN, NE 84 OLD FARM/KINGFISHER, NE 84 OLD FARM/NORIEGA, SW 84 OLD FARM/REINA, NE 84 OLD FARM/SUNDANCE CANYON, SW 84 OLD FARM/TRACKSIDE, NE 84 OLD RIVER @ STATE FARM PL, NE 22 OLD RIVER / MERCY S. W. HOSP., NE 22 OLD RIVER / MERCY WAY, NW 22 OLIVE / AIRPORT, NW 61 OLIVE / AIRPORT, SW 61 OLIVE / BETH, NE 61 OLIVE / KNUDSEN , SE 61 OLIVE / OAKHAVEN, NW 61 OLIVE / ROBERTS, NE 61 OLIVE / ROBERTS, SE 61 OLIVE / SANFORD, NE 61 OLIVE / STATE @ #1545 61 OLIVE / STATE, NE 61 OLIVE / VICTOR, NW 61 OLIVE BET MOHAWK & ASHWOOD 61 OLIVE EB BETWEEN SANDALWOOD & PRYOR 61 OLIVE EB BETWEEN URNER & PATTON 61 OLIVE EB NEAR GOODWILL 61 OLIVE WB ACROSS FROM RADIO SHACK 61 OLIVE WB BET KNUDSEN & VICTOR 61 OLIVE WB BET. LUCIANO & NAPOLI 84 OLIVE WB BETWEEN URNER & RASMUSSEN 61 OLIVE/FRUITVALE, SE 61 OLIVE/JORDAN, SE 61 OLIVE/OLD FARM, NW 84 OLIVE/RONALD WAY, NW 61 OLIVE/VICTOR, SE 61 OSWELL / BERNARD, SW 41 OSWELL / COLLEGE, NE 41 OSWELL/COLLEGE NW 41 OSWELL / E. HILLS VILLAGE, NE 41 OSWELL / HWY 178 SB 41 OSWELL / JADE, SE 41 OSWELL / JADE, SW 41 OSWELL / KENT, NE 41 OSWELL / KENT, NW 41 OSWELL / PICO, NE 41 OSWELL ACROSS FROM # 508 46 OSWELL FRONT RD NE / ACCESS, NE 46 OSWELL FRONT RD NE S. OF PIONEER 46 OSWELL FRONTAGE ROAD NW 46 OSWELL SOUTH OF POTOMAC 46 PALMER SB BETWEEN MARSHA & DEMARET 46 PANAMA / AKERS, NE 41 47 61 PANAMA / BETTY, NE 41 PANAMA / CASTLEFORD, NE 41 47 61 PANAMA / FINCH, NE 41 PANAMA / FINCH, NE 42 62 PANAMA / FINCH, SW 41 42 62 PANAMA / HAMMOND, SW 41 42 62 PANAMA / MONITOR, NW 41 42 62 PANAMA / S. UNION, NW 41 PANAMA / SPRINGBROOK , NE 41 42 62 PANAMA / SUMMERFIELD, NE 47 61 62 PANAMA / TIBURON, SW 41 PANAMA BETWEEN MONITOR & LOWRY 41 PANAMA LN EB BET. COLONY/PEBBLE POINT 41 42 62 PANAMA LN WB BETWEEN FORTUNE & WIBLE 41 47 61 PANAMA LN WB/PHYLLIS, NE 41 47 61 PANAMA LN. EB ACROSS FROM FORTUNE 41 47 61 PANAMA LN. EB BETWEEN STINE & SUMMERFIELD 47 61 PANAMA LN./AKERS, SE 41 47 61 PANAMA LN./CASTLEFORD, SW 41 47 61 PANAMA LN/PEBBLE POINT, NW 41 42 62 PANAMA LN/SOUTH H, NW 41 42 62 PANAMA/MONITOR, SW 62 PANAMA/NADEAU, SE 41 PANORAMA / FAIRFAX, SW 41 PANORAMA / RANCHO SIERRA, SW 41 PANORAMA @ #911 - 943 61 PANORAMA/FAIRFAX, NW 41 PIONEER & PIONEER SCHOOL 46 PIONEER / BRENTWOOD, SW 46 PIONEER / DOROTHY END OF SIDEWALK 46 PIONEER / DOROTHY, SW 46 PIONEER / FAIRFAX, SE 46 PIONEER / HILL EB 46 PIONEER / HILL, NW 46 PIONEER / OSWELL, SE 46 PIONEER / PARK, SW 46 PIONEER / PESANTE, NE 46 PIONEER / PESANTE, SW 46 PIONEER / SHALIMAR ACROSS SCHOOL 46 PIONEER / STERLING, NE 46 PIONEER / TANGERINE, SW 46 PIONEER / TATE, SE 46 PIONEER / VALENCIA, SE 46 PLANZ / COTTONWOOD, NW 41 PLANZ / COTTONWOOD, SW 41 PLANZ / ELDA, NW 41 PLANZ / ELDA, SE 41 PLANZ / HORNE, NW 41 PLANZ / HORNE, SW 41 Q / 32ND, NW 43 Q / 34TH, SE 43 Q / 34TH, SW 43 Q/30TH, NE 43 Q/23RD, SE 43 Q/23RD, SW 43 Q/30TH, NW 43 RAIDER / CHATEAU, SW 42 RAIDER / PLANZ, SW 42 RAIDER/PLANZ, SE 42 REINA/ABE, SE 84 REINA/COYOTE CANYON, SE 84 RIVER / ACACIA, NW 61 RIVER / ACACIA, SE 61 RIVER / COLUMBUS, SW 43 RIVER / KNOTTS, NW 43 RIVER / PANORAMA, SE 61 RIVER / PANORAMA, SW 61 RIVER / SKYLINE, NW 61 RIVER / SKYLINE, SE (NORTH OF COLUMBUS) 61 RIVER / UNIVERSITY , NW 61 RIVER / UNIVERSITY, SE 61 RIVER / WATER, NE 43 RIVER / WATER, NW 43 RIVER BET KNOTTS/GOODMN 43 RIVER MID OF JEFFERY / HEIGHT 43 ROBERTS / BELMONT, SE 61 ROBERTS / MACARTHUR, SE 61 ROBERTS / N. CHESTER, NW 61 ROBERTS / OILDALE, NW 61 ROBERTS / OILDALE, SE 61 ROBERTS / PLYMOUTH, NW 61 ROBERTS / PLYMOUTH, SE 61 ROBERTS / SEQUOIA, NW 61 ROBERTS / SEQUOIA, SW 61 ROBERTS/AIRPORT, NE 61 ROSEDALE @ COUNTRY PLAZA II 82 ROSEDALE / ALLEN, SE 82 ROSEDALE / CALLOWAY, NW 82 ROSEDALE / CAMINO DEL RIO, SW 82 84 ROSEDALE / DELBERT, SW 82 ROSEDALE / GRNARCS MOBILE PARK 82 ROSEDALE / JEWETTA, SW 82 ROSEDALE / LA CRESENTA, NW 82 ROSEDALE / LA CRESENTA, SW 82 ROSEDALE / NORTHWEST PROMENADE WB 82 ROSEDALE / OLD FARM, SW 82 ROSEDALE / PATTON, NE 82 84 ROSEDALE / VERDUGO, NW 82 ROSEDALE / WHEELER, SW 82 ROSEDALE @ COSTCO 82 84 ROSEDALE @ VISTA WEST HIGH SCHOOL 82 84 ROSEDALE EB AT CELEBRATION CHURCH (#10011) 82 ROSEDALE W. OF COFFEE WESTBOUND 61 ROSEDALE/OLD FARM, NW 82 S HALF MOON / ASHE, NW 83 S HALF MOON / GUNNISON, NE 83 S HALF MOON / OLYMPIA, NE 83 S UNION / MING, NW 44 S UNION @ GOLDEN WEST CASINO 44 S. CHESTER / BELLE TERRACE, NE @ #712 22 S. CHESTER / DORIAN, SW 42 S. CHESTER / EL SERENO, NE 22 S. CHESTER / MING, SW 42 S. CHESTER / PLANZ, NW 42 S. CHESTER / SANDRA, SW 42 S. CHESTER / SOUTH M, NE 42 S. CHESTER / SOUTH M, NW 42 S. CHESTER / SOUTHGATE, NE 42 S. CHESTER / SOUTHGATE, NW 42 S. CHESTER / SYLVIA, SW 42 S. CHESTER / WILSON, NW 42 S. CHESTER NB BETWEEN SYLVIA & GENEVA 42 S. CHESTER NB SOUTH OF MING 42 S. CHESTER/PLANZ, NE 42 S. UNION / BARTON, SE 62 S. UNION / HOSKING, SW 62 S. UNION / HUDSON, SE 62 S. UNION / MCKEE , SE 62 S. UNION @ MARKET 62 S. UNION @ TRAILER PARK 62 S. UNION NB BETWEEN PACHECO & WHITE LN. 41 S. UNION NB SOUTH OF PACHECO, SE 41 S. UNION SB BETWEEN WHITE LN & PACHECO 41 S. UNION/MCKEE, NW @ CHURCH LOT 62 S. UNION/PACHECO, SW 41 S. UNION/PRICE, SE 41 S. UNION/PRICE, SW 41 S. UNION/TAFT, NW 62 SILLECT / ARROW NW 45 SILLECT / EAST OF CRYSTAL PALACE 45 SILLECT @ HEART HOSPITAL 45 SILLECT ACROSS #3223 45 SILLECT NB NEAR 3600 45 SILLECT SB ACROSS FROM 3600 45 SILLECT SOUTH OF #3201 SOUTH OF GILMORE 45 SILLECT/ARROW, NE 45 SILLECT/ARROW, SE 45 SILLECT/GILMORE @ KERN REGIONAL CNTR 45 SO. H / CALCUTTA, SW 62 SO. H / FAIRVIEW, NE 62 SO. H / FAIRVIEW, NW 62 SO. H / FAITH, SW 62 SO. H / HALSEY, NE 62 SO. H / HALSEY, SW 62 SO. H / MAURICE, NE 62 SO. H / MAURICE, NW 62 SO. H / PACHECO, SW 62 SO. H / WHITE LANE, SW 62 SOUTH H / CALCUTTA, SE 62 SOUTH H / FAITH, NE 62 SOUTH H / MCKEE, SW 62 SOUTH H / PACHECO, NE 62 SOUTH H/MCKEE, NE 62 SOUTHWEST TRANSIT CENTER 22 41 42 44 62 83 STINE / BAYBROOK, NE 47 61 62 STINE / COUNTRY PLACE, SE 47 STINE / DISTRICT, SE 47 STINE / HARRIS, NE 47 STINE / PINECASTLE, SE 47 61 62 STINE / VONS SIGN, SE 47 STINE / WHITE LANE, NE 47 STINE @ #5400 47 STINE NB BETWEEN HOSKING & BASQUE 62 STINE NB SOUTH OF WHITE LANE 47 STINE SOUTH OF JACK IN THE BOX SB 62 STINE/CLEAR CRYSTAL, SW 62 STINE/DISTRICT, SW 47 STINE/HARRIS, SW 47 61 STINE/MAYBROOK, SE 47 61 62 STINE/PLANZ, NE 47 STINE/PLANZ, SW 47 STINE/POPPYSEED, NE 62 STINE/SEASONS, SW 47 61 STINE/WHITE LN, SW 47 STINE/WOODMERE, SW 47 STOCKDALE / ASHE, NW 21 STOCKDALE / ASHE, SE 21 STOCKDALE / CALIFORNIA, NW 21 STOCKDALE / DON HART EAST, NW 61 82 STOCKDALE / OLD RIVER, SE 82 STOCKDALE / REAL, SE 46 STOCKDALE / RIVER WALK, NW 82 STOCKDALE / TOWN & COUNTRY, NW 21 61 STOCKDALE / TOWN & COUNTRY, SW 21 61 STOCKDALE / WETHERLY, NW 46 STOCKDALE EB BET. MONTCLAIR & MCDONALD 46 STOCKDALE HWY @ # 9300 22 STOCKDALE HWY @ # 9300 82 STOCKDALE/BUENA VISTA, NW 82 STOCKDALE/BUENA VISTA, SE 82 STOCKDALE/CALLOWAY, NW 82 STOCKDALE/JEWETTA, SE 82 STOCKDALE/MONTCLAIR, NE 46 STOCKDALE/STINE, NW 46 STOCKDALE/STINE, SE EAST OF CANAL 46 TAFT / BACE, SW 62 TAFT / LA JOLLA, SW 62 TAFT / RAMOS, SW 62 TAFT / SOUTH H, SE 62 TAFT WB BETWEEN RAMOS & CHEVALIER 62 TAFT/SOUTH H, NE 62 TRUXTUN / B, NW 43 TRUXTUN / CHESTER, SE 45 TRUXTUN / D, NE 43 TRUXTUN / F, SW 43 TRUXTUN / H, NW 43 TRUXTUN / H, SW 43 TRUXTUN / L, NW 45 TRUXTUN / L, SW 45 TRUXTUN / MYRTLE BET 2807 & 2801 43 TRUXTUN / OLIVE,SW 43 TRUXTUN / PINE, NE 43 TRUXTUN / PINE, SE 43 TRUXTUN @ CONVENTION CENTER 45 TRUXTUN @ COUNTY ADMIN CENTER 45 TRUXTUN @ MERCY HOSPITAL SHELTER 43 TRUXTUN BET MYRTLE &ELM 43 TRUXTUN EB BETWEEN Q & S 45 TRUXTUN PLAZA WEST AFTER TURN AROUND 47 TRUXTUN/O, NW 45 TRUXTUN/Q, NW 45 TRUXTUN/S, NW 45 UNION / 11TH, NE 44 UNION / 17TH, SE 44 UNION / 18TH, SW 44 UNION / 2ND, NW 44 UNION / 4TH, NE 44 UNION / 4TH, SW 44 UNION / 6TH SOUTHBOUND 44 UNION / 6TH, NE 44 UNION / 8TH, NE 44 UNION / 8TH, NW 44 UNION / ADAMS, NE 44 UNION / AMADOR, NW 44 UNION / CALIFORNIA, NE 44 UNION / CALIFORNIA, SW 44 UNION / CASA LOMA, NE 44 UNION / E. BRUNDAGE, NE 44 UNION / TAFT, NE 62 UNION NB BET. TEXAS & E. 3RD 44 UNION SB NORTH OF BRUNDAGE, NW 44 UNION/TERRACE WAY, SE 44 UNION/TERRACE WAY, SW 44 UNIVERSE/STOCKTON, SW 22 45 UNIVERSITY / OCCIDENTAL, NW 41 44 61 UNIVERSITY / CAMDEN, SE 41 UNIVERSITY / COLUMBUS, NW 41 UNIVERSITY / COLUMBUS, SW 41 UNIVERSITY / DANA, NW 41 UNIVERSITY / DANA, SE 41 UNIVERSITY / ETON, NW 41 UNIVERSITY / ETON, SE 41 UNIVERSITY / HALEY, NE 41 44 61 UNIVERSITY / MT VERNON, NW 21 41 44 61 UNIVERSITY / PANORAMA, SE 41 UNIVERSITY / POMONA, NW 41 44 61 UNIVERSITY / RALLY, NE 41 UNIVERSITY / RALLY, SE 41 UNIVERSITY / REDLANDS, NE 41 UNIVERSITY / REDLANDS, SE 41 UNIVERSITY / WENATCHEE, NW 41 UNIVERSITY / WENATCHEE, SW 41 UNIVERSITY WB ACROSS FROM UNIVERSITY PARK 41 UNIVERSITY/PANORAMA, NW 41 VILLAGE LN / STOCKDALE, SW 46 VIRGINA / WASHINGTON, NW 46 VIRGINIA ACROSS FROM WALMAR 46 VIRGINIA / BATES, SW 46 VIRGINIA / DORRANCE, NW 46 VIRGINIA / HAYES, SE 46 VIRGINIA / HAZEL MID @ POLE 46 VIRGINIA / HAZEL, NW 46 VIRGINIA / KING, NE 46 VIRGINIA / LAYNE, NW 46 VIRGINIA / M L KING, NE 46 VIRGINIA / M L KING, SW 46 VIRGINIA / MT VERNON, NW 46 VIRGINIA / MT VERNON, SE 46 VIRGINIA / OSWELL, NW 46 VIRGINIA / OSWELL, SW 46 VIRGINIA / QUANTICO, NW 46 VIRGINIA / QUANTICO, SW 46 VIRGINIA / RICHARDS, SE 46 VIRGINIA / S BROWN, NE 46 VIRGINIA / S. OWENS, NE 46 VIRGINIA / S. ROBINSON, NE 46 VIRGINIA / SOUTH BROWN, SW 46 VIRGINIA / SOUTH OWENS, SE 46 VIRGINIA / TANNER, NW 46 VIRGINIA / VIRGINIA AVE PARK 46 VIRGINIA / WASHINGTON, SE 46 VIRGINIA / WILMA, NW 46 W. CLMBS BTWN SAN DIMAS, NE 61 W. COLUMBUS / CHESTER, SE 61 W. COLUMBUS / ISLA VERDE, SE 61 W. COLUMBUS / JEWETT, NE 61 W. COLUMBUS / JEWETT, SE 61 W. COLUMBUS / Q, NW 61 W. COLUMBUS / Q, SE 61 W. COLUMBUS / SAN DIMAS, SE 61 W. COLUMBUS / UNION, SW 61 W. COLUMBUS EAST OF BETHEL ACAD 61 WAL-MART NORTHWEST PROMENADE 61 82 84 WAL-MART PANAMA LN 41 42 47 61 62 WESTWIND AT KBAK-TV 42 WESTWIND/19TH, NE 42 WHITE LANE @#117 41 WHITE LANE / ASHE, SE 44 WHITE LANE / ASHE, SE 83 WHITE LANE / LILY, NW 44 WHITE LANE / LILY, SW 44 WHITE LANE / SOUTH H, NW 62 WHITE LANE / TUBAC, NW 44 WHITE LANE / TUBAC, SW 44 WHITE LANE / UNION @ #15 41 WHITE LANE @ #6500 44 WHITE LANE @ GROCERY STORE 62 WHITE LANE BET LOUISVILLE & SHELBY 44 WHITE LANE BET SHELBY & LOUISVILLE 44 WHITE LANE EB @ CHRIST CATHEDRAL 62 WHITE LANE NEAR #132 41 WHITE LANE WB WEST OF MEI YEN 44 83 WHITE LANE/HUGHES ACROSS LQR KING 62 WHITE LN / GOSFORD ACRS BURGER KING 44 WHITE LN. EAST OF STINE @ CANAL 44 WHITE LN. EB BETWEEN REAL & ESTATE 44 WHITE LN. WB EAST OF REAL, NE 44 WHITE LN./AKERS, NW 44 WHITE LN./AKERS, SE 44 WHITE LN./GRISSOM, NW 44 WHITE LN./GRISSOM, SE 44 WHITE LN./STINE, SE 44 WHITE LN./WIBLE, NW 44 WHITE LN./WILSON, NW 44 83 WHITE LN./WILSON, SE 44 WHITE LN/ S. UNION, NE 41 WHITE LN/HUGHES. SE 62 WIBLE / BELLE TERRACE, NE 42 WIBLE / BELLE TERRACE, SW 42 WIBLE / GRASSOTTI CT, SW 44 WIBLE / KENNEDY, SW 44 WIBLE / WILSON, NE 41 44 62 83 WIBLE / WILSON, SW 44 WIBLE / WOOD LANE, SE 42 WIBLE @ OLD TARGET 42 WIBLE @ SOUTHWEST LANES 44 WIBLE ACROSS FROM KENNEDY 44 WIBLE JUST NORTH OF S.WEST CNTR 81 83 WIBLE NB @ #3480 44 WIBLE NORTH OF PLANZ 44 WIBLE SB @ PARKWOOD APTS. 44 WIBLE/ALUM, SE 44 WILSON / ACTIS, SE 83 WILSON / AKERS, NW 83 WILSON / AKERS, SE 41 83 WILSON / BLADEN, NE 83 WILSON / CASTRO, NW 41 44 62 83 WILSON / COURTLEIGH 83 WILSON / EDGEMONT, SE 83 WILSON / HUGHES, NW 41 44 62 83 WILSON / NEW STINE, NE 83 WILSON / NEW STINE, SE 83 WILSON / NUTMEG, NW 83 WILSON / PLANZ, SW 83 WILSON / REAL, NE 41 83 WILSON / REAL, SE 41 83 WILSON / SAGE, NW 83 WILSON / SAGE, SE 83 WILSON / STINE SCHOOL, NW 83 WILSON / STINE, NE 83 WILSON / STINE, SE 83 WILSON / WESTHOLME, NE 83 WILSON / WESTHOLME, SE 83 WILSON / WHITE LANE BET #6812 & 6808 83 WILSON BET PLANZ & BRIARWOOD 83 WILSON BETWEEN WESTMINSTER & BLADEN 83 WILSON SB BETWEEN EDGEMONT & BRIARWOOD 83 TOTAL STOPS 1012

84