golden empire transit · pdf filegolden empire transit district ... 6.17 insurance ......

329
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]

Upload: vudiep

Post on 10-Mar-2018

219 views

Category:

Documents


3 download

TRANSCRIPT

GET RFP G035

Page 1 / 256 Pages

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]

GET RFP G035

Page 2 / 256 Pages

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

GET RFP G035

Page 3 / 256 Pages

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

GET RFP G035

Page 4 / 256 Pages

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

GET RFP G035

Page 5 / 256 Pages

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

GET RFP G035

Page 6 / 256 Pages

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

GET RFP G035

Page 7 / 256 Pages

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

GET RFP G035

Page 8 / 256 Pages

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

GET RFP G035

Page 9 / 256 Pages

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:

GET RFP G035

Page 10 / 256 Pages

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.

GET RFP G035

Page 11 / 256 Pages

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.

GET RFP G035

Page 12 / 256 Pages

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.

GET RFP G035

Page 13 / 256 Pages

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.

GET RFP G035

Page 14 / 256 Pages

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)

GET RFP G035

Page 15 / 256 Pages

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.

GET RFP G035

Page 16 / 256 Pages

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, California 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.

GET RFP G035

Page 17 / 256 Pages

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.

GET RFP G035

Page 18 / 256 Pages

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.

GET RFP G035

Page 19 / 256 Pages

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

GET RFP G035

Page 20 / 256 Pages

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:

GET RFP G035

Page 21 / 256 Pages

Evaluation Criteria (a) Weight

(b) Score

(a) x (b) Weighted

Score

QUALIFICATIONS AND EXPERIENCE OF PROJECT TEAM 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.

10

SYSTEM FUNCTIONALITY / TECHNICAL SOLUTION 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.

30

PROPOSED METHODOLOGY / APPROACH TO WORK

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.

15

TRAINING AND SUPPORT

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.

10

ORAL PRESENTATION

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.

5

QUALITY OF WRITTEN PROPOSAL

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.

5

COST / COST EFFECTIVENESS 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. *

25

TOTAL: 100

GET RFP G035

Page 22 / 256 Pages

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

GET RFP G035

Page 23 / 256 Pages

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.

GET RFP G035

Page 24 / 256 Pages

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

GET RFP G035

Page 25 / 256 Pages

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

GET RFP G035

Page 26 / 256 Pages

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.

GET RFP G035

Page 27 / 256 Pages

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

GET RFP G035

Page 28 / 256 Pages

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

GET RFP G035

Page 29 / 256 Pages

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

GET RFP G035

Page 30 / 256 Pages

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.

GET RFP G035

Page 31 / 256 Pages

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

GET RFP G035

Page 32 / 256 Pages

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.

GET RFP G035

Page 33 / 256 Pages

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.

GET RFP G035

Page 34 / 256 Pages

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.

GET RFP G035

Page 35 / 256 Pages

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.

GET RFP G035

Page 36 / 256 Pages

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.

GET RFP G035

Page 37 / 256 Pages

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

GET RFP G035

Page 38 / 256 Pages

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

GET RFP G035

Page 39 / 256 Pages

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.

GET RFP G035

Page 40 / 256 Pages

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

GET RFP G035

Page 41 / 256 Pages

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.

GET RFP G035

Page 42 / 256 Pages

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

GET RFP G035

Page 43 / 256 Pages

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.

GET RFP G035

Page 44 / 256 Pages

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

GET RFP G035

Page 45 / 256 Pages

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

GET RFP G035

Page 46 / 256 Pages

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

GET RFP G035

Page 47 / 256 Pages

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

GET RFP G035

Page 48 / 256 Pages

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.

GET RFP G035

Page 49 / 256 Pages

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

general population.

By providing quality service information

(planned or real-time) to customers.

Maximize passenger movements.

By optimizing scheduling for vehicles and

staff, The District can improve transit

efficiency and passenger transfers.

Reduce operational costs.

By automating the fixed-route scheduling

process, better scheduling should be

possible using the same, or fewer

resources.

Paratransit Capabilities to Meet the District Goals

District Goal Technology Capability

Make public transit more attractive to the

general population.

By enhancing communication with

customers about vehicle location and

arrival times.

GET RFP G035

Page 50 / 256 Pages

By improving customer service through

faster and more efficient trip scheduling,

and documenting and responding to

passenger special needs.

Maximize passenger movements.

By improving trip management through

geographically-based trip scheduling and

manifest optimization.

By minimizing missed and excessively late

trips through better scheduling.

Reduce operational costs.

By increasing the productivity of each

vehicle.

By increasing reservation productivity

through faster, automated scheduling.

Reduce emission / energy costs.

By optimizing the number of trips per

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.

GET RFP G035

Page 51 / 256 Pages

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.

GET RFP G035

Page 52 / 256 Pages

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

Make Make Model

Year Model

Door

Openings

F R

Total

GET Fixed Route

Orion 1999 V 34.5" 25.0" 7

Orion 2002 VII 34.5" 33.5" 17

Orion 2006 VII 34.5" 33.5" 1

New Flyer 2005 C40LF 34.5" 27.5" 24

New Flyer 2010 C40LF 32.0" 27.5" 34

Total 83

GET-A-Lift

El Dorado 2007 Aerotech 5

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

Bakersfield College

GET RFP G035

Page 53 / 256 Pages

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:

GET RFP G035

Page 54 / 256 Pages

AVL Capabilities to Meet the District Goals

District Objective Technology Capability

Make public transit more attractive to the

general population.

By providing real-time, accurate updates

on vehicle location through customer

service and real-time passenger

information signs.

Maximize passenger movements.

By better tracking vehicles and identifying

vehicles that are off route or schedule.

By enabling transfer requests among fixed-

route vehicles.

By providing more complete and accurate

data for planning and scheduling purposes.

Reduce operational costs.

By improving the efficiency of passenger

transfers.

By automating the collection of operational

data.

Reduce emission / energy costs.

By collecting better schedule and route

adherence data, and better tracking

paratransit vehicles to improve more

efficient scheduling and trip planning.

Improve transit system safety.

By automatically locating and reporting

vehicle locations to the dispatch center.

Through the emergency alarm function of

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

GET RFP G035

Page 55 / 256 Pages

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.

GET RFP G035

Page 56 / 256 Pages

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 +115

o 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

GET RFP G035

Page 57 / 256 Pages

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.

GET RFP G035

Page 58 / 256 Pages

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

GET RFP G035

Page 59 / 256 Pages

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.

GET RFP G035

Page 60 / 256 Pages

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.,

GET RFP G035

Page 61 / 256 Pages

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 +120

o 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

GET RFP G035

Page 62 / 256 Pages

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.

GET RFP G035

Page 63 / 256 Pages

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

general population.

By providing service. more reliable, up to

schedule.

Maximize passenger movements.

By generating more accurate schedule

adherence information for planning.

By improving the accuracy of schedule

GET RFP G035

Page 64 / 256 Pages

information and trip planning.

Reduce operational costs.

By helping dispatchers and vehicle

operators make effective adjustments.

By reducing spare vehicles needed.

Improve transit system safety.

By improving operational effectiveness and

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

GET RFP G035

Page 65 / 256 Pages

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.

GET RFP G035

Page 66 / 256 Pages

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

GET RFP G035

Page 67 / 256 Pages

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.

GET RFP G035

Page 68 / 256 Pages

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.

GET RFP G035

Page 69 / 256 Pages

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:

GET RFP G035

Page 70 / 256 Pages

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

GET RFP G035

Page 71 / 256 Pages

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

GET RFP G035

Page 72 / 256 Pages

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)

GET RFP G035

Page 73 / 256 Pages

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

Make public transit more attractive to the

general population.

By helping the District achieve compliance

with the ADA, the ASA assists riders, who

are blind, cognitively impaired, or hearing

impaired, as well as commuters and

tourists reach their destinations.

Maximize passenger movements.

By helping riders with disabilities to use

accessible fixed-route bus systems instead

of relying on paratransit service.

Increase awareness of ITS benefits

By providing clear announcements, ASA

provides passengers with more information

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

GET RFP G035

Page 74 / 256 Pages

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

GET RFP G035

Page 75 / 256 Pages

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

GET RFP G035

Page 76 / 256 Pages

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-

GET RFP G035

Page 77 / 256 Pages

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

Make public transit more attractive to the

general population.

Providing accurate real-time passenger

information to passengers increases their

confidence in the service and the reliability

can make it a more attractive alternative.

Maximize passenger movements.

Providing accurate real-time passenger

information to passengers increases their

confidence in the service and the reliability

can make it a more attractive alternative.

Increase awareness of ITS benefits

Providing real-time passenger information

informs passengers that the District is

tracking and monitoring bus performance.

GET RFP G035

Page 78 / 256 Pages

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.

GET RFP G035

Page 79 / 256 Pages

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.

GET RFP G035

Page 80 / 256 Pages

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 120

o

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.

GET RFP G035

Page 81 / 256 Pages

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

GET RFP G035

Page 82 / 256 Pages

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

GET RFP G035

Page 83 / 256 Pages

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

GET RFP G035

Page 84 / 256 Pages

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

GET RFP G035

Page 85 / 256 Pages

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.

GET RFP G035

Page 86 / 256 Pages

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

GET RFP G035

Page 87 / 256 Pages

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.

GET RFP G035

Page 88 / 256 Pages

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.

GET RFP G035

Page 89 / 256 Pages

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.

GET RFP G035

Page 90 / 256 Pages

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

Make public transit more attractive to the

general population.

By improving facility planning through the

use of more comprehensive passenger

counts at stops.

Maximize passenger movements.

By optimizing service through the use of

comprehensive and accurate passenger

counts, RTC can better understand

ridership.

By adapting routes to observed passenger

demand.

Reduce operational costs. By reducing resources needed to

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

GET RFP G035

Page 91 / 256 Pages

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.

GET RFP G035

Page 92 / 256 Pages

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

GET RFP G035

Page 93 / 256 Pages

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.

GET RFP G035

Page 94 / 256 Pages

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

GET RFP G035

Page 95 / 256 Pages

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.

GET RFP G035

Page 96 / 256 Pages

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.

GET RFP G035

Page 97 / 256 Pages

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

Maximize passenger movements. By optimizing service through

comprehensive and accurate data.

Reduce operational costs. By reducing the time needed to perform

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

GET RFP G035

Page 98 / 256 Pages

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.

GET RFP G035

Page 99 / 256 Pages

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.

GET RFP G035

Page 100 / 256 Pages

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

GET RFP G035

Page 101 / 256 Pages

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

GET RFP G035

Page 102 / 256 Pages

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.

GET RFP G035

Page 103 / 256 Pages

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.

GET RFP G035

Page 104 / 256 Pages

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

GET RFP G035

Page 105 / 256 Pages

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.

GET RFP G035

Page 106 / 256 Pages

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:

GET RFP G035

Page 107 / 256 Pages

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

GET RFP G035

Page 108 / 256 Pages

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

GET RFP G035

Page 109 / 256 Pages

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.

GET RFP G035

Page 110 / 256 Pages

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).

GET RFP G035

Page 111 / 256 Pages

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.

GET RFP G035

Page 112 / 256 Pages

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

GET RFP G035

Page 113 / 256 Pages

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.

GET RFP G035

Page 114 / 256 Pages

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.

GET RFP G035

Page 115 / 256 Pages

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

GET RFP G035

Page 116 / 256 Pages

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.

GET RFP G035

Page 117 / 256 Pages

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

GET RFP G035

Page 118 / 256 Pages

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

GET RFP G035

Page 119 / 256 Pages

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

GET RFP G035

Page 120 / 256 Pages

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

GET RFP G035

Page 121 / 256 Pages

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.

GET RFP G035

Page 122 / 256 Pages

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".

GET RFP G035

Page 123 / 256 Pages

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.

GET RFP G035

Page 124 / 256 Pages

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:

Availability = 100%

Total number of hours of downtime in time period

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.

GET RFP G035

Page 125 / 256 Pages

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.

GET RFP G035

Page 126 / 256 Pages

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

GET RFP G035

Page 127 / 256 Pages

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

GET RFP G035

Page 128 / 256 Pages

The Proposer shall complete installation and acceptance testing and fully invoice the District for

its services by the end of 2012.

GET RFP G035

Page 129 / 256 Pages

APPENDIX .

GET RFP G035

Page 130 / 256 Pages

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

GET RFP G035

Page 131 / 256 Pages

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.

GET RFP G035

Page 132 / 256 Pages

Attachment B - Table of Compliance

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 133 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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 +115

o 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

GET RFP G035

Page 134 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 135 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 136 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 137 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 138 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 139 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 140 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 141 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 142 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

eight programmable function keys or touch screen

programmable buttons.

Jeff

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

GET RFP G035

Page 143 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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 +120

o 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.

GET RFP G035

Page 144 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 145 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 146 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 147 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 148 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 149 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 150 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 151 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 152 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 153 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 154 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 155 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 156 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 157 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 158 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 159 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 160 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 161 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 162 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 163 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 164 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 165 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 166 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 167 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 168 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 169 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 170 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 171 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 172 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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 120

o 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

GET RFP G035

Page 173 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 174 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 175 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 176 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 177 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 178 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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:

GET RFP G035

Page 179 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 180 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 181 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 182 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 183 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 184 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 185 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 186 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 187 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 188 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 189 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 190 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 191 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 192 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 193 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 194 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 195 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 196 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 197 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 198 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 199 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 200 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 201 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 202 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 203 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 204 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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.

GET RFP G035

Page 205 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 206 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 207 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 208 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 209 / 256 Pages

Request for Proposals Your Proposal

If your proposal does not fully comply, where in your proposal is this explained?

Requirement (see corresponding RFP section for full requirement description)

Mark “F” for 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

GET RFP G035

Page 210 / 256 Pages

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.

GET RFP G035

Page 211 / 256 Pages

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 Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

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

GET RFP G035

Page 212 / 256 Pages

(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

GET RFP G035

Page 213 / 256 Pages

B. System Initiation Requirements

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost (Recurring Cost?

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

GET RFP G035

Page 214 / 256 Pages

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

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

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

GET RFP G035

Page 215 / 256 Pages

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

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

(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

GET RFP G035

Page 216 / 256 Pages

E. Support Vehicles

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

(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

GET RFP G035

Page 217 / 256 Pages

F. Passenger Information System

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

(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

GET RFP G035

Page 218 / 256 Pages

G. Optional Technologies

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

(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

GET RFP G035

Page 219 / 256 Pages

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

RFP Section

Component Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Cost?

(Indicate Yes or No)

Spare Components Subtotal

GET RFP G035

Page 220 / 256 Pages

I. Additional Items

RFP Section

Unit Cost # of Units Installation Cost for All

Units

Total Cost Recurring Costs?

(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

GET RFP G035

Page 221 / 256 Pages

J. Extended Maintenance (out years)

Item Unit Cost # of Units Installation Cost for All

Units

Total Cost

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 Cost for All

Units

Total Cost

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

GET RFP G035

Page 222 / 256 Pages

Price Summary

Item Unit Cost # of Units Installation Cost for All

Units

Total Cost

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

GET RFP G035

Page 223 / 256 Pages

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):

Item

#

Task

Proposer's description of specific work to be accomplished.

Estimated

Task Hours

Blended Hourly Rate

Estimated Task

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)

GET RFP G035

Page 224 / 256 Pages

Item

#

Task

Proposer's description of specific work to be accomplished.

Estimated

Task Hours

Blended Hourly Rate

Estimated Task

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

GET AVL RFP G035

Page 225 / 256 Pages

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.].

GET AVL RFP G035

Page 226 / 256 Pages

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

GET AVL RFP G035

Page 227 / 256 Pages

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.

GET AVL RFP G035

Page 228 / 256 Pages

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: _______________________

GET AVL RFP G035

Page 229 / 256 Pages

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.)

GET AVL RFP G035

Page 230 / 256 Pages

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

GET AVL RFP G035

Page 231 / 256 Pages

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

GET AVL RFP G035

Page 232 / 256 Pages

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 _________________________________________________________________

GET AVL RFP G035

Page 233 / 256 Pages

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 _________________________________________________________________

GET AVL RFP G035

Page 234 / 256 Pages

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 _________________________________________________________________

GET AVL RFP G035

Page 235 / 256 Pages

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

GET AVL RFP G035

Page 236 / 256 Pages

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

GET AVL RFP G035

Page 237 / 256 Pages

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

GET AVL RFP G035

Page 238 / 256 Pages

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?

_______________________________________________________________________

_______________________________________________________________________

GET AVL RFP G035

Page 239 / 256 Pages

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: __________________

GET AVL RFP G035

Page 240 / 256 Pages

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

GET AVL RFP G035

Page 241 / 256 Pages

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.

GET AVL RFP G035

Page 242 / 256 Pages

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

GET AVL RFP G035

Page 243 / 256 Pages

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:

GET AVL RFP G035

Page 244 / 256 Pages

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.

GET AVL RFP G035

Page 245 / 256 Pages

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

GET AVL RFP G035

Page 246 / 256 Pages

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

GET AVL RFP G035

Page 247 / 256 Pages

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

GET AVL RFP G035

Page 248 / 256 Pages

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

GET AVL RFP G035

Page 249 / 256 Pages

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

GET AVL RFP G035

Page 250 / 256 Pages

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.

GET AVL RFP G035

Page 251 / 256 Pages

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

GET AVL RFP G035

Page 252 / 256 Pages

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.

GET AVL RFP G035

Page 253 / 256 Pages

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‖.

GET AVL RFP G035

Page 254 / 256 Pages

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

GET AVL RFP G035

Page 255 / 256 Pages

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

GET AVL RFP G035

Page 256 / 256 Pages

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

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 ROUTE2/9/2011

BUS STOP LONGITUDE LATITUDE

ROUTE 26

BRIMHALL/REDDICK, NW 1857 -119.1243071 35.36876581BRIMHALL WB @ #10700 1856 -119.1220409 35.36885269BRIMHALL/CALLOWAY, NW 1855 -119.1120565 35.36845469

ROUTE 25 (SAME AS ROUTES 12 & 15)

ROUTE 18

COFFEE/DOWNING, SW 1695 -119.0930841 35.39013422COFFEE/GRANITE FALLS, SE 1555 -119.0924786 35.38647123COFFEE/MEANY, SW 1708 -119.0923381 35.39363866COFFEE/ENTRANCE, SW 1796 -119.0924128 35.39598275COFFEE/HAGEMAN, SW 1694 -119.092499 35.4008146HAGEMAN EB @ CENTENNIAL HIGH SCHOOL 1633 -119.0990121 35.39914694HAGEMAN/CLAY PATRICK FARR, SE 1692 -119.1049261 35.39755492HAGEMAN/CALLOWAY, SE 1691 -119.1089123 35.39780217HAGEMAN/BRITTANY, SE 1690 -119.1120301 35.39772441HAGEMAN EB BET SHAWN & VERDUGO 1689 -119.1201257 35.39782487HAGEMAN/SOUVEREIGN, SE 1703 -119.1228295 35.39794239JEWETTA/HAGEMAN, SE 1687 -119.1278673 35.39756863JEWETTA/POULSEN, NE 1686 -119.1278265 35.39506571JEWETTA/LONON, NE 1685 -119.1276552 35.39338253JEWETTA/MEACHAM, NE 1684 -119.1277849 35.3911182MEACHAM/ASLIN, NW 1683 -119.125433 35.39083661MEACHAM/MOSS, NW 1682 -119.123169 35.39082262MEACHAM/VERDUGO, NW 1679 -119.1194838 35.39071982VERDUGO NB BET #2610 & 2640, 1679 -119.1190386 35.38400165ROSEDALE/JEWETTA, SW 1677 -119.1319261 35.38336673ROSEDALE/OLD FARM, SW 1676 -119.1371912 35.38333012ROSEDALE/ALLEN, SE 1675 -119.1449523 35.38337344ALLEN/DOVE CREEK, SE 1674 -119.145282 35.37900324ALLEN/PALM, NE 1673 -119.1452823 35.37659097PALM BET BRANCH CREEK & CLASSEN 1808 -119.1438203 35.37639374PALM/MORNING ROSE, NW 1672 -119.1409605 35.37625697OLD FARM/PALM, SE 1748 -119.1366845 35.37574416OLD FARM/APRIL ANN, SE 1700 -119.1366371 35.37428283OLD FARM/RENDLEY, NE 1731 -119.1366921 35.37125295OLD FARM/BRIMHALL, NE 1699 -119.1365951 35.36951303BRIMHALL/ALDERSHOT, NE 1698 -119.1331046 35.36909696BRIMHALL/JEWETTA, NW 1697 -119.1287243 35.36900485JEWETTA/PALM, NW 1668 -119.1280398 35.37658883JEWETTA SB BET LINDA LEE & JUDY 1667 -119.1280552 35.37795907JEWETTA EB WEST OF #2421, 1666 -119.1287957 35.38175479JEWETTA/ROSEDALE, SW 1665 -119.131788 35.38271484ROSEDALE/LA CRESENTA, NW 1663 -119.122625 35.38349591ROSEDALE/VERDUGO, NW 1662 -119.1193485 35.38346258ROSEDALE WB EAST OF MOSASCO 1660 -119.1131195 35.38353567ROSEDALE/CALLOWAY, NW 1659 -119.1108306 35.38351265CALLOWAY SB BET SEABECK & ROSEDALE 1730 -119.1100733 35.38507775CALLOWAY/MEACHAM, SW 1729 -119.1099374 35.39011809MEACHAM/ABBOTT, NE 1728 -119.1080233 35.39073384MEACHAM/CLAY PATRICK FARR, NW 1727 -119.103568 35.39179941CLAY PATRICK FARR/WINLOCK, SE 1726 -119.1015557 35.38988041CLAY PATRICK FARR/JENNA KATHRYN SE -119.1012342 35.38754603WAL-MART NW PROMENADE 1653 -119.0971835 35.38561895

ROSEDALE WB W OF COFFEE 1553 -119.0937401 35.38335793ROSEDALE/LA CRESENTA, SW 1678 -119.1231321 35.38358111

ROUTE 17

BAKERSFIELD COLLEGE 1863 -118.9691824 35.41080925DOWNTOWN TRANSIT CENTER 227 -119.0197126 35.37865267WIBLE NB NORTH OF SW TRANSIT CENTER 1646 -119.0386982 35.33768458

ROUTE 15

OFFICE PARK @ #5251, 1618 -119.0611939 35.36565792OFFICE PARK/COMMERCIAL WAY, SW 1442 -119.0597233 35.36611676WIBLE/WILSON, NE 239 -119.0389553 35.33288707WILSON/REAL, SE 809 -119.0433443 35.33202577WILSON/AKERS, SE 808 -119.0474446 35.33204908WILSON/ACTIS, SE 807 -119.0516475 35.33210401WILSON/STINE, SE 806 -119.0551933 35.33214771STINE/FLICKER, SW 1627 -119.0543418 35.33410979STINE /PARKER, NW 1626 -119.0531089 35.33616713STINE/MING, SW 1625 -119.051319 35.3386445STINE SB NORTH OF MING 1624 -119.0505091 35.34062452STINE/PARK CIR, SW 1623 -119.049718 35.34270638STINE/BELLE TERRACE, SW 1622 -119.0485335 35.34619087BELLE TERRACE EB @ #4401, 1649 -119.051286 35.34673191BELLE TERRACE EB BET NIMROD & MCDONALD 1621 -119.0537091 35.34663601BELLE TERRACE/FIORITO, SE 1620 -119.0558802 35.34666352BELLE TERRACE/NEW STINE, SE 1619 -119.0604643 35.34662839NEW STINE SB NEAR #601, 1131 -119.0614281 35.34918885NEW STINE/DEMARET, SW 1120 -119.0614135 35.35122343NEW STINE/STOCKDALE, SW 1129 -119.061458 35.35311998CALIFORNIA/BUSINESS CENTER, SW 1128 -119.0615921 35.35600951CALIFORNIA/LENNOX, SW 1127 -119.0614924 35.35828529MOHAWK EB WEST OF CALIFORNIA 1581 -119.0607687 35.36122668MOHAWK/GREENHAVEN , NW 1580 -119.0631133 35.36222642MOHWAK/TRUXTUN, SW 1579 -119.0654752 35.36462797COMMERCIAL WAY/COMMERCE, NE 1439 -119.0604827 35.36722418OFFICE PARK/TRUXTUN, SW 1617 -119.0635648 35.36565143MOHAWK/TOWER WAY, NE 1583 -119.0617319 35.36189122MOHAWK/CALIFORNIA, NW 1582 -119.0607515 35.36139654CALIFORNIA/MARELLA, NW 1125 -119.0576197 35.36357711CALIFORNIA/EASTON, NW @ BANK 1124 -119.0542952 35.36543504CALIFORNIA/MERVYNS PL, NW 1123 -119.0518569 35.36670265CALIFORNIA/CHESTER LN, NW 1122 -119.0482647 35.36739286CALIFORNIA/EASTON, NW 1121 -119.0449745 35.36749563REAL/CHESTER LN, NE 1616 -119.0434281 35.36540535REAL/GARNSEY, NE 1615 -119.0435303 35.36253253REAL/PAM, SE 961 -119.0435449 35.36087862REAL/GREENLEAF, NE 960 -119.0434079 35.35917791REAL/DALEN, SE 959 -119.0432947 35.3569121STINE/STOCKDALE, SE 644 -119.0477518 35.35361602STINE NB @ #300, 1614 -119.0478015 35.34978195BELLE TERRACE/PIUTE, NW 1612 -119.0467051 35.346839BELLE TERRACE/REAL, NW 1611 -119.0441921 35.34699619BELLE TERRACE/ALAMO, NW 1610 -119.0411935 35.34700367WIBLE/WOOD LN, SE 957 -119.0391803 35.34473056WIBLE NB @ TARGET 956 -119.0389184 35.34173181SOUTHWEST TRANSIT CENTER 241 -119.0385326 35.33725721TRUXTUN PLAZA WEST ACROSS FROM CBCC 1854 -119.0731724 35.36172339Mohawk/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 35.38081014ROSEDALE/CAMINO DEL RIO, SW 1565 -119.0488915 35.38281164ROSEDALE/FAIRHAVEN, SE 1563 -119.0539873 35.38303966ROSEDALE/LANDCO, SW 1562 -119.0595235 35.38324048ROSEDALE/PARKER, SW 1561 -119.063445 35.38305904ROSEDALE/KILMER, SW 1560 -119.0712509 35.38307812ROSEDALE/FRUITVALE, SW 1608 -119.0758491 35.38311436ROSEDALE EB @ VISTA WEST HIGH 1552 -119.0819183 35.38302969ROSEDALE/HENRY, SE 1651 -119.0870519 35.38307056COFFEE/GRANITE FALLS, SW 1555 -119.0927115 35.38602681GRANITE FALLS EB BEHIND WAL-MART 1696 -119.0968073 35.38670223ROSEDALE EB @ GREENACRES MOB HOME PRK 1559 -119.1044112 35.38304125ROSEDALE/DELBERT, SW 1558 -119.1058658 35.3831717ROSEDALE/WHEELER, SW 1557 -119.1092579 35.38315528CALLOWAY/HOLLAND, SE 1551 -119.1099592 35.37925911CALLOWAY/SLIKKER, SE 1544 -119.1099021 35.37287222CALLOWAY/BRIMHALL, NE 1547 -119.1101166 35.36956828CALLOWAY/MARBY GRANGE, NE 1545 -119.1144007 35.36506617CALLOWAY/GLENEAGLES, NE 1701 -119.1159434 35.35948403CALLOWAY/STOCKDALE, NE 1546 -119.1153283 35.3544917STOCKDALE HWY/RIVER WALK, NW 1753 -119.1101725 35.35433724CAL STATE 628 -119.104132 35.35150274STOCKDALE/OLD RIVER, SE 1548 -119.1132117 35.3533985CALLOWAY/GLENEAGLES, SW 1702 -119.1160243 35.35889695CALLOWAY/MARBY GRANGE, SW 1549 -119.1148835 35.36467782CALLOWAY/BRIMHALL, SW 1735 -119.1111213 35.36819364CALLOWAY/SLIKKER, SW 1550 -119.1100836 35.37273425CALLOWAY/HOLLAND, SW 1543 -119.1104456 35.37924307CALLOWAY/ROSEDALE, SW 1534 -119.1102454 35.38249409ROSEDALE WB @ WESTERN END OF NW PROMENADE 1654 -119.1061246 35.38350051WAL-MART NW PROMENADE 1653 -119.0972145 35.385504ROSEDALE WB WEST OF COFFEE 1553 -119.093621 35.38338328ROSEDALE WB BET JET & COFFEE 1710 -119.09058 35.38327817ROSEDALE/HENRY, NE 1607 -119.08696 35.38347817ROSEDALE/PATTON, NE 1606 -119.0827306 35.38339581ROSEDALE/FRUITVALE, NW 1604 -119.0753426 35.38326968ROSEDALE/KILMER, NE 1603 -119.0704999 35.38318318ROSEDALE/MOHAWK, NE 1602 -119.0652584 35.38308788ROSEDALE/PARKER, NE 1601 -119.0626949 35.38299024ROSEDALE/LANDCO, NE 1600 -119.0588847 35.38331714ROSEDALE/FAIRHAVEN, NW 1599 -119.055164 35.38342842ROSEDALE/GIBSON, NW 1598 -119.0526875 35.38331805ROSEDALE/CAMINO DEL RIO, NW 1597 -119.0484615 35.3833310724TH/OLIVE, NW 351 -119.0379401 35.3809798924TH/BAY, NE 348 -119.0278111 35.3810327224TH/F, NW 346 -119.0245396 35.3809507824TH/H, NW 345 -119.0218469 35.38094153DOWNTOWN TRANSIT CENTER -119.0197817 35.3787236STOCKDALE HWY WB @ #9300, 1715 -119.1059568 35.35422787STOCKDALE/DON HART DR EAST, NW 772 -119.1012075 35.35435679CLAY PATRICK FARR SB N OF TARGET ENTRANCE 1853 -119.1012315 35.3853249ROSEDALE/JET WAY, SE 1554 -119.089105 35.38288253

ROUTE 13

WHITE LN/\ EB EAST OF HUGHES, 1470 -119.0291979 35.31740912PANAMA/NADEAU, SE 1813 -119.0070859 35.29558408WIBLE/WILSON, NE 239 -119.0390135 35.33277171WIBLE NB ACROSS FROM KENNEDY 1531 -119.0400215 35.32818862WHITE LN WB EAST OF HUGHES 1522 -119.0290409 35.3178873WHITE LN WB @ VONS 1521 -119.0271595 35.31775444WHITE LN/SOUTH H, NW 1520 -119.0221247 35.31762068

SOUTH H/CALCUTTA, SE 1517 -119.0210696 35.31361057SOUTH H/PACHECO, NE 1518 -119.0211547 35.31051586SOUTH H/FAITH, NE 1516 -119.0211801 35.30689884SOUTH H/FAIRVIEW, NE 1514 -119.0212099 35.30332399SOUTH H/MAURICE, NE 1513 -119.0210659 35.29957364SOUTH H/HALSEY, NE 1512 -119.0210737 35.29791752PANAMA/SPRINGBROOK, NE 1510 -119.0181908 35.29573532PANAMA/FINCH, NE 1509 -119.0155173 35.29569342PANAMA/MONITOR, NW 1508 -119.012548 35.29576824PANAMA/BETTY, NE 1507 -119.0085007 35.29574108PANAMA/ SUNION, NW 1506 -119.0040992 35.29578878S UNION NB @ #6850, 1505 -119.0028835 35.29299094S UNION/BERKSHIRE, NE 1484 -119.0029015 35.28858819S UNION/BANNOCK, NE 1503 -119.0030589 35.28520249S UNION/HOSKING, NE 1747 -119.003056 35.28121499S UNION/HUDSON, SE 1502 -119.0031302 35.2752167S UNION/MCKEE, SE 1501 -119.0032034 35.27343434S UNION NB BET BARTON & MCKEE 1500 -119.0027918 35.27189592S UNION/BARTON, SE 1499 -119.0029672 35.27011294S UNION/TAFT, SE 1498 -119.0028762 35.26705187TAFT/BACE, SW 1497 -119.0048496 35.26658366TAFT/RAMOS, SW 1496 -119.0079708 35.26659237TAFT/LA JOLLA, SE 1495 -119.016267 35.26647163TAFT/SOUTH H, SE 1494 -119.0204945 35.26671804SOUTH H/MCKEE, SW 1493 -119.0211173 35.27338493MCKEE/SORREL, NW 1492 -119.0206168 35.27428743MCKEE/JERRY, NW 1491 -119.015976 35.27428668MCKEE/SHANNON, NE 1489 -119.0117401 35.27397663MCKEE/OPAL, NW 1488 -119.0081073 35.27400318S UNION SB NORTH OF MCKEE 1487 -119.0033046 35.27443394S UNION/HUDSON, NW 1486 -119.0033305 35.27614574S UNION/HOSKING, SW 1746 -119.003303 35.28098662S UNION/ACOMA, SW 1485 -119.003299 35.28598333S UNION/BERKSHIRE, SW 1484 -119.0034102 35.28825146S UNION/OBREGON, NW 1483 -119.003314 35.29274714PANAMA/TIBURON, SW 272 -119.0051174 35.29557481PANAMA EB BET MONITOR & LOWRY 1482 -119.0108725 35.29551216PANAMA/FINCH, SW 1481 -119.0162861 35.29557169PANAMA/HAMMOND, SW 1658 -119.0179429 35.29547939SOUTH H/HALSEY, SW 1479 -119.0216035 35.29768337SOUTH H/MAURICE, NW 1478 -119.0214695 35.29956725SOUTH H/FAIRVIEW, NW 1477 -119.0212721 35.30340918SOUTH H/FAITH, SW 1475 -119.0213823 35.3062785SOUTH H/PACHECO, SW 1474 -119.0214296 35.30990632SOUTH H/CALCUTTA, SW 1473 -119.0213739 35.31365264SOUTH H/WHITE LN, SW 1472 -119.0218025 35.31685668WIBLE/KENNEDY, SW 1465 -119.0398488 35.32769802WIBLE/GRASOTTI CT, SW 1464 -119.0400371 35.32929016WIBLE/WILSON, SW 1463 -119.0390022 35.33173442WILSON/CASTRO, NW 238 -119.0347596 35.33227692WILSON/HUGHES, NW 237 -119.0317017 35.33231528HUGHES/HOLDEN, NW 235 -119.0302191 35.33628863HUGHES/MING, SW 234 -119.0303033 35.33809054SOUTHWEST TRANSIT CENTER 241 -119.0386871 35.33726917WIBLE/ALUM, SE 1845 -119.0388275 35.31888318WIBLE @ S.WEST LANES 1846 -119.0388369 35.32162728WIBLE NB @ #3480 1847 -119.0387407 35.32342721WIBLE/PLANZ, NW 1842 -119.0392197 35.32540466WIBLE SB @ PARKWOOD APTS. 1843 -119.0390894 35.32200337PANAMA LN/SO. H, NW 1848 -119.0225615 35.29582214PANAMA LN/PEBBLE POINT, NW 1849 -119.0252974 35.29574497

WAL-MART PANAMA LANE 1850 -119.0301214 35.29737211PANAMA LN EB BET COLONY & PEBBLE POINT 1851 -119.0252893 35.29533504WHITE LN/HUGHES, SE 1860 -119.0293654 35.3172927MCKEE/HUDSON, NW 1861 -119.0057673 35.27377743

ROUTE 12

F/24TH, NW 1461 -119.0235794 35.38143873F/26TH, NW 1460 -119.0235561 35.38299486F/28TH, SW 1459 -119.0236126 35.38447047F/30TH, SW 1458 -119.0235798 35.38643593F SB ACROSS FROM DMV 1457 -119.0237119 35.38833496GOLDEN STATE WEST OF SMART & FINAL 1456 -119.0252485 35.39038738GOLDEN STATE @ VILLA DE ORO 1455 -119.0266613 35.39151352GOLDEN STATE @ GET OFFICE 1454 -119.0254886 35.39181584GOLDEN STATE/F, NW 1453 -119.0232573 35.39006795F NB @ DMV 1452 -119.0232742 35.38808096F/30TH, SE 1445 -119.0232566 35.38617197F/28TH, SE 1444 -119.023516 35.38435736F NB BET 24TH & 26TH 1573 -119.023464 35.38216866F NB BET 22ND & 23RD 1570 -119.023485 35.3795450119TH/D, SE 1741 -119.0257605 35.3761639719TH/B, SW 1588 -119.0284447 35.3762101719TH/CEDAR, SW 1589 -119.0310125 35.3761690319TH/MYRTLE, SE 1590 -119.0338441 35.3762278819TH/ELM, SW 1591 -119.0369855 35.3762143619TH/OAK, SW 1593 -119.0392657 35.37616957WESTWIND SB @ KBAK TV 1594 -119.0425993 35.376626221ST/WESTWIND, NE 1595 -119.0418123 35.3781341721ST WB BET ELM & OAK 1569 -119.0374942 35.3782635721ST WB BET BEECH & ELM 1592 -119.0357503 35.3782796721ST/SPRUCE, NW 1574 -119.0332983 35.3782553121ST/CEDAR, NW 1575 -119.0308005 35.3781799121ST/B, NW 1576 -119.0286355 35.3781519821ST/F, NW 1572 -119.0241436 35.3780353F/20TH, SE 1587 -119.0232806 35.3769001418TH/G, NW 1437 -119.0227674 35.3752238218TH/EYE, NW 1436 -119.020751 35.37517518DOWNTOWN TRANSIT CENTER 227 -119.0195523 35.3788221CHESTER/18TH, SW 216 -119.0190423 35.37490544

ROUTE 11

MING/ALLENS, NE 1402 -119.0072201 35.33923694MING/SOUTH M, SE 1305 -119.0149959 35.33901382MING/MANNING, NW 1419 -119.0800422 35.33557442STOCKDALE/NEW STINE, SE 638 -119.0605497 35.35393648STOCKDALE WB @ POST OFFICE 637 -119.0636721 35.35398221STOCKDALE/CHERRY HILLS, SE 636 -119.0669395 35.35402913STOCKDALE/RIO BRAVO, SE 635 -119.0690198 35.35405914STOCKDALE/ASHE, SE 634 -119.0731288 35.35389269STOCKDALE/EL RIO, SE 633 -119.0823729 35.35411306STOCKDALE/VIA RIATA, SE 632 -119.086311 35.35411681STOCKDALE/PUERTA OESTE, SE 631 -119.0900471 35.35409353STOCKDALE/GOSFORD, SE 630 -119.0919203 35.35407544STOCKDALE/TOWN & COUNTRY, SE 629 -119.0944715 35.35398349STOCKDALE/OLD RIVER, SE 1548 -119.113776 35.35344639OLD RIVER/MERCY WAY, NE 1435 -119.1143173 35.35187353OLD RIVER/STATE FARM PL, NE 1434 -119.1143591 35.34679489CAMINO MEDIA WB BET FORUM & OLD RIVER 1433 -119.1134369 35.344183CAMINO MEDIA/FORUM WAY, NW 1432 -119.1114778 35.34302527CAMINO MEDIA/SCARLET OAK, NW 1806 -119.1069006 35.34273612CAMINO MEDIA/CSUB ENTRANCE, NW 1431 -119.1035537 35.34273679

HAGGIN OAKS/LIBERTY PARK, SE 1430 -119.1005952 35.34188969MING WB EAST OF HAGGIN OAKS 1429 -119.0997967 35.33996214MING WB ACROSS FROM LIBRARY 1428 -119.0958574 35.33962152MING/GOSFORD, NW 1427 -119.0930081 35.33961113N LAURELGLEN/GLENFLORA, 1425 -119.0915176 35.33374868N LAURELGLEN/GLENFAUNA, NW 1424 -119.0893941 35.33373161EL PORTAL SB ACROSS FROM CALL LOS MANZANOS 1422 -119.0859609 35.33529523EL PORTAL/MING, SW 1421 -119.0851377 35.33739521MING/BARRINGTON, NW 1418 -119.0774779 35.33481099MING/ASHE, NW 1417 -119.0753441 35.33462514MING/GREENSWARD, NW 1416 -119.0734103 35.33465003MING/PINON SPRINGS CIR, NW 1415 -119.0701264 35.33495454MING/WESTHOLME, NW 1414 -119.0665947 35.33614944MING WB @ 5500, 1413 -119.0623896 35.33770078MING WB @ PATRIOTS PARK 1411 -119.0586238 35.3392278MING/MCDONALD, NW 1410 -119.0536814 35.33978167MING WB WEST OF STINE 1409 -119.0515169 35.3398391MING/STINE, NE 1408 -119.0495523 35.33975173MING WB BET REAL & LYMRIC 1406 -119.0451131 35.33960799MING/HUGHES, NW 1585 -119.0307759 35.33925929MING/ANITA, NE 233 -119.0252325 35.33927545MING/SOUTH H, NW 232 -119.0220395 35.33934839MING/CHESTER, NW 231 -119.0193238 35.33937772MING/SOUTH M, NW 1405 -119.0155851 35.33931224MING/SOUTH P, NW 1404 -119.0127743 35.33932944S UNION/MING, NW 1401 -119.0033316 35.34023942S UNION/AMADOR, NW 1400 -119.0033693 35.34331411S UNION SB @ GOLDEN WEST CASINO 1655 -119.0034588 35.34530075BELLE TERRACE/UNION, SW 1399 -119.0036314 35.3465413BELLE TERRACE/DAWN, SW 1398 -119.0067371 35.34660348BELLE TERRACE/P, SE 1397 -119.011498 35.34648849P/TOWNSLEY, SW 1396 -119.0120255 35.34865173P/TERRACE WAY, NW 1395 -119.0122365 35.35037685P SB BET DOBRUSKY & SNYDER 1394 -119.0122766 35.35239797BRUNDAGE/T, NW 745 -119.008951 35.35383105BRUNDAGE WB BET V & U 743 -119.0059109 35.35389343BRUNDAGE/UNION, NW 742 -119.0038942 35.35402607UNION/2ND, NW 1392 -119.0030237 35.35723002UNION/4TH, SW 1390 -119.0030666 35.36036024UNION SB NORTH OF 6TH 1389 -119.0030484 35.36295902UNION/8TH, NW 1388 -119.003015 35.36468726UNION/CALIFORNIA, SW 1386 -119.003175 35.3673084UNION/18TH, SW 1384 -119.002963 35.37488741E 19TH/SONORA, NE 1383 -118.9994951 35.37614961E 19TH/TULARE, NE 1382 -118.9964255 35.37529809BAKER/E 21ST, SE 1331 -118.9933154 35.37529924BAKER/ E 21ST, SW 1380 -118.9934459 35.37540441BAKER/MONTEREY, SW 1377 -118.9916281 35.38063245BAKER/NILES, SW 1376 -118.991263 35.38181083BAKER SB BET PACIFIC & OREGON 1375 -118.9906811 35.38350842BAKER/FLOWER, SW 1374 -118.9899678 35.38550166FLOWER/BEALE, NE 1373 -118.9860034 35.38529163FLOWER/GAGE, NW 1372 -118.9835757 35.38472653FLOWER/HALEY, NW 1370 -118.9792841 35.3836648FLOWER WB BET WILLIAMS & BROWN 1369 -118.976375 35.38302344HALEY/GRACE, SW 1364 -118.9779644 35.3865996HALEY/BERNARD, SW 1363 -118.977288 35.38854973HALEY/KNOTTS, NW 1362 -118.9764878 35.39093065HALEY/HEIGHT, NW 1361 -118.9766845 35.3940237HALEY/COLUMBUS, SW 1360 -118.976552 35.39666948HALEY/WEST POINT, NW 1359 -118.9765338 35.40129381

UNIVERSITY/HALEY, NE 105 -118.9762683 35.40460393UNIVERSITY/POMONA, SW 104 -118.9747051 35.4047956UNIVERSITY/OCCIDENTAL, NW 103 -118.971198 35.40479928MING/SOUTH CHESTER, SE 1304 -119.0182074 35.33927704MING/SOUTH H, SW 244 -119.021787 35.3393139MING/ANITA EB @ #1931 243 -119.0254249 35.33935358MING/CASTRO, SW 242 -119.0338092 35.3393377SOUTHWEST TRANSIT CENTER 241 -119.0385517 35.33737953MING/REAL, SW 1723 -119.0439471 35.3392193MING EB @ MING PLAZA 1724 -119.0475261 35.33927666MING/HASTI ACRES, SW 1299 -119.0513503 35.33913828MING/BUCKLEY, SW 1298 -119.0547569 35.33923873MING/CANTER, SW 1297 -119.0567391 35.33920621MING/NEW STINE, SE 1296 -119.0603114 35.33812684MING EB ACROSS FROM #5500, 1295 -119.0624498 35.33755183MING/PINON SPRINGS, SE 1293 -119.0693864 35.33497524MING/CHESIRE, SE 1292 -119.0721807 35.33445818MING/ASHE, SE 1291 -119.0735994 35.33454477MING/BARRINGTON, SE 1290 -119.0767394 35.33452633MING/MANNING, SE 1289 -119.0796474 35.33528547MING EB @ #7107 1288 -119.081154 35.336008EL PORTAL/MING, SE 1287 -119.0850604 35.33725838EL PORTAL/CALLE LOS MANZANOS, SE 1285 -119.0856658 35.33491318EL PORTAL/N LAURELGLEN, NE 1284 -119.0867824 35.33286377N LAURELGLEN/GLENFAUNA, SE 1283 -119.0888266 35.33349956N LAURELGLEN/GLENFLORA, SE 1282 -119.0910054 35.33347807GOSFORD SB ACROSS FROM SELKIRK 1281 -119.0922919 35.33460339MING EB @ SOUTHWEST LIBRARY 1279 -119.0961028 35.33953212MING/HAGGIN OAKS, SE 1278 -119.1003927 35.33964802HAGGIN OAKS SB/MARKETPLACE 1277 -119.1012389 35.34132752CAMINO MEDIA EB WEST OF CSUB ENTRANCE 1276 -119.1041077 35.34275757CAMINO MEDIA/SCARLET OAK, SW 1807 -119.1070256 35.34254489CAMINO MEDIA/FORUM WAY, SW 1275 -119.1119294 35.34314329CAMINO MEDIA/OLD RIVER, SE 1274 -119.1132524 35.34408361OLD RIVER/MERCY WAY, NW 1272 -119.1145522 35.35171684STOCKDALE HWY WB @ #9300, 1715 -119.1066218 35.35454097CAL STATE 628 -119.1041689 35.3515191STOCKDALE/DON HART DR EAST, NW 772 -119.1013363 35.35441199STOCKDALE/TOWN & COUNTRY, NW 776 -119.0952804 35.35443227STOCKDALE WB ACROSS FROM PUERTA OESTE 774 -119.0899415 35.35433932STOCKDALE/VIA RIATA, NW 773 -119.0869419 35.35430286STOCKDALE/EL RIO, NW 1732 -119.0834093 35.35431585STOCKDALE WB @ ST. PHILIP'S 771 -119.0801223 35.35426727STOCKDALE/ASHE, NW 770 -119.0741542 35.35432255STOCKDALE/RIO BRAVO, NW 769 -119.0698416 35.35429979STOCKDALE/CHERRY HILLS, NW 768 -119.0674911 35.35422834STOCKDALE/CALIFORNIA, NW 766 -119.062194 35.35421591STOCKDALE WB EAST OF CALIFORNIA 765 -119.0600108 35.35430809MONTCLAIR NB @ #140, 640 -119.055031 35.35320307UNIVERSITY/MT VERNON, NW 102 -118.9685135 35.40491715BAKERSFIELD COLLEGE 1863 -118.9691391 35.41073723HALEY/UNIVERSITY, SE 1355 -118.9762917 35.40440473HALEY/RADCLIFFE, NE 106 -118.9765247 35.40760048HALEY NB ACROSS FROM DARTMOUTH 1354 -118.9764419 35.40305124MT VERNON/UNIVERSITY, NW 101 -118.9678191 35.4052306HALEY/WEST POINT, NE 1353 -118.9762915 35.40150484HALEY/WATER, SE 1351 -118.9761129 35.3954258HALEY/COLUMBUS, NE 1352 -118.9760734 35.39787372HALEY/HEIGHT, SE 1350 -118.976206 35.3934307HALEY/CUNHA, SE 1349 -118.9763981 35.3899699HALEY/BERNARD, SE 1348 -118.9768484 35.388536

HALEY/GRACE, NE 1347 -118.9773737 35.38637634VILLAGE LN SB BET STOCKDALE & MARSHA 639 -119.0578574 35.35290731VIRGINIA/FLOWER, NE 879 -118.9738031 35.38271518FLOWER EB BET BROWN & WILLIAMS 1342 -118.976553 35.38292957FLOWER/GAGE, SE 1339 -118.9831724 35.38446157FLOWER/BEALE, SE 1338 -118.9861803 35.3851853BAKER/FLOWER, SE 1337 -118.9895216 35.38577435BAKER/PACIFIC, SE 1336 -118.9902878 35.38374614BAKER/NILES, NE 1335 -118.991001 35.38207455BAKER/MONTEREY, SE 1334 -118.9914205 35.3805835E 19TH/TULARE, SE 1330 -118.996522 35.37525512E 19TH/SONORA, SW 1329 -119.0003836 35.37608093E 19TH/UNION, SE 1328 -119.0024566 35.37595084UNION/17TH, SE 1327 -119.0031316 35.37390921UNION/CALIFORNIA, NE 1325 -119.002674 35.36901688UNION/E 11TH, NE 1324 -119.0026623 35.36749403UNION/E 8TH, NE 1323 -119.0027457 35.36456752UNION/E 6TH, NE 1322 -119.0028002 35.36276774UNION/E 4TH, NE 1321 -119.002655 35.36071774UNION/E BRUNDAGE, NE 1318 -119.0030785 35.35432932BRUNDAGE/U, SE 660 -119.0059198 35.35386976BRUNDAGE/BERNETA, SW 658 -119.0089964 35.3538804BRUNDAGE/P, SE 657 -119.0116142 35.35382122P/TERRACE WAY, NE 1317 -119.0117773 35.35038929P/TOWNSLEY, SE 1316 -119.0116386 35.34871105BELLE TERRACE/P, NE 1315 -119.0117833 35.34696249BELLE TERRACE/DAWN, NW 1314 -119.0073153 35.34665146BELLE TERRACE/S UNION, NW 1313 -119.0035678 35.34656996S UNION/ADAMS, NE 1312 -119.0028731 35.34373098S UNION/CASA LOMA, NE 1310 -119.0030692 35.33967961MING/ALLENS, SE 1308 -119.0070992 35.33919405MING/SOUTH P, SE 1306 -119.0118019 35.33940909FLOWER/HALEY, SW 1341 -118.9789412 35.38350742UNION NB BET TEXAS/E 3RD 1320 -119.0026123 35.3586088

ROUTE 10

AKERS NB BET CYCLONE & MATWICK 1839 -119.0480431 35.29412687PANAMA LN/SUMMERFIELD, NW 1840 -119.0535497 35.29645509STINE SB S OF PANAMA LN S OF JK IN THE BX 1831 -119.0567043 35.29410914STINE/CLEAR CRYSTAL, SW 1832 -119.0561812 35.28293667STINE SB @ RIDGEVIEW HIGH SCHOOL 1628 -119.0572947 35.27644211MCKEE EB BET. GEMSTONE & BRONZESTONE 1833 -119.0512142 35.27410359AKERS/MCKEE, NE 1629 -119.0470939 35.27420429AKERS/WHITEGATE, NE 1835 -119.047303 35.27616199AKERS/NB @ DOWNPATRICK 1836 -119.0472171 35.27795653AKERS/WATERFALL CANYON, NE 1837 -119.0470832 35.28327802AKERS/SERENE OAK, SE 1838 -119.0474253 35.28734103PACHECO/GASOLINE ALLEY, NE 1237 -119.0358188 35.30971759MING/HUGHES, NW 1585 -119.0307169 35.33939541HUGHES/WILSON, NE 1714 -119.0299659 35.3324955WILSON EB @ PLAZA TOWERS 1713 -119.0361041 35.33179736LARSON/WILSON, SE 1712 -119.0381893 35.33159851LARSON/COVENTRY, SE 1711 -119.0381416 35.32809096LARSON NB NORTH OF PLANZ 1270 -119.0375722 35.32548364PLANZ EB ACROSS FROM KENNEDY WAY 1262 -119.045146 35.32505812PLANZ/AKERS, SE 1261 -119.0475168 35.3247097PLANZ/ROBINWOOD, SW 1267 -119.0497914 35.32474104PLANZ/ACTIS, SE 1268 -119.0520259 35.32484978PLANZ/STINE, SE 1266 -119.0562083 35.32472867STINE NB @ WHITE LN TOWNE CENTER 1265 -119.0563559 35.32377824STINE/WHITE LN, NE 1263 -119.0565543 35.31852997

STINE NB NEAR #4200, 1260 -119.0564656 35.31700227STINE/DISTRICT, SE 1259 -119.0564215 35.31242636STINE/COUNTRY PLACE, SE 1258 -119.0567812 35.30902095STINE NB @ #5400, 1257 -119.0563719 35.30599103STINE/HARRIS, NE 1256 -119.0564817 35.30357957STINE/BAYBROOK, NE 1255 -119.056326 35.30138062STINE/PINE CASTLE, SE 1254 -119.0563132 35.29889874PANAMA/AKERS, NE 1250 -119.0474305 35.29595207PANAMA/CASTLEFORD, NE 1249 -119.0415456 35.29598595WIBLE/LOYALTON, NW 1247 -119.0393001 35.29754728WIBLE/HARRIS, SW 1246 -119.0394488 35.30271024HARRIS/CALICO, SW 1245 -119.0427233 35.30297822HARRIS/AKERS, SE 1243 -119.0473373 35.30299597AKERS SB BET DE ETTE & MARGALO 1242 -119.0480124 35.3052422AKERS/SUGARCANE, SW 1241 -119.0477757 35.30775829AKERS/THATCH, NW 1240 -119.0479013 35.3092147PACHECO/KATHIMAE, NW 1239 -119.0457275 35.31008917PACHECO/WIBLE, NW 1238 -119.0397935 35.31013516PACHECO/CORRINE, NE 1236 -119.0329056 35.31044929HUGHES/PACHECO, NW 1235 -119.0303797 35.31053501HUGHES SB @ SMOKETREE 1234 -119.0303939 35.31546642HUGHES/WHITE LN, SW 1233 -119.0303105 35.31716864HUGHES/PATTI, SW 1232 -119.0303515 35.31905739HUGHES/BEA, NW 1231 -119.0302941 35.32128681HUGHES/PLANZ, SW 1229 -119.0302718 35.32434069HUGHES/BELVEDERE, SW 1228 -119.0303505 35.32767938HUGHES/WESTHAVEN, SW 1227 -119.0303644 35.32994612HUGHES/WILSON, SW 1226 -119.0304345 35.33167964HUGHES/HOLDEN, NW 235 -119.0304414 35.33629138HUGHES/MING, SW 234 -119.030569 35.33799889SOUTHWEST TRANSIT CENTER 241 -119.0385919 35.33725461STINE/MAYBROOK, SE 1841 -119.0542867 35.29631538PLANZ EB BET MTNVIEW /CHUMLEY 1269 -119.0409417 35.32484238

ROUTE 9

DOWNTOWN TRANSIT CENTER 227 -119.0197308 35.37891964PIONEER/MORNING, SW 1019 -118.9151353 35.3687237PIONEER/PARK, SW 1020 -118.9189908 35.36879876PIONEER/BRENTWOOD, SW 1225 -118.9228567 35.3687807PIONEER/VALENCIA, SE 1224 -118.9250826 35.36875481PIONEER/TANGERINE, SW 1223 -118.9278782 35.36874839PIONEER/FAIRFAX, SE 1222 -118.9312276 35.36860098PIONEER/SHALIMAR, SE 1221 -118.9361336 35.36871084PIONEER/DOROTHY, SW 1220 -118.9388515 35.3685615PIONEER/STERLING, SW 1219 -118.9416876 35.36852076PIONEER/PESANTE, SW 1642 -118.9432874 35.36871964PIONEER/TATE, SE 1217 -118.9470547 35.36860511PIONEER/OSWELL, SE 1216 -118.9483462 35.36847747OSWELL NB ACROSS FROM #508, 1533 -118.949722 35.36335081VIRGINIA/OSWELL, SW 1215 -118.9504514 35.36138694VIRGINIA EB ACROSS FROM WALMAR 1214 -118.9530514 35.36140757VIRGINIA/RICHARDS, SE 1213 -118.9562813 35.36130763VIRGINIA/QUANTICO, SW 1212 -118.9591119 35.36130951VIRGINIA EB BET HAZEL & EASTER 1210 -118.9634734 35.36129354VIRGINIA/MT VERNON, SE 1209 -118.9666661 35.36093626VIRGINIA/MT VERNON, SW 1208 -118.968187 35.36088371VIRGINIA/INDUSTRIAL, SW 1207 -118.9726003 35.36079334VIRGINIA/WASHINGTON, SE 1205 -118.9762015 35.36102274VIRGINIA/S BROWN, SW 1202 -118.9830762 35.36094485VIRGINIA/ML KING, SW 1201 -118.9855096 35.3609656VIRGINIA/HAYES, SE 1200 -118.9886708 35.36101727

VIRGINIA/S OWENS, SE 1199 -118.9905731 35.3608385E 4TH/KING, SW 1198 -118.9943513 35.36072756E 4TH EB WEST OF RODMAN 1196 -118.9991086 35.360483584TH/V, SW 1193 -119.0056884 35.360462754TH/R, SE 1192 -119.0088599 35.360397374TH/P, SE 1191 -119.0115638 35.36052131P SB NORTH OF 4TH 1190 -119.0121907 35.36114068P/8TH, NW 1188 -119.0121496 35.36444016P/10TH, SW 1187 -119.0120492 35.36617895P/CALIFORNIA, SW 1186 -119.012009 35.36797785Q/13TH, NW 1705 -119.0114535 35.36969019Q/TRUXTUN, SW 1719 -119.0110641 35.37269955TRUXTUN EB @ CONVENTION CENTER 1183 -119.0131691 35.37286064TRUXTUN EB WEST OF N 1182 -119.014693 35.37290755TRUXTUN/L, SW 1181 -119.0169349 35.37301153TRUXTUN/CHESTER, SE 1180 -119.0184689 35.37313014CHESTER/CALIFORNIA, NE 316 -119.0189843 35.36858979CALIFORNIA/G, SE 500 -119.0219841 35.36816404CALIFORNIA/OLEANDER, SE 499 -119.0251477 35.36817067CALIFORNIA/C, SE 498 -119.0269582 35.36813344CALIFORNIA/PINE, SE -119.0315683 35.36834962CALIFORNIA/MYRTLE, SE -119.0341711 35.36829078CALIFORNIA/ELM, SE -119.0362143 35.3682635CALIFORNIA/OAK, SE 1175 -119.0381078 35.36819925CALIFORNIA/REAL, SW 1174 -119.0446737 35.36718379N HALF MOON/ASHE, SW 1152 -119.0754936 35.32974243N HALF MOON/PULLMAN, NE 1149 -119.0811225 35.32618336S HALF MOON/OLYMPIA, NE 1148 -119.0807209 35.32380329S HALF MOON/GUNNISON, NE 1147 -119.0784727 35.32187165S HALF MOON/ASHE, NW 1146 -119.0755165 35.32181208ASHE/HERB, NW 1145 -119.0741679 35.32426148ASHE SB ACROS FROM #3100, 1144 -119.0743037 35.32660075ASHE/N HALF MOON, SW 1143 -119.0746041 35.32952538ASHE/MING, SW 1141 -119.0745719 35.33376308MING/PINON SPRINGS CIR, NW 1415 -119.0702591 35.33509257MING/WESTHOLME, NW 1414 -119.066377 35.33606006MING WB @ #5500, 1413 -119.0618411 35.3378263NEW STINE SB @ #1601, 1722 -119.0611424 35.33983592NEW STINE/SUNDALE, SW 1721 -119.0612511 35.34360781NEW STINE/BELLE TERRACE, SW 1132 -119.0609184 35.34633756NEW STINE SB NEAR #601, 1131 -119.0611941 35.34918951NEW STINE/DEMARET, SW 1120 -119.0611106 35.35126753NEW STINE/STOCKDALE, SW 1129 -119.0612027 35.35303367CALIFORNIA/BUSINESS CENTER, SW 1128 -119.0611253 35.35587626CALIFRONIA/LENNOX, SW 1127 -119.0612737 35.35824754CALIFORNIA/MOHAWK, SW 1126 -119.060398 35.36065125CALIFORNIA/MARELLA, NW 1125 -119.0573126 35.36364826CALIFORNIA/EASTON, NW @ BANK 1124 -119.0539852 35.36545016CALIFORNIA/MERVYNS PL, NW 1123 -119.051876 35.36675011CALIFORNIA/CHESTER LN, NW 1122 -119.0480875 35.3673645CALIFORNIA/EASTON, NW1121 -119.0446611 35.36756214CALIFORNIA WB BET ELM & OAK 1120 -119.0376283 35.36844905CALIFORNIA/CAMPUS WAY, NW 1117 -119.0299153 35.36840196CALIFRONIA/OLEANDER, NW 601 -119.0261175 35.36814713CALIFORNIA/F WB @ BHS 600 -119.0237931 35.3682375CHESTER/CALIFORNIA, NW 598 -119.0187255 35.36859152CHESTER/TRUXTUN, SW 217 -119.0189782 35.3726397CHESTER/18TH, SW 216 -119.0188845 35.37464049CHESTER/17TH, SE 318 -119.0184229 35.37362609TRUXTUN/L, NW 1116 -119.0166103 35.37327036TRUXTUN/O, NW 1706 -119.0130441 35.37328603

TRUXTUN/Q, NW 1707 -119.010993 35.37310216Q/13TH, NE 1112 -119.0111581 35.36960512P/CALIFORNIA, NE 1185 -119.0113818 35.36843723P/10TH, NE 1110 -119.0113168 35.3666092P/8TH, SE 1109 -119.0113062 35.36414905P/6TH, NE 1108 -119.0113067 35.362705374TH/P, NE 1106 -119.0113126 35.360581484TH WB @ SENIOR CENTER 1107 -119.0081305 35.36061614TH/V, NW 1105 -119.0052643 35.36061584E 4TH/UNION, NE 1104 -119.0023008 35.36065568E 4TH/VILLA, NE 1103 -119.0005191 35.36078776E 4TH/RODMAN, NW 1102 -118.9980871 35.36072781VIRGINIA/KING, NE 1100 -118.9935421 35.36103259VIRGINIA/S OWENS, NE 1099 -118.9901664 35.36105984VIRGINIA/S ROBINSON, NE 1098 -118.9881597 35.36120793VIRGINIA/ML KING, NE 1097 -118.9849089 35.36114513VIRGINIA/S BROWN, NE 1096 -118.9821537 35.36125578VIRGINIA/WASHINGTON, NW 1093 -118.9766213 35.36125418VIRGINIA/TANNER, NW 1091 -118.9724611 35.36137059VIRGINIA WB @ VIRGINIA AVE PARK 1090 -118.9710311 35.36124131VIRGINIA/MT VERNON, NW 1089 -118.9680625 35.36119139MT VERNON NB ACROSS FROM #216, 676 -118.9670539 35.3571742MT VERNON/E BRUNDAGE, NE 675 -118.9673101 35.35439931MT VERNON NB @ ADULT SCHOOL 1088 -118.967341 35.34931265ENTERPRISE/E BELLE TERRACE, NW 1804 -118.9734721 35.347363GATEWAY/ENTERPRISE, NE 1802 -118.9731694 35.34998751GATEWAY WB EAST OF #3000, 1797 -118.9700004 35.34985473MT VERNON/E BRUNDAGE, NW 727 -118.9673928 35.35467304MT VERNON/TEXAS, SW 726 -118.9672965 35.35717981VIRGINIA/WILMA, NW 1087 -118.966259 35.36143257VIRGINIA/HAZEL, NW 1086 -118.9639182 35.36134494VIRGINIA/QUANTICO, NW 1084 -118.958854 35.36144448VIRGINIA/LAYNE, NW 1081 -118.9521676 35.36158426VIRGINIA/OSWELL, NW 1080 -118.9503136 35.36149803OSWELL SB SOUTH OF POTOMAC 1079 -118.9501766 35.36454205OSWELL FRNTG NW 1734 -118.9501238 35.36879428OSWELL FRTG NE/ACCESS, NE 1641 -118.9494822 35.36738047PIONEER/PESANTE, NE 1078 -118.9426089 35.36878293PIONEER/STERLING, NE 1077 -118.9404332 35.36865024PIONEER WB ACROSS FROM DOROTHY 1076 -118.9386756 35.36872463PIONEER WB @ PIONEER SCHOOL 1075 -118.9345705 35.36862815FAIRFAX NB NORTH OF #600, 1026 -118.9320351 35.36765572EUCALYPTUS/FAIRFAX, NE 1025 -118.931763 35.3648568EUCALYPTUS WB @ #6600, 1024 -118.9302822 35.36487864EUCALYPTUS/ANSOL, NW 1023 -118.9271538 35.36498439EUCALYPTUS/DENNISON, NW 1022 -118.9215764 35.36507614CALIFORNIA/CHESTER LN, SE 1173 -119.047521 35.36713217CALIFORNIA/MERVYNS PL EB 1172 -119.0511905 35.3667334CALIFRONIA/EASTON, SW 1171 -119.0542185 35.36503698CALIFORNIA/MOHAWK, NE 1169 -119.0596661 35.36114914CALIFORNIA/MARELLA, SE 1170 -119.0568917 35.3636004FOOTHILL/PARK, NE 1720 -118.9176893 35.36684534CALIFORNIA NB BET STOCKDALE & BUSINESS CENTER 1167 -119.0608121 35.35551164NEW STINE NB @ #110, 1166 -119.0609169 35.35334559NEW STINE NB ACROSS FROM #601, 1165 -119.0612147 35.34969917NEW STINE/BELLE TERRACE, NE 1164 -119.0609743 35.34696269NEW STINE/NORDIC, SE 1163 -119.0609764 35.34505088NEW STINE/DEMARET, SE 1637 -119.0610058 35.35142766SUNDALE/NEW STINE, SW 1162 -119.0617885 35.34412435SUNDALE EB ACROSS FROM #5700 1161 -119.0644021 35.34395545SUNDALE/PEBBLE BEACH, SE 1160 -119.065899 35.34360428

CALIFORNIA/LENNOX, NE 1168 -119.0606263 35.35885708SUNDALE/RIVER OAKS, SE 1158 -119.0709803 35.34379789SUNDALE/THUNDERBIRD, SE 1159 -119.0687109 35.34345292ASHE/LA PUENTE, NE 1156 -119.0740079 35.34199491ASHE/MING, NE 1154 -119.0741841 35.33489595ASHE/NOTTINGHAM, NE 1153 -119.0743504 35.33292386ASHE/CLUBVIEW, SE 1155 -119.0741111 35.33930032ASHE/SANDERS, SE 1157 -119.0738764 35.34401888FOOTHILL/HWY 184, NW 1755 -118.9148816 35.3668881E 4TH/UNION, SE 1195 -119.0017762 35.36058694N HALF MOON BET HOAD/INNISFREE EB 1150 -119.07975 35.32877274OSWELL FRNTG NE SOUTH OF PIONEER 1640 -118.9479485 35.3678278PIONEER/HILL EB 1218 -118.946251 35.3686005PIONEER/HILL, NW 1532 -118.9467497 35.36877264VIRGINIA/DORRANCE, NW 1865 -118.9552706 35.36142794

ROUTE 8

MONTEREY/SACRAMENTO, SE 979 -118.9984015 35.38194887REAL/PAM, AE 961 -119.0435471 35.36087862DOWNTOWN TRANSIT CENTER 227 -119.0194538 35.37860715SOUTHWEST TRANSIT CENTER 241 -119.0387117 35.33725136WIBLE/WILSON, NE 239 -119.0385187 35.33263695WILSON/CASTRO, NW 238 -119.0343635 35.33201154WILSON/HUGHES, NW 237 -119.0315124 35.33210118HUGHES/HOLDEN, NW 235 -119.0300431 35.33607803HUGHES/MING, SW 234 -119.0302699 35.33806997MING/CASTRO, SE 242 -119.0335394 35.33898205WIBLE/BELLE TERRACE, SW 1072 -119.0390296 35.34614541STOCKDALE/REAL, SE 645 -119.0425207 35.35369054REAL SB NORTH OF STOCKDALE 1071 -119.0435402 35.35478126REAL/DALEN, SW 1070 -119.0437146 35.35715153REAL/GREENLEAF, NW 1069 -119.0433599 35.35917431REAL SB SOUTH OF PALM @ NURSING HOME 1068 -119.0432736 35.36058775PALM/WETHERLEY NE @ SAUNDERS PARK 1067 -119.0412657 35.3612799OAK/PALM, NW 1066 -119.0389382 35.36158455OAK/CHESTER LN, SW 1065 -119.0387935 35.36462114OAK/PARK, SW 1064 -119.0388 35.36732681TRUXTUN WB BET MYRTLE & ELM 1063 -119.035161 35.37316471TRUXTUN/PINE, NE 1062 -119.0312027 35.37319855TRUXTUN/B, NW 1061 -119.0281981 35.37326916TRUXTUN/D, NE 1060 -119.0254336 35.37329721TRUXTUN/H, NW 1058 -119.021523 35.37330877CHESTER/18TH, SW 216 -119.0188959 35.3747704921ST/L, NW 482 -119.0167728 35.3778733921ST/N, NW 1057 -119.0142929 35.3778707421ST/Q, NW 1056 -119.0111171 35.3779662921ST/R, NE 1055 -119.0091996 35.377973121ST/V, NE 1053 -119.0043329 35.37806143UNION SB SOUTH OF HWY 178 1052 -119.0033058 35.38310882NILES/SACRAMENTO, NW 1051 -118.9992681 35.38403714NILES/ALTA VISTA, NW 1050 -118.9974851 35.38388872NILES/TULARE, NW 1049 -118.9942788 35.38275986NILES/BAKER, NE 1048 -118.9903209 35.38185934NILES/GAGE, NW 1046 -118.9849581 35.38045626NILES/ROBINSON, NE 1045 -118.9827997 35.3799092NILES/HALEY, NE 1044 -118.9799285 35.37930861VIRGINIA/NILES, NW 1042 -118.9754265 35.37874833VIRGINIA/FLOWER, SW 1040 -118.9742189 35.38189708FLOWER/WEST @ KMC 876 -118.9721371 35.3817303FLOWER WB ACROSS FROM PALM 875 -118.9695255 35.38110094FLOWER/MT VERNON, NW 874 -118.9679375 35.38078975

MT VERNON/PACIFIC, NE 523 -118.9671617 35.37852538MT VERNON NB BET NILES & OREGON 522 -118.9673882 35.37656007NILES/CAMINO PRIMAVERA, NW 1039 -118.9632372 35.37550182NILES/CATALPA, NW 1038 -118.9587227 35.37559496HILLCREST CENTER/HORACE MANN, NE 1037 -118.9559713 35.37611896NILES/OSWELL, NW 1034 -118.950268 35.3759282NILES/TATE, NW 1033 -118.9476866 35.37588742NILES/ISABELL, NE 1032 -118.9450933 35.37597522NILES/PESANTE, NW 1031 -118.9431108 35.37600901NILES/MCCURDY, NW 1030 -118.9383372 35.37593139NILES/AVONDALE, NW 1029 -118.9341695 35.3759572FAIRFAX/ROSEWOOD, NE 1027 -118.9318183 35.37243691FAIRFAX/LEXINGTON, SE 1648 -118.9317542 35.37044036FAIRFAX NB NORTH OF #600, 1026 -118.9315021 35.36789124EUCALYPTUS/FAIRFAX, NE 1025 -118.9314313 35.36491102EUCALYPTUS/ WB @ #6600, 1024 -118.9300268 35.36494394EUCALYPTUS/ANSOL, NW 1023 -118.9268619 35.36502762EUCALYPTUS/DENNISON, NW 1022 -118.9219743 35.36508495FOOTHILL/PARK, NE 1720 -118.9179889 35.36694494FOOTHILL/HWY 184, NW 1755 -118.9148064 35.36682449HWY 184 NB BET EUCALYPTUS & LANORA 1018 -118.9139949 35.36560561BRECKENRIDGE/HWY 184, NE 1017 -118.9137921 35.36160831BRECKENRIDGE/ROYAL, NE 1015 -118.9093304 35.36162917BRECKENRIDGE/RIO BONITA, NE 1014 -118.9059933 35.36163349MONICA SB BET FOOTHILL & LANORA 1011 -118.9053861 35.36639483PIONEER/MONICA, SW 1010 -118.9059118 35.36867725PIONEER/ROYAL, SW 1008 -118.9104386 35.36870015PIONEER/HY 184, SE 1007 -118.9137227 35.36872776HWY 184/ROSEWOOD, SW 1006 -118.9143359 35.37219717NILES/MORNING, SW 1005 -118.9147872 35.37582618NILES/PARK, SE 1004 -118.9185529 35.3758324NILES/BRENTWOOD, SW 1003 -118.9234637 35.37593703NILES/GREENWOOD, SE 1002 -118.9261765 35.37594721NILES EB BET FAIRFAX & LYNWOOD 1001 -118.9307779 35.37563583NILES EB EAST OF SHALIMAR 1000 -118.934896 35.37563616NILES/SHALIMAR, SW 999 -118.9367074 35.37561195NILES/STERLING, SW 998 -118.9414422 35.37572694NILES/ISABELL, SE 997 -118.9452788 35.37571852NILES/TATE, SE 996 -118.9473234 35.37565341NILES/VISTA, SW 867 -118.9521956 35.3756814NILES/PENTZ, SE 994 -118.9560642 35.37549703NILES/BARLOW, SW 993 -118.9589967 35.37553936NILES/WEBSTER, SE 992 -118.962773 35.37538517NILES/MT VERNON, SE 991 -118.9668116 35.37599813MT VERNON/PACIFIC, SW 523 -118.9678135 35.37820863MT VERNON/QUINCY, SW 976 -118.9679504 35.37991614FLOWER/PALM, SE 990 -118.969344 35.38095924FLOWER/WEST, SE 989 -118.9721106 35.38194591VIRGINIA/FLOWER, SE 988 -118.9737604 35.38206932VIRGINIA/NILES, NE 986 -118.9754901 35.37862419MONTEREY/MILLER, SE 984 -118.9821943 35.3786101MONTEREY/GAGE, SE 983 -118.9852105 35.37927687MONTEREY/BEALE, SE 982 -118.988113 35.37972494MONTEREY/BAKER, SE 981 -118.9913237 35.38051959MONTEREY/TULARE, SE 980 -118.9940987 35.38133695MONTEREY EB BET UNION & STOCKTON 978 -119.0018093 35.3825837321ST/V, SE 976 -119.0046327 35.3777303921ST EB @ CENTRAL PARK 975 -119.0088163 35.3777307521ST/Q, SW 974 -119.0111726 35.377879221ST/N, SW 973 -119.0143283 35.3779448421ST/L, SW 403 -119.016896 35.3778612

CHESTER/17TH, SE 318 -119.0188333 35.37367259TRUXTUN/H, SW 972 -119.0210709 35.37304496TRUXTUN/F, SW 971 -119.023878 35.37302744TRUXTUN EB @ MERCY HOSPITAL 970 -119.0269044 35.37312789TRUXTUN/PINE, SE 969 -119.0315684 35.37335157TRUXTUN/MYRTLE, SE 968 -119.0338691 35.37332682TRUXTUN/OLIVE, SW 967 -119.0378449 35.37336114OAK/CALIFORNIA, NE 966 -119.038388 35.36879952OAK/PARK, SE 965 -119.0384349 35.3672489OAK/CHESTER LN, SE 964 -119.0384735 35.36440952OAK/PALM, NE 963 -119.0390257 35.36147127PALM/WETHERLEY, SE 962 -119.0410126 35.36074869REAL/GREENLEAF, NE 960 -119.0431333 35.35953636REAL/DALEN, SE 959 -119.043153 35.35724341STOCKDALE/WETHERLEY, NW 758 -119.0415782 35.35432327WIBLE/BELLE TERRACE, NE 958 -119.0392714 35.34708295WIBLE/WOOD LN, SE 957 -119.039336 35.34462984WIBLE NB @ TARGET 956 -119.0391697 35.34150722NILES/BEALE, NW 1047 -118.9879606 35.38115131NILES WB BET GLENWOOD & CRESTMONT -118.9534177 35.37590811

ROUTE 7

MADISON/HWY 58 OVERPASS, SW 665 -118.9943286 35.35192434PLANZ/ELDA, NW 910 -118.9916837 35.32597074CHAMBER/GRAND LAKES, SW 1810 -119.1254289 35.33092687OSWELL/CRESTLINE, NE 689 -118.9494418 35.37853455WHITE LN/PARKVIEW, NE 951 -119.1043075 35.32349319POTOMAC/MONTICELLO, SE 855 -118.9782896 35.36436723HARRIS/WHITE FOREST, SW 1773 -119.0777603 35.30326388HARRIS EB WEST OF SILVERGATE 1771 -119.0851068 35.30441638HARRIS/WILDERNESS, SE -119.0886847 35.30329499HARRIS/GOSFORD, SE 1769 -119.0917585 35.30313451GOSFORD SB @ GOSFORD VILLAGE 1768 -119.0924659 35.30842574GOSFORD/DISTRICT, SW 1767 -119.0924319 35.31254257GOSFORD/MCNAIR, NW 944 -119.0922853 35.31681062WHITE LN WB BET VIA IGLESIA & BUENA VISTA 955 -119.1253601 35.32541684WHITE LN/MOUNTAIN VISTA, NW 954 -119.119919 35.32530129WHITE LN/SADDLE, NW 953 -119.1137936 35.32529279WHITE LN/OLD RIVER, NW 952 -119.1103845 35.32527576WILSON/BLADEN, NE 928 -119.0596222 35.3319001WILSON/NEW STINE, NE 927 -119.0575874 35.33207646WILSON/STINE, NE 926 -119.0550525 35.33224626WILSON WB @ STINE SCHOOL 925 -119.0525959 35.33223718WILSON/AKERS, NW 924 -119.0481794 35.33228907WILSON/REAL, NE 923 -119.0428601 35.33216859WILSON/CASTRO, NW 238 -119.0345531 35.33195668WILSON/HUGHES, NW 237 -119.0314351 35.33194092WILSON/BENTON, NW 627 -119.0290315 35.331927WILSON/FREMONT, NW 626 -119.0235644 35.33200682PLANZ/SOUTH H, NE 918 -119.0206151 35.32479367PLANZ/SANDRA, NW 917 -119.0174424 35.32471972PLANZ/RAIDER, NE 916 -119.0102952 35.32468956PLANZ/DORE, NW 344 -119.0064386 35.32477495PLANZ/S UNION, NW 343 -119.0035326 35.32481816S UNION NB @ BARC, 294 -119.0030594 35.32104145S UNION/WHITE LN, NE 293 -119.0030696 35.3180564WHITE LN WB NEAR # 132, 915 -118.9976454 35.31731715MADISON/WHITE LN, NW 914 -118.9937443 35.31785153MADISON/BROOK, SW 913 -118.9939899 35.3207452MADISON SB BET PLANZ & BROOK 912 -118.9943189 35.32281765PLANZ/HORNE, NW 909 -118.9893639 35.32466652

PLANZ/COTTONWOOD, NW 908 -118.9856964 35.32479782COTTONWOOD/CASA GRANDE, SW 906 -118.985604 35.33010878COTTONWOOD/WATTS, SW 1792 -118.9854523 35.33188747COTTONWOOD/BRADSHAW, SW 1793 -118.9853633 35.33405534CASA LOMA/COTTONWOOD, SW 1791 -118.9857717 35.33926527CASA LOMA/LOTUS, SE 1790 -118.9895741 35.33928272CASA LOMA/MADISON, SE 899 -118.9939917 35.33931296MADISON/DEL MAR, NW 898 -118.9943932 35.34211013MADISON/E BELLE TERRACE, SW 897 -118.9941186 35.34645026MADISON/HAYES, NW 666 -118.9941309 35.34890834MADISON/E BRUNDAGE, SW 664 -118.9940809 35.35319925E BRUNDAGE/OWENS, NW 896 -118.9911288 35.35400694OWENS/TEXAS, SW 895 -118.9906932 35.35729941OWENS/VIRGINIA, NW 893 -118.9907707 35.3612146OWENS/RALSTON, NW 892 -118.9907652 35.36314318POTOMAC/ROBINSON, NW 890 -118.9890285 35.36455898POTOMAC/ML KING, NE 889 -118.9849892 35.36464185POTOMAC/WILLIAMS, NW 887 -118.9802929 35.36468741POTOMAC/MONTICELLO WB 888 -118.9784181 35.36481986POTOMAC/WASHINGTON, NE 886 -118.9760838 35.36480757POTOMAC/BEVERLY, NE 885 -118.9741016 35.3648067POTOMAC/RICHMOND, NW 884 -118.9722402 35.36474075POTOMAC/MT VERNON, NW 882 -118.9686851 35.36532751MT VERNON/E CALIFORNIA, SW 880 -118.9679452 35.36805629MT VERNON/MONTEREY, NW 578 -118.9678668 35.37532744NILES EB WEST OF MT VERNON 878 -118.9687303 35.37632141NILES/ORANGE, SE 877 -118.9724698 35.37729564VIRGINIA/OREGON, NW 1738 -118.9754501 35.37930973VIRGINIA/FLOWER, SW 1040 -118.9741425 35.38199367FLOWER WB ACROSS FROM PALM 875 -118.9692256 35.38122377FLOWER/MT VERNON, NW 874 -118.9678306 35.38103482MT VERNON/COLLEGE, SW 575 -118.9673681 35.38235669COLLEGE/CORRIENTES, NE 873 -118.9663571 35.38309058COLLEGE/MANLEY, NW 872 -118.9626694 35.38325784COLLEGE/LOS ROBLES, NE 871 -118.9603055 35.38305121COLLEGE/CHEVY CHASE, NW 870 -118.9564811 35.38308644COLLEGE/COUNTRY CLUB, NW 869 -118.9532957 35.38308932COLLEGE/OSWELL, NW 868 -118.9500581 35.38297546OSWELL/FERNVALE, NE 690 -118.9491955 35.38056643OSWELL/NILES, NE 688 -118.9491619 35.37610372OSWELL/LAKE, NE 687 -118.9493688 35.37401893CENTER/VISTA, SW 866 -118.9521859 35.37209041CENTER/PENTZ, SE 865 -118.9559797 35.37205441CENTER/BARLOW, SW 864 -118.9588815 35.37217064CENTER/WEBSTER, SE 863 -118.9630276 35.37223832CENTER EB @ # 2333 862 -118.9657325 35.37221848TAUCHEN/KENTUCKY, SW 861 -118.9670433 35.37236599MT VERNON/E CALIFORNIA, NE 520 -118.9673804 35.36922558MT VERNON NB BET POTOMAC & LUCKY 859 -118.9674778 35.36543404POTOMAC EB ACROSS FROM CHAPMAN 858 -118.9710783 35.36503892POTOMAC/BEVERLY, SE 857 -118.9744555 35.36492875POTOMAC/WASHINGTON, SW 856 -118.9768325 35.36473062POTOMAC/WILLIAMS, SE 854 -118.9812575 35.36488887POTOMAC/BROWN, SW 853 -118.9828736 35.36486411POTOMAC/ML KING, SE 852 -118.9849995 35.36483758POTOMAC/S ROBINSON, SW 851 -118.9888181 35.36466605OWENS/RALSTON, NE 849 -118.9907449 35.36303617OWENS/VIRGINIA, SE 848 -118.9905939 35.36078739OWENS/TEXAS, SE 846 -118.9907245 35.35726904OWENS/E BRUNDAGE, NE 845 -118.9909564 35.35411695E BRUNDAGE/MADISON, SE 844 -118.9937296 35.35376534

MADISON/DERRELL, NE 738 -118.9940589 35.35186523MADISON/HAYES, NE 737 -118.9941555 35.34899051MADISON/E BELLE TERRACE, NE 736 -118.9942193 35.34692831MADISON/BELLE TERRACE, NE 843 -118.9944972 35.34466884MADISON/DEL MAR, NE 842 -118.9943409 35.34212973MADISON/CASA LOMA, NE 841 -118.9943281 35.33969029CASA LOMA/LOTUS, NW 1789 -118.9904731 35.33922409CASA LOMA/COTTONWOOD, NW 1788 -118.9862566 35.33909726COTTONWOOD/BRADSHAW, NE 1794 -118.9858975 35.33436773COTTONWOOD/WATTS, NE 1787 -118.9855921 35.33218806COTTONWOOD/CASA GRANDE, SE 834 -118.985256 35.32994631COTTONWOOD NB @ FRIENDSHIP HOUSE 833 -118.9855363 35.32786058PLANZ/COTTONWOOD, SW 832 -118.986418 35.32453619PLANZ/HORNE, SW 831 -118.9893421 35.32437472PLANZ/ELDA, SE 830 -118.992565 35.32426496MADISON NB BET BROOK & PLANZ 828 -118.9935251 35.32287933MADISON/BROOK, SE 827 -118.9943037 35.3204988MADISON/WHITE LN, NE 826 -118.9947152 35.31767465WHITE LN EB @ 117 825 -118.9981198 35.31699178WHITE LN/UNION, SE 824 -119.0025879 35.31753091S UNION/PLANZ, SW 822 -119.0036948 35.32408436PLANZ EB @ PAULY SCHOOL 821 -119.0065362 35.32442483PLANZ/S CHESTER, SE 820 -119.0086109 35.32450691PLANZ/RAIDER, SE 819 -119.0105479 35.32434246PLANZ/SANDRA, SE 818 -119.0162361 35.32446587PLANZ/SOUTH H, SE 817 -119.0200753 35.32454503SOUTH H SB @ BENTON PARK CENTER 814 -119.0221434 35.33017866WILSON/SOUTH H, SW 813 -119.0222527 35.33189652WILSON/FREMONT, SW 812 -119.0241008 35.33184512WILSON/HUGHES, SE 811 -119.0299337 35.3319307HUGHES/HOLDEN, NW 235 -119.0300228 35.3362434HUGHES/MING, SW 234 -119.0301265 35.33806102SOUTHWEST TRANSIT CENTER 241 -119.0384478 35.33703823WIBLE/WILSON, NE 239 -119.0387494 35.33259299WILSON/REAL, SE 809 -119.0428815 35.33191517WILSON/AKERS, SE 808 -119.047418 35.33185323WILSON/ACTIS, SE 807 -119.0518119 35.33173681WILSON/STINE, SE 806 -119.0550542 35.33198709WILSON/NEW STINE, SE 805 -119.0574312 35.33175902WILSON EB BET WESTMINSTER & BLADEN 804 -119.0606695 35.33117217WILSON/WESTHOLME, SE 802 -119.0644493 35.33070856WILSON/EDGEMONT, SE 801 -119.0652801 35.32950823WILSON NB BET PLANZ & BRIARWOOD 800 -119.0655749 35.32573938WILSON/SAGE, SE 799 -119.0661395 35.32286289WILSON/WHITE LN, NE 797 -119.0695307 35.31838001WHITE LN EB BET SHELBY & LOUISVILLE 794 -119.079012 35.31824962WHITE LN/LILY, SW 793 -119.0839891 35.31810397WHITE LN/TUBAC, SW 792 -119.0871818 35.31795628GOSFORD/MCNAIR, NE 790 -119.0917592 35.31709135GOSFORD NB BET DISTRICT & MCNAIR @ DENNYS 1742 -119.0918248 35.31497653GOSFORD NB N OF RR TRACKS a@ WENDYS 1785 -119.0916349 35.31148767GOSFORD NB ACROSS FROM SAMS CLUB 1784 -119.0919105 35.30897125HARRIS WB BET NOBLE ROW & GOSFORD 1783 -119.0914483 35.30335745HARRIS/SPRING CREEK LOOP, NE 1782 -119.0889101 35.30353731HARRIS/SILVERGATE, NW 1781 -119.0844983 35.30458386HARRIS/RELAINCE, NW 1780 -119.0806156 35.30412547RELIANCE NB BET TRAIL PEAK & BUFFALO PEAKS 1779 -119.0816957 35.300627RELIANCE/FIREBAUGH, NE 1778 -119.082757 35.29778713PANAMA LN/POWDERHORN NW 1777 -119.0811389 35.29621496ASHE/SUNRISE CREST, SW 1776 -119.0747305 35.29711517ASHE/QUINN CANYON, SW 1775 -119.0751721 35.30125007

ASHE/HARRIS, SW 1774 -119.0752821 35.30265795WHITE LN/GOSFORD, SE 791 -119.0913808 35.31760544WHITE LN/PIN OAK, SE 1795 -119.0980335 35.31811789WHITE LN/PARKVIEW, SE 783 -119.1039715 35.32341204WHITE LN/OLD RIVER, SE 782 -119.1078831 35.32446056WHITE LN/SADDLE, SE 781 -119.1121492 35.32479574WHITE LN/MOUNTAIN VISTA, SE 780 -119.1180747 35.32502536MOUNTAIN VISTA/REDBRIDGE, NW 1644 -119.1188913 35.3270001GRAND LAKES/RYCROFT EB 1643 -119.1210472 35.32801522GRAND LAKES/EAGLE CREST, SE 779 -119.1235484 35.32939321CHAMBER/ORKNEY, SE 778 -119.1254384 35.33048701WHITE LN/GOSFORD, NW 1786 -119.0928216 35.318156WHITE LN/CERNAN WAY, NE 943 -119.0890857 35.31816733WHITE LN/TUBAC, NW 942 -119.0870808 35.31810666WHITE LN/PIN OAK, NW 950 -119.0988056 35.31864816WHITE LN/LILY, NW 941 -119.0838638 35.31814506WHITE LN WB BET LOUISVILLE & SHELBY -119.0788077 35.31821192WHITE LN WB @ #6500, 939 -119.0758768 35.31806398WILSON/NUTMEG, NW 935 -119.0677666 35.32098035WILSON/WHITE LN, NW 936 -119.0692217 35.31848669WILSON/SAGE, NW 934 -119.0658598 35.32328735WILSON/PLANZ, SW 933 -119.0658638 35.32476305FLOWER/WEST @ KMC 876 -118.9714184 35.38110921WILSON WB ACROSS FROM COURTLEIGH 929 -119.0620646 35.33135145WILSON/WESTHOLME, NE 930 -119.0645603 35.33063984BUENA VISTA NB @ STKDL HIGH 777 -119.1271093 35.32588465MADISON/RR TRACKS, SB 1830 -118.9941946 35.34738939WHITE LN WB WEST OF MEI YEN 938 -119.0723582 35.31819269WHITE LN EB EAST OF ASHE 796 -119.0733892 35.31793823HARRIS/RELIANCE, SE 1772 -119.080212 35.30401222WILSON SB BET EDGEMONT & BRIARWOOD 931 -119.0646919 35.32675785

ROUTE 6

MADISON/HWY 58 OVERPASS, SW 665 -118.9943146 35.35158249OSWELL/PICO, NE 694 -118.9489887 35.39089501POTOMAC/DORRANCE, NE 1814 -118.9549998 35.36468569POTOMAC EB WEST OF FRNTG RD, 684 -118.9513732 35.36480487POTOMAC WB BET 3026 & 3022, 1815 -118.950999 35.3648085OSWELL/CRESTLINE, NE 689 -118.9494418 35.37853455COTTONWOOD/CANNON, SE 671 -118.9857096 35.34830026COLUMBUS/DARWIN, NE 547 -118.9500124 35.40152292SOUTHWEST TRANSIT CENTER 241 -119.0387552 35.33726266WIBLE/BELLE TERRACE, SW 1072 -119.0386652 35.34610343BRUNDAGE/CYPRESS, NW 641 -119.0362321 35.35429568BRUNDAGE WB BET MYRTLE & BEECH 755 -119.0340075 35.35438422BRUNDAGE/A, NW 753 -119.0298242 35.35398248BRUNDAGE/OLEANDER, NW 752 -119.0256339 35.3539921BRUNDAGE/H, NW 750 -119.0215718 35.35392846BRUNDAGE/CHESTER, NE 749 -119.018195 35.35397268BRUNDAGE/L, NE 748 -119.015711 35.35431244BRUNDAGE/N, NE 747 -119.0138559 35.35330786BRUNDAGE/P, NE 746 -119.011555 35.35330942BRUNDAGE/T, NW 745 -119.0088324 35.35331121BRUNDAGE WB BET V & U 743 -119.0055348 35.3533133BRUNDAGE/UNION, NW 742 -119.003627 35.35331447E BRUNDAGE WB BET BLISS & LIGGETT 741 -119.0004623 35.35331634E BRUNDAGE/OHIO, NW 740 -118.9972564 35.35331815E BRUNDAGE/MADISON, NW 739 -118.994228 35.35328333MADISON/DERRELL, NE 738 -118.9936775 35.35166844MADISON/HAYES, NE 737 -118.9936756 35.34923596MADISON/E BELLE TERRACE, NE 736 -118.9936851 35.3470196

E BELLE TERRACE/GAY, NW 735 -118.9926726 35.34677914E BELLE TERRACE WB BET # 912 & 914 734 -118.9900049 35.34658245E BELLE TERRACE WB ACROSS FROM CITADEL 733 -118.9887398 35.34646816E BELLE TERRACE/COTTONWOOD, NW 732 -118.9860914 35.34647591COTTONWOOD/MCNEW, SW 731 -118.9852989 35.34914178FELIZ WB BET SIMPSON & COTTONWOOD 730 -118.9838866 35.35038922FELIZ/FRANCO, NW 1717 -118.9807408 35.35039056FELIZ/SIMON, NE 729 -118.9780003 35.35059199WASHINGTON/E BRUNDAGE, SW 728 -118.976064 35.35340962MT VERNON/E BRUNDAGE, NW 727 -118.9669977 35.35427848MT VERNON/TEXAS, SW 726 -118.9669992 35.35759719MT VERNON/VIRGINIA, NW 725 -118.9670011 35.36168091MT VERNON/POTOMAC, SW 724 -118.9670023 35.36426533POTOMAC WB ACROSS FROM WITHEE 723 -118.9644971 35.36442832POTOMAC/HAYSLETT, NE 722 -118.9608772 35.36491901POTOMAC/QUANTICO, NW 721 -118.9584393 35.3649196OSWELL/OSWELL FRONTAGE NW, NW 1734 -118.9495248 35.36939551OSWELL/CENTER, SW 718 -118.9495255 35.37210426OSWELL/NILES, SW 716 -118.9495263 35.37564019OSWELL/HORACE MANN, SW 715 -118.9495267 35.37738328OSWELL/CRESTLINE, NW 714 -118.9495102 35.37889058OSWELL/COLLEGE, NW 713 -118.9496294 35.38324754OSWELL/JADE, SW 712 -118.9496301 35.38600575OSWELL/KENT, NW 711 -118.9497478 35.38857632OSWELL/BERNARD, SW 710 -118.9496448 35.39150295OSWELL SOUTHBOUND ACROSS FROM E HILLS VILLAGE 539 -118.9491793 35.39438961AUBURN/HIGHLAND CT, NE 708 -118.943296 35.39747058AUBURN/LA COSTA, NE 707 -118.9397401 35.3975447AUBURN/ABERDEEN, NE 706 -118.9372413 35.3976268AUBURN WB BET DEER TRAIL & PARKFIELD 705 -118.9340158 35.39792063AUBURN/FAIRFAX, NW 704 -118.9303182 35.3979654AUBURN EAST OF # 6100 761 -118.9253654 35.39843822AUBURN WB WEST OF AUBURN HEIGHTS 760 -118.9198423 35.39843393MORNING/PANORAMA, SW 759 -118.9140445 35.40190962PANORAMA/MORNING, SW 756 -118.9146995 35.40285304PANORAMA/STONE CANYON, SW 1805 -118.919442 35.40315171PANORAMA/SHILOH RANCH, SW 702 -118.9249583 35.40264485PANORAMA/FAIRFAX, SW 701 -118.9300216 35.40259529PANORAMA/RANCHO SIERRA, SW 700 -118.9327449 35.40259721UNIVERSITY/PANORAMA, SE 699 -118.938069 35.40515827UNIVERSITY/CAMDEN, SE 698 -118.9446029 35.40475367COLUMBUS/UNIVERSITY, SE 695 -118.9495117 35.40469655OSWELL/COLUMBUS, SE 546 -118.9494074 35.39948791OSWELL/AUBURN, NE 545 -118.9494089 35.39770411OSWELL/E HILLS VILLAGE, NE 544 -118.9494122 35.39372926BERNARD/CLEO, SW 543 -118.9514305 35.39184007BERNARD/NEW MARKET, SE 542 -118.9566321 35.39197204MALLVIEW @ E HILLS MALL 540 -118.9559227 35.39408412OSWELL/KENT, NE 693 -118.9493804 35.38804967OSWELL/JADE, SE 692 -118.9493289 35.38575529OSWELL/COLLEGE, NE 691 -118.9489214 35.38310961OSWELL/FERNVALE, NE 690 -118.9489236 35.38043OSWELL/NILES, NE 688 -118.9487157 35.3761251OSWELL/LAKE, NE 687 -118.9488023 35.37402693OSWELL/CENTER, SE 686 -118.9492624 35.37171008OSWELL NB NORTH OF PIONEER 685 -118.9493474 35.36916039POTOMAC/DORRANCE, SE 683 -118.9544787 35.36441359POTOMAC/QUANTICO, SE 682 -118.9578173 35.36479665POTOMAC/HAYSLETT, SE 681 -118.9605086 35.36466656POTOMAC/HAZEL, SE 680 -118.9628986 35.36484132POTOMAC/MT VERNON, SE 678 -118.9664916 35.36460601

MT VERNON/VIRGINIA, NE 677 -118.9662974 35.36149506MT VERNON NB ACROSS FROM # 216, 676 -118.966589 35.35653393MT VERNON/E BRUNDAGE, NE 675 -118.9670097 35.35430559E BRUNDAGE/WASHINGTON, SE 674 -118.9753388 35.35338763FELIZ/FRANCO, SE 1638 -118.9801313 35.35009799FELIZ EB BET COTTONWOOD & SIMPSON 672 -118.9834869 35.34996315E BELLE TERRACE WB @ CAREER CENTER 1752 -118.9829827 35.34638061E BELLE TERRACE/COTTONWOOD, SW 670 -118.9853796 35.34618455E BELLE TERRACE/JASTRO, SE 669 -118.9888358 35.34641617E BELLE TERRACE/GAY, SE 668 -118.9908892 35.3465193MADISON/HAYES, NW 666 -118.9939358 35.34895574MADISON/E BRUNDAGE, SW 664 -118.9940443 35.35320551E BRUNDAGE/OHIO, SE 663 -118.9965774 35.35370897E BRUNDAGE/LIGGETT, SE 661 -119.0009572 35.35368935BRUNDAGE/U, SE 660 -119.0058519 35.35352841BRUNDAGE/BERNETA, SW 658 -119.0083191 35.35348983BRUNDAGE/P, SE 657 -119.0110769 35.35352016BRUNDAGE/N, SW 656 -119.0142013 35.35347317BRUNDAGE/L, SE 655 -119.0159779 35.3535424BRUNDAGE/CHESTER, SE 654 -119.0182315 35.35360599BRUNDAGE/H, SE 653 -119.020579 35.3536016BRUNDAGE/OLEANDER, SW 651 -119.0253593 35.35354492BRUNDAGE/HUGHES, SE 650 -119.0285374 35.35367491BRUNDAGE/MYRTLE, SW 648 -119.0335679 35.35361354BRUNDAGE EB BET WIBLE & OLIVE 647 -119.0373421 35.35360863WIBLE/BELLE TERRACE, NE 958 -119.0382083 35.34648225WIBLE/WOOD LN, SE 957 -119.03854 35.34450863WIBLE NB @ TARGET 956 -119.0382068 35.34173527AUBURN WB BETWEEN MAYWOOD & CATALINA 709 -118.9469131 35.3979753MADISON/RR TRACKS, SB 1830 -118.9941946 35.34738939

ROUTE 5

A/VERDE, NW 609 -119.0294797 35.35574775CALIFORNIA/T, NE 593 -119.0076115 35.36812354COLUMBUS/DARWIN, NE 547 -118.950372 35.40062768DOWNTOWN TRANSIT CENTER 227 -119.0194538 35.37860715WIBLE NB NORTH OF SW TRANSIT CENTER 1646 -119.0388311 35.33767388WIBLE/WILSON, NE 239 -119.0387437 35.33201942WILSON/CASTRO, NW 238 -119.03393 35.33153985WILSON/HUGHES, NW 237 -119.0314131 35.33160021WILSON/BENTON, NW 627 -119.0285127 35.33190425WILSON/FREMONT, NW 626 -119.0236038 35.33199585SOUTH H/WILSON, NW 625 -119.0214495 35.33196284SOUTH H/CUSTER, SW 624 -119.0213865 35.33390025SOUTH H SB BET BRADLEY & SOUTHGATE 623 -119.0213682 35.33585551SOUTH H/MING, SW 622 -119.0212652 35.33860693SOUTH H/TALISMAN, SW 621 -119.0215741 35.34027584SOUTH H/RADIANCE, NW 620 -119.0214156 35.34198661SOUTH H/CELCIL BRUNNER, SW 619 -119.0214849 35.34419432SOUTH H/BELLE TERRACE, SW 618 -119.0212504 35.34590806BELLE TERRACE/HOUCHIN, SW 617 -119.0238387 35.34589729BELLE TERRACE/OLEANDER, SW 616 -119.0261758 35.34637971BELLE TERRACE/BALDWIN, SE 615 -119.0287656 35.34644285BALDWIN/LESTER, SW 614 -119.0288865 35.34814428BALDWIN SB ACROSS FROM # 426 613 -119.0289243 35.34963667HUGHES/TERRACE WAY, NW 612 -119.0299567 35.35034318HUGHES/BRITE, NW 611 -119.0299545 35.35150562HUGHES/BRUNDAGE, SW 610 -119.0295847 35.35346666A/BUENA VISTA, SW 607 -119.0293721 35.35941177A/PALM, NW 606 -119.0293564 35.36122287A/CHESTER LN, NW 604 -119.0292578 35.36478706

A/CALIFORNIA, SW 602 -119.0292145 35.36764342CALIFORNIA/OLEANDER, NW 601 -119.0260623 35.36817541CALIFORNIA/F WB @ BHS 600 -119.0237021 35.36849631CHESTER/CALIFORNIA, NW 598 -119.0191479 35.36810657CALIFORNIA/L, NW 597 -119.0167049 35.36791091CALIFORNIA/N, NW 596 -119.0142295 35.36797344CALIFORNIA/P, NW 595 -119.0120448 35.36798325CALIFORNIA/R, NE 594 -119.0091009 35.36806541CALIFORNIA/UNION, NW 592 -119.0035735 35.36809796E CALIFORNIA/INYO, NW 591 -119.0014958 35.36788167E CALIFORNIA WB BET KERN & TULARE 590 -118.9986483 35.36816234E CALIFORNIA/BAKER, NE 589 -118.9955512 35.36815815E CALIFORNIA/KING, NE 588 -118.9936203 35.36819327E CALIFORNIA/OWENS, NE 587 -118.990521 35.36807588E CALIFORNIA/ROBINSON, NW 586 -118.9878765 35.36793931E CALIFORNIA/HALEY, NE 585 -118.9831239 35.36799238BROWN/E 18TH, SW 1750 -118.9815518 35.3698303E TRUXTUN WB @ HOMELESS SHELTER 1749 -118.9792042 35.37279831E CALIFORNIA/WASHINGTON, NW 1739 -118.9766656 35.36819409E CALIFORNIA/BATES, NW 582 -118.973847 35.36822925E CALIFORNIA/CHAMBERLAIN, NE 581 -118.9696366 35.36844118MT VERNON/MONTEREY, NW 578 -118.9674514 35.37543222MT VERNON/PACIFIC, SW 523 -118.967436 35.3781842MT VERNON/QUINCY, NW 576 -118.9675171 35.37979591MT VERNON/COLLEGE, SW 575 -118.9674729 35.38224939MT VERNON/RIDGE, SW 574 -118.9675531 35.38587443MT VERNON/BERNARD, SW 573 -118.9674082 35.38965382MT VERNON/DEL AMO, SW 572 -118.9674618 35.39102159MT VERNON SB @ # 2658 571 -118.9675686 35.3925146MT VERNON/COLUMBUS, SW 570 -118.9676693 35.39641927COLUMBUS/LOYOLA, NW 567 -118.9621078 35.39716578COLUMBUS/WENATCHEE, NW 566 -118.958706 35.39713839COLUMBUS WB NEAR # 3306 565 -118.9552514 35.39725372COLUMBUS/AUBURN, NW 564 -118.9539665 35.39776118AUBURN/OSWELL, NW 563 -118.95178 35.397547OSWELL/AUBURN, NW 562 -118.9498766 35.39770059OSWELL/COLUMBUS, SW 561 -118.9504693 35.39973454UNIVERSITY/COLUMBUS, SW 559 -118.9502204 35.40480543UNIVERSITY/REDLANDS, SE 560 -118.9521093 35.40482727UNIVERSITY/RALLY, SE 558 -118.9557359 35.40487588UNIVERSITY/WENATCHEE, SW 557 -118.9592079 35.40475388UNIVERSITY/ETON, SE 556 -118.961484 35.40474647UNIVERSITY/DANA, SE 555 -118.9647151 35.40482851MT VERNON/UNIVERSITY, NW 101 -118.9678383 35.40497445BAKERSFIELD COLLEGE 1863 -118.9688872 35.41035064MT VERNON/UNIVERSITY, NE 442 -118.9675955 35.40536311UNIVERSITY/DANA, NW 553 -118.9648722 35.40494095UNIVERSITY/ETON, NW 552 -118.9621379 35.40484605UNIVERSITY/ WENATCHEE, NW 551 -118.9591238 35.40476447UNIVERSITY/RALLY, NE 549 -118.9556126 35.40497458UNIVERSITY/REDLANDS, NE 550 -118.9525457 35.40499503UNIVERSITY/COLUMBUS, NE 548 -118.9504683 35.40472026OSWELL/COLUMBUS, SE 546 -118.950698 35.39878071OSWELL/AUBURN, NE 545 -118.9492399 35.39790851OSWELL/E HILLS VILLAGE, NE 544 -118.9493262 35.39368679BERNARD/CLEO, SW 543 -118.9512908 35.39162826BERNARD/NEW MARKET, SE 542 -118.9568737 35.39189017MALLVIEW @ E HILLS MALL 540 -118.9565162 35.39440583OSWELL SB ACROSS FROM E HILLS VILLAGE 544 -118.9496573 35.39427431AUBURN EB WEST OF OSWELL 538 -118.9504523 35.39725331COLUMBUS/AUBURN, SW 537 -118.9532535 35.39778273

COLUMBUS EB BET ESTATES & PARKHILL 536 -118.9558189 35.39706615COLUMBUS/WENATCHEE, SE 535 -118.9579872 35.39713332COLUMBUS/LOYOLA, SE 534 -118.9609896 35.39710202COLUMBUS/RICE, SW 533 -118.9645087 35.39698417COLUMBUS/MT VERNON, SE 532 -118.9663075 35.39680759MT VERNON NB @ ALBERTSONS 531 -118.9667683 35.39574812MT VERNON/HERITAGE, NE 528 -118.9669197 35.38776351MT VERNON/RIDGE, SE 527 -118.9669879 35.38592487MT VERNON/COLLEGE, NE 525 -118.9664994 35.38274762MT VERNON/FLOWER, NE 524 -118.9668198 35.38102825MT VERNON/PACIFIC, NE 523 -118.9665415 35.37819143MT VERNON NB BET NILES & OREGON 522 -118.9666012 35.37640009MT VERNON NB BET LAKE & MONTEREY 521 -118.9667422 35.37391894MT VERNON/E CALIFORNIA, NE 520 -118.966992 35.36853671E CALIFORNIA/CHAMBERLAIN, SE 519 -118.9692615 35.36787645E CALIFORNIA/BATES, SW 518 -118.97362 35.36781313E CALIFORNIA/WASHINGTON, SE 1740 -118.9753447 35.36793454WASHINGTON SB SOUTH OF E TRUXTUN 1751 -118.9757862 35.37166256WILLIAMS/E TRUXTUN, SE 584 -118.9783296 35.37219392WILLIAMS/E CALIFORNIA, NE 516 -118.9797971 35.36845557E CALIFORNIA/BROWN, SW 515 -118.9822025 35.36757818E CALIFORNIA/ML KING, SW 514 -118.9843177 35.36769985E CALIFORNIA/ROBINSON, SE 513 -118.986871 35.36760124E CALIFORNIA/OWENS, SE 512 -118.9899769 35.36765506E CALIFORNIA/S KING, SE 511 -118.992861 35.36756178E CALIFORNIA/BAKER, SW 510 -118.9962282 35.36769697E CALIFORNIA/UNION, SE508 -119.0016738 35.36804853CALIFORNIA/PERSHING, SE 507 -119.0035326 35.36777429CALIFORNIA/T, SE 506 -119.006672 35.36771736CALIFORNIA/R, SW 505 -119.0093051 35.36804215CALIFORNIA/P, SE 504 -119.0113792 35.36804227CALIFORNIA/N, SE 503 -119.0134231 35.36819872CALIFORNIA/L, SE 502 -119.015893 35.36822437CALIFORNIA/CHESTER, SE 501 -119.0181612 35.368085CHESTER/TRUXTUN, SW 217 -119.0185882 35.37225043CHESTER/18TH, SW 216 -119.0183325 35.37440977CHESTER/17TH, SE 318 -119.0178225 35.37354773CHESTER/CALIFORNIA, NE 316 -119.0184141 35.36816728CALIFORNIA/G, SE 500 -119.021947 35.36798442CALIFORNIA/OLEANDER, SE 499 -119.0245921 35.36772941CALIFORNIA/C, SE 498 -119.0269462 35.36761444A/CALIFORNIA, SE 497 -119.0290213 35.36804687A/CHESTER LN, SE 495 -119.0291044 35.36435857A/BUENA VISTA, NE 492 -119.0292451 35.35985739A/BANK, NE 491 -119.0290558 35.35799838A/VERDE, NE 490 -119.0286861 35.35578339HUGHES/BRUNDAGE, SE 489 -119.0291891 35.35311637HUGHES/COLTON, SE 488 -119.0297051 35.35070499BALDWIN/TERRACE WAY, SE 487 -119.0285123 35.34960502BALDWIN/LESTER, SE 486 -119.0281804 35.34797828BALDWIN/BELLE TERRACE, SE 485 -119.02843 35.34585493BALDWIN/LA FRANCE, SE 484 -119.0287813 35.34232834BALDWIN/MING, NE 483 -119.0290872 35.33944494MING/CASTRO, SE 242 -119.034005 35.33891007MT VERNON/DEL AMO, SE 529 -118.9673355 35.39077726COLUMBUS/RICE, NW 568 -118.9645605 35.39756178

ROUTE 4

BERNARD/N KING, NE 464 -118.9861184 35.39004915COLUMBUS/MT VERNON, NW 447 -118.9679941 35.39759402DOWNTOWN TRANSIT CENTER 227 -119.0197308 35.37891964

M/24TH, NW 1647 -119.0153428 35.38117253M/28TH, SW 480 -119.0152317 35.3839175730TH/JEWETT, NE 478 -119.0141219 35.3861951730TH/Q, NW 476 -119.0110783 35.38620686Q/32ND, NW 475 -119.0104961 35.38816642Q/34TH, SW 474 -119.0105799 35.3897718634TH WB @ MEM HOSP 472 -119.0063385 35.3897388834TH WB BET UNION & MEM HOSP471 -119.0040956 35.39016535BERNARD/UNION, NE 470 -119.0017813 35.38935356BERNARD WB BET SACRAMENTO & STOCKTON 469 -118.9999109 35.38942432BERNARD/GOODMAN, NE 468 -118.9969564 35.38968804BERNARD/N INYO, NW 1636 -118.992694 35.38992107BERNARD/N TULARE, NW 466 -118.9908696 35.38995056BERNARD/N KERN, NE 465 -118.9888798 35.39001879RIVER/KNOTTS, NW 463 -118.9852288 35.39107175RIVER SB BET JEFFREY & HEIGHT 462 -118.9850103 35.39367714RIVER/WATER, NW 461 -118.9852111 35.3950381RIVER/COLUMBUS, SW 460 -118.9849676 35.39653096COLUMBUS/HALEY, NW 451 -118.9767683 35.39676122COLUMBUS/POMONA, NE 449 -118.9728313 35.39699771COLUMBUS/OCCIDENTAL, NE 448 -118.9701989 35.3972582MT VERNON/NOBLE, SW 446 -118.9675357 35.39938462MT VERNON/RENEGADE, SW 445 -118.9675068 35.40206981MT VERNON SB BET UNIVERSITY & DUKE 444 -118.9676982 35.40415214MT VERNON/UNIVERSITY, NW 101 -118.967693 35.40516915BAKERSFIELD COLLEGE 1863 -118.9690567 35.4102592MT VERNON/UNIVERSITY, NE 442 -118.9671472 35.40491125MT VERNON/RENEGADE, NE 441 -118.9672122 35.40259933MT VERNON/NOBLE, NE 440 -118.9672245 35.399858MT VERNON/COLUMBUS, NE 439 -118.9674597 35.39758986COLUMBUS EB @ COLLEGE CENTER 436 -118.973641 35.39667022COLUMBUS/HALEY, SE 435 -118.9756347 35.39669723COLUMBUS EB @ SAGEBRUSH CENTER 433 -118.9821482 35.39666212COLUMBUS/RIVER, SE 432 -118.9844858 35.39684577RIVER/WATER, NE 425 -118.984738 35.395274RIVER NB BET KNOTTS & GOODMAN 423 -118.9850676 35.3913532BERNARD EB ACROSS FROM N KING 422 -118.985991 35.38983571BERNARD/BAKER, SW 421 -118.9888557 35.38914517BERNARD/INYO, SW 1635 -118.9937607 35.3894794BERNARD/MAGNOLIA, SW 418 -118.9974911 35.38939192BERNARD/UNION, SE 416 -119.0017697 35.3894892234TH EB ACROSS FROM MEM HOSP 414 -119.0062983 35.38987001Q/34TH, SE 412 -119.0101197 35.38913298Q NB BET 30TH & 32ND 410 -119.0100294 35.3867763130TH/ESPEE, SE 409 -119.0133763 35.38509523M/GOLDEN STATE, NE 407 -119.0148399 35.38420388M/26TH, SE 406 -119.0150081 35.38202147M/24TH, SE 405 -119.0152571 35.38023523M BET 21ST & 22ND 402 -119.0153012 35.3777583221ST/L, SW 403 -119.0169302 35.37747714COLUMBUS EB BET SUNNY LN & OCCIDENTAL 438 -118.9701682 35.39731354COLUMBUS/BUCKNELL, NE 453 -118.9814309 35.397306

ROUTE 3

AIRPORT/DOUGLAS, SW 376 -119.0394625 35.42636002CHINA GRADE/GOLDENROD, NW 1817 -119.0337316 35.42669505CHINA GRADE/MCCRAY, NW 1816 -119.031286 35.42653689BUCK OWENS/ORRIN, SW @ #333, 387 -119.0430044 35.39060067DOWNTOWN TRANSIT CENTER 227 -119.0194538 35.3786071523RD/F, SW 400 -119.0242432 35.3795340824TH EB BET OAK & ELM 396 -119.036978 35.38040043

BUCK OWENS SB @ # 2619 395 -119.0429719 35.38477607SILLECT WB ACROSS FROM # 3223 394 -119.0411362 35.38557009SILLECT/ARROW, NW 393 -119.0383054 35.3866205SILLECT SB SOUTH OF # 3201 392 -119.0376545 35.38851488GILMORE/ARROW, SW 391 -119.0392472 35.3888127GILMORE EB BET BUCK OWENS & ARROW 390 -119.040497 35.38901728BUCK OWENS/GULF, SW 388 -119.043099 35.39340763BUCK OWENS SB ACROSS FROM HWY PATROL 389 -119.0432433 35.39622332AIRPORT/STATE, NW 385 -119.0405438 35.40305258AIRPORT/ROBERTS, NW 384 -119.0387621 35.40860807OLIVE EB NEAR GOODWILL 158 -119.0443142 35.41188263OLIVE/ROBERTS, SE 157 -119.0477427 35.41193888CASTAIC/WOODROW @ #1438 383 -119.052417 35.41551324WOODORW/SHELDON, NW 382 -119.0496535 35.41622722WOODROW/SCOFIELD, NW 381 -119.0457826 35.41630386WOODROW/SANFORD, NW 380 -119.0439453 35.41629658AIRPORT/CASTAIC, SW 378 -119.0395777 35.41824921AIRPORT/ANN ARBOR, NW 377 -119.0390308 35.4227028OLD AIRPORT TERMINAL 375 -119.0441466 35.4284887MCCRAY/FRANCIS, SE 371 -119.0296753 35.42364471MCCRAY/RAY, SE 370 -119.0294546 35.42122858MCCRAY/NORRIS, NE 369 -119.0296234 35.41929484OILDALE/EL TEJON, NE 368 -119.0299024 35.41791763OILDALE/WOODROW, NE 367 -119.0299103 35.41638972OILDALE/DECATUR, NE 366 -119.0297759 35.4134605DECATUR/SEQUOIA, SE 365 -119.0341377 35.41315554DECATUR/AIRPORT, SE 364 -119.0380015 35.41179458AIRPORT/ROBERTS, NE 133 -119.0384194 35.40791582AIRPORT/STATE, NE 362 -119.0407041 35.40245455BUCK OWENS/RIO MIRADA, SE 361 -119.0433134 35.39767435BUCK OWENS NB @ 4100 360 -119.0425053 35.39585994BUCK OWENS/GULF, SE 359 -119.0423655 35.39288602BUCK OWENS/ORIN, NE 358 -119.0426836 35.39059875GILMORE/BUCK OWENS, NE 357 -119.0423002 35.3889765GILMORE/ARROW, NW 356 -119.0388517 35.38890543SILLECT NB @ KERN REGIONAL CENTER 355 -119.0371068 35.38811696SILLECT EB @ HEART HOSPITAL 354 -119.0392923 35.38551146SILLECT EB EAST OF CRYSTAL PALACE 353 -119.040903 35.38542907BUCK OWENS @ # 2620 352 -119.0425576 35.3844213524TH/OLIVE, NW 351 -119.0373697 35.3807626824TH/BAY, NE 348 -119.0277107 35.3808539224TH/F, NW 346 -119.0240838 35.3807826224TH/H, NW 345 -119.0215265 35.38079358OLIVE/AIRPORT, SW 160 -119.0395887 35.41211035

ROUTE 2

PANAMA/NADEAU, SE 1813 -119.0070859 35.29558408CHESTER/CALIFORNIA, SW 218 -119.0189359 35.36774322DOWNTOWN TRANSIT CENTER 227 -119.0197838 35.37853594PLANZ/DORE, NW 344 -119.0061647 35.32463173PLANZ/S UNION, NW 343 -119.0037101 35.32406428N CHESTER/COUNTRYSIDE, NE 342 -119.0260067 35.4467732N CHESTER NB @ HIGHLAND KNOLLS ESTATES 341 -119.0238022 35.44397028N CHESTER/MANOR, SE 1652 -119.0208132 35.43909953N CHESTER/PILOT, NE 340 -119.0209792 35.43720616N CHESTER/DAY, SE 339 -119.0208396 35.43435914N CHESTER/BANCROFT, SE 337 -119.0210395 35.42992474N CHESTER/BEDFORD, NE 338 -119.020885 35.42873665N CHESTER/CHINA GRADE, NE 336 -119.0211486 35.42701803N CHESTER/ARVIN, NE 334 -119.0209628 35.42312305N CHESTER/NORRIS, NE 332 -119.0209811 35.41979507

N CHESTER/WILSON NB @ STANDARD SCHOOL 331 -119.0210182 35.4171114N CHESTER/COOPER, SE 330 -119.020914 35.41392099N CHESTER NB BET BELLE & WARREN 328 -119.0206383 35.41152757N CHESTER/ROBERTS, NE 327 -119.0208053 35.40874895N CHESTER NB BET BEARDSLEY & MCCORD 125 -119.0208391 35.40589493CHESTER/W COLUMBUS, NE 124 -119.0183196 35.3982732CHESTER NB BET 40TH & W COLUMBUS 326 -119.0183381 35.3970877CHESTER/34TH, NE 323 -119.0185296 35.39044061CHESTER NB NORTH OF GARCES CIRCLE 322 -119.0186446 35.38769505CHESTER/27TH, NE 321 -119.0186313 35.38379446CHESTER/24TH, NE 320 -119.0186297 35.38101932CHESTER/17TH, SE 318 -119.0184424 35.37382276CHESTER/CALIFORNIA, NE 316 -119.0185066 35.3684573CHESTER/10TH, SE 315 -119.0185333 35.3660077CHESTER/8TH, NE 314 -119.0187293 35.36454464CHESTER/6TH, SE 313 -119.0185142 35.36232453CHESTER/3RD, SE 311 -119.0186395 35.35842524CHESTER/BRUNDAGE, NE 309 -119.0187722 35.35408626S CHESTER/TERRACE WAY, SE 308 -119.0185587 35.34981687S CHESTER/BELLE TERRACE, NE 307 -119.0188201 35.3467225S CHESTER/LA FRANCE, NE 306 -119.0186271 35.34295571S CHESTER/EL SERENO, NE 305 -119.018663 35.34022889S CHESTER NB SOUTH OF MING 304 -119.017832 35.33809563S CHESTER/SOUTHGATE, NE 303 -119.0165293 35.33570189S CHESTER/SOUTH M, NE 302 -119.0153349 35.33315476WILSON/S CHESTER, NE 301 -119.0138146 35.33199358WILSON/RODNEY, NE 297 -119.0053348 35.33212514S UNION NB SOUTH OF WILSON 296 -119.0032985 35.33085104S UNION/PLANZ, NE 295 -119.0027056 35.32494148S UNION NB @ BARC 294 -119.0031151 35.32104925S UNION/WHITE LN, NE 293 -119.0029416 35.31785473WHITE LN/GORDON, SE 292 -119.0049736 35.31719068WHITE LN/KENNY, SE 291 -119.0079979 35.31710035MONITOR/WHITE LN, SE 290 -119.0118767 35.31697156MONITOR/CALCUTTA, NE 289 -119.0116784 35.31378742MONITOR/PACHECO, NE 287 -119.0117305 35.31044998PACHECO/BARRY, NW 286 -119.0096332 35.31026738PACHECO/EVE, NW 285 -119.0078148 35.31006334PACHECO/PAMELA, NW 284 -119.0053663 35.31002157PACHECO/S UNION, NE 283 -119.0021449 35.31007392PACHECO/GARBER, NW 282 -118.999332 35.30998175SPARKS/PACHECO, SE 281 -118.994164 35.30991126SPARKS/BRYANT, NE 279 -118.9941341 35.30672248SPARKS NB BET FAIRVIEW & SPERRY 277 -118.9943659 35.30316596FAIRVIEW EB @ REXLAND ACRES PARK 276 -118.9971554 35.30213008PANAMA/TIBURON, SW 272 -119.0044807 35.29515212PANAMA EB BET MONITOR & LOWRY 1482 -119.0105129 35.29510941MONITOR/ADELAIDE, NW 1766 -119.0122132 35.2990452MONITOR/FAIRVIEW, SW 1765 -119.0115404 35.30244227MONITOR/CAPITOLA, NW 1764 -119.0117286 35.30699346MONITOR/PACHECO, NW 1763 -119.011811 35.31021109MONITOR/CALCUTTA, NW 259 -119.0120278 35.31378498MONITOR/WHITE LN, SW 258 -119.0119827 35.31663168MONITOR/PLANTATION, SW 257 -119.0118778 35.3185254MONITOR/MERRIMAC, SW 256 -119.0118103 35.32016255RAIDER/CHATEAU, SW 255 -119.0113909 35.32170806RAIDER/PLANZ, SW 253 -119.0109281 35.32382694S CHESTER/PLANZ, NW 252 -119.0100922 35.32452711S CHESTER/SYLVIA, SW 251 -119.0113383 35.32653648S CHESTER/SANDRA, SW 250 -119.0124912 35.32852709S CHESTER/DORIAN, SW 249 -119.0138077 35.33060872

S CHESTER/WILSON, NW 248 -119.014373 35.33168291S CHESTER/SOUTH M, NW 247 -119.0154566 35.33291824S CHESTER/SOUTHGATE, NW 246 -119.0172435 35.33622693S CHESTER/MING, SW 245 -119.0185485 35.33848916MING/SOUTH H, SW 244 -119.0215117 35.33905207MING/ANITA EB @ 1931 243 -119.0255175 35.33890499MING/CASTRO, SE 242 -119.033722 35.33902069SOUTHWEST TRANSIT CENTER 241 -119.0387156 35.33701408WIBLE/WILSON, NE 239 -119.038714 35.33252476WILSON/CASTRO, NW 238 -119.0346745 35.33197088WILSON/HUGHES, NW 237 -119.0318578 35.33175831HUGHES/HOLDEN, NW 235 -119.0302597 35.33586177HUGHES/MING, SW 234 -119.0306251 35.33749097MING/ANITA, NE 233 -119.0253096 35.33926139MING/SOUTH H, NW 232 -119.0213513 35.33923796MING/CHESTER, NW 231 -119.0196106 35.33933455CHESTER/LA FRANCE, NW 230 -119.0187076 35.34264517CHESTER/BELLE TERRACE, SW 229 -119.0188631 35.34590841CHESTER/EL PRADO, SW 226 -119.0189564 35.34921373CHESTER/BRUNDAGE, NW 225 -119.0185742 35.35447332CHESTER/3RD, SW 224 -119.0184703 35.35833677CHESTER/4TH, SW 222 -119.0184027 35.36031CHESTER/8TH, SW 220 -119.0184249 35.36425753CHESTER/10TH, SW 219 -119.0184159 35.36608031CHESTER/CALIFORNIA, NW 598 -119.0187357 35.36863653CHESTER/TRUXTUN, SW 217 -119.0185535 35.37261697CHESTER/18TH, SW 216 -119.0183843 35.37470987CHESTER/28TH, NW 213 -119.0182264 35.38482756CHESTER SB NORTH OF GARCES CIRCLE 212 -119.0184383 35.38730495CHESTER/34TH, NW 211 -119.0183107 35.39074106CHESTER/36TH, NW 210 -119.0181917 35.39266948CHESTER/38TH, NW 209 -119.0182454 35.39429484CHESTER/W COLUMBUS, SW 207 -119.0183316 35.3974284N CHESTER/ROBERTS, SW 166 -119.0207744 35.40793039N CHESTER SB BET. HARDING & BELLE 206 -119.0206681 35.41081834N CHESTER BET. DECATUR & WARREN SB 1736 -119.0206528 35.41254914N CHESTER/LINCOLN, SW 204 -119.0207406 35.41400998N 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

Golden Empire Transit District Addendum #3 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: Does the IVR need to be multilingual, or will English suffice? Is GET interested in professional recordings for the IVR, or is text-to-speech sufficient? GETD Response: “IVR should be multilingual. Text-to-speech is sufficient”. Question 2: Does IVR system need to be able to transfer calls to an agent, if so, in what cases should it do so? GETD Response: “System should prompt customer to transfer to Agent periodically or propose Best Practice”. 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: 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 16, 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 #4 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: FleetNet: Please provide a list of modules and versions that you currently use and a FleetNet engineerinig 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 CSD/AVL provider? GETD Response: “Procurement of Fleet-Net interfaces will be handled by GET. Proposers need not respond with detailed technical information in their proposal for these interfaces but should estimate time and be ready to work with Fleet-Net to develop interfaces to required modules such as fixed route scheduling, operations, payroll, claims and safety, revenue and ridership and maintenance. The data is currently in Microsoft SQL and the front end for Fleet-Net is Microsoft Access. Time spent on these interfaces with Fleet-Net should be estimated based on previous projects. Once the vendor is selected to move forward in the process, they will then have direct access to work with Fleet-Net on these interfaces. 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:

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 20, 2012 Solicitation Coordinator: Chris James, Maintenance Manager. Contact Information: 661-324-9874 661-869-6393 (FAX) Email: [email protected]

End of Addendum

Name Program Name

Golden Empire Transit District

Module Version Report

Module Version

Automated Dispatch FNAD_PR2K.mdeAD Vsn: 09.05 [4/28/2011]

Accounts Payable FNAP_PR2K.mdeAP Vsn: 09.05 [9/8/2011]

Accounts Receivable FNAR_PR2K.mdeAR Vsn: 09.05 [12/22/2011]

Claims and Safety FNCS_PR2K.mdeCS Vsn: 09.05 [2/8/2012]

Easy Sample FNES_PR2K.mdeES Vsn: 09.05 [2/4/2011]

Fixed Assets FNFA_PR2K.mdeFA Vsn: 09.05 [9/13/2011]

User AP FNUser_AP.MDBFAP Vsn: .

Fast Cut FNFC_PR2K.mdeFC Vsn: 09.05 [12/9/2011]

Fuel Island Interface FNFI_PR2K.mdeFI Vsn: 09.05 [6/21/2011]

Fast Track FNFT_PR2K.mdeFT Vsn: 09.05 [9/2/2010]

General Ledger FNGL_PR2K.mdeGL Vsn: 09.05 [11/4/2011]

Human Resources FNHR_PR2K.mdeHR Vsn: 09.05 [7/27/2011]

Inventory FNIN_PR2K.mdeIN Vsn: 09.05 [9/29/2011]

Menu Items FNMU_PR2K.mdeMU Vsn: 09.05 [11/21/2011]

Operator Timekeeping FNOT_PR2K.mdeOT Vsn: 09.05 [9/1/2011]

Purchase Orders FNPO_PR2K.mdePO Vsn: 09.05 [11/1/2011]

Payroll FNPR_PR2K.mdePR Vsn: 09.05 [1/12/2012]

Payroll A FNPR_PR2KA.mdePRA Vsn: 09.05 [10/7/2011]

Public Schedules FNPS_PR2K.mdePS Vsn: 09.05 [12/7/2011]

Project Tracking FNPT_PR2K.mdePT Not Available

Revenue Ridership FNRR_PR2K.mdeRR Vsn: 09.05 [6/2/2011]

Service Desk FNSD_PR2K.mdeSD Vsn: 09.05 [4/7/2009]

Service Desk Debug FNSD_PR2K.mdbSD_D Not Available

Time Keeping FNTK_PR2K.MDETK Vsn: 09.05 [12/16/2011]

User Database AP FNUser_AP.MDBUAP Vsn: .

User Database AR FNUser_AR.mdbUAR Vsn: .

User Database FA FNUser_FA.mdbUFA Vsn: .

FN USER Database FNUSER_FAD.mdbUFAD Vsn: .

FN USER Database FNUSER_FAP.mdbUFAP Vsn: .

USER DATABASE AR FNUSER_FAR.MDBUFAR Vsn: .

User Database CS FNUser_FCS.mdbUFCS Vsn: .

USER DATABASE FA FNUSER_FFA.MDBUFFA Vsn: .

USER DATABASE GL FNUSER_FGL.MDBUFGL Vsn: .

User HR FNUser_FHR.mdbUFHR Vsn: .

USER DATABASE IN FNUSER_FIN.MDBUFIN Vsn: .

USER DATABASE PO FNUSER_FPO.MDBUFPO Vsn: .

User Payroll Database FNUser_FPR.mdbUFPR Vsn: .

User Database RR FNUser_FRR.MDBUFRR Vsn: .

User Database SD FNUser_FSD.mdbUFSD Vsn: .

User Timekeeping Database FNUser_FTK.mdbUFTK Vsn: .

USER DATABASE VM FNUSER_FVM.MDBUFVM Vsn: .

USER DATABASE VP FNUSER_FVP.MDBUFVP Vsn: .

USER DATABASE WO FNUSER_FWO.MDBUFWO Vsn: .

User Database GAD FNUser_GAD.MDBUGAD Vsn: .

User Database GAR FNUser_GAR.MDBUGAR Not Available

User Database GCS FNUser_GCS.mdbUGCS Vsn: .

User Database GGL FNUser_GGL.MDBUGGL Vsn: .

User Database GHR FNUser_GHR.MDBUGHR Vsn: .

User Database GIN FNUser_GIN.MDBUGIN Vsn: .

User Database GOT FNUser_GOT.MDBUGOT Vsn: .

User Database GPR FNUser_GPR.MDBUGPR Vsn: .

User Database GSD FNUser_GSD.MDBUGSD Vsn: .

User Database GTK FNUser_GTK.MDBUGTK Vsn: .

User Database GVM FNUser_GVM.MDBUGVM Vsn: .

User Database GWO FNUser_GWO.MDBUGWO Vsn: .

User Database PR FNUser_PR.MDBUPR Not Available

User Module Development FNUSER_0.mdeUxx Not Available

Vehicle Maintenance FNVM_PR2K.mdeVM Vsn: 09.05 [10/4/2011]

Page: 102/13/2012 10:02:14 [kb1-BA1] © 2012 Fleet-Net Corporation {Vsn: 09.05 [11/21/2011]}

Name Program Name

Golden Empire Transit District

Module Version Report

Module Version

Vehicle Problems FNVP_PR2K.mdeVP Vsn: 09.05 [9/8/2011]

Work Orders FNWO_PR2K.mdeWO Vsn: 09.05 [10/7/2011]

Page: 202/13/2012 10:02:14 [kb1-BA1] © 2012 Fleet-Net Corporation {Vsn: 09.05 [11/21/2011]}